Vous êtes sur la page 1sur 61

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED

(A Government of India Undertaking)


Administrative Building, Thal, Alibag 402 208. Maharashtra, INDIA
Phone: 02141 238447 Fax: 02141 238081 Email: thalpurchase@rcfltd.com
CIN No.: L24110MH1978GOI020185

PRESS TENDER NOTICE


TENDER No: Thal/ Pur / AK -8585 Lab Furniture For Central & ETP Lab.
E-tenders are invited from manufacturers or their authorized dealer for supply of following.

Sr. No.
1.

Item Description
Lab Furniture for Central Chemical Lab & ETP Lab

Qty.
As Per Annexture III A & B

E-Tender closing date and time = 04/01/2016 at 10.30 hrs.


E-Tender (Part I) opening date and time = 04/01/2016 at 11.30 hrs.
The tender documents with specifications can be downloaded from CPP Portal and link for the same is also
available at our web site www.rcfltd.com. Website for Online bid Submission: http://eprocure.gov.in/eprocure/app.
Please note that only online bids will be accepted.
Any change in bid closing date will be published on our web site. No press advertisement will be given in press for
any change.

DY.GENERAL MANAGER (C)

1|P age

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED


(A Government of India Undertaking)
Administrative Building, Thal, Alibag 402 208. Maharashtra, INDIA
Phone: 02141 238447 Fax: 02141 238081 Email: thalpurchase@rcfltd.com
CIN No.: L24110MH1978GOI020185

PRESS TENDER NOTICE


Enquiry No : Thal/ Pur / AK-8585 Lab Furniture For Central & ETP Lab

DATE 14.12.2015

To,
Dear Sir,
You are requested to submit online bids in two bids system for the supply of the under mentioned materials subject to terms
and conditions given in the ANNEXURES enclosed herewith. Website for Online bid Submission:
http://eprocure.gov.in/eprocure/app Please quote Prices, Period of delivery with detailed specifications, relevant drawings,
pamphlet and literature wherever applicable. Please note that only online bids will be accepted.
Sr. No.
1.

Item Description
Lab Furniture for Central Chemical Lab & ETP Lab

Qty.
As Per Annexture III A & B
Dy. General Manager (Commercial)

2|P age

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED


(A Government of India Undertaking)
Administrative Building, A/P: Thal, Alibag-402208. Maharashtra, INDIA
Phone: 02141 238081/238059
Fax: 02141 238081
CIN No.: L24110MH1978GOI020185

NOTICE INVITING TENDER FOR SUPPLY OF LAB FURNITURE FOR CENTRAL


CHEMICAL LAB & ETP LAB

TENDER NO. : AK-8585 Lab Furniture For Central & ETP Lab

DATED:

14th December 2015

Important Dates
Last Date & Time for downloading of Tender documents

: 04.01.2016 up to 10.00 a.m.

Last Date & Time of Submission of e-Tender

: 04.01.2016 up to 10.30 a.m.

Date & Time of Opening of e-Tenders (Technical Bid)

: 04.01.2016 at 11.30 a.m.

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

KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED


AGAINST THIS TENDER

Contacts:
1) 24 x 7 Toll Free Telephonic Help Desk Number 1800-3070-2232. Mobile Nos 917878007972 and 91-7878007973
2) Mr. Gaurang Shaha (Tel:+91 2141 238081), e-mail: gshaha@rcfltd.com
3) Mr. Shrikant Jawale (Tel:+91 2141 238059), e-mail: snjawale@rcfltd.com
4) Mr. B. N. Srikant (Tel:+91 2141 238018), e-mail: bnsrikant@rcfltd.com

3|P age

THIS TENDER DOCUMENT CONTAINS:


Sr. No.

Documents

Item details

Pages

NIT

Instruction For Bidders

ANNEX I

Format Process Compliance

ANNEX II

Format Pre-qualification Details

10

ANNEX III

Format Technical Bid

ANNEX IV

Format Commercial Bid

ANNEX V

Modalities for e-Tendering & Special Instructions

ANNEX VI

Format Solvency Certificate

ANNEX VII

Format for Security Deposit cum Performance Bank Guarantee

ANNEX VIII

RCF approved Bankers list

10

ANNEX IX

Notice Inviting Bid General Terms & Conditions

38-46

11

ANNEX X

Vendor Data Updation Form

47-49

12

ANNEX-XI

DRAWINGS

4|P age

5-8

11-21
22
23-33
34
35-36
37

Notice Inviting Tender No.: AK-8585 Lab Furniture For Central & ETP Lab
INSTRUCTION FOR BIDDERS
This is a Notice Inviting Tender (NIT) for procurement of Lab Furniture For Central & ETP Lab
from manufacturers/suppliers/dealers meeting the specifications as specified hereinafter as per the
terms & conditions stated hereinafter:
1.01

Item Description & Quantity:

Sr.

Short Text

Lab Furniture for Central Chemical Lab & ETP Lab

Qty Required

As per Annexuture-III A & B

1.02

Delivery: preferred delivery period is 60 days from the date of PO.

1.03

EARNEST MONEY DEPOSIT (EMD) for Rs. 25,000/- is to be submitted as per following
instructions, EMD other than below mentioned format shall not be considered:

Bidder has to submit Earnest Money Deposit (EMD) in form of Demand Draft or Bid Bond in
favour of Rashtriya Chemicals & Fertilizers Ltd. payable at SBI Thal Vaishet, Branch Code
7289.
Please upload scanned copy of DD. Please ensure original DD will reach RCF Thal before tender
opening date.
If exempted from submission of EMD, then upload a valid certificate issued by
National Small Scale Industries Corporation (NSIC).
1.04

e-Tendering Procedure : The procurement 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 www.eprocure.gov.in. Bids are to be submitted on website
www.eprocure.gov.in.
Note: Terms & conditions / price clause mentioned below shall over ride the
respective term of the General Terms & Conditions (Annexure IX)
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 with EMD
and Part-II: Price Bid) in electronic form only through e-tendering system on
www.eprocure.gov.in website.

5|P age

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


1. PART-I : TECHNO-COMMERCIAL BID & EMD :
following :-

i.e. Un-priced Bid should contain

Packet:1: Scanned copy of EMD DD. OR Scanned copy of valid NSIC certificate if
exempted for submission of EMD.
Packet:2: Scanned copy of Process compliance statement (Annexure-I) printed on
bidders letter head with duly signed by appropriate authority.
Packet:3: Scanned copy of Pre-qualification Details (Annexure-II).
Packet:4: Scanned copy of self attested supporting documents against pre-qualification
criteria (Annexure-II) (i.e. PO copies, turnover certificate, bank solvency
certificate, vendor data updation form etc.)
Packet :5: Scanned copy of dully filled Technical Bid (Annexure- III-A and III-B).
Packet :6: Scanned copy of dully filled Commercial Bid (Annexure-IV).
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, taxes & duties. 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 FOR RCF Stores, Thal basis only, Blank fields in uploaded
BOQ sheet will indicate that the particular tax or duty is not applicable (not payable by
RCF). Landed cost shown in the BOQ sheet is the total amount payable by RCF and
Evaluated Cost shown in last column of BOQ sheet is the amount on which Lowest
bidder will be decided.
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)
may be submitted in your My Space option as per lowing instructions only. Bidders can take
help from RCFs 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 CA folder under
financial details of My Space documents.
2. Credit Facility Issued by Banker: 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.

6|P age

3. Purchase Orders: Scanned copy of successfully executed P.O. copies 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 dully filled Banker Details form & scanned cheque to
be uploaded in Banker Details folder of My Space documents, this information is essential
for payment transactions.
5. Miscellaneous Docs: Please submit scanned copy of PAN Card, Sales Tax Registration
Certificate (VAT/CST), Central Excise Registration Certificate, Service Tax Registration
Certificate & Company Registration Certificate as applicable. Please upload each scanned
certificate in respective folder under Certificate details of My Space Documents.
1.05

Payment Term: 100% payment will be made within 30th days of complete supply of material at
our RCF stores (subject to acceptance of material and submission of SD) and installation of the
furniture duly certified by our officials. Please note that RCF will not accept any payment
term deviation in your offer (BOQ) and Evaluation of your offer shall be done
considering 30 days payment term only, however following option can be considered at
sole discretion of RCF after placement of order (supplier needs to submit request letter
separately after receipt of PO for early payment with deduction of discount as per following
options). Advance payment term is not acceptable and will lead to rejection of offer.
Early payment with discounting: If supplier need payment before 30 days from the
delivery date, then same can be released with the deduction of early payment discount
@12% per annum i.e. payment on 15th day can be released with deduction of 0.5% early
payment discount on total payable amount (invoice amount). Payment against delivery can
be released with the deduction of 1% early payment discount on total payable amount.
For payments through bank, all bank charges of suppliers Bank shall be to suppliers
account, payment term other than 30 days credit shall be released as per above Early
payment discounting provision. e.g. payment against dispatch document through bank shall
be released with 1% discount on total billed amount.

1.06

Part Order Quantity: RCF reserves the right to split the tendered quantity in part or whole
without assigning any reason. Order shall be placed on overall lowest basis.

1.07

Bid Validity: The bid should be valid for a period of 90 days from the date of opening of the
tender. Offers with less bid validity shall be rejected outright.

1.08

Taxes & Duties: Bidder should clearly mention all duties & taxes in price bid i.e. in BOQ sheet
only. Your offer should be FOR RCF stores basis only. Packing & Forwarding, Excise duty, Sales
tax, Freight, Insurance & Octroi charges to be paid by RCF should be clearly mentioned in Price
Bid. In case any taxes, duties are not clearly specified in price bid then it will be presumed that
no such tax/levy is applicable or payable by RCF. Blank field in BOQ (Price Bid) shall be treated
as Inclusive in Basic Price of item.

1.09

Liquidated Damages (LD): LD shall be applicable for delayed supplies @ % of total value
of PO per week or part thereof subject to maximum of 5 % of total order value.

1.10

Statutory Variation Clause: Any variation in statutory levies/taxes within the contractual
delivery period shall be to RCFs account & beyond contractual delivery period, upward variation
shall be to Suppliers account.

