+ All Categories
Home > Documents > TENDER DOCUMENT - EQMagPro

TENDER DOCUMENT - EQMagPro

Date post: 21-Feb-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
38
1 | Page . RASHTRIYA CHEMICALS & FERTILIZERS LIMITED (A Government of India Undertaking) Registered office: Priyadarshini, Eastern Express Highway, Sion, Mumbai-22. Department: Civil Engineering [Factory] THAL UNIT. THAL UNIT Address: TAL-ALIBAG DIST-RAIGAD, MAHARSHTRA 402208 Fax No.: 02141-238091/238206 Phone: 02141-238057 E-mail: [email protected] NOTICE INVITING TENDER FOR:- POTABLE WATER SUPPLY AT RESERVOIR 2 & 3 FOR WASHING OF SOLAR PANELS AT RCF THAL. TENDER REF NO.: TH/CVL/WS/SOLAR PANELS/2018 DATED: 01/03/2018 Important Dates Last Date & Time for downloading of Tender documents : 15/03/2018 up to 10.30 hours. Last Date & Time of Submission of e-Tender : 15/03/2018 up to 10.30 hours. Date & Time of Opening of e-Tenders (Technical Bid) : 15/03/2018 at/after 14.30 hours Website for Online bid Submission: https://eprocure.gov.in KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED AGAINST THIS TENDER Contacts: 1. RCF Helpline Number: 022-25522760 (10.00 a.m. to 5.00 p.m.) 2. RCF THAL CIVIL DEPTT.: (Tel:02141-238057), e-mail: [email protected] “BIDDERS SHALL ENSURE THAT ALL DOCUMENTS RELATED TO PRE-QUALIFICATION (TECHNICAL OR COMMERCIAL) ARE SUBMITTED AT THE FIRST INSTANCE ALONG WITH THE ORIGINAL BIDS.”
Transcript

1 | P a g e

.

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED (A Government of India Undertaking)

Registered office: Priyadarshini, Eastern Express Highway, Sion, Mumbai-22. Department: Civil Engineering [Factory] THAL UNIT. THAL UNIT Address: TAL-ALIBAG DIST-RAIGAD, MAHARSHTRA 402208

Fax No.: 02141-238091/238206

Phone: 02141-238057

E-mail: [email protected]

NOTICE INVITING TENDER FOR:-

POTABLE WATER SUPPLY AT RESERVOIR 2 & 3 FOR WASHING OF SOLAR PANELS AT RCF THAL.

TENDER REF NO.: TH/CVL/WS/SOLAR PANELS/2018 DATED: 01/03/2018

Important Dates

Last Date & Time for downloading of Tender documents : 15/03/2018 up to 10.30 hours. Last Date & Time of Submission of e-Tender : 15/03/2018 up to 10.30 hours. Date & Time of Opening of e-Tenders (Technical Bid) : 15/03/2018 at/after 14.30 hours

Website for Online bid Submission: https://eprocure.gov.in

KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED AGAINST THIS TENDER

Contacts:

1. RCF Helpline Number: 022-25522760 (10.00 a.m. to 5.00 p.m.)

2. RCF THAL CIVIL DEPTT.: (Tel:02141-238057), e-mail: [email protected]

“BIDDERS SHALL ENSURE THAT ALL DOCUMENTS RELATED TO PRE-QUALIFICATION (TECHNICAL OR COMMERCIAL) ARE SUBMITTED AT THE FIRST INSTANCE ALONG WITH THE ORIGINAL BIDS.”

2 | P a g e

THIS TENDER DOCUMENT CONTAINS:

Sr. No. Documents Item details Pages

1 NIT Instruction for Bidders 3-5

2 ANNEX – I Format – Process Compliance Form 6

3 ANNEX – II Format – Pre-qualification Details 7-8

4 ANNEX – III Format – Terms & Conditions and Deviation sheet 9-10

5 ANNEX – IV Details regarding GST 11

6 ANNEX – V Modalities & Special Instructions for e-Tendering 12-15

7 ANNEX – VI Format – Solvency Certificate 16

8 ANNEX – VII Notice Inviting Bid General Terms & Conditions (GTCC) 17-23

9 ANNEX – VIII Format for Security Deposit cum Performance Bank Guarantee 24-25

10 ANNEX – IX RCF approved Banker’s list 26-27

11 ANNEX – X RCF Vendor data up-dation form 28-29

12 ANNEX – XI HSE requirement 30-33

13 ANNEX – XII Disciplinary Measures 34-35

14 ANNEX – XIII Tax Compliance related to GST 36-37

15 ANNEX – XIV Un-priced Bid 38

3 | P a g e

NOTICE INVITING TENDER (NIT) Ref. No.: TH/CVL/WS/SOLAR PANELS/2018

INSTRUCTIONS FOR BIDDERS This is a Notice Inviting Tender (NIT) for “Potable Water Supply at Reservoir 2 & 3 for washing of Solar Panels at RCF Thal” from contractors meeting the PQ criteria as specified in the tender documents.

1.01 Item Description & Quantity:

Details about various items along with tentative quantities are given in Schedule of rates attached with the tender document. The detail description of each item is to be followed as directed by Engineer in Charge of M/s. RCF Ltd.

1.02 Completion period: The completion period shall be one month from the date of issue of LOI/Work order. The tender documents and the letter of acceptance shall constitute the contract pending execution of a stamped agreement. All costs, charges and expenses incurred in connection with the finalization and preparation of the contract agreement including stamp duty shall be paid by the contractor. Validity of the contract shall be one year from the date of LOI/work order.

The tenderer’s shall note that the time of completion is the essence of the contract and all works shall be completed in all respect within the specified period mentioned in the work order and no excuses for delay shall be entertained.

1.03 EARNEST MONEY DEPOSIT (EMD): NIL

1.04 e-Tendering Procedure: The tendering shall be carried out through submission of online

tenders only. No offer in physical form will be accepted and any such offer if received by RCF will be outright rejected. Tender documents can be downloaded from our website www.rcfltd.com or website of CPPP https://eprocure.gov.in. Bids are to be submitted on website https://eprocure.gov.in.

Note: Terms & conditions/price clause mentioned below shall over ride the respective term of the General Terms & Conditions (Annexure – VI) The bidders should have a valid digital signature certificate (Class-II or Class-III) issued by any of the valid Certifying Authorities to participate in the online tender. The bids shall be uploaded in 2 (Two) Bid System {Part-I: Techno-Commercial Bid and Part-II: Price Bid} in electronic form only through e-tendering system on www.eprocure.gov.in website.

A. Bids should be submitted as per following instructions only:

1. PART-I: TECHNO-COMMERCIAL BID: i.e. Un-priced Bid should contain following:-

Packet-1: Scanned copy of “Process compliance form” (Annexure-I) printed on

bidder’s letter head with duly signed by appropriate authority.

Packet-2: Scanned copy of “Pre-qualification Details” (Annexure-II).

Packet-3: Scanned copy of self-attested supporting documents against pre-qualification criteria (Annexure-II) (i.e. Work Order copies with scope/drawings of work and work completion certificates, turnover certificate OR turnover papers with ITR acknowledgements, bank solvency certificate OR Credit ratings from reputed institutions such as CRISIL/ICRA etc. OR Financial/Credit limits from

4 | P a g e

banks as on date, PAN No., G.S.T. registration, P.F. registration, ESIC registration etc. as applicable)

Packet-4: Scanned copy of duly filled “Terms and Conditions and Deviation Sheet” (Annexure-III)

Packet-5: Scanned copy of duly filled “Details regarding GST mentioning applicable GST for each line item of BOQ along with HSN/SAC code no.” (Annexure-IV) and “Declaration from vendors for tax compliance related to GST” (Annexure-XIII).

Note: e-Procurement system does not allow submission of documents after due date of tender. Incomplete form or non-submission of documents to verify details may results into rejection of your offer and no communication shall be done for submission of documents.

2. PART-II: PRICED BID:-

Price Bid i.e. BOQ given with tender to be uploaded after filling all relevant information like Basic Prices etc. The priced BOQ should be uploaded strictly as per the format available with the tender failing which the offer is liable for rejection (renaming or changing format of BOQ sheet (file) will not be accepted by system)

Kindly quote your offer on blank fields in uploaded BOQ sheet. Please note that lowest bidder (L1) will be decided based on the evaluated amount after considering all taxes & set-offs as applicable.

Vendor should quote prices in BOQ only, offers indicating rates anywhere else (scanned documents in Part-I) shall be liable for rejection.

B. OTHER IMPORTANT DOCUMENTS:

Documents required for verification of details submitted in Prequalification Criteria (Annex-II) to be submitted in your ‘My Space’ option as per instructions given below. Bidders can take help from RCF’s e-Procurement Helpdesk (022-25522760) in uploading of documents.

1. Annual Turnover Certificate: Scanned copy of Annual Turnover Certificate issued by your Charted Accountant for prescribed financial period (last three financial years in single certificate) to be uploaded in ‘Annual Turnover Certificate issued by C.A.’ folder under financial details of My Space documents OR submit P&L statements along with ITR acknowledgements of following years in Balance sheet folders of each year.

2. Financial Soundness: A) Scanned copy of Solvency Certificate as per Criteria-3 of pre-qualification (Annexure-II) to be uploaded in “Access of Credit Facility by Banker” folder under Financial details of My Space documents OR B) Credit ratings from reputed institutions such as CRISIL/ICRA etc. as per Criteria-3 of pre-qualification (Annexure-II) OR C) Financial/Credit limits from banks as on date as per Criteria-3 of pre-qualification (Annexure-II).

3. Work Orders: Scanned copy of successfully executed Work Order copies with completion certificates as per details mentioned in Pre-qualification Criteria-1 (Annexure-II) to be uploaded in Purchase Order-1/2/3 under my space documents.

4. Banker Details: Scanned copy of duly filled “Vendor data up-dation form” & scanned cheque to be uploaded in ‘Banker Details’ folder of My Space documents, this information is essential for payment transactions.

5 | P a g e

5. Miscellaneous Docs: Please submit scanned copy of ‘PAN Card, Provident Fund Registration document (P.F. No.), ESIC No., G.S.T. Registration Certificate, Service Accounting Code (SAC), HSN (Harmonized System of Nomenclature) code, Company Registration Certificate etc. as applicable. Please upload each scanned certificate in respective folder under ‘Certificate details’ of My Space Documents.

1.05 Bid Validity: As per General terms and conditions of contract (GTCC, Annexure-VI).

1.06 Taxes & Duties: As per “Instruction for Price bid- BOQ submission”.

1.07 Mutually Agreed Damages (M.A.D.): As per General terms and conditions of contract (GTCC, Annexure-VI).

1.08 Security Deposit (S.D.) and Performance Guarantee: As per General terms and conditions of contract (GTCC, Annexure-VI).

1.09 Statutory Variation Clause: Any variation in statutory levies/taxes within the contract period shall be to RCF’s account and beyond contract period to contractors account.

6 | P a g e

ANNEXURE- I

Process Compliance Form

(Tenderers are required to print this on their company’s letter head and sign, stamp before uploading in Packet-1 of Part-I bid)

To, M/s. RCF Ltd. Attention: SM (CIVIL)

Sub: Acceptance to the Process related Terms and Conditions for the e-Tendering Dear Sir,

This has reference to the Terms & Conditions for e-Tendering mentioned in the NIT No.: TH/CVL/WS/SOLAR PANELS/2018.

We hereby confirm the following –

1) The undersigned is authorized representative of the company.

2) We have carefully gone through the NIT, Tender Documents and the Rules governing the e-tendering as

well as this document.

3) We will honor the Bid submitted by us during the e-tendering.

4) We give undertaking that if any mistake occurs while submitting the bid from our side, we will honor the

same.

5) We are aware that if RCF has to carry out e-tender again due to our mistake, RCF has the right to

disqualify us for this tender.

6) We confirm that RCF shall not be liable & responsible in any manner whatsoever for my/our failure to

access & submit offer on the e-tendering site due to loss of internet connectivity, electricity failure, virus

attack, problems with the PC, digital signature certificate or any other unforeseen circumstances etc.

7) We agree and confirm that we have read, understood and accept the special instructions to the

contractors/bidders for the e-submission of the bids online through this e-Procurement portal of CPPP as

displayed under help for contractors.

8) We do authorize RCF LTD for seeking information/clarification from our/my bankers having reference in

this bid.

9) We hereby confirm that if any of the documents submitted by us are not as per the tender documents,

then the bid shall be rejected.

With regards

Signature with company seal

Name – Company / Organization –

Designation within Company / Organization – E-mail Id:

Tel no:

Mobile no. :

7 | P a g e

Pre-qualification Details (to be submitted in packet 3 of part-I) ANNEXURE–II (NOTE: Please fill the details in front of each criteria mentioned below and upload this Annexure in packet 3 of part-I). Please upload signed & stamped copies of supporting documents in packet 3 of part-I. Incomplete form or non-submission of documents to verify details may results into rejection of your offer, no communication shall be done for submission of documents)

NAME OF BIDDER: ……………………………………………………………………………………………………….

Sr. Pre-qualification Criteria FOR TENDER REF NO.:

TH/CVL/WS/SOLAR PANELS/2018

1

Part-I) Experience of having successfully completed “CIVIL WORKS” during last seven years ending 31st January 2018 satisfying minimum one criteria mentioned below :

a. Criteria 1: One completed work costing not less than Rs. 0.93 Lakhs b: Criteria 2: Two completed works each costing not less than Rs. 0.58 Lakhs c. Criteria 3: Three completed works each costing not less than Rs. 0.46 Lakhs (Fill details as per any one criteria mentioned above i.e. a or b or c and submit Work Order copies along with Scope of

work/BOQ & Work Completion certificates in packet-3 for verification). All values mentioned above are to be compared with

basic value of work experience/work orders.

In case, Bidder submits the work order(s) issued by Private/Public Limited, Partnership or Proprietary firms, then the Bidder shall also submit the TDS certificate(s), in case the TDS certificate is not available the bidder must submit the proof of payment received.

Sr. W.O. No. & Date WO/PO Value (Rs.) Name of Customer

1

2

3

4

2

Turnover during last three financial years ending 31st March 2017 (Required minimum Avg. turnover of Rs. 0.35 Lakhs) (Please submit Turnover Certificate issued by your C.A. (mentioning bidder’s PAN) for following Financial years in packet-4 for verification OR submit P&L statements/Balance Sheets along with ITR acknowledgements of following years in Balance sheet folders of each year)

Sr. Financial Year Amount (Rs.)

1 2014-15

2 2015-16

3 2016-17

Average Turnover for 3 years =

3

A) Bank Solvency Certificate (Minimum Rs. 0.46 lakhs) of

nationalized/scheduled bank (mentioning bidder’s address) issued within last one year from scheduled date of bid submission OR B) Credit ratings from reputed institutions such as CRISIL/ICRA etc. OR C) Financial/Credit limits from banks as on date OR CA Certificate in support of financial soundness. (Please upload this in packet-3)

Name of Bank:

Certificate date:

Solvency Value:

SIGNATURE WITH STAMP

8 | P a g e

(NOTE: Please fill the details in front of each criteria mentioned below and upload this Annexure in packet-3 of part-I). Please upload signed & stamped copies of supporting documents in packet-3 of part-I. Incomplete form or non-submission of documents to verify details may results into rejection of your offer, no communication shall be done for submission of documents)

NAME OF BIDDER: ……………………………………………………………………………………………………….

Sr. Pre-qualification Criteria FOR TENDER REF NO.:

TH/CVL/WS/SOLAR PANELS/2018

4

Provident Fund Registration No: (PF No):

P.F. No. is in the Name of:

Address of Firm as per PF no:

5

GST Registration No : (GST No):

GST No is in the Name of:

Address of Firm as per GST no:

6

ESIC Registration No: (E.S.I.C. No):

E.S.I.C. No. is in the Name of:

Address of Firm as per ESIC no:

7

PAN No.:

PAN No is in the Name of:

Address of Firm as per PAN no:

Kindly note that party’s offer shall be liable for disqualification in case of non-performance or poor performance with respect to delivery, delivery schedule, quality and workmanship, despite repeated request to improve performance for ongoing works at RCF.

SIGNATURE WITH STAMP

9 | P a g e

ANNEXURE-III FOR TENDER REF NO.: TH/CVL/WS/SOLAR PANELS/2018

BID ABSTRACT FOR TERMS & CONDITIONS (KINDLY FILL THIS SHEET AND UPLOAD IN PACKET-4 OF PART-I)

BIDDER’S NAME:

NOTE: Please note that any blank field left in the preceding confirmation box will be treated as Agreed only for offer consideration.

NO. DESCRIPTION BIDDER CONFIRMATION (Please put √ in front of your

confirmation)

1 VALIDITY PERIOD OF CONTRACT: ONE YEAR FROM THE DATE OF ISSUE OF LOI/WORK ORDER.

Agreed

Disagreed

2

DEFECT LIABILITY PERIOD (WARRANTY PERIOD): 12 (TWELVE) MONTHS FROM THE

DATE OF HANDING OVER THE WORK TO ENGINEER AFTER SATISFACTORY EXECUTION OF

WORK IN OPINION OF ENGINEER.

Agreed

Disagreed

3

MUTUALLY AGREED DAMAGES (M.A.D.) CLAUSE: M.A.D. equivalent to 1% (One percent) of

the basic contract value of the work for each week or part of the week for which the Contractor

is in default subject to maximum of 10% of the basic contract value of the work.

Agreed

Disagreed

4 SECURITY DEPOSIT AND PERFORMANCE GUARANTEE CLAUSE: As per clause no 15.0 and 16.0 of General terms & Conditions of contract.

Agreed

Disagreed

5 FIRM PRICE: PRICE SHALL REMAIN FIRM THROUGH OUT CONTRACT PERIOD. Agreed

Disagreed

6 COMPLETION PERIOD: ONE MONTH FROM THE DATE OF ISSUE OF LOI/WORK ORDER.

Agreed

Disagreed

7 BID VALIDITY: 120 DAYS AFTER THE DATE OF OPENING OF TECHNICAL BID.

Agreed

Disagreed

8 CLAUSES RELATED TO GST: DECLARATION FROM VENDOR FOR TAX COMPLIANCE RELATED TO GST (Annexure-XIII of NIT).

Agreed

Disagreed

9 DESCIPLINARY MEASURES: Annexure-XII of NIT. Agreed

Disagreed

10 HSE ANNEXURE: Annexure-XI of NIT. Agreed

Disagreed

11 STATUTORY VARIATIONS: ALL STATUTORY VARIATIONS DURING CONTRACT PERIOD SHALL

BE TO RCF’s ACCOUNT AND BEYOND CONTRACT PERIOD TO YOUR ACCOUNT.

Agreed

Disagreed

12

Acceptance of all terms and conditions of NIT along with GTCC.

(IF DISAGREED, PLEASE ATTACH DEVIATION SHEET (FORMAT GIVEN), TO THIS PACKET i.e.

PACKET 4)

Agreed

Disagreed

13 WHETHER THE PARTY IS REGISTERED UNDER MICRO/SMALL/MEDIUM ENTERPRISES ACT 2006 (IF YES, PLEASE FURNISH THE PROOF)

Yes

No

14 WHETHER THE PROPRIETOR OF “MSME” ENTERPRISE IS FROM SC/ST CATEGORY (IF YES, PLEASE ATTACH CAST CERTIFICATE ISSUED BY COMPETANT AUTHORITY)

Yes

No

15 Whether your company is kept on holiday, Delisted or blacklisted by ANY GOVERNMENT DEPARTMENT/ FINANCIAL INSTITUTION/ COURT OF LAW/OTHER CENTRAL OR STATE LEVEL PSU’s. If yes then kindly furnish details_____________________________________

Yes

No

SIGNATURE WITH STAMP

10 | P a g e

Format of Deviations sheet FOR TENDER REF NO.: TH/CVL/WS/SOLAR PANELS/2018

(Deviations from Terms & Conditions of this Bid document)

(KINDLY FILL THIS SHEET AND SUBMIT IN PACKET-4 OF PART-I i.e. WITH ANNEXURE-III)

Note: The bidders who are accepting all the terms & conditions of the Bid document shall clearly

mention “No deviation” in the tabular form below. Please note that any blank field left in the preceding

sheet will be treated as “No deviation” for offer consideration.