1.11

Security Deposit (SD): Successful bidder will have to submit Security Deposit for 10% of
contract value either in the form of Bank Guarantee as per RCF's format (Annexure VII) or
through RTGS/NEFT, this SD should be valid for entire period of delivery. This is to be submitted

7|P age

within 15 days of placement of order. The Bank Guarantee should be from the Bank out of RCF
approved Bankers as per the list attached at Annexure -VIII.
1.12

e-Reverse Auction: e-Reverse Auction shall be conducted for finalization of contract, order
shall be placed on item wise lowest basis. Techno-commercially qualified bidders shall only be
allowed to participate in the e-Reverse Auction. E-reverse auction is mandatory.

8|P age

ANNEXURE - I

Process Compliance Form


(Tenderers are required to print this on their companys letter head and sign, stamp before uploading in Packet-2
of Part-I bid)

To
M/s. RCF Ltd.
Attention :
Sub: Acceptance to the Process related Terms and Conditions for the e-Tendering & eReverse Auction
Dear Sir,
This has reference to the Terms & Conditions for e-Tendering & e-Reverse Auction
mentioned in the NIT No.: AK-8585 Lab Furniture for Central & ETP Lab.
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 and E-Ra.
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 also confirm that we will undergo the training by RCFs SERVICE PROVIDER on the auction tool and
the functionality of the same.
8) We confirm that RCF and RCFS SERVICE PROVIDER shall not be liable & responsible in any manner
whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet
connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances
etc. before or during the auction event.
9) We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted price as
per FORMAT B Price Confirmation after the closing of reverse auction event.

With regards
Signature with company seal
Name
Company / Organization
Designation within Company / Organization
E-mail Id:
Tel no:.
Mobile no. :
9|P age

ANNEXURE II

Pre-qualification Details (to be submitted in packet 3 of part-I)

(NOTE: Please fill the details in front of each criteria mentioned below and upload this Annexure in packet 3 of partI). Please upload signed & stamped copies of supporting documents in packet 4 of part-I. Incomplete form or nonsubmission of documents to verify details may results into rejection of your offer, no communication shall be done
for submission of documents)
NAME OF BIDDER: .

Pre-qualification Criteria

Sr.

Party shall be either manufacture or authorized dealer of the lab furniture and should have supplied lab furniture to any
laboratory attached to Fertilizer industry, Chemical industry and Research and Development department in last seven years.
Incase PO is from authorized dealer, party shall submit authorization certificate.
P.O. Copy of Lab Furniture supplied in last 7 years from the date of tender satisfying minimum one criteria mentioned below:

a. Criteria 1: Single PO of min. Rs.32.00 Lakhs.


b. Criteria 2: Two POs of min. Rs.20.00 Lakhs.
c. Criteria 3: Three POs of min. Rs.16.00 Lakhs.

( Fill details as per any one criteria mentioned above i.e. a or b and submit PO copies in packet 4 for verification )
Kindly submit self-attested supporting documents for the details given above. Performance certificate of executed order is desired. Else
kindly give contact details for the executed orders.
Sr.

PO No. & Date

PO Quantity (Kgs.)

Name of Customer

1
2
3

Turnover during last three financial years ( Required minimum Avg. turnover of Rs. 12.00 lakh)
(Please submit Turnover Certificate issued by your CA for following Financial years in packet 4 for verification OR submit P&L
statements of following years in Balance sheet folders of each year )

Sr.

Financial Year

2012-13

2013-14

2014-15

Amount (Rs.)

Average Turnover for 3 years =

Bank Solvency Certificate

(Minimum Rs. 16.00 lakh) ) Issued by your


banker within last one year of Tender i.e.
after 01.04.2015. or credit ratings from
reputed institution such as CRISIL, ICRA
etc., or Financing/Credit limits from banks as
on date etc.
Please upload this certificate in packet 4

Name of Bank:
Certificate date:
Solvency Value:

SIGNATURE WITH STAMP

Kindly submit self-attested supporting documents for the details given above.

10 | P a g e

TECHNICAL REQUIRMENTS FOR CENTRAL CHEMICAL LAB

Specifications:
1) All material of the Laboratory furniture should be made from prime quality CRCA (cold rolled cold
annealed) steel, pretreated ( degreased, zinc phosphate as per IS-6005 1998) , oven baked, sand
blasted, primed and epoxy powder coated in required color having powder coat thickness min. 80
micron (ASTM-D1186 (93)).
2) Clearance from ground for all tables should be minimum 150 mm.
3) The supplier should furnish samples of each type (worktop, color shed) showing material of
construction, core material and color shade of table get approved from CM Lab.
4) Inspection on site may be carried out by RCF officials in between work, to see the progress of work
and quality.
5) The compliance statement of specifications, drawings and documentary evidences to be submitted
along with offer.
6) Each cantilever leg shall have adjustable threaded foot of non-abrasive material such as tough plastic,
Nylon.
7) The selected manufacturer must give warranty for a minimum period of 3 years.
8) Supplier should also replace the damaged parts either during the transit or installation.
9) Party shall quote AMC rate for the maintenance and other furniture of fuming hood for the period of
two years after the warranty period.
10) The fume hood shall be tested by a third party as per the (ASHRAE)American Society of Heating,
Refrigerating, and Air Condition Engineers Standard 110-1995 and BS EN-14175. Party shall enclose
the certificate.
Work Surface:

1) Material: Table top should be 20 mm +/- 1 mm thick granite and shall rest on Neoprine strips with
water resistant Glue. Granite surface shall have suitable chemical resistant coating.
Drawers: The movement of all drawers shall have telescopic channels for smooth and free movement.
Hardware:Door and drawer pulls are made from chemically resistant material.

1) Hinges are removable, heavy duty pivot type with corrosion resistance material.
2) Locks, where shown or specified, are of heavy duty type with corrosion resistance material.
3) All electrical appliances should be standard, branded make with ISI mark.
Metal Gauges:

Metal gauges of common cabinet component shall be of adequate strength, durability, corrosion
resistance and having standard dimension as follows,
20 Ga. Cold rolled steel: Door panel interior, Filler panels, Enclosures, Shelves,
18 Ga. Cold rolled steel: Door panel exterior, case tops, bottoms, bases, backs, Vertical posts,
Uprights
16 Ga. Cold rolled steel: Top front rails, Intermediate horizontal rails, Table legs
Aprons and frames, Leg rails
14 Ga. Cold rolled steel: drawer suspensions, drawer tracks, cabinet tracks
11 Ga. Cold rolled steel: Leveling screw mounting plate.

11 | P a g e

Scope of work During Installation.


1) Party should remove existing furniture and install new one without disturbing the analysis.
2) The party shall take actual site measurement prior to manufacturing and installation of the
furniture.
3) Party shall make arrangement of loading and unloading the furniture and transporting it from
place storage/manufacture to the installation site.
4) Party shall remove debris, dirt and rubbish accumulated as a result of installation/commissioning
of lab furniture and accessories.
5) All Installation shall be completed within forty five days.
6) Party shall visit the site to better understand the requirement before submitting the offer.

12 | P a g e

TECHNICAL REQUIRMENTS FOR ETP LAB.

Specifications:
1) All material of the Laboratory furniture should be made from prime quality CRCA (cold rolled
cold annealed) steel, pretreated ( degreased, zinc phosphate as per IS-6005 1998) , oven baked,
sand blasted, primed and epoxy powder coated in required color having powder coat thickness
min. 80 micron (ASTM-D1186 (93)).
2) Clearance from ground for all tables should be minimum 150 mm.
3) The supplier should furnish samples of each type (worktop, color shed) showing material of
construction, core material and color shade of table get approved from CM Lab.
4) Inspection on site may be carried out by RCF officials in between work, to see the progress of
work and quality.
5) The compliance statement of specifications, drawings and documentary evidences to be submitted
along with offer.
6) Each cantilever leg shall have adjustable threaded foot of non-abrasive material such as tough
plastic, Nylon.
7) The selected manufacturer must give warranty for a minimum period of 3 years.
8) Supplier should also replace the damaged parts either during the transit or installation.
9) Party shall quote AMC rate for the maintenance and other furniture of fuming hood for the period
of two years after the warranty period.
10) The fume hood shall be tested by a third party as per the (ASHRAE) American Society of
Heating, Refrigerating, and Air Condition Engineers Standard 110-1995 and BS EN-14175. Party
shall enclose the certificate.
Work Surface:

1) Material: Table top should be 20 mm +/- 1 mm thick granite and shall rest on Neoprine strips with
water resistant Glue. Granite surface shall have suitable chemical resistant coating.
Drawers: The movement of all drawers shall have telescopic channels for smooth and free movement.
Hardware:
1) Door and drawer pulls are made from chemically resistant material.
2) Hinges are removable, heavy duty pivot type with corrosion resistance material.
3) Locks, where shown or specified, are of heavy duty type with corrosion resistance material.
4) All electrical appliances should be standard, branded make with ISI mark.
Metal Gauges:

Metal gauges of common cabinet component shall be of adequate strength, durability, corrosion
resistance and having standard dimension as follows,
20 Ga. Cold rolled steel: Door panel interior, Filler panels, Enclosures, Shelves,
18 Ga. Cold rolled steel: Door panel exterior, case tops, bottoms, bases, backs, Vertical posts,
Uprights
16 Ga. Cold rolled steel: Top front rails, Intermediate horizontal rails,Table legs
Aprons and frames, Leg rails
14 Ga. Cold rolled steel : drawer suspensions, drawer tracks, cabinet tracks
11 Ga. Cold rolled steel : Leveling screw mounting plate

13 | P a g e

Scope of work During Installation.


1) Party should remove existing furniture and install new one without disturbing the analysis.
2) The party shall take actual site measurement prior to manufacturing and installation of the
furniture.
3) Party shall make arrangement of loading and unloading the furniture and transporting it from
place storage/manufacture to the installation site.
4) Party shall remove debris, dirt and rubbish accumulated as a result of installation/commissioning
of lab furniture and accessories.
5) All Installation shall be completed within forty five days.
6) Party shall visit the site to better understand the requirement before submitting the offer.