(If considered imperative & unavoidable, then only the bidder should stipulate here the deviations to

Terms & Conditions of the Bid. The deviation which shall be not acceptable to RCF shall be

considered substantial deviations & non responsive bid & shall be rejected by RCF without assigning

any clarification. The deviations indicated elsewhere in the offer shall be considered null & void.)

Bid Document Deviation to clause Reasons for deviation

SEAL & SIGNATURE OF THE TENDERER

11 | P a g e

ANNEXURE-IV

Details regarding GST

(KINDLY FILL THIS SHEET AND UPLOAD IN PACKET-5 OF PART-I)

Bidder shall submit following details as per applicability:

1. GST registration Number (15-digit GSTIN). 2. Separate GST registration number for each business in the same state. 3. State wise GST registration Number (having different business in different state). 4. Undertaking / indemnification for not liable for GST registration. 5. Declaration for composition scheme under GST indicating GST registration number. 6. HSN (Harmonized System of Nomenclature) code for good being supplied by vendor for each enquiry being floated each and every line item. 7. Service Accounting Code (SAC) of classification of Services under GST for each and every line item for which enquiry is being floated. 8. GST applicable for each and every line item for subject work is as follows:

Sr. No. Item Description as per BOQ HSN/SAC Code No. Applicable GST (%)

1) SGST = % CGST = %

OR IGST = %

OR UTGST = %

OR UNREGISTERED

2)

3)

Up to all

items of BOQ

12 | P a g e

ANNEXURE-V

A. Modalities & Special instructions for e-Tendering: The following steps noted below shall be the general methodology for carrying out the process of procurement through the route of e-tendering:

1. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the valid Certifying Authority approved by Government of India for participation in e-Tendering event at the time of submission of offer. The cost of digital signature will be borne by respective tenderer.

2. Offer against the NIT has to be submitted online on e-Tender website mentioned in the NIT with valid digital signature certificate. The bidders shall be required to submit their offers in 2 separate parts- (a) ‘Technical & Un-priced Commercial Bid’ and (b) ‘Price Bid’.

3. Submission of on-line Bids/Offers electronically against E-tendering: All interested bidders are requested to register themselves on www.eprocure.gov.in with their digital signature certificate with the user ID for participation in the tender. Kindly refer bidders manual kit available on bidders section on above mentioned website for details procedure for bid submission or Bidders can take help of our Helpdesk Center (022-2552 2760) for registration and bid submission procedures.

4. The Un-priced Technical Bids and Price Bid have to be submitted online only. However, documents which necessarily have to be submitted in originals like EMD instrument if applicable have to be submitted offline.

5. It is advised that the bidder uploads small sized documents (preferably up to 5 MB) at a time to facilitate in easy uploading into e-tendering site. Standard documents required for tenders can be uploaded in ‘My space’ facility in your account.

6. The Part-1 of the online offer, EMD if applicable, Pre-qualification details & Technical Bid, shall be opened as per the date and time mentioned in the NIT.

7. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial acceptability including the pre-qualification criteria. The offers not fulfilling these criteria as per the NIT shall be rejected outright.

8. The offer which meets the NIT requirements, technically (including pre-qualification criteria) and commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of all techno-commercially acceptable tenderers shall be at par.

9. Price bids shall be opened of participants who fulfill the pre-qualification criteria and techno-commercial requirement of NIT. The offers will be evaluated as per the evaluation procedure given in BOQ (Price Bid sheet). Please read instructions given below before submission of Price Bid i.e. BOQ (spread sheet).

13 | P a g e

B. INSTRUCTION FOR PRICE BID – (BOQ) SUBMISSION

Please read following instructions before filling & submission of BOQ sheet.

1. Please note that e-procurement system accepts Microsoft Excel 97-2003 format only, any modification in file format or changing name of file will results into non-acceptance of your offer by e-Procurement System.

2. Kindly fill data in fields of ‘BOQ Sheet’ as per following Instruction only:

Bidders Name: Kindly put complete name of bidding firm/company

Select Excess/Less: Kindly put excess or less correctly and check the value at end of the BOQ sheet. No claims can be made due to wrong entry. Kindly verifying the amount of quote submitted by you before saving this BOQ sheet.

Percentage Price: Kindly put valid numeric value as percentage without any +/- sign or % sign so the proper entry in BOQ can be made. Kindly check the quoted value of work to confirm your offer.

Taxes & Duties: Rates mentioned in the BOQ are excluding GST. All the duties, octroi, customs duty of any kind, fees etc. pertaining to this contract shall be entirely borne by the Contractor. The Contractor shall submit the tax invoice/ Bill showing tax elements separately. Income Tax shall be deducted at source from Contractor’s bill as per Government rules.

G.S.T. shall be payable extra as per the tax rates along with HSN/SAC code mentioned in unpriced bids by respective parties.

3. Please note that lowest bidder (L1) will be decided based on the evaluated amount after considering all taxes & set-offs as applicable.

4. Please save your BOQ sheet (Price bid) without changing name and format and upload this completed BOQ sheet in Finance Envelope (Part-II).

5. For any queries and help please contact RCF Helpdesk Number-022-25522760 or contacts given on first page of Tender documents.

14 | P a g e

C. Benefits to Micro and Small Enterprises:

With reference to the Order of the Ministry of MSME, under the Public Procurement Policy March

2012, Micro and Small Enterprises shall be entitled for benefits, subject to terms and conditions, as

under:

a) Qualifying Criteria for MSEs, SC/ST vendors :

i. MSE bidders must submit registration certificates from any of the following (or any other

body specified by the Ministry of MSME): (Annexure-I)

National Small Industries Corporation (NSIC)

District Industries Centres (DIC)

Coir Board

Khadi and Village Industries Commission(KVIC)

Khadi and Village Industries Board(KVIB)

Directorate of Handicrafts and Handloom

ii. SC/ST owned enterprises ( i.e. SC/ST proprietorship, or holding minimum 51% shares in case of

Partnership/Private Limited Companies) shall additionally submit relevant SC/ST certificates

issued by any of the following: (Annexure-II)

District/Additional District Magistrate /Collector/Deputy Commissioner/ Additional

Deputy Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/Sub-

divisional Magistrate / Taluka Magistrate / Executive Magistrate/ Extra Assistant

Commissioner

Chief Presidency magistrate / Additional Chief Presidency magistrate / Presidency

magistrate

Revenue Officer not below the rank of Tehsildar

Sub-divisional Officer of the area where the individual and/or his family normally

resides

iii. The registration shall be valid as on date of placement of order. A self- attested photocopy of the

relevant certificate shall be submitted as a support document.

iv. The registration must be for the items/category of items /services relevant to the tendered

items/category of items/services.

(b) Purchase Preference for MSE:

In tenders, where the L1 (evaluated price) bidder is a non-MSE, up to 20% of the tendered quantity

shall be allowed to be supplied by participating MSEs provided that the tendered quantity is divisible

into two or more orders and adequate for the purpose; all qualifying bidders have agreed for

acceptance of part-order quantity and participating MSE matches the L1 rate.

A share of 4% out of this 20% shall be allowed to be supplied by participating MSEs owned by

Scheduled Cast/Scheduled Tribe entrepreneurs. In the case of an SC/ST owned MSE failing to

participate in the tender or not meeting the tender requirements, this 4% sub-target shall be met by

other participating MSE’s. The above shall be subject to that the participating MSE (including SC/ST)

bidders shall have quoted a price within +15% of the L1 bid price and further that they shall agree to

match their quoted price with the L1 price.

In case that two or more MSEs are within the L1 +15% band, all such MSEs will be offered the

opportunity to match the L1 rate and 20% of the order will be shared equally by them.

Where the MSE is SC/ST owned, they shall be exclusively awarded a share of 4% of the above

20% in addition to equally sharing the balance 16% with other non-SC/ST MSEs .

15 | P a g e

In case of more than one SC/ST MSE matching the L1 price, they shall equally share 4% of the order,

and additionally share the balance 16% with other non-SC/ST MSE bidders.

(c) Exemption from Earnest Money Deposit (EMD)/Security Deposit (SD)/ Tender cost for MSE:

i) Tenders shall be provided free of cost and tender documents are downloadable from the

websites of RCF (http://www.rcfltd.com) and the Central Public Procurement (CPP) Portal

(http://www.eprocure.gov.in/epublish/app) or can be obtained from the Office of Dy. General

Manager (Civil).

ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.

iii) However, any amendments in the MSE policy which may be issued subsequently shall be

applicable.

16 | P a g e

ANNEXURE - VI

(FORMAT FOR SOLVENCY CERTIFICATE) (On Bank’s Letter Head)

______________________________________________________________________ REF NO:………………… DATE:……………,,,,,,,,, To Whomsoever Concerned This is to certify that to the best of our knowledge and information, M/s

___________________________ (Bidders name with complete address), a customer of our Bank, is

respectable, and is capable of executing orders to the extent of Rs_________

(Rupees________________________). M/s _________________ have been our customer since

______ to date and has been granted the following limits, at present, against various facilities granted by

the Bank:

……………………… ……………..

……………………… ……………...

This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any of its

officials.

This certificate is issued at the specific request of the customer.

Yours faithfully, (Bank Official’s signature & stamp)

Page | 17

ANNEXURE- VII

RASHTRIYA CHEMICALS & FERTILIZERS LTD.

(Government of India Undertaking)

THAL UNIT- FACTORY CIVIL DEPARTMENT

GENERAL TERMS AND CONDITIONS OF THE CONTRACT (GTCC)

FOR TENDER REF NO.: TH/CVL/WS/SOLAR PANELS/2018

NAME OF WORK: POTABLE WATER SUPPLY AT RESERVOIR 2 & 3 FOR WASHING OF SOLAR PANELS AT RCF THAL.

Sealed percentage rate e-Tenders are invited from experienced contractors in the field of CIVIL WORKS for the

above work. Rashtriya Chemicals and fertilizers Ltd., Thal unit (A Govt. of India Undertaking) is having its factory at Thal near Alibag around 100 Km from Mumbai. Therefore contractor should be well conversant with the

site conditions before quoting.