14 | P a g e

ANNEXURE-III-A
CENTRAL LAB FURNITURE CONSISTING OF FOLLOWING ITEMS:
WET ANALYSIS ROOM
Island Table with rack
Total Tables : 6 (1,2,3,4,5,6)

Total
6

Three tables having following dimensions(1,2,3)


3

A)
Dimensions:
Rack on table:
Dimensions:
Under bench
cabinets:

( L 3500 x W 1500 x H 850 ) mm


One on each table.
( L 3500 x W 250 x H 700 ) mm

For each table


Drawers (8 drawers on each side of table)
Storage cabinet with 2 compartment and 1
shutter (8 cabinets on each side of table)

48

REF DRAW
WET-DRAW1
WET-DRAW2

48
Two tables having following dimensions: (5,6)
2

b)
Dimensions:
Rack on table:
Dimensions:
Under bench
cabinets:

WET-DRAW4

( L 2400 x W 1500 x H 850 ) mm


2
( L 2400 x W 250 x H 700 ) mm
For each table
Drawers ( 4 drawers on each side of table)
Storage cabinet with 2 compartment and 1
shutter (4 cabinets on each side of table)

16

16
One table having following dimensions (4)
1

c)
Dimensions:
Rack on table:
Dimensions:
Under bench
cabinets

( L 2100 x W 1500 x H 850 ) mm


1
( L 2100 x W 250 x H 700 ) mm

Drawers ( 4 drawers on each side of table)


Storage cabinet with 2 compartment and 1
shutter (4 cabinets on each side of table)

8
15 | P a g e

WET-DRAW3

Common accessories for above 6 tables:


Table Top
Thick granite table top 20 mm 1 mm
Electrical points
Electrical sockets of 5 / 15 AMP with
switches (4 on each table)
Sink (Inbuilt)
Dimensions:
Water faucets

One for each table (at one end of table)


( L 400 x W 350 x H 250 ) mm
Single way with goose neck for above sink

Wall mounted Ceramic sink


Dimensions
(L 515 x W 375 x H 145 ) mm
Water faucets
Three way with goose neck for above sink

Under Bench
Cabinet

16 | P a g e

The dimension of all under table benches to


be calculated equally as per the sizes of
various table.

24
6
6

4
4

INSTRUMENT ROOM
Total Tables
Total Tables : 6 (1, 2, 3,4,5,6 )
Dimensions
Table 1
( L 3400 x W 900 x H 850 ) mm
Table 2
( L 10600 x W 900 x H 850 ) mm
Table 3
( L 5500 x W 900 x H 850 ) mm
Table 4
( L 4000 x W 900 x H 850 ) mm
Table 5
( L 3450 x W 1500 x H 850 ) mm
Table 6
( L 6800 x W 1500 x H 850 ) mm
Wall mounted Ceramic sink
Dimensions
(L 515 x W 375 x H 145 ) mm
Water faucets
Three way with goose neck for above sink
Under bench
cabinet

Table Top
Electrical point

17 | P a g e

One unit of under bench cabinet compromises


1) 52 cm space for drawer (5 drawer)
2) 55 cm space open space for pull out tray for
keyboard
3) 52 cm space for 1 drawer and 1 shutter and 1
no. of adjustable shelf
4) Under bench cabinet of above size are equally
distributed under the various table.
Thick granite table top 20 mm 1 mm
Electrical sockets of 5 / 15 AMP with switches
Total point = 20

REF DRAWING
INSTR-DRAW-1

INSTR-DRAW-2

BAG ANALYSIS ROOM


REF DRAWING
BAG-DRAW-1

Total Tables : 2 (A, B )


Table A
Dimension
Under Bench Cabinet

Table B
Dimension
Under bench cabinets:

BAG-DRAW-2
( L 900 x W 650 x H 800 ) mm
One
1) Cabinet have two vertical glass shutter
2) One half part is divided by adjustable shelf
3) Arrangement for pull out writing table.
BAG-DRAW-3
( L 1600 x W 650 x H 800 ) mm
Two
1) Table is divided into 4 equal part ( each part is 40 cm )
2) Arrangement for pull out writing table.
3) half part (80 cm ) is considered as one under bench
cabinet
UBC 1( 80 cm length) have following feature
1) Cabinet have two vertical glass shutter
2) One half part is divided by adjustable shelf
3) Arrangement for pull out writing table.
UBC 2 (80 cm length) have following feature
1) Cabinet is vertically divided into two equal part with
adjustable shelf.
2) Above two part again horizontally divided into two part
by adjustable horizontal shelf

Common accessories for above tables:


Table Top
Thick granite table top 20 mm 1 mm
Electrical points
Electrical sockets of 5 / 15 AMP with switches (2 on
each)

18 | P a g e

FUME HOOD:
1

Structure

SUPER STRUCTURES: 5 FEET

Dimension

( L 1500 x W 900 x H 1500 ) mm

Shutter:

Vertical sliding tuffen glass door

Electrical Point

Flame / Fire proof electric socket of 5 / 15


amp with switches (2 no. in each fume hood)

Lighting arrangement

Starter

Sufficient illumination of twin LED lights in


each fume hood with switches
For operation of fume hood 3 phase motor
(heavy duty). With Single phasing, Overload
and Earth fault protection.

Motors

8
9

Cabinate

1 HP 2800 RPM 3 phase energy efficient


motar
Apparatus storage cabinet 750 mm width

Flexible tubing service valve

Raw water

Compressed air
Nitrogen

1
1

BLOWER:

Low noise centrifugal blower


PP+FRP lined blower shall be M.S. with 2
coats of Enamel painting
Dynamically balanced

DUCTING:

10 Inch diameter ducting

Separate FRP(Fire Retardant) lined


Polypropylene sheets( 3mmFRP+ 3mm PP)
with flanges, bends, branch entries, canvas
connections, supports, ss hardwares
Ducting approximately 10 inch diameter
above Terrace of 1 floor at 10 feet height.
RAIN
HOOD

19 | P a g e

Strong and durable should withstand to


heavy rain and strong wind flow.

Anti vibration table


Total no. of table

Dimension of 3 no. table:


(600 x 600 x 900) mm
Dimension of 6 no. table:
(900 x 600 x 900) mm

Table top :

granite
table top

Thick granite table top 20 mm 1 mm


& shall have suitable chemical
resistant coating

Other lab accessories


Revolving stool
Revolving stool with height adjustment & back support

SIGNATURE WITH STAMP

20 | P a g e

ANNEXURE-III-B
ETP LAB FURNITURE CONSISTING OF FOLLOWING ITEMS:
Sr.
No.

ITEM

ISLAND TABLE WITH RACK


TOTAL TABLES NO.3 (1,2,3)
THREE TABLES HAVING FOLLOWING DIMENTIONS:
1) TABLE No.1 DIMENTIONS: (L 4500 XW 1500 X H 850)mm. DRAWING No.1
2) TABLE No.2 DIMENTIONS: (L 6000 XW 800 X H 850)mm. DRAWING No.2
3) TABLE No.3 DIMENTIONS: (L 2000 XW 800 X H 850)mm. DRAWING No.3
RACK ON EACH TABLE:(L3750XW300XH650)mm. FOR TABLE No.1 DRAWING No.1
CERAMIC SINK: 3 ( THREE)
DIMENTIONS: ( L 400 X W 270X H 150)mm
WATER FAUCETS: THREE WAY WITH GOOSE NECK FOR ABOVE SINK
UNDER BENCH CABINATE: ONE UNIT OF UNDER BENCH COMPROMISES.
1)
2)
3)
4)

52cm SPACE FOR DRAWER.


55cm SPACE OPEN SPACE FOR PULL OUT TRAY FOR KEYBOARD.
52cm SPACE FOR 1 DRAWER & 1 SHUTTER &1 No.OF ADJESTABLE SHELF.
UNDER BENCH CABINET OF ABOVE SIZE ARE EQUALLY DISTRIBUTED
UNDER THE VARIOUS TABLES.

TABLE TOP: THICK GRANITE TOP20MM +_ 1MM


ELECTRICAL POINTS: ELECTRICAL SOCKETS OF 5/15AMP WITH SWITCHES.
TOTAL POINT= 7.

SIGNATURE WITH STAMP

21 | P a g e

Quantity

ANNEXURE- IV
COMMERCIAL BID
( KINDLY FILL THIS SHEET AND SUBMIT IN PACKET-6 OF PART-I )

BIDDERS NAME:
NOTE: Please note that any blank field left in the preceding confirmation box will be treated as Agreed only for
offer consideration.
BIDDER CONFIRMATION
NO.

DESCRIPTION

(Please put in front of your


confirmation)

Please ensure original EMD DD of Rs.25,000/- will reach RCF Thal


before tender opening date. If original DD is not received before
tender opening date your will be rejected.

AGREED

LIQUIDATED DAMAGES CLAUSE FOR LATE DELIVERY @ 0.5% PER WEEK OR PART
THEREOF SUBJECT TO MAXIMUM OF 5% OF TOTAL P.O./CONTRACT VALUE.

AGREED

2
3

PAYMENT TERM: 100% PAYMENT WILL BE MADE WITHIN 30 DAYS OF COMPLTE SUPPLY AND AGREED
INSTALLATION OF THE FURNITURE DULY CERTIFIED BY OUR OFFICIALS.
DISAGREED

DISAGREED

DISAGREED

SECURITY DEPOSIT CLAUSE:


SUCCESSFUL BIDDER WILL HAVE TO SUBMIT THE SECURITY DEPOSIT, FOR 10% OF ORDER
AGREED
VALUE, WITHIN 15 DAYS FROM RECEIPT OF PO, THROUGH RTGS/NEFT OR IN THE FORM OF
DISAGREED
BANK GUARANTEE AS PER RCF FORMAT FROM RCF APPROVED BANKER COVERING PERIOD FOR
DELIVERY.
AGREED
FIRM PRICE: PRICE SHALL REMAIN FIRM THROUGH OUT CONTRACT PERIOD
DISAGREED

STATUTORY VARIATIONS: ALL STATUTORY VARIATIONS DURING CONTRACT PERIOD SHALL AGREED
BE TO RCFs ACCOUNT AND BEYOND CONTRACT PERIOD TO YOUR ACCOUNT
DISAGREED

DELIVERY PERIOD: MAXIMUM DELIVERY PERIOD FOR SUPPLY (IN NO. OF DAYS) AFTER
RECEIPT OF INTIMATION FROM RCF. PREFFERED DELIVERY PERIOD IS 60 DAYS FROM THE
DATE OF INTIMATION.