1.0 AMENDMENT TO NIT:

At any time prior to the deadline for submission of bids, RCF or its nominee or its consultants may for any reason, whether at its own initiative or otherwise or in response to any clarification requested by a

prospective Bidder, modify the NIT by amendment. The amendment will be notified in writing to all prospective Bidders who have received the NIT and the amendment will be binding on them. In order to

afford prospective Bidders reasonable time to take the amendment into account in preparing their tenders,

extension of time as may be reasonable, will be given for submission of tenders.

2.0 OPENING OF BIDS: Any bid received after the opening of bids will be treated as ‘Late bids’ and will be ignored.

3.0 NEGOTIATIONS AND PRICE ADJUSTMENTS/ESCALATION:

RCF reserves the right to conduct negotiations with Contractors to have the possible reduction from the original offer or if the condition so warrants. RCF reserves the right to divide the work in appropriate parts

by negotiating with the bidders. The bidders shall attend the negotiation meeting in time upon intimation to them by RCF.

The Contractor’s accepted offer shall remain firm and subject to no escalation whatsoever during the

entire contract period of the work.

4.0 The tender documents consist of the following:-

a) Notice Inviting Tender. b) Special Conditions, Drawings etc., if any.

c) Schedule of Quantities & Rates.

5.0 Canvassing in connection with tender is strictly prohibited. Tenders submitted by contractors who resort to

Canvassing will be rejected outright.

6.0 Right of acceptance of tender will rest with M/s Rashtriya Chemicals & Fertilizers Ltd.; THAL, Unit THAL, who do not bind themselves; to accept the lowest or any tender and reserve to themselves the right to reject any or all

tenders or to accept any tender in part only without assigning any reason or giving any explanation therefore.

7.0 Tenderers who do not fulfill all or any of these conditions or are incomplete in any respect are liable to be

rejected. Tender containing conditions not covered and/or not contemplated by the General Terms & Conditions of contract and/or special conditions or expressly prohibited therein are liable to be rejected.

8.0 Two sets of drawings and one set of tender documents whenever required shall be furnished free of charge to the successful tenderer [hereinafter called the 'Contractor']. He shall keep one set of drawing on the works and the

Engineer-In-Charge shall at all times have access to the same [One set of tender documents consisting of N.I.T.,

18 | P a g e

General Terms & Conditions of Contract, Contractors labor & health Regulations, Drawings, designs and the

detailed specifications will be kept for the inspection in our office and the Tenderer can see the same on any working day during normal working hours; till the closing date of tenders.]

9.0 SAFETY REGULATIONS:

The tenderer shall have to observe all the safety rules as required and shall provide safety wears for his/their

workmen at his/their cost. He and his employees should undertake to scrupulously observe all security arrangements of the factory/township issued from time to time.

9.1 Certain areas may be considered/notified as hazardous due to inflammable gases in surrounding

atmosphere. In such cases the Tenderer shall have to take all safety precautions while carrying out work and procure safety permits from the officer concerned.

10.0 The contractor shall have to make his own arrangement for housing his workmen, both skilled and unskilled and his other supervisory staff engaged on the works and on no account his workmen will be allowed to reside

inside RCF premises.

10.1 No temporary Hutment/Go-down of the contractor shall be permitted inside the factory/township area as per the prevailing rules. In case the contractor wants any temporary Office / Go-down, he has to put written

request to the Management as a special case and it will be decided on the merit of the case.

11.0 The tenderer is advised to visit and study the site of work and drawings and Specifications & schedule of rates

from all aspects before tendering. Any temporary bypasses, turn arounds, approach roads etc. that the tenderer may consider necessary to facilitate the execution of the work under this contract shall have to be constructed and

maintained by him at his own cost and the same shall be deemed to have been included in his tendered rates. No

claim for damages or compensation will be entertained on this ground.

12.0 Submission of tender will be conclusive evidence to the fact that the tenderer has fully satisfied as to the nature and scope of the work to be done, procedure for issue of materials, conditions of contract, factory

operations, conditions, local precautions to be ensured, security rules to be followed and all other factors affecting

the performance of the contract and the cost thereof.

13.0 The work shall be executed under the guidance of the Engineer-In-Charge who may be the Chief Manager [Civil] or any of his authorized representatives to ensure that all works are carried out in every detail to the

specifications and approved drawings. The Engineer In-Charge will issue such instructions and directions to the contractors as he may be deemed fit and the contractor shall abide by and carryout such directions and

instructions.

14.0 Tenderer must note that the validity period of bids is 120 days from the date of opening of technical bids. No

tenderer can withdraw or revoke his tender or revise his tendered rates within the said period of 120 days. If any tenderer withdraws or revokes his tender or revise the tendered rate for any item of work within the aforesaid

period of 120 days his/their Earnest Money Deposit is liable to be forfeited. Offers with less bid validity shall be

rejected outright.

15.0 SECURITY DEPOSIT:

Not Applicable.

16.0 PERFORMANCE GAURANTEE The performance guarantee shall be 10% of the contract value as a part of defect liability and will be remain

with RCF for a period of 12 months after satisfactory execution of work in opinion of Engineer. The Contractor shall ensure that the entire work carried out by him remain intact for a period of minimum 12 months from the

date of completion of entire work. If any defects are noticed in the work or performance is found unsatisfactory, the same shall be rectified by the contractors free of cost. In case of failure to do so, Bank

Guarantee shall be en-cashed or performance guarantee recovered amount will be forfeited & the work will be

19 | P a g e

got done at risk & cost of the contractor. Bank Guarantee of less validity period than specified will not be

accepted. The Bank Guarantee should be from the Bank out of RCF approved Bankers as per the list attached at Annexure -VIII. The above Bank Guarantee shall be valid for 15 calendar months (12 months Guarantee

period + 3 months claim period) from the date of completion of work. Performance guarantee will be released to the contractor after expiry of 12 calendar months from the date of completion of work.

No claim for interest or any other compensation shall be entertained in respect of any amount of Earnest Money Deposit or Security Deposit or any amount retained by RCF’s hand owing to any dispute between RCF

and the contractor or in respect of any delay on the part of RCF making any interim or final payments.

17.0 VARIATION IN SCOPE OF WORK AND EXTRA ITEM The work shall have to be executed at any height and in occupied condition of the buildings with even

minor quantities like patch work etc. as per the quoted rates.

The quantity of individual items of work mentioned in the schedule is subject to any variation on either

side. No extra shall be paid on this account. Payment shall be made as per actual quantum of work done under respective items.

17.1 Any item which is not included in the schedule enclosed along with work order and it is to be executed by Contractor, contractor shall submit the extra item rate analysis as follows in advance i.e. before execution of

extra item, giving proper justification of rates & documentary proof of reasonability of prices.

17.2 (i) FOR ITEM RATE CONTRACT: In case rates cannot be analyzed then the rates shall be fixed on Raigad PWD-DSR 2015/16 for the relevant

year for building works.

(ii) FOR PERCENTAGE RATE CONTRACT

If the item is available in PWD DSR 2015/16, then the same will be paid to the contractor at relevant PWD-DSR with applying the same percentage, which the contractor has agreed for attached schedule.

17.3 If it is not possible to analyze / evaluate extra items as said in sub-para above, then extra items shall be worked out and paid on the direct material as per the prevailing market rates supported by vouchers and direct

labour cost supported by documentary evidence with 10% (ten percent) premium on both direct materials cost and direct labour cost to cover profits and overheads.

17.4 The methodology of bid-evaluation:- In case if there is an error in calculation with respect to rate and the total value, then such total value for that line item, and / or if there is an error in arriving at grand total of all totals

of individual line items, then such grand total for all items quoted by the bidder will be taken in to consideration for the purpose of evaluation. Similarly, if an amount is expressed in figures as well as words,

the amount given in words will prevail. 17.5 In case of item rate tenders, the tenderers shall enter the rates in prescribed form in figures and as well as in

words. If the rates written in figures and words differ, the rates given in words shall be taken as correct.

18.0 MATERIAL:

18.1 Tenderer shall have to make his/their own arrangement for procurement of all materials like reinforcement steel, cement, construction chemicals etc.

18.2 Cement shall be ISI mark, 53/43 grade OPC/PPC.

18.3 Following material will be supplied by RCF at RCF Stores: NIL 18.4 All the other required materials are in the scope of the contractor.

18.5 Tor steel for reinforcement & structural steel shall be ISI mark. 18.6 The contractor should submit relevant test certificates to RCF for cement, Tor steel & structural steel etc.

from the stockiest from whom they purchase the material.

18.7 The contractor should make proper entry of these materials at factory security Gate & handover photocopy of entry challan stamped by Security immediately to the concerned civil engineer in-charge, for

20 | P a g e

record.

18.8 The contractor should get the material checked physically by RCF Engineer, as soon as contractor unloads it at his store.

19.0 For Structural steel used in the job measurements will be recorded on the basis of linear measurements and

weight calculation as per standard sectional weight.

In controlled concrete, tenderer shall have to take into consideration the loss in the transport of cement and accordingly design the mix.

Successful Tenderer shall maintain entry/Issue & Consumption Register for Cement, Steel and Other Materials at his store. The Register should be available to the Engineer In-Charge for verification at any time.

20.0 The Engineer-In-Charge at his discretion, require any building material going to work, to be tested periodically

in any one of the laboratories approved by him and arrangement for taking the specimen at his/their cost. In

respect of RCC items, casting of specimen cubes and getting the same tested in approved laboratory periodically as directed by Engineer In-charge in accordance with IS 456 and all charges for testing shall be

borne by the contractor.

21.0 Contractor shall not be allowed to quarry any materials from the land belonging to Rashtriya Chemicals &

Fertilizers Ltd.

22.0 COMPLETION OF WORK 22.1 The tenderer's responsibility under the contract shall commence from the date of handing over site or from

the date of award of LOI/Work Order whichever is applicable. The tender documents and the letter of acceptance shall constitute the contract pending execution of a stamped agreement. All costs, charges and

expenses incurred in connection with the finalization and preparation of the contract agreement including

stamp duty shall be paid by the contractor.

22.2 The tenderer’s shall note that the time of completion is the essence of the contract and all works shall be completed in all respect within the specified period mentioned in the work order and no excuses for delay

shall be entertained.