YES
WHETHER THE PARTY IS REGISTERED UNDER MICRO/SMALL/MEDIUM ENTERPRISES ACT 2006
(PLEASE FURNISH THE PROOF)
NO

WHETHER THE PROPRITARY OF MSME ENTERPRISE IS FROM SC/ST CATEGORY


(PLEASE ATTACH CAST CERTIFICATE ISSUED BY COMPETANT AUTHORITY)
PARTICIPATION IN E-REVERS AUCTION IS MANDATORY. BIDDERS SHALL HAVE TO CONFIRM

10 THE SAME.

YES
NO
AGREED
DISAGREED

11 Un-conditional Acceptance of all the NIT terms and conditions .

SIGNATURE WITH STAMP

22 | P a g e

..DAYS

AGREED
DISAGREED

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

23 | 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. You are requested to submit your offer on FOR RCF Stores basis & for payment term 30 days
credit as per NIT. Costs which are payable extra by RCF in addition to Basic price of material
should be clearly mentioned in respective white cells of BOQ sheet, blank fields/cells in BOQ sheets
will be treated as Included in basic rate of material.

3. Kindly fill data in fields of BOQ Sheet as per following Instruction only:
Bidders Name: Kindly put complete name of bidding firm/company
Basic Price: Kindly put the Basic rate per unit e.g. Rs. 500 per Item in white cell in front of
each item you want to quote.
Packing & Forwarding: Kindly quote Packing and forwarding charges if payable extra on total
basic rate of each item, please quote in % of basic Rate. Example: for 2% P&F charges
enter 2 in the field of P&F charges (do not enter % key in this field)
Excise Duty: Kindly quote Excise Duty if payable extra on total basic rate of each item, please
quote Excise duty in % inclusive of Education & Higher Education cess. Excise duty will be
applicable on basic rate + Packing & forwarding charges. Example: for 12.5% excise duty
enter 12.5 in the field of excise duty (Do not enter % key in this field)
VAT: This field is applicable for suppliers supplying material within Maharashtra, kindly put
applicable rate of Maharashtra VAT in front of each item in % only e.g. 5% , 12.5% etc.
Please note that RCF considers VAT setoff during evaluation of your offer. Example: for 5%
VAT enter 5 in the field of VAT (Do not enter % key in this field)
CST: This field is applicable for suppliers supplying material from outside Maharashtra against
form-C, kindly put applicable rate of CST against form-C in front of each item in % only
Example: for 2% CST enter 2 in the field of CST ( do not enter % key in this field)
Freight Charges: Please note that supplier will have to deliver the material up to RCF stores
(FOR RCF Stores basis) and all charges including Transportation, loading & unloading of
material shall be to suppliers account. If freight charges are payable extra on Basic rate then
put applicable freight charges as per above in front of each item in % only. If material is to
be delivered on to pay basis then mention door delivery charges including loading &
unloading charges in this field.
Insurance Charges: If insurance charges are payable extra to you (vendor) by RCF then put
insurance charges in % in this filed. If insurance is to RCFs account then put 1 (one) in
this field. Blank field will be considered as insurance charges are included in basic rate of
item.

4. Please note that lowest bidder (L1) will be decided based on Total Evaluated cost shown in last
column of sheet and total Landed cost is the amount payable to supplier.

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

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

24 | 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 f
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/Subdivisional 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 MSEs . 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 .
25 | 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)/ Tender cost and Security Deposit (SD) 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/eprocure/app) or can be obtained from the Office of Dy. General
Manager (Purchase)/ Dy. General Manager Commercial ).
ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.
Additionally, MSEs registered with NSIC shall be exempt from paying Security Deposit up to the
monetary limit mentioned in the certificate.

26 | P a g e

D. PROCEDURE FOR AWARD OF PURCHASE OR SERVICE CONTRACTS THROUGH eREVERSE


AUCTION (eRA)
The following shall be the general procedure for carrying out the process of procurement and award of
purchase / service contracts through eReverse Auction (eRA) route. The procedure given hereunder may
be changed/modified, from time to time due to operational, legal or other compliance requirements. The
guidelines given below are to be read and understood carefully before submission and acceptance to the
same in the attached prescribed Process Compliance Form (Annexure I) along with the Technical and Unpriced Commercial Bid.
(A) General guidelines:
1) The bidders shall be, initially, required to submit their offers in 3 separate envelopes,
a. 1st envelope shall contain EMD PAYMENT DETAILS wherever called for
b. 2nd envelope shall contain Technical & Un-priced Commercial Bid
c. 3rd envelope shall contain Price Bid
The eRA process of finalization of award of a contract shall have three stages. In Stage I envelope 1st will
be opened and envelope 2nd will be opened subject to receipt of EMD wherever called for. In Stage II
envelope 3rd will be opened. Both these stages are physical (paper) document stages. In Stage III, eRA will
be conducted and is the decisive stage for finalization of the tender as per NIT .
2) The Technical & Un-priced Commercial Bid shall also contain the Process Compliance Form (Annexure
I) duly signed by the bidder, confirming acceptance of all the terms for participating in the Reverse Auction.
Non-acceptance / Non-submission of the Process Compliance Form shall be a basis for rejection of the
offer and the tenderer will not be eligible to participate in the eRA.
3) The first part of the offer, Technical & Un-priced Commercial Bid, shall be opened on the due date and time
as per the NIT. Wherever NIT terms provide, the bids will be opened in the presence of the representatives
of those bidders who choose to remain present.
4) After opening of the Technical & Un-priced Commercial bids, same shall be scrutinized for technical and
commercial acceptability including the prequalification criteria (the existing pre-qualified suppliers shall be
exempt from these criteria during their validity period). The offers not fulfilling the techno-commercial
conditions as per the NIT shall be rejected outright.
5) The offer, which are technically and commercially acceptable including prequalification criteria, shall be
eligible for price bid opening and all such techno-commercially acceptable tenderers, shall be considered at
par. Wherever the NIT so provides, the Company will intimate the qualified tenderers about due date and
time of price bid opening and the bidders have the option of attending such opening of the Price Bids. The
offers will be evaluated as per the evaluation procedure mentioned in the NIT.
6) After opening the price bids and arriving at the lowest evaluated cost to RCF, the tenderers whose price bids
have been opened shall be required to participate in the eRA event conducted by the RCFs Service
Provider.
7) The Lowest Evaluated Cost or Unit Rate obtained amongst the Price Bid opened in Stage II will generally be
the Opening Bid Price (OBP) for eRA.

27 | P a g e

(B) General Terms and Conditions of eRA :


1. For the reverse auction, technically and commercially acceptable tenderers and whose price bids
have been opened only shall be eligible to participate.
2. RCF will inform the tenderers in writing the details of service provider including contact details to
enable them to contact and also to obtain any clarification / training on the modalities of eRA.
3. Present RCFs service providers contact details are enclosed as Annexure-C
4. Business rules like event date, time, start price, bid decrement, extensions, etc. will be communicated
by the service provider as advance intimation forparticipation in eRA process.
5. Tenderers have to enclose the duly signed & filled-in compliance form in the prescribed Process
Compliance Form (Annexure- I) along with the Technical & un-priced commercial bid. Nonacceptance / Non-submission of the Process Compliance Form shall be a basis for rejection of the
offer and such tenderer will not be eligible to participate in the eRA.
6. It is mandatory for tenderer to have a valid digital signature certificate (Class-II or Class-III
issued in the name of Company) issued by any of the valid Certifying Authority approved by
Government of India for participation in the Reverse Auction event at the time of submission
of offer. Further the tenderer shall ensure that said digital signature has \enough future
validity period to facilitate the tenderer to participate in the eRA. Accordingly, wherever, the
validity is expiring, the tenderer shall take due care to get it extended before its expiry. The
cost of obtaining such digital signature shall be borne by respective tenderer. As valid digital
signature is one of the pre-condition for participation in eRA event, if any tenderer does not have valid
digital signature or the same has expired on the date of eRA event, he will not be eligible to
participate in the eRA event.
7. E-reverse auction shall be normally conducted at evaluated cost unless otherwise mentioned clearly
in Notice inviting Tender. RCF will provide the evaluation sheet (e.g.: EXCEL sheet) to each tenderer,
wherever required, before the start of reverse auction to arrive at Evaluated Cost to RCF as detailed
in NIT.
8. Reverse auction will be conducted on scheduled date & time as fixed by RCFs service provider, in
consultation with RCF. The RCFs service provider will communicate the schedule to the eligible
tenderers.
9. At the end of eRA, the evaluated cost of the lowest tenderer will be displayed on the auction website.
10. The lowest tenderer has to fax / e-mail the price confirmation of the final bid price through duly filledin and signed/scanned Format B Price Confirmation Form (Annexure B) to RCF immediately
after closing of eRA event.
11. The reverse auction will be treated as closed only when the bidding process gets closed in all
respects for the item listed in the eRA event.
(C) Business Rule for finalization of the tender under eRA :
1. It shall be the responsibility of the tenderer to be ready for eRA with all the requirements including valid
digital signature.
28 | P a g e

2. Valid Digital Signature certificate is mandatory for login in to the eRA site and further participation in eRA.
3. The tenderer shall be assigned a Unique User Name(Login ID), Password & Alias Name by RCFS
SERVICE PROVIDER for each event. This will be communicated by email at the time of intimation of date
and time of the event. Tenderers are advised to change the Password and edit the information in the
Registration Page after the receipt of initial Password from RCFS SERVICE PROVIDER to ensure
confidentiality.
4. All bids made from the Login ID given to tenderer will be deemed to have been made by them.
5. e-Reverse Auction (eRA) [ON-LINE BIDDING ON INTERNET] shall be conducted by RCF through its
duly appointed service provider, on pre-specified time & date. The tenderers shall have to log into the
tender site and take part in eRA from their own offices/ place of their choice. Internet connectivity and
other paraphernalia requirements shall have to be ensured by tenderers themselves.. In order to wardoff
such contingent situation like internet connectivity failure, power failure etc., tenderers are requested to
make all the necessary arrangements / alternatives whatever required so that they are able to circumvent
such situation and still be able to participate in the reverse auction successfully. However, the tenderers
are requested not to wait till the last moment to quote their bids to avoid any such complex situations. It is
to be noted that either RCF or RCFS SERVICE PROVIDER shall not be responsible for these
unforeseen circumstances.
6. RCF shall not have any liability to tenderers for any interruption or delay in access to the site irrespective
of the cause.
7. RCFS SERVICE PROVIDER shall arrange to train and / or provide clarifications to the nominated
person(s) of the tenderer, if required and if requested for, by the tenderer, without any cost, specifically for
the tenderers who will participate 1st time in eRA. The training / clarifications can be obtained by the
tenderers on followings:
(i) Methods to enter in the system of RCFs eRA through Internet by using Login Id, Password and
Alias Name.
(ii) The significance of various text boxes displayed on the screen for bidding during eRA.
(iii) The methods and sequences of filling of Text boxes in the website and submitting the same.
(iv) The methods of entering the decreasing price bids.
Service provider shall explain all the Rules related to the Reverse Auction mentioned in the Business
Rules Document to be adopted, as per NIT. The tenderer has to approach for such training and for such
clarifications, if any to service provider well in advance. The declared events will not be postponed for
this.
8. The tenderer will be able to view the following on the Auction site screen along with the necessary fields
in the Reverse Auction:
a.
b.
c.
d.
e.
f.
g.
h.
i.
29 | P a g e

Auction date
Start time
Duration of the Event
Auto Auction Extension clause / rule
Balance Time Available in minutes
Opening Bid Price
Decrement Value.
Leading Bid in the Auction (Current Lowest Bid Price)
Bids placed during the event

9. BID PRICE: The Tenderer has to quote the Evaluated Cost to RCF for the items specified. Any technocommercial loading, to arrive at the Evaluated Cost to RCF, shall be intimated to tenderers prior to eRA
event in the form of Evaluation sheet. The detailed evaluation procedure of bids is mentioned in the NIT.
10. e-Reverse Auction: RCF will declare its Opening Bid Price (OBP), which shall be displayed to all
tenderers during the start of the Reverse Auction. The tenderer will be required to start bidding after
announcement of Opening Price and decrement amount. OBP displayed on screen is the Evaluated Cost
to RCF. The offered bid price shall be a price lower than start bid price or the leading bid price(current
lowest price when auction is on) by one decrement value or multiples of the decrement value. The
process shall be repeated till the end of the auction. Any bid offer is made with reduction other than in
one decrement value or multiples of the decrement value, will be treated as invalid bid and will be
rejected in the eRA.( For example : Say OBP is Rs 100000, decrement value is Rs 100 or multiple of Rs
100, then 99900, 99200, 89000,88900 etc are examples of valid bid, where as 99850, 99225, 89123 etc
are examples of invalid bids).
11. Reverse Auction shall be for a period of 60 minutes or as per RCFs requirement. If a tenderer places a
bid in the last 5 minutes of closing of the Reverse Auction and if that bid gets accepted, then the duration
of the auction shall get extended automatically for another 5 minutes, from the time that bid comes in
and such auto-extension will be continued till the bid is received & accepted in such extended 5 minutes.
If the bid does not get accepted in last 5 minutes, the auto-extension will not take place. In case, there is
no bid in the last 5 minutes of closing of Reverse Auction, the auction shall get closed automatically
without any extension. However, tenderers are advised not to wait till the last minute or last few
seconds to enter their bid during the last five minutes/auto extension period to avoid
complications related with internet connectivity, network problems, system crash down, power
failure, etc. which ultimately leads to non acceptance of such offer.
12. The bidding of the prices on-line in eRA shall be carried out with utmost care by the tenderers.
13. Bids once made by tenderer, cannot be cancelled or withdrawn or modified.
14. After the completion of eRA, the Closing / Final Bid Price (CBP) shall be available on auction screen.
15. At the end of the Reverse Auction, L1 tenderer (i.e. tenderer who has quoted lowest final closing bid price
in the eRA event) has to provide price confirmation giving a detailed break up through email or fax on
tenderers letterhead ( physical/scanned) immediately as per attached prescribed FORMAT B Price
Confirmation Form (Annexure -B). In case the tender involved bidding for total evaluated cost for more
than one item, the percentage reduction received in eRA Final Bid Price shall be applied equally to all the
items included in the total evaluated cost.
16. During Reverse Auction, if no bid is received within the specified time, RCF, at its sole discretion, may
decide to reschedule / scrap the Reverse Auction process / proceed with conventional mode of tendering
/ or finalize the tender based on Price Bid received and opened in Stage-II, after negotiation or without
negotiation, with L1 bidder at the Stage II or re-float the tender.
17. Placement of order on the conclusion of Reverse Auction shall be at the discretion of RCF. The bidders
are to note that lowest Bid Price obtained on the conclusion of the eRA may not be the only criteria for
awarding a contract.
18. RCF may, at its sole discretion, cancel the eRA event or the tender itself, before, during or after the eRA
event.
30 | P a g e

19. RCF reserves the right to negotiate, if required, with L1 bidder even after conclusion of the eRA, at RCFs
sole discretion.
20. A repeat eRA will not be conducted, unless the tender is refloated except as indicated in para 16 above.
21. It shall be the prerogative of RCF to offer the Final / Closing Price of Reverse Auction to the other bidders
for matching in case RCF decides to have more than one supplier/contractor. Such Bidders shall be
offered to confirm their acceptance to match L1 FINAL / Closing Price in Reverse Auction in sequence of
their ranking as L2, L3,L4,. based on the last bid made by each of the tenderer in eRA event, if
required. In case of such splitting of contract, the such matching of rates by L2,L3,L4,. shall be with
rates ( single item /all the items in case of more than one item/ schedule of rates type of contracts )
finalized with L1 party.
22. RCFs decision for award of Contract shall be final and binding on all the tenderers.
23. Any other form of submission of revision in price, on his own by the tenderer before, during or
after eRA shall be invalid.
(D) Other terms & conditions of eRA :
1. The tenderer shall not indulge either by himself or through any of his representatives in Price
manipulation of any kind either directly or indirectly and shall not divulge, in any manner, the details of
rates and other information connected with the tender to other suppliers / tenderers.
2. The tenderer shall not divulge particulars of his Bids or any other exclusive details of RCF to any other
party.
3. RCF and/or RCFS SERVICE PROVIDER shall not have any liability to tenderers for any interruption or
delay in access to the site irrespective of the cause.
4. RCF and/or RCFS SERVICE PROVIDER is/are not responsible for any damages, including damages
that result from, but are not limited to negligence.

5. RCF and/or RCFS SERVICE PROVIDER will not be held responsible for consequential damages,
including but not limited to systems problems, inability to use the system, loss of electronic information
etc.

31 | P a g e

ANNEXURE-B

FORMAT B
Final Price Confirmation Form
(Tenderers are required to print this on their companys letter head and sign, stamp before
faxing)
To
M/s. RCF Ltd.
Thal Unit

Kind Attention :
Sub: Final price quoted during Reverse Auction and price break up
Ref: RCF NIT No:
Reverse Auction date:
Dear Sir,
We confirm that we have quoted the (FBP) Final Bid Price to RCF of
..
(
in
figures)

(in words)
(Price quoted on the basis of Evaluated cost to RCF ) as our final lump sum price(s) during the
eReverse-Auction conducted with reference to above NIT and date of eRA.
The Price Breakup attached as per RCF evaluation sheet (excel) format.
Thanking you,
Yours Faithfully,
Signature with Company seal
Name
Company / Organization
Designation within Company / Organization
Address of Company / Organization
E-mail Id
Tel no.:
Mobile no:
(Sign this document and Fax at + 91 - 02141 238081)

32 | P a g e

ANNEXURE-C

CONTACT INFORMATION
M/s Synise Ltd
(for conducting e-Reverse Auction)
Awadhoot Kulkarni
Mobile: 8308810336
Email: awadhootk@synise.com
Manasi Vaishmapayan
Ph.no. No.- 020-30277517, 522
Mobile No.:- 8308810327
Mobile No. : manasiv@synise.com
Indrajeet
Ph. No.- 020-30277516
Mobile No. : - 7774013248
Email : indrajeetn@synise.com
Pravin
Mobile No.: 73 50008354
Email: pravins@synise.com

33 | P a g e

Rashtriya Chemicals & Fertilizers Ltd.

Gaurang Shaha
Sr. Engineer ( P )
PH-02141 238081
gshaha@rcfltd.com
S.N. JAWALE
CHIEF. MANAGER ( P )
PH-02141 238059
snjawale@rcfltd.com
B.N. Srikant
Asst. GENERAL MANAGER( P )
PH- 02141 238018
bnsrikant@rcfltd.com

ANNEXURE - VI
(FORMAT FOR SOLVENCY CERTIFICATE)
( on Banks 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 Officials signature & stamp)

34 | P a g e

ANNEXURE VII
FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE
GUARANTEE
(To be submitted on Rs. 200/- non judicial stamp paper)
Bank Guarantee No. __________ dated ________ Email:______________ Mobile no.____________
M/s Rashtriya Chemicals & fertilizers Ltd,
.,
..
..
Dear Sirs,
In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [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
35 | 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,
Administrative Building, Mahul Road, Chembur, Mumbai 400 074. 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
(* Mandatory)

36 | P a g e

ANNEXURE VIII
LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES

A) STATE BANK OF INDIA AND ITS


ASSOCIATE BANKS:
1. State
2. State
3. State
4. State
5. State
6. State

Bank of India,
Bank of Bikanar & Jaipur,
Bank of Hyderabad,
Bank of Mysore,
Bank of Patiala,
Bank of Travancore.

5. Tamilnad Merchantile Bank Ltd.,


6. The Federal Bank Ltd.,
7. The Jammu & Kashmir bank Ltd,
8. The Karnataka Bank Ltd,
9. The Karur Vyaya Bank Ltd,

B) NATIONALISED BANKS:
1. Allahabad Bank,
2. Andhra Bank,
3. Bank of Baroda,
4. Bank of India,
5. Bank of Maharashtra,
6. Canara Bank,
7. Central Bank of India,
8. Corporation Bank,
9. Dena Bank,
10. Indian Bank,
11. Indian Overseas Bank,
12. Oriental Bank of Commerce,
13. Punjab & Sind Bank,
14. Punjab National Bank,
15. Syndicate Bank,
16. UCO Bank,
17. Union Bank of India,
18. United Bank of India,
19. Vijaya Bank.

C) OTHER BANKS:
1. Catholic Syrian Bank Ltd
2. City Union Bank Ltd
3. Kotak Mahindra bank Ltd.,
4. South Indian Bank Ltd.,

37 | P a g e

D) FOREIGN BANKS:
1. American Express Bank Ltd,
2. Bank of American 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. Hong Kong & Shanghai Banking
Corporation Ltd,
11. JP Morgan Chase Bank,
12. Royal Bank of Scotland
13. Standard Chartered Bank,
E) PRIVATE SECTOR BANKS :
1. Axis bank Ltd
2. HDFC Bank Ltd
3. ICICI Bank Ltd
4. IDBI Bank Ltd
5. ING Vysya Bank Ltd
6. Yes Bank Ltd.