22.3 MUTUALLY AGREED DAMAGES

Time is the essence of the contract. If the tenderer’s fails to complete the work and clear the site on or before the schedule date of completion or if he has not achieved progress as set out in the time schedule, he/they

shall be without prejudice to the right and remedy of the Company be liable on account of such failure to pay

the compensation as mutually agreed damages and not by way of penalty a sum equivalent to [1%] one percent of the basic contract value of the work for each week or part for which the contract is in default,

subject to a maximum to 10% (Ten percent) of basic contract value.

23.0 PAYMENT CONDITIONS A) “ON ACCOUNT” PAYMENT:

Payments for the Running Account Bills shall be made Within 30 Days after duly checked and Certified by the

Engineer. Necessary deduction shall be made from “ON ACCOUNT BILLS” for Recovery against Material issued by RCF, water charge, Income Tax and all other such applicable taxes.

B) FINAL BILL PAYMENTS

On satisfactory completion, of the work & after removing all scaffolding, Surplus Materials, Cleaning the site

area, disposing rubbish as directed by EIC and submission of performance bank guarantee; the Contractor shall submit the final bill within 30 days from completion date of work. The payment of Final Bill shall be effected

only after duly checked & certified by EIC & after adjusting all the dues of the contractor to RCF within a period of 30 days.

C) Initially Measurement and abstract should be submitted by E-mail and one printout in excel format. After

checking, contractor shall submit the tax invoice (Bill) in duplicate for forwarding to accounts for payment

21 | P a g e

purpose. Payments will be made through E-Payment. For that contractor has to submit the vendor data up-

dation form duly signed.

Tenderer’s should quote rates including all the taxes, duties, fees, etc. imposed by State, Central Govt. /Local Body except GST, which should be paid Separately as per prevailing government rates, in connection with this

work.

GST No. & PAN No. should be mentioned in all the bills submitted by the contractor.

D) The successful tenderer’s shall have to keep experienced / qualified (Degree/Diploma) Supervisor throughout

the contract period for Supervision and monitoring of work.

24.0 INSURANCE & LIABILITY

The successful tenderer’s shall indemnify RCF against the Claims which may be made under the Workmen's Compensation Act and/or payment of Wages Act or any status or rules and regulations and

modified as otherwise as in force for the time being for or in respect of any damages or compensation payable in consequence of any accident or injury sustained by the workmen or other person whether in

the employment of the contractor or not. Until the plant shall be deemed to be taken over, the contractor

shall also be liable for and shall be deemed to have agreed to indemnify the Company (RCF) in respect of damages to any property of RCF or of others, occasioned or their or representatives or work or materials

or otherwise. The contractor shall observe provision of employee’s state Insurance Act in respect of labor & staff engaged at site. All employees of contractor should be covered under Group Insurance Scheme &

labor license, P.F., minimum wages, Health, Safety, Welfare, ESIC etc. as applicable.

25.0 DISPUTES AND ARBITRATION

In the event of any dispute or difference arising under this contract, the same shall be referred to the sole arbitration of a person appointed to be the arbitrator by CMD, RCF. It will be no objection that the arbitrator is

in service of RCF that had to deal with the matters to which the contract relates or that in the course of his duties as an employee of RCF he had expressed views on all any of the matter in dispute or difference. The

arbitrator shall give a reasoned or speaking award. The award of the arbitrator shall be final and binding on

the parties to this contract. In the event of the arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, it shall be lawful for the CMD, RCF to appoint another arbitrator in place of

outgoing arbitrator, in the manner aforesaid. The venue of arbitration shall be at in Mumbai. The work under contract shall continue during arbitration proceeding unless matter is such that work cannot be continued until

the decision of arbitration is obtained.

The contract shall be deemed to have been entered into at Mumbai and all course of action in relation to the

contract will thus deemed to have been arisen only within the Jurisdiction of Bombay High Court.

26.0 FORCE MAJEURE Neither RCF nor the contractor shall be considered default in performance of its obligations hereunder, if such

performance is prevented or delayed because of war, hostilities, revolution civil commotion, strike, epidemic,

accident, fire, wind, flood, earth quake or because of any law, order procurmation, regulations or ordinance of any Government, or any sub-division thereof, or because of any Act of god, provided it shall be noticed

promptly in any case not later than 14 days with sufficient proof of the same.

26.1 Regarding entry to the factory area, the contractor may please note that they will have to submit all the entry

Challans duly stamped and signed by Security office/In charge at main gate for all materials and tools brought inside the factory area in connection with the work order.

27.0 CONSTRUCTION WATER: NOT APPLICABLE.

22 | P a g e

28.0 CONSTRUCTION POWER:

Electric power for construction at 400/230 V. 3 phase, 4 wire will be made available free of cost at one convenient point near the work site. If required, the successful tenderer will be responsible for providing at

his own cost suitable cabin to receive power supply and to lay any service lines, fixtures and other installations as may be required to give any test certificate as required by RCF for wiring connections, etc. done by him.

Contractor must indicate his power requirement at the time of giving the quotation. Supply of power to the

contractor is subject to condition governing power supply to the contractors as given in Annexure.

28.1 It should be noted that the normal working time within the factory area is between 8:00 AM to 5:00 PM and the successful tenderer is expected to complete the entire execution of work within the intended time period.

In case of emergency/urgent works at the discretion of the Engineer-In-Charge, the contractor will have to work round the clock and to complete the job in time.

29.0 The contractor shall, on instructions of the Engineer, immediately dismiss from the works any person employed thereon who may misbehave, cause any nuisance or otherwise in the opinion of the Engineers, is

not fit person to be remained on the work and such person shall not again employed or allowed on the works without the prior written permission of the Engineer.

30.0 In case of critical jobs to be urgently executed, the Contractor has to work in shifts or over and above the normal working hours and he shall have to comply, with the instructions; of the EIC, in respect of working

beyond the normal working hours in writing. No compensation or extra rates shall be payable for working beyond the normal hours. Contractor has to obtain prior permission to work beyond normal working hours

from CISF FACTORY security. Application for this should be routed through the Engineer-In-Charge.

31.0 The successful tenderer shall not deposit materials on any site which may cause inconvenience to public. The

Engineer-In-Charge may request the contractor to remove any material, which is considered by him to be a danger, at contractor's own cost.

32.0 The contractor shall keep the site clean and free from rubbish to the satisfaction of the EIC. All surplus materials, rubbish etc. will be removed to the place fixed by the EIC and nothing extra will be paid for it. The

contractor should take out all the empty paint/chemical drums/tins with proper gate-pass.

33.0 The contractor will be responsible for safety of all his material and RCF shall not entertain any claim for

compensation/damage for theft/loss thereof. 34.0 The Contractor will have to follow all the State & Central Govt. Laws including labour laws i.e. P.F, Pension,

Gratuity, Payment of Wages etc. The contractor has to follow all the legal obligations applicable to them. After

expiry or termination of contract the contractor shall take away all the employees with him. RCF shall not take any responsibility as regards employment of contractor’s workers after expiry or termination of contract.

35.0 The successful tenderer shall return all released surplus materials to RCF Stores after getting it properly

weighed / measured / counted on a return note to be issued by the EIC just after the work is over. Released material means the materials released from existing structures of RCF Factory area while doing the dismantling,

additions, alternations or renovation of structures. Surplus materials; means materials issued by RCF whether

chargeable or non-chargeable and which is balance after the actual consumption and completion of work.

36.0 All labour, transport, tools, plants etc. required for this job shall be arranged by the successful tenderer.

37.0 In case the contractor is not able to adhere to the time schedule and the delay is holding the schedule or

the other works, in such case RCF will be at liberty to get the job executed through another means/agency at the risk and cost of the contractor who was executing the job and the contractor shall have to bear the

Mutually agreed damages as specified in the contract.

38.0 The successful tenderer may have to execute the work anywhere in the Factory/township area if require other than the specified area given to him at the time of awarding the work. No extra amount shall be paid on this

account.

23 | P a g e

39.0 TERMINATION OF CONTRACT: The default on the part of the contractor shall be treated as breach of contract and in that case RCF reserves

the right to terminate the contract and forth-with forfeit earnest money deposit and /or security deposit and get the job done by third party in part or in full at the risk & cost of the contractor. RCF also retains the option

of de-barring the contractor from participating in future tender for any specific period. Payment for the work

completed at the time of termination of the contract shall be ascertained based on the measurements taken and the proof of work done and /or material used by the contractor.

40.0 The above said provisions shall prevail over those in General Directions & Conditions of contract and

Contractor's Labor & Health Regulations.

41.0 The work has to be carried out in occupied condition of buildings and also at a considerable height. The

successful tenderer, has therefore to take care of SAFETY of workmen while carrying out the execution of work with least in-convenience to the occupants.

42.0 While executing the work in Plant Area SAFETY PERMIT is to be obtained from Shift In-Charge and the same

is to be renewed in each shift. No work is to be carried out without SAFETY PERMIT and without using Safety

Appliances. 43.0 As decided by the EIC for some of the materials to be utilized for this work should be of ISI Mark and the

work is to be carried out strictly as per ISI Specifications. 44.0 Empty cement bags and empty paint/chemical/bitumen drums, are to be taken back by contractor with

proper gate pass or to be deposited in RCF scrap yard as directed.