ANNEXURE - IX
RASHTRIYA CHEMICALS & FERTILIZERS LTD.
(Government of India Undertaking)
NOTICE INVITING BID
GENERAL TERMS & CONDITIONS (GTC)
The invitation to bid with Annexure and all attachments will
be considered to have been read, understood and accepted by
1.0.00 Definition
The term CONTRACT shall mean and include the Notice the bidders unless otherwise specifically stated by them in
Inviting Bid (NIT) the Instructions to BIDDERS, the Bid, writing well before the scheduled opening of the technical
Letter of Intent accepting the bid in part of full, Special and part of the bid.
General Terms and Conditions, Directions, and comments
conveyed in writing, the Purchase Order or Work Order, and 2.0.03 The terms and conditions as embodied in the
its subsequent variations if any, or any other authorized CONTRACT shall be final and any other terms mentioned in
CONTRACT documents, and those general and special the suppliers bid but not included in the CONTRACT shall
conditions that may be added subsequently or such other be deemed as rejected by RCF.
documents, drawings, specifications as may be prescribed.
3.0.00 Bid opening
The terms CONTRACTOR, shall mean the person(s), firm,
company with whom, a CONTRACT has been entered into 3.0.01 Bids will be opened in two stages
and shall be deemed to include their representatives, heir, Part I Technical & Unpriced Commercial part of the bid.
executors and administrators, successors and permitted Part II Commercial part of the bid with prices.
assignees of such person, person(s), firm or company.
3.0.02 The Technical and Unpriced Commercial part of bids
The terms RCF shall mean Rashtriya Chemicals & will be opened as mentioned in Annexure V above
Fertilizers Limited having its Registered Office at
Priyadarshini, Eastern Express Highway, Sion, Mumbai 400 3.0.03 The Commercial part of bid with Prices will be opened
022 and shall be deemed to include their successors and/or as mentioned in Annexure V above, after the corresponding
assignees, and shall include the Administrative and Executive Technical and Unpriced Commercial part of the bid are
Officers authorized to deal with all matters relating to the scrutinized and possible clarifications obtained from such
CONTRACT.
bidders as may be required so as to bring the bids at part
technically.
The Term BIDDERS shall mean the person(s), firm or
company who submits a bid or quotation online in response to 3.0.04 Based on clarification, the BIDDERS may be asked to
the invitation to bid issued by RCF and shall be deemed to submit if required, revised commercial part of the bid with
include their representatives, heirs, executors and prices.
administrators, successors and permitted assignees to such
person(s), firm or company.
4.0.00 EARNEST MONEY DEPOSIT
Earnest Money Deposit (amount as mentioned in invitation to
bid) should be furnished as instructed in NIT above
Instructions for submission of Bid
All bidders are requested to submit their bids ONLINE as per
the instructions mentioned in NIT above.
All amounts shall be indicated by BIDDERS both in words as
well as in figures. Whether there is difference between prices
quoted in figures, and words, corresponding amount quoted in
words shall prevail.
2.0.00 Clarifications
2.0.01 In case clarifications are required on invitation to bid
the BIDDERS shall approach RCF in writing well before the
opening of the technical part of the bid, and RCF will provide
the information required in writing. However, failure to
receive any addendum or clarification shall not relieve the
BIDDERS of any of the obligations stipulated in the
invitation to bid.
38 | P a g e

Any request to adjust Earnest Money Deposit out of the


bidders running bills or pending payments will not be
considered and the bid will be treated as without Earnest
Money Deposit.
Bids without Earnest Money Deposit or with the Earnest
Money Deposit in a manner other than in what is mentioned
above are liable to be rejected at the discretion or RCF.
Government of India Undertakings, Small Scale Industries
Registered under single point registration with National Small
Scale Industries Corporation and RCF Ancillary Units are
exempted from the payment of Earnest Money Deposit.
Forfeiture of Earnest Money Deposit.
If for any reason whatsoever any BIDDERS withdraws his
bid at any time prior to expiry of the validity period or after

issue of the Letter of Intent, Purchase Order, fails or refuses to


execute the order or to furnish the Security Deposit for
faithful performance of the CONTRACT within the stipulated
time the amount of Earnest Money is liable to be forfeited.
Refund of Earnest Money
8.0.00 BID INFORMATION
Earnest Money Deposit will not carry any interest. Earnest Bids should include inter alia the following information.
Money Deposited by the unsuccessful bidders will be Technical & Unpriced commercial part of bids
refunded as soon as possible. Earnest Money Deposit of
successful BIDDERS will be refunded after the successful
1. Technical Part.
BIDDERS furnishes the Security Deposit.
a)- Invitation to bid No.
b)- Scope of Supply.
c)- Complete description of equipment/mate5.0.00 SECURITY DEPOSIT.
rial supported by brochure, catalogue
The Security Deposit proper & timely fulfillment of the
and/or other descriptive standard
CONTRACT has to be paid by every successful
documents.
BIDDERS. No exemption will be made. The Security
d)Completed
data sheets as per the
Deposit amount is 10% of order value.
requirement of the bid.
The CONTRACTOR will have to submit Security Deposit as e)- Lay out drawings of sketched with
(approximate) dimensions of equipment
specified in the bid through RTGS/NEFT or by means of a
and indications of limits of supply.
Bank Guarantee as per RCFs format from any RCF s
approved list of banks. The Security Deposit shall be f)- Information on shipping weights and
volume with special attention to heavy and
furnished to RCF, for a suitable period as prescribed by RCF
over size package.
in the bid.
g)-Itemised list of spare parts of
i)- Erection and commissioning
The CONTRACTORs Banker should forward the Bank
ii)- Two years operation.
Guarantee directly to RCF with the covering letter of the
h)- Initial supply of spare parts will be ordered on the
Bank.
successful BIDDERS. For further orders of spares the
5.0.01 In case of foreign supply, the Bank Guarantee BIDDERS shall indicate the nearest sources of supply from
submitted by the foreign bank should be counter MUMBAI.
guaranteed/confirmed by State Bank of India, Commercial i)- List of Special Maintenance tools, material fixtures and
Branch, Swastik Chamber, Sion-Trombay Road, Chembur, special erection tools and equipments.
Mumbai 400 071, India. The charges of the confirmation if j)-BIDDERS shall state name of the manufacturers
proposed for every equipment item, which is not of his
any will be borne by the CONTRACTOR.
own manufacture.
5.0.02 In the event of any breach of any of the terms and k)-List of similar equipments in operation indicating
there in whether visits to the plants can be
conditions of the CONTRACT or the CONTRACTOR
arranged.
neglects, delays or fails to perform the CONTRACT, RCF
shall have the right to forfeit the Security Deposit. The l)- Third party inspection programmed and scope of
work.
Security Deposit shall not bear any interest.
m)-Nature of Maintenance assistance available or
offered by the BIDDERS.
6.0.00 PERFORMANCE GUARANTEE
The CONTRACTOR shall provide Bank Guarantee for n)- Nature of Erection and commissioning assistance offered
performance, in case of is specified in invitation to bid, by the BIDDERS.
equivalent to value of Security Deposit for a period of 15 o)- The BIDDERS should undertake to give shop
drawings of spare parts and main equipment to
months from the date of commissioning or 21 months from
enable RCF to undertake repair and maintenance
the completion of supplied whichever is earlier (or as
after installation at site.
specified in invitation to bid). Security Deposit can be
p)A certificate that the technical bid is in total
converted into Performance Guarantee at the discretion of
conformity with RCFs specification and if not the list of
RCF.
exclusions and/or deviations.
q)- Fabrication schedule and a brief statement of
7.0.00 VALIDITY OF BIDS.
activities and time estimate justifying the total
All bids should be kept valid for acceptance for 60 days from
delivery.
the bid closing date unless otherwise specified in the bid
invitation. Bids of lesser validity period shall not be
II Unpriced Commercial part of bids.
considered.
39 | P a g e

a)- Invitation to bid No.


b)- Earnest Money Deposit
c)- Terms of payment.
d)- Guaranteed delivery period for each item
e)- Places of manufacture with the address.
f)- Statement that the liquidated damages or the
force majeure clause of RCF and standard
terms and conditions are agreeable.
g)- Statement showing that the security and
performance guarantee clauses, standard terms
and conditions are fully agreeable.
h)- Country of Origin.
i)- Statement showing the date of expiry of
agreement with the Labour Union of the
CONTRACTOR.
j)- Statement that shipping terms are defined by
INCOTERMS 2010.
k)- Copies of commercial part of bids with all
prices duly blackened out.

III Commercial part of bids with prices


a)- Invitation to bid No.
b)- Price schedule as applicable. If required by
RCF price schedule should be given as per
RCF format. prices shall be quoted
separately for individual item.
d) Certificate that prices are valid for 60 days
from the bid closing date for placement of
Purchase Order.
e)-A certificate showing that the prices will be
firm and valid during the CONTRACT
period and not subject to any escalation
whatsoever.
f) Third party inspection charges extra (Lump sum)
9.0.00 Currency
Bidders shall submit the bids either in the currency of their
country or the currency in which they will be paid. However,
in contracts for supply and installation of equipment, the
bidders should state the portion of the bid price relating to the
Erection/Installation in Indian Rupees.
10.0.00Country of Origin

l)- Certificate showing that the offer is in total


conformity with the terms and conditions as
specified in the NIT. If not, list of all
deviations should be given with proper
justification.