SIGNATURE OF CONTRACTOR WITH SEAL

Sr. MANAGER (CIVIL)

24 | P a g e

ANNEXURE –VIII

FORMAT FOR BANK GUARANTEE TOWARDS PERFORMANCE GUARANTEE (To be submitted on Rs. 500/- non judicial stamp paper) Bank Guarantee No. __________ dated ________ M/s Rashtriya Chemicals & fertilizers Ltd, …………………., ………………….. ………………….. Dear Sirs, In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, Thal Unit [hereinafter referred to as ‘RCF’, which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], having agreed to exempt, M/s __________________________________having its registered/principal office at ______________________________________________ [hereinafter referred to as ‘Supplier / Contractor’ which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], from depositing with RCF a sum of Rs.___________ towards security / performance guarantee in lieu of the said Supplier / Contractor having agreed to furnish an irrevocable bank guarantee for the said sum of Rs. _________ as required under the terms and conditions of Contract / Work Order / Purchase Order no. ______________________ dated __________ [hereinafter referred as the ‘Order’] placed by RCF on the said supplier / contractor, we, ____________________________________________ [hereinafter referred to as ‘the Bank’ which expression shall include its successors and assigns] do hereby undertake to pay RCF an amount not exceeding Rs. ______________ [Rupees _________________ ] on demand made by RCF on us due to a breach committed by the said Supplier / Contractor of the terms and conditions of the Order. 1. We ____________ the Bank hereby undertake to pay the amount under the guarantee without any demur merely on a demand received in writing from RCF stating that the Supplier / Contractor has committed breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with the terms and conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bank by RCF shall be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amount due and payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by the said Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so demanded by RCF forthwith and without any demur. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ______________ [Rupees _________________ ]. 2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Order and that it shall continue to be enforceable till all the dues of RCF under or by virtue of the said Order have been fully paid and its claim satisfied or discharged or till RCF certifies that the terms and conditions of the Order have been fully and properly carried out by the Supplier / Contractor and accordingly discharge the guarantee. 3. We ________________ the Bank, undertake to pay to RCF any money so demanded notwithstanding any dispute or disputes raised by the said Supplier / Contractor in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The payment so made by us under this Guarantee shall be valid discharge of our liability for payment there under and the said Supplier / Contractor shall have no claim against us for making such payment. 4. We ________________ the Bank further agree that RCF shall have full liberty, without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the Order or to extend time of performance by the said Supplier / Contractor from time to time or to postpone, for any time or from time to time, any of the powers exercisable by the RCF against the said Supplier / Contractor and to forbear or enforce any of the terms and conditions relating to the Order and shall not be relieved from our liability by reason of any such variation or extension being granted to the said Supplier / Contractor or

25 | P a g e

for any forbearance, act or omission on the part of RCF or any indulgence by RCF to the Supplier / Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. 5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the principal debtor and the BANK hereby waives all rights of surety ship. 6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees __________________] and shall remain in force up to _______________ and thereafter till the expiry of the extended period, if any, (hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at any time from the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from all liabilities under this guarantee thereafter. 7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch) _________________________________________. 8. This guarantee will not be discharged due to change in the constitution in the Bank or the said Supplier / Contractor or the provision of the contract between Supplier / Contractor and RCF. 9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of dispute between RCF and the Bank and the Bank hereby agrees to address all the future correspondence in regard to this bank guarantee to Chief Finance Manager, Rashtriya Chemicals and Fertilizers Limited, Thal Unit, Tal-Alibag, Dist-Raigad, State-Maharashtra. INDIA. 10. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the Bank. 11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the RCF in writing. SIGNED AND DELIVERED ON THIS _______________ DAY OF _______ Yours faithfully, For and on behalf of _____________________. (bank) Signature of Authorised Official of bank Name of the Official: Designation of the Official: Name of Bank: Branch: Address of Branch: Telephone / Mobile No : Fax No: Email Id

26 | P a g e

ANNEXURE –IX

LIST OF APPROVED BANKS FOR BANK GUARANTEES

A) Nationalized Banks (20 Nos.)

1 State Bank of India

2 Allahabad Bank

3 Andhra Bank

4 Bank of Baroda

5 Bank of India

6 Bank of Maharashtra

7 Canara Bank

8 Central Bank of India

9 Corporation Bank

10 Dena Bank

11 Indian Bank

12 Indian Overseas Bank

13 Oriental Bank of Commerce

14 Punjab & Sind Bank

15 Punjab National Bank

16 Syndicate Bank

17 UCO Bank

18 Union Bank of India

19 United Bank of India

20 Vijaya Bank

B) Other Private Banks (14 Nos.)

1 Axis Bank Ltd.

2 Catholic Syrian Bank Ltd.

3 City Union Bank Ltd.

4 HDFC Bank Ltd.

5 ICICI Bank Ltd.

6 IDBI Bank Ltd.

7 Kotak Mahindra Bank Ltd.

8 South Indian Bank Ltd.

9 Tamilnad Merchantile Bank Ltd.

10 The Federal Bank Ltd.

11 The Jammu & Kashmir Bank Ltd.

12 The Karnataka Bank Ltd.

27 | P a g e

13 The Karur Vysya Bank Ltd.

14 YES Bank

C) Foreign Banks (13 Nos.)

1 American Express Bank Ltd.

2 Bank of America National Trust & Saving Association

3 Bank of Tokyo - Mitsubishi UFJ Ltd.

4 Barclays Bank PLC

5 BNP Paribas

6 Calyon Bank

7 Citibank N.A.

8 Deutsche Bank

9 Development Bank of Singapore (DBS)

10 Hongkong & Shanghai Banking corporation Ltd.

11 JP Morgan Chase Bank

12 Royal Bank of Scotland

13 Standard Chartered Bank

28 | P a g e

ANNEXURE-X VENDOR DATA UPDATION FORM Date:

Both New Vendors and Existing Venders may please note that all details listed below are required and will used for making all payments POs / WOs,

refund of EMDs / SDs, forwarding the details of payments by email, issue of TDS certificates, Works Contract TDS Certificate, C Form for CST

purchases etc.

Sr Title Sub Titles Purpose to be used for

I NAME Title (Whether Company / M/s / Mr / Mrs

/ etc.)

Name ( As it appears on the Bank

Cheque) *

Type (Whether for Purchases or Services) will be filled by RCF

RCF Vendor Code * will be filled by RCF

II ADDRESS House/ bldg. Number *

Street *

Street

City / Postal Code *

District / State *

Country

Region Code will be filled by RCF

III SUPPLY

STATE

District / State (If the state from which supplies are going to be made is different

from the State given above, then specify

the Place / State for C- forms.)

* To be given, if applicable.

Emails of persons to contact for issues

related to C-forms etc. * To be given/filled by all vendors

Other Region Code will be filled by RCF

IV COMMUNIC

ATION Contact person *

Telephone incl. ext. STD Code Tel No Extn

Mobile Phone *

Fax STD Code Tel No

Email *

Standard communication method by email only

V ACCOUNT

CONTROL If also a RCF's Customer? Yes / No

Group Key will be filled by RCF

VI

TAX

INFORMATI

ON

GST Reg No. (enclosed scanned /

photocopies of registration certificates)

Mention the registration number here

PAN NO. (enclosed scanned / photocopy

of PAN card)

* Mention the PAN number here

Common Seal

Signature:

Place:

Name:

Date:

Designation:

29 | P a g e

VII DETAILS

OF BANK Bank Key will be filled by RCF

Bank Account No. of Vendor *

Name of Bank *

Name of Branch *

Bank IFSC Code *

Bank Branch Code (Only for SBI

accounts)

Bank Address *

Bank City *

9 Digit code appearing on MICR

cheque *

Telephone No. of Bank STD Code Tel No Extn

Fax No. of Bank STD Code Fax No.

Type of Account (for SB A/c=10,

Current A/c=11 or CC=13 ) *

Region will be filled by RCF

VIII REFEREN

CE DATA

Industry (whether PSU, Air

Force, Military, Govt, others)

Micro / SSI Status

(Whether Micro , Small,

Medium Enterprise under Micro ,

Small and Medium Enterprises

Development Act, 2006 – if yes

then enclosed scanned / photocopies of

the certificate (like part-II Certificate)

* Yes / No

WHETHER THE PROPRITAR OF

“MSME” ENTERPRISE IS FROM

SC/ST CATEGORY

(PLEASE ATTACH CAST

CERTIFICATE ISSUED BY

COMPETANT AUTHORITY)

*

Yes / No

(If Yes then you have to submit cast certificate issued by competent

authority)

1 It is mandatory ( Compulsory) to fill relevant data for item marked " * "

2 Enclose a cancelled cheque / a photocopy of the cheque.

3 Enclosed a Part-II Certificate indicating the registration under Micro/Small/Medium Enterprise.

3 Enclose a photocopy of Pass Book first page containing name and address of Account Holder

4 We hereby authorize RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of which are given

above.

5 We hereby authorize RCF Ltd to deduct bank charges applicable for such Direct Bank Payments

Common Seal

Signature:

Place:

Name:

Date:

Designation:

30 | P a g e

ANNEXURE-XI HSE REQUIREMENT

SAFETY INSTRUCTIONS TO FOLLOW HSE (HEALTH, SAFETY AND ENVIRONMENT) SYSTEM & REGULATIONS All the contractors/ suppliers/ transporters shall follow and comply the following Safety instructions for safe execution of the allotted jobs. This will be applicable to all service contracts, work orders and purchase orders which require installation work at site. General Instructions: 1. Group insurance policy of contract workers i.e. ‘Workmen compensation policy’ / ‘Group accident

insurance policy’ and ESIC (Employee state insurance scheme) is compulsory for entire period of work covering all type of risks involved.

2. Contractor shall arrange necessary Gate Entry Passes in advance as per CISF requirements. 3. Contractor workmen will follow the rules and regulations prevailing at RCF from time to time. PRE-EMPLOYMENT MEDICAL EXAMINATION (BEFORE ENGAGAEMENT) OF CONTRACT

WORKERS The contractors shall get the Pre-Employment Medical Examination of his workmen done from RCF doctors at First aid inside the factory premises. Training: 1. One hour training on work place safety shall be mandatory to each new contractor employee at fire

and safety department. Gate passes of such employees shall be stamped as Safety trained employees. Contractor to ensure that workers have received this mandatory training. This training will be valid for one year.

2. PEP (Preparation Tool Box talk) talk must be given every day by Contractor Supervisor. 3. Contractor to keep record of safety training and any other test undergone by their staff & ensure

validity (One year). New/Fresh staff only may be sent for training. General Safety Instructions: 1. Contractor shall not carry out any work without valid Safety Work Permit issued to him. All the

conditions of the permit shall be understood & complied by him. 2. Work Permit shall be always available with contractor’s supervisor at worksite or hanged at work

site. 3. Contractor shall arrange adequate supervisors. No job shall be carried out without supervision. 4. Tested & certified equipment, tools & tackles shall be used & list with all necessary details shall be

submitted to RCF officials. All equipment shall be having visible identification marks with valid test certificate.

5. Strict adherence to the Safety work permits for each hot, confined space, height job, excavation job & other jobs taken by Plants & Services is must. The instructions written on it shall also be strictly followed at site by contractor employees.

6. Contractor shall seek temporary electrical connections through RCF Electrical department only. The cable used for temporary connection should be without any joints & plug tops shall always be used.

7. For the critical jobs, Job hazard analysis (JHA) shall be made. 8. Contractor shall ensure that his employees understand the use of fire hydrants, extinguishers &

emergency communication system available in the plants through RCF Safety training. 9. Contractors whose Safety Records are not satisfactory shall be viewed seriously and necessary

action (viz. Warning, monetary penalty, suspension/stoppage of work, cancellation of Registration/Contracts) shall be taken by RCF.

31 | P a g e

10. Contractor will ensure and maintain housekeeping at work place. Scrap generated on the job will be returned to scrap yard as per the instructions of RCF officials.

11. Contractor shall provide appropriate PPE (Personnel Protective Equipment) such as hand gloves, safety shoes, safety helmet, safety goggles, double lanyard full body harness, dust masks, ear plugs, face shields & other necessary PPE to all workers. These PPE should be as per BIS mentioned below:

SN BIS codes Information 1. IS: 2925 - 1984 Industrial Safety Helmets 2. IS: 47701 - 1968 Rubber Gloves for Electrical Purpose 3. IS: 6994 - 1973 [Part-I] Industrial Safety Gloves [Leather & Cotton Gloves] 4. IS: 1989 - 1986 [Part-II] Leather Safety Boots & Shoes 5. IS: 5557 - 1969 Industrial & Safety Rubber Knee Boots 6. IS: 6519 - 1971 Code of Practice for Selections, Care & Repair of Safety Footwear 7. IS: 11226 - 1985 Leather Safety Footwear Having Direct Molding Sole 8. IS: 5983 - 1978 Eye Protectors 9. IS: 9167 - 1979 Ear Protectors 10. IS: 3521 - 1983 Industrial Safety Belts & Harnesses Safety precautions for compressed gas cylinders: 1. Oxy-acetylene sets/ Oxygen/ LPG cylinder sets to be used for pre-heating & cutting jobs shall be

provided with IS 11106 specified regulators having double diaphragm pressure gauges & flash back arrestors on both end (Cylinder end as well as torch end).

2. Gas cylinders shall be kept upright and secured firmly with chain. 3. All gas cylinders should be handled using trolley. Safety precautions during cutting/welding job: 1. Welding machine manual shall be available at site and rated capacity of machine shall be clearly

visible. Earthing shall be returned back from job to welding machine. 2. In addition to normal PPE, personnel working shall wear welding shield with safety helmet attached

& cut resistance hand gloves. 3. Contractor employee shall ensure that water hose or water filled bucket kept near work place. 4. Sparks shall be confined by Non-asbestos Fire/ Welding blanket. The area shall be cordoned off. No

combustible material to be kept in the nearby area. 5. Working personnel should clearly understand about hazards involved and safe working procedure to

mitigate and prevent hazards. 6. Each cylinder must be with proper pressure Gauge. 7. Area cordoning shall be ensured. Safety precautions during Radiography: 1. Contractor shall ensure that radiography is conducted by competent radiographer. Radiographer

shall carry radiographer’s license along with personal dosimeters (Chest & waist), Survey meters, lead apron, trefoil symbols and adequate PPE’s.

2. Area cordoning shall be ensured. Safety precautions during Slag blasting: 1. During slag blasting job contractor employee shall wear full body protection suit/ leather jacket, air

lined mask, dust mask, cut resistant hand gloves, ear plugs, safety shoes, safety helmet with chin strap, Safety goggles.

32 | P a g e

Safety precautions during hydro jet cleaning: 1. During hydro jet cleaning, person shall wear cut resistant suit, hand gloves, face shield, safety

shoes, safety helmet with chin strap, safety goggles. 2. Hydrojet machine pressure relief valves should be calibrated with certificate available. Safety precautions while using electrical appliances: 1. Contractor shall ensure all electrical appliances have industrial type end connections (three pin)

available in all plants. All electrical hand tools shall have ELCBs/RCCBs. All electrical cables shall have sound & intact insulation & shall be free from joints.

2. Contractor shall ensure only flame-proof electrical fittings are used in hazardous areas as per instructions by Engineer-In-Charge designated by RCFL for the job.

3. Clearance for power supply should be taken from electrical engineer from concerned plant. After completion of Job, Extension board, light fittings should be returned immediately.

Safety precautions for working at height: 1. For height jobs, contractor employees shall wear safety helmet, safety shoes, safety goggles,

cotton/cut resistance hand gloves & double lanyard full body harnesses with both the lifelines anchored at different supports. Scaffold shall be as per IS 4014-1:1967. Life line shall be provided as Standby arrangement.

2. Work to be done under strict supervision. Safety precautions for confined space job: 1. Contractor shall ensure that confined space entry permit is pasted at all the entry/exit points along

with Class I permit (if required) before entering the vessel. 2. Contractor shall ensure that his employees know the hazards that may be faced during entry and

ensure accurate count of authorized entrants in a register. 3. Contractor shall ensure that a person remains near the vessel entry point, to keep watch, till all the

persons inside have come out. 4. Contractor shall ensure that cross ventilation, air hose and 24 volt lamp without cable joint are made

available before entering vessel & shall ensure that rescue and other emergency services procedures are made and are taken care off. He shall also ensure that authorized entrants are using all necessary PPEs.

5. Contractor shall be aware of alternate light/power source arrangement in case of power failure. Safety precautions for working at fragile roof: 1. Maintenance/ civil personnel should provide roof ladders/crawling boards. 2. Work should not be started without approved safe job procedure & Job hazard analysis (JHA). 3. Working personnel should be clearly informed and instructed about hazards involved and safe

working procedure to mitigate and prevent hazards. 3. Personnel working on roof should use necessary PPE’s such as safety helmet, safety shoes, safety

goggles, cut resistance/cotton hand gloves & double lanyard full body harnesses with both the lifelines anchored at different supports.

4. Only a minimum required number of employees should work on roof at a time. Penalty for violation of safety rules at work place: The contractor shall be penalized for any violation of safety rules by their workers/supervisors at workplace during execution of job. Monetary Penalty shall be imposed as per below list for safety violations. Repeated violations shall lead to suspension /stoppage of the work and cancellation of Work Order: 1. Person not wearing safety helmet during working as per job requirement: Rs. 500/- per each

person. 2. Person not wearing safety shoes during working as per job requirement: Rs. 500/- per each person.

33 | P a g e

3. Person not wearing Safety belt (double lanyard full body harness) during working at more than 3 meter height: Rs. 1000/- per each person.

4. Person not wearing face shield during working as per job requirements i.e. while working on chemical/steam/condensate handling systems & while carrying out welding job: Rs. 500/- per each person.

5. Use of lifting tools/tackles without valid test certificate: Rs. 2000/- per tool/tackle. 6. Person working with electrical supply connection without appropriate plug-pin: Rs. 1000/- per plug

pin connection. 7. Working without a valid Safety Work Permit / PTW: Rs. 2000/-. 8. Not using PPE and tools/tackles as mentioned in Safety work permit: Rs. 500/-. Pre-employment medical examination (before engagement) of contract workers: Contractors will have to submit a certificate of fitness in respect of workers to be engaged inside the factory/townships and no person/contract labour shall be employed without a valid certificate of fitness. The contractors shall get the Pre-employment medical examination of his workmen done from RCF doctors at first aid inside the factory premises. Signature & Seal of the tenderer

34 | P a g e

ANNEXURE-XII DESCIPLINARY MEASURES

Procedure for action against an Agency in case of corrupt / fraudulent/ collusive / coercive practices

and persistent poor performance / un-satisfactory performance.

Definitions: A.1 “Fraud” is a willful act or omission, intentionally committed by an individual either acting independently or in

group(s) - by deception, connivance, suppression, cheating or any other fraudulent or illegal means, thereby, causing wrongful gains to self or any other individual and / or wrongful loss to others. This also includes abetment

of any act mentioned above. Many a times such acts are undertaken with a view to deceive / mislead others,

leading them to do or prohibiting them from doing a bonafide act or take bonafide decision which is not based on material facts.

Ä.2 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of value to improperly influence the actions in selection process or in contract execution. “Corrupt Practice” also includes any

omission for misrepresentation that may mislead or attempt to mislead so that financial or other benefit may be obtained or an obligation avoided.

A.3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a scheme or arrangement

designed to establish bid prices at artificial noncompetitive levels and to deprive the Employer of the benefits of free and open competition.

A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any agency or its property to influence the improperly actions of an agency, obstruction of any investigation or auditing

of a procurement process.

A.5 “Moral turpitude” means to be a conduct contrary to justice, honesty, modesty or good morals and contrary to what a man owes to a fellowman or to a society in general.

A.6 “Party/Contractor/Supplier/Vendor/Consultant/Bidder/Licensor” shall mean and include but not limited to a public limited company or a private limited company, a joint venture, Consortium, HUF, a firm whether registered

or not, an individual, a co-operative society or an association or a group of persons engaged in any commerce, trade, industry etc. is herein referred as “Agency”

A.7 “Company/Organization/Employer/Purchaser” is herein referred as “RCF Ltd”.

1.0) HOLIDAY LISTING OF AN AGENCY: -

In the following circumstances, an Agency can be put on 'holiday list', for a minimum duration of one year and up-to a maximum period of three years by RCF Ltd: -

a) In case of non-performance or poor performance, unsatisfactory performance, no response consistently with

respect to delivery, not meeting delivery schedule, poor quality and workmanship despite repeated request to improve performance.

b) In case of problems at the Agency end such as labour, financial, legal etc. which are not likely to be resolved by the Agency in next one year.

c) Litigation, including arbitration proceedings, against or by the Agency, which is likely to have an adverse impact on the company, till the dispute is settled.

However, before an Agency is put on holiday, the shortcomings will be brought to the notice of the Agency, in

writing, and proper notice specifying the grounds therein will be given in writing of the intention of RCF Ltd to put them on Holiday if the Agency does not rectify the breaches within a specified period of time. One weeks’ time will

be given to the Agency to offer their explanation. If the explanation is not found to be satisfactory or no explanation is received from the Agency within the stipulated time period, action / approval for putting the Agency

on holiday shall be taken by the company without any further notice. Such action would be in addition to other

remedies that would be exercised by RCF Ltd. The name of the Agency put on holiday will be displayed on company website and the Agency shall be put on Holiday in all units of the company.