The bidders will have to furnish information regarding the


country of origin of the goods and works in their bid
documents.
11.0.00 Accompaniments

m)- Particulars relating to bids as follows:


1)- Year of establishment.
2)- Name of Bankers.
3)- Certificate of CONTRACTORs financial
status from Contractors Bankers.
4)- Name of the parties for whom similar
orders have been executed earlier with
their address and dates of equipment
supplies and certificate from such
companies/firms for the orders which have
been executed.
5) Latest Income tax Clearance Certificate /
PAN No. (Xerox Copy) In case RCF wants
to see the original Income Tax clearance
certificate, the same should be produced at
short notice.
6) Sales Tax Registration No., Sales Tax
Clearance Certificate. If exempted from
Sales Tax, exemption certificate.
40 | P a g e

All bids must be complete in all respect & should conform to


all requirements set forth in the enquiry, Annexure and
attachments. The contents of the bid invitation, Annexure and
the attachments will be considered to have been read,
understood and accepted by all the bidders. All deviations
from the specifications set forth in the enquiry should be
properly brought out in the Technical Bid.
12.0.00 Compensation for submission of bid
Bidders shall not be entitled to claim any costs, charges,
expensed or incidentals for or in connection with the
preparation and submission of their bids even though
Rashtriya Chemicals & Fertilizers may elect to withdraw the
invitation to bid or reject all bids.
13.0.00 Pricing.
Bidders quotations must conform in all respects to the
applicable specifications, drawings, data sheets, terms and
conditions of this invitation to bids. BIDDERS must certify

that his quotation complies with all enquiry documents and


specifications. Exceptions, and deviations if any should be
specifically stated. In the event of the BIDDERS not giving
any exceptions and deviations in the bid then it will be
construed that the BIDDERS has accepted RCFs invitation to
the bid in full.

prevalent on the delivery date, as mentioned in the Purchase


Order or Work Order and amendment(s) thereto. BIDDERS
shall submit to RCF necessary documentary evidence as
may be required to enable RCF to determine the rates of
Statutory Levies applicable on the contractual delivery date.
15.0.00 Agency Commission

BIDDERS may offer a supplementary or alternative proposal


(viz his standard design) but in doing so he must state all
deviations and/or exceptions to the bas bid. Generally a bid
offering only the alternative solution is not accepted.
Bidders should quote unit and lump sum prices. The price so
quoted should be all-inclusive and no claim for extras will be
entertained.
Bidders should clearly indicate in the bid whether they are
availing Modvat Credit or such other Credits or Duty Draw
Backs. In such cases the BIDDERS should state in the bid
that they have considered all such benefits for quoting their
price in the bid.
The Unit rate quoted in the bid will form the basis of
compensation, if the scope of work is altered within mutually
acceptable limit.
Bidders are required to state the name of proposed
manufacturers of every item of equipment which does not fall
under their manufacturing range at the time of submitting the
bid. All bids shall be in the currency of the country from
which the equipment and services are to be acquired. In case
of:
- Bids submitted jointly by Manufacture(s) located in India
and Foreign Manufacturer(s).
- Bids submitted by Manufacturer(s) located in Indian and
Foreign sub-supplier(s) and
- Bidders submitted by Foreign Manufacturer(s) with subsupplier(s), located in India
The bid documents shall be arranged to show separately the
expenditure in Indian and Non-Indian currency.

THE BIDDERS should indicate the agency commission


included in their offer payable to agents in India, if any.
The agency commission shall be payable in equivalent
Indian Rupees against separate invoice from Indian Agents
within 30 days after receipt and acceptance of materials.
16.0.00 Bidders Obligation.
i)- To conform to the fabrication schedule provided by him
so as to complete the work within the delivery period
quoted.
ii)- To notify RCF as and when inspections, including preshipment inspection are due and arrange rework, if any as a
consequence of such inspection.
iii)-Place goods along side vessel of dock in FAS and on
board in case, FOB bids and deliver material free at our
Trombay site in case of Indian bidders.
iv)-Provide RCF with clean on board Bill of Lading or
clear R.R.
v)- Make good any damage or loss or both, until goods are
delivered alongside in FAS and on board in FOB contracts
and in respect of Indian Contracts, until goods are delivered
or until goods are delivered to carriers in case of ex-factory
delivery or until goods are delivered to RCF site in case of
free delivery to RCF.
vi)- Before submitting the bids, the bidders should satisfy
themselves of all existing conditions, limitations and official
regulation at the site of the work and en-route and the laws
governing the CONTRACT. No claim whatsoever shall be
entertained on the grounds of ignorance of site conditions
and/or conditions prevailing in the surrounding areas.
17.0.00 Standard & Measurements.

14.0.00 Price adjustment/escalation


THE PRICE QUOTED SHOULD BE FIRM AND
SUBJECT TO NO ESCALATION WHATSOEVER
DURING THE ENTIRE CONTRACT PERIOD, except for
Statutory Levies namely Excise Duty, Sales Tax and Octroi.
Rate of Excise Duty, Sales Tax and Octroi, applicable on the
date of submission of the bid should be clearly mentioned in
the bid. Payment shall be made at the rates applicable at the
time of supply against documentary evidence. However, in
case of delay in supply, if there is any increase in statutory
Levies RCF shall restrict the payment of Statutory Levies as
41 | P a g e

Codes or standards equal or of higher quality than the codes


or standards stipulated in the Invitation to Bid will be
acceptable.
Where a brand name with the phrase or equal have been
specified in the Invitation to bid. BIDDERS may quote for
alternative articles or materials, which have similar
characteristics and provide equal performance and quality to
that specified.
Metric system has been adopted in the preparation of all

design, engineering, and drawing including piping and tubing CONTRACT due to Force Majuere sure conditions and the
schedules. The bidders also shall follow the metric system.
CONTRACTOR will have no claim of compensation
whatsoever.
18.0.00 Right of Acceptance & Rejection of Bid.
RCF reserves the right to accept at their sole and unfettered 21.0.00 Termination of CONTRACT for Convenience.
discretion any bid for whole or part quantities or to reject any
or all bids without assigning any reason thereof. No claim for RCF may by written notice sent to the CONTRACTOR,
compensation etc., whatsoever will be entertained by RCF terminate the CONTRACT, in whole or in part, at any time
from unsuccessful bidders.
for their convenience. The Notice of termination shall specify
that termination if for RCFs convenience, the extent to which
performance of work under the CONTRACT is terminated
18.0.01 Past Performance of the Contractors
The Contractors whose past performance have been found not and date upon which such termination becomes effective.
satisfactory, in the opinion of RCF, then, RCF reserves the
right to refuse the bid documents, or reject the bid while The work that is complete, at the time of receipt of notice of
accepting or evaluating the bids. The decision of RCF termination shall be taken over by RCF at the CONTRACT
regarding performance evaluation shall be final.
terms and prices.
For the balance work RCF may opt:
a)- to have any portion completed at the CONTRACT terms
19.0.00 Splitting of Bid.
RCF reserves the right to split the bid in parts and to award and conditions.
the contract in full or in parts.
b)- to cancel the reminder and pay the CONTRACTOR an
agreed amount for material brought to site for execution of
work
20.0.00 Right of cancellation of CONTRACT.
20.0.01 RCF reserves the right to cancel this CONTRACT or
any part thereof and shall be entitled to rescind the 22.0.00 Correspondence.
CONTRACT wholly or in part forthwith by a written notice
to the CONTRACTOR if:
All correspondence in respect of this invitation to bid should
be made in English quoting bid invitation reference number
20.1.01 The CONTRACTOR does not adhere to any terms appearing on the front page. Correspondence should be
and conditions of the CONTRACT including General & addressed in duplicate to:
Special, Terms & Conditions.
Dy.General Manager (Purchase), Rashtriya Chemicals &
Fertilizers Limited, Administrative Building, (Ground Floor),
20.1.02 The CONTRACTOR fails to execute the job in time. Chembur, MUMBAI 400 074, INDIA.
Fax should be sent at the following nos.
20.1.03 The quality of the supply/part supply received is poor Fax No. +91(22) 25522320
or not in conformity with the requirement.
23.0.00 Comparative Analysis of Bids
The CONTRACTOR attempts for any corrupt practices.
23.0.01 All bidders, in whatever currencies they are will be
20.1.05 The CONTRACTOR becomes bankrupt or goes into converted into Indian Rupees for the purpose of comparison.
liquidation.
The rate of exchange used for such valuation will be those
published by the Reserve Bank of India and ruling on the date
20.1.06 The CONTRACTOR makes a general assignment for of opening of the price bid, unless there is abnormal change in
the benefit of creditors.
the value of currencies before the award of CONTRACT. In
such event the exchange rate ruling at the time of decision to
A receiver is appointed for any of the property owned by the notify the award of CONTRACT to the successful BIDDERS
contractor.
will be used.
20.2.00 Upon receipt of said cancellation notice; the Comparison will be made between Indian offers (competitive)
CONTRACTOR shall discontinue all work on the and Foreign offers on the basis of the landed price. RCF may
CONTRACT and matters concerned with it.
however, give a margin of price preference to Manufacturers
located in India at its sole discretion.
RCF in that event will be entitled to get the job executed from
any sources and recover the excess payment over the To determine the best evaluated BIDDERS, factors other than
CONTRACTORS agreed price, if any, from the the price will also be taken into consideration. The following
CONTRACTOR.
points will enter into evaluation.
20.3.00 RCF also reserves the right to cancel the i)- Bids quoting firm price will be given preference over the
42 | P a g e

bids prices subject to escalation.


RCF may with hold payment to such extent as may be
ii)- Guaranteed delivery period as stipulated in the invitation necessary to protect itself from loss on account of:
to bid.
i)- Defective work not remedied.
iii)- Technical Quality (efficiency, reliability and suitability)

ii)-Failure of the CONTRACTOR to make payment properly


or for materials or for labour.

iv)- Terms of payment an Interest rate of 12% per annum or


such other rate as decided by RCF from time to time will be iii)-Reasonable doubts that the CONTRACT cannot be
used to compute the evaluation of prices in case of advance or completed with the balance CONTRACT.
progressive payments.
iv)-Damage to another CONTRACTOR or to RCF property
v)- Bidders experience in manufacturing similar equipment and probable filing of claims.
for similar duties and whether such equipments are in service
and operating successfully at designed conditions.
v)- For other reasons mentioned else where in NIT.
vi)- Maintainability and
assistance/support in India.

availability

of

maintenance 25.0.00 Advance payment.