Depending on the severity of the default by the Agency, RCF Ltd can also De-list the Agency in addition to Holiday. In the mean- time, further tenders will not be issued to such an Agency. Offer of such an Agency shall not be

considered in RCF tenders.

35 | P a g e

2.0) DELISTING OF AN AGENCY: -

Necessity may arise for deletion of the name of an approved Agency for a number of reasons. Some of which could be:

a) Fall in credit rating of the Agency.

b) Death of the proprietor, in case of single proprietary firm.

c) Bankruptcy/insolvency of the Agency.

d) Splitting/merger/closure/ change in constitution of the Agency.

e) Directive of Board/ Govt. Financial institution/ Court.

Period of De-listing shall be for a minimum period of one year. How-ever RCF Ltd at its discretion can delist the

Agency for a maximum period of five years. Name of the De-listed Agency will be displayed on company website and will be on De-listed list in all units of the company. In the mean-time, further tenders will not be issued to

such an Agency.

3.0) BLACKLISTING OF AN AGENCY: - An Agency may be black-listed by the company where: -

a) There are sufficient and strong reasons to believe that the Agency or his employee have been guilty of unethical

or malpractice(s) including formation of cartel, bribery, corruption and fraud including substitution and in execution of PO/WO, smuggling, pilfering, unauthorized use of or disposal of Company’s property/materials issued for

specific work or b) Agency continuously refuses to pay Company’s dues without showing adequate reasons or

c) Agency (Director/Owner of the Agency, proprietor or any partner(s) or representative of the Agency) have been

convicted by a court of law for offence involving moral turpitude in relation to business dealing(s) or d) Security considerations including suspected security considerations to the Company is envisaged.

In all the above cases from (3a to 3d) a Show Cause notice as to why the Agency should not be Blacklisted will be

sent to the Agency. The notice will specify clearly the grounds for considering the Agency for blacklisting and one weeks’ time will be given to the Agency to offer their explanation. If the explanation is not found to be satisfactory

or no explanation is received from the Agency within the stipulated time period, action / approval for blacklisting

shall be taken by the company without any further notice. Period of blacklisting will be minimum for five years. In case if an Agency is registered for more than one item of supply /work, the decision regarding blacklisting

would apply to all the items of supply /works /units of the company. All the running contracts/other works with the Agency will be terminated immediately after blacklisting. Name of

the blacklisted Agency will be displayed on Company website in all units of the company. No further tenders shall

be issued to such an Agency. In-case the Agency is put on Holiday list or on blacklist or gets delisted, EMD and SD, if any, submitted by the

Agency shall stand forfeited. EMD/SD/PBG/available balance of other contracts of the same Agency shall also be considered for forfeiture, for the recovery towards any risk and cost amount, if applicable.

Note:

1. Agency shall note that all the points mentioned or stated above under Clause 1.0, 2.0 and 3.0 are only illustrative and not exhaustive. This does not prevent RCF Ltd from taking action against Agency for any other act

that may not have been mentioned or stated above but the same falls under the gamut of fraudulent activity and

considered as such by RCF Ltd.

2. If it is observed during bidding process / bid evaluation stage or during execution of contract or after execution

of contract but during defect liability period that the Agency has indulged in corrupt/fraudulent/collusive/coercive practices, the Agency shall be banned for future business dealings with RCF Ltd for a period specified in the above

referred clauses and the EMD/SD/PBG as the case may be, submitted by the Agency stands forfeited.

3. In case if an Agency has been put on holiday list or on blacklist or has got delisted in any other PSU or by Govt.

Of India, offer of such an Agency shall not be considered in RCF tenders.

Signature & Seal of the tenderer

36 | P a g e

ANNEXURE-XIII

Declaration from vendors for tax compliance related to GST

1. Vendor/Supplier/Contractor/Contractor shall ensure timely submission of invoice(s) as per rules/ regulations of

GST with all required supporting document(s) within a period specified in Contracts/ LOA to enable RCF to

avail input tax credit. Further, returns and details required to be filled under GST laws & rules should be timely

filed by supplier with requisite details.

2. Vendor/Supplier/Contractor would promptly pay GST, as per law, for the supplies made to RCF Ltd and would

upload returns within the prescribed time to enable RCF Ltd., to avail the input tax credit [ITC].

3. All necessary adjustment vouchers such as Credit Notes I Debit Notes for any short/excess supplies or revision in prices or for any other reason under the Contract shall be submitted to RCF Ltd., as per GST provisions.

4. In the event of default on his part in payment of tax and submission I uploading of monthly returns, RCF is well within its powers to withhold payments, especially the tax portion, until Vendor/Supplier/Contractor corrects the default and I or complies with the requirements of GST and produces satisfactory evidence to that effect or upon GST appearing on the Company GST portal.

5. If, as a result of any delay or default on his part, RCF Ltd., is rendered unable to avail ITC, he would, at his

own cost, get the shortcoming rectified in the return to be filed immediately thereafter.

6. In case GST credit is delayed/ denied to RCF reversed subsequently as per GST law, due to non/delayed receipt of goods and/or services and/or tax invoice or expiry of timeline prescribed in GST Law for availing

such ITC, non-payment of taxes or non-filing of returns or any other reason not attributable to · RCF, GST amount shall be recoverable from Vendor/Supplier/Contractor along with interest levied/ leviable on RCF.

7. In the event of delay getting ITC to RCF Ltd., due to reasons attributable to the Vendor/Supplier/Contractor, RCF Ltd., reserves the right to recover interest at 12% on the tax credit so available for the number of days the ITC was delayed. RCF may recover such amount from the Security Deposit or any such Deposit I Credit Balance I future payments. Accordingly, RCF will raise Invoice/Debit note on the Vendor/Supplier/Contractor.

8. RCF Ltd., reserves the right to suspend I cancel I terminate the contract in the event of frequent I multiple /

repeated defaults by the Vendor/Supplier/Contractor in complying with the above requirements as per GST

and Vendor/Supplier/ Contractor shall be put under Holiday list as mentioned in the Contract

9. In case the short coming is not rectified by the Vendor/Supplier/Contractor and RCF ends up in reversal of

credits and I or payments, Vendor/ Supplier/Contractor is fully liable for making good all the loss incurred by RCF as a result of default.

10. Advance payments Vendor/Supplier/Contractor should issue Receipt vouchers immediately on receipt of

advance payment and subsequently issue supplies along tax invoice after adjusting advance payments as per Contractual terms and GST Provisions.

11. Anti-profiteering Vendor/Supplier/Contractor agrees unconditionally that any benefit arising, either directly

or indirectly, out of implementation of GST is mandatorily passed on to RCF Ltd.

12. Anti-profiteering I Re-negotiation As far as the un-executed portion, as on 30th June, 2017, of the Contract

is concerned, it is lawful for the Company to renegotiate the compensation payable for the balance part of the contract and the Vendor/Supplier/Contractor is under an obligation to pass on the benefit arising, either

directly or indirectly, out of implementation of GST.

13. Any GST liability arising on RCF under reverse charge before actual receipt of goods and or services and/or

37 | P a g e

invoice thereof would be subject to recovery of interest leviable for the period between the date of such

liability and actual date of eligibility of ITC based on receipt of goods, receipt of invoices and other conditions specified in GST law, as applicable.

14. In case the GST rating of vendor on the GST portal/Govt. official website is negative/black listed, then the bids may be rejected by RCF. Further, in case rating of bidder is negative/black listed after award of work for

supply of goods I services, then RCF shall not be obligated or liable to pay or reimburse GST to such vendor

and shall also be entitled to deduct/recover such GST along with all penalties/interest, if any, incurred by RCF.

15. To make the ITC is available to RCF promptly, the vendor / contractor undertakes to upload scanned copy of invoice with the supporting documents in the portal specifically designed for the purpose in RCF website within

3 days of dispatch/ or 7 days completion of service from his end. Non-compliance of the same shall attract the penal clauses as may be reasonably decided RCF.

16. Any late delivery i.e. delivery after the due date attracts payment of damages by the vendor/contractor as agreed mutually. It is agreed by the Contractor that such damages become recoverable by RCF with

applicable GST thereon.

17. Any reference in the NIT to CENVAT / VAT / Service Tax and the clauses relating thereto may please be

ignored.

Signature & Seal of the tenderer

38 | P a g e

ANNEXURE-XIV

Bidder

Name :

Sl.

No.

Item Description Quantity Units Estimated

Rate

TOTAL BASIC COST

WITHOUT GST

TOTAL AMOUNT

In Words

1 Providing and laying in trenches CPVC plumbing pipes of specified outer diameter required

standard thickness including necessory fittings such as bends, tees,, elbows, vees,

reducers, clamps, plugs etc. necessory excavation trench, refilling, necessory drilling holes

in walls, / slabs, and making the good the surface etc. complete as directed by EIC.

15 mm. diameter

190.00 RMT 213.00

40470.00 INR Forty Thousand Four Hundred & Seventy Only

2 20 mm. diameter 70.00 RMT 234.00 16380.00 INR Sixteen Thousand Three Hundred & Eighty Only

3 25 mm. diameter 200.00 RMT 290.00 58000.00 INR Fifty Eight Thousand Only

4 Providing & fixing CPVC Ball Valve

15 mm. diameter 8.00 NO 115.00920.00 INR Nine Hundred & Twenty Only

5 25 mm. diameter 2.00 NO 360.00 720.00 INR Seven Hundred & Twenty Only

Total in Figures 116490.00 One Lakh Sixteen Thousand Four Hundred & Ninety

Only

Quoted Rate in FiguresSelect

0.00 Zero Only

Quoted Rate in Words

PRICE SCHEDULE

(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender.

Bidders are allowed to enter the 1) Bidder Name 2) Select Excess(+) or Less (-) and 3) Values only). The E-17 column contains both Excess (+) or Less (-), parties have to select either one of them.

NOTE :- In additiona to above value, GST will be paid extra as given by contractor in Technical Bid (or as per prevailing Govt. norms) over grand total..

INR Zero Only

Percentage BoQ

Tender Inviting Authority: SENIOR MANAGER (CIVIL), RCF THAL

Name of Work: POTABLE WATER SUPPLY AT RESERVOIR 2 & 3 FOR WASHING OF SOLAR PANELS AT RCF THAL.

Contract No: TH/CVL/WS/SOLAR PANELS/2018

Validate Print Help


Recommended