In case of large contracts if the CONTRACTOR essentially


needs any advance payment then this should be clearly
indicated in the Unpriced commercial part of the bid
viii)-Cost of vendors assistance in Erection and documents. If approved by RCF, such advance payment will
commissioning.
be released only on furnishing of suitable bank guarantee as
ix)- Cost of expediting and inspection.
per proforma enclosed for an amount equivalent to the 110%
x)- Bidders guarantee (nature of warranty and warranty of advance payment. AN INTEREST RATE OF 12% OR
period).
SUCH OTHER RATE AS MAY BE DECIDED BY RCF
xi)- Compliance with bid terms, specifications, drawings and FROM TIME TO TIME WILL BE USED AT THE TIME OF
data sheets.
EVALUATION BID.
xii)- Willingness to give shop drawings of spare parts and
main equipments.
26.0.00 Period for the completion of the CONTRACT.
xiii)- Bids from Indian Public Sector Units.
Time is the essence of the CONTRACT. The CONTRACT
should be completed as per the time schedule given in the
24.0.00 Terms of payment.
CONTRACT. The time schedule includes but not limited to
time for submission of drawings for approval, incorporation
24.0.01 Foreign Suppliers
The material will be paid for the currency of the country of of comments if any, final approval of drawing by RCF.
origin. Incase the CONTRACT stipulates erection at the However, if the approval of the drawing is delayed beyond 10
Indian site the charges for erection will be paid only in Indian days from the date of receipt of RCF Office, corresponding
currency. Therefore, the BIDDERS should clearly mention extension in time shall be allowed provided CONTRACTOR
this amount in the bid.
gives a notice in writing that the approval in drawing is
delayed and requests for extension of delivery period
100% payment shall be made through irrevocable letter of correspondingly. The CONTRACTOR shall furnish detailed
credit against submission of shipping documents and PERT Chart indicating various events and activities, in his
performance bond to cover defect liability period. The bid. CONTRACTOR shall submit to RCF their time schedule
BIDDERS shall have to furnish the name of their bankers for in respect of documentation, manufacture and supply of
opening the letter of credit by RCF.
equipment, clearly indicating all main or key events such as
material procurement, manufacturing activities, testing,
documentation, delivery, transportation, erection, etc.
24.0.02 Indigenous suppliers.
vii)- Cost and availability of spare parts.

RCFs normal payment term is payment within 30 days after


receipt and acceptance of material at site, provided bank
guarantee for performance if stipulated with the CONTRACT
is submitted

43 | P a g e

RCF representative shall have the right to inspect the


manufacturing activities at the CONTRACTORs premises
with a view to evaluate the actual progress of work on the
basis of CONTRACTORs time schedule given to RCF. RCF
reserves the right to appoint third party inspection agency in
addition to RCFs own inspection.
All third partys
inspection charge will be paid by RCF, unless otherwise
specifically stated in the Purchase Order or Work Order.

Notwithstanding the above, in case of the progress in


execution of the CONTRACT at various stages is not as per
the time schedule or is not satisfactory in the opinion of the
RCF which shall be conclusive or if the CONTRACTOR
neglects to execute the CONTRACT with due diligence and
expedition or shall contravene the provision of the
CONTRACT. RCF may give notice of the same in writing to
the CONTRACTOR calling upon him to make good the
failure, neglect or contravention. Should the CONTRACTOR
fail to comply with such notice within the period considered
reasonable by RCF and specified in such notice RCF shall
have the option and be at liberty to take the CONTRACT,
wholly or in part, out of the CONTRACTOR and make
alternative arrangements to obtain the requirements and
completion of the CONTRACT at the CONTRACTORs risk
and cost and recover from the CONTRACTOR all extra cost
incurred and agreed liquidated damages by the RCF on this
account. In such an event RCF shall not be responsible for
any loss that the CONTRACTOR may incur and
CONTRACTOR shall not be entitled to any gain. RCF in
addition shall have the right to forfeit Security/Performance
Deposit in full or part.
27.0.00 Liquidated damages for late delivery
In the event that the CONTRACTOR fails to meet the time
schedule agreed for submission of documents and/or supply
of equipments or materials the CONTRACTOR shall pay the
agreed damages. The agreed damages will be calculated on
the total CONTRACT price including subsequent
modifications if any, and price escalation, if contractual but
exclusive of spare parts.
i. In case of delay in supply of documents total price shall be
reduced at the rate of 0.1% per week or part thereof subject to
a maximum of 0.5% per document group.
ii. In case of delay in delivery of equipment/material
including shipping documents price shall be reduced at the
rate of 0.5% per week or part thereof subject to maximum of
5% of CONTRACT value, without the owner being required
to establish and prove the actual loss, damage suffered by the
owner on accrual of such delay.
One weeks grace period will be granted in the calculation of
the delay. Date of delivery is the date of clean on board Bill
of Lading or date of clear R/R and in case of direct delivery to
our Stores the date of receipt at Stores.
Notwithstanding the above in the event of protracted delay in
delivery, RCF shall reserve the right either to cancel the
CONTRACT wholly or partially and make alternative
arrangement at the risk and cost of the CONTRACTOR with
a notice of seven days to the CONTRACTOR.

for stage and final inspection of the equipment/material


ordered under the CONTRACT. All testing and trails
including those carried out for material, whether or not
manufactured by CONTRACTOR, shall be witnessed by our
Inspector. All the test certificates in original as required shall
be furnished by the CONTRACTOR. Along with the supply
of the equipment/material.
The CONTRACTOR shall
arrange where ever necessary and applicable, inspection as
per statutory provisions such as Indian Boiler Regulation,
Indian Electricity Act, Indian Explosive Act, etc. The
CONTRACTOR shall be responsible for arranging the visit of
the Boiler Inspector Electrical Inspector, Explosive Inspector,
or any such statutory authority for obtaining necessary
clearance before the supply of equipment/material.
The equipment shall be despatched only after the inspection
and acceptance certificate issued by the Inspector in writing,
unless otherwise provided for the CONTRACTOR. Copies of
the inspection and acceptance certificates shall be sent to RCF
along with the advance copies of the invoice.
29.0.00 SUB CONTRACT.
Written consent of RCF should be obtained before the work is
sub contracted, in case the CONTRACTOR intends to employ
SUB CONTRACTOR(s). Sub contracting shall not imply
any limitation of CONTRACTORs liability to fulfill the
CONTRACT. Should the SUB CONTRACTOR, in the
opinion of RCF, appear to be unfit to carry out his part of the
CONTRACT or the progress of the SUB CONTRACTORs
work in such that the planned time of completion within the
terms of the order is jeopardized, RCF shall have the right to
instruct the CONTRACTOR in writing to terminate the SUB
CONTRACT without notice or a short notice. This shall not
give raise to any claim from SUB CONTRACTOR or relieve
the CONTRACTOR from any of his contractual obligations
and responsibilities.
30.0.00 Disputes and Arbitration
In the event of any question, dispute or difference arising
under the CONTRACT, the same shall be referred to the sole
arbitration of a person appointed to the Arbitrator by CMD,
RCF. There will be no objection that the arbitrator is in
service of RCF that he had to deal with the matters to which
the CONTRACT relates or that in the course of his duties as
an employee of the RCF he had expressed views on all or any
of the matter in dispute or difference. The arbitrator shall
give a reasoned or speaking award. The award of arbitrator
shall be final and binding on the parties to the 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 Mumbai.

28.0.00 Inspection and Testing.


31.0.00 Transit Risk Insurance.
RCF shall have the option to appoint an Inspection Agency
44 | P a g e

All consignments under the CONTRACT, which are


despatched to RCF, will be covered for Transit Insurance
under RCFs Open General Insurance Policy with the
underwriters M/s. RELIANCE GENERAL INSURANCE
CO. LTD,
3RD FLOOR, PALAI PLAZA, OPP. PRITAM HOTEL,
DADAR T.T., MUMBAI 400 014.
FAX NO. 24103779
KIND ATTN: MR.SWAPNIL BANIYA, Mobile No.
7498775941; Email: swapnil.baniya@relianceada.com /
MR. GAURAV SHARMA, Mobile No.9322967804; Email:
gaurav.s.sharma@relianceada.com
or such other Insurance Company as may be prescribed by
RCF from time to time.

All taxes and duties should be filled separately in the BOQ,


where ever applicable. RCF is registered under Central Sales
Tax Act as well as Maharashtra Sales Tax Act. Central or
Maharashtra Sales Tax as applicable should be stated in the
quotation. In case of CST C Form will be issued. Our CST
No. is 400074 C.I. dated 01.04.96 and MST No. 400074 S I
dated 1.4.96. CONTRACTOR shall submit all original
documents for payment of Excise Duty, Customs Duty,
Octroi, etc.

33.0.00 Jurisdiction of Court


The CONTRACT shall be deemed to have been entered into
at Mumbai , INDIA and all causes of action in relation to the
CONTRACT will thus be deemed to have been arisen only
Advance intimation of despatch of consignment(s) shall be within the jurisdiction of the Mumbai Courts.
given by the CONTRACTOR to our underwriters indicating
there in the manner of despatch, nature of packing, weight 34.0.00 Secrecy
and such other details as required for insurance coverage. Any information derived or otherwise communicated to the
The CONTRACTOR should ensure that the above CONTRACTOR in connection with the CONTRACT shall
information is forwarded under Registered Acknowledgement be regarded as secret and confidential and shall not without
Due Letter, and acknowledgement received is kept in their the written consent of the RCF be published or disclosed to
record. The contractors shall also ensure that supply of any third party or made used of by the CONTRACTOR
material is adhered to as per CONTRACT and packings are as except for the purpose of implementing the CONTRACT.
per specifications laid out under Marine Insurance Guidelines.
35.0.00 Law governing the CONTRACT
CONTRACTOR shall assist RCF, Insurance Co., Surveyors,
and any other coordinating agency appointed by RCF for This CONTRACT shall be governed by the laws of Union of
early settlement of claim(s) if any.
India for the time being in force.
CONSIGNMENTS DESPATCHED ON CIF OR FREE
DELIVERY TO RCF BASIS SHALL NOT BE INSURED 36.0.00 Negotiations
AGAINST RCFS OPEN GENERAL INSURANCE RCF may not conduct any negotiation for the bid as far as
POLICY.
possible. However, RCF reserves the right to conduct
negotiation if the conditions so warrant.
31.0.01 Indigenous Suppliers.
The consignment shall be insured for cost plus freight plus
37.0.00 Force Majeure.
taxes if applicable, with the M/s. RELIANCE GENERAL
INSURANCE CO. LTD,
Neither the CONTRACTOR nor the RCF shall be considered
3RD FLOOR, PALAI PLAZA, OPP. PRITAM HOTEL,
in default in the performance of their contractual obligations
DADAR T.T., MUMBAI 400 014.
FAX NO. 24103779 under the order so long as such performance is prevented or
KIND ATTN: MR.SWAPNIL BANIYA, Mobile No.
delayed for reasons, such as Acts of God, severe earthquake,
7498775941; Email: swapnil.baniya@relianceada.com /
typhoon or cyclone (except monsoon) floods, lightning,
MR. GAURAV SHARMA, Mobile No.9322967804; Email:
landslide, fire or explosion, plague or epidemic, strikes,
gaurav.s.sharma@relianceada.com
lockouts lasting more than 14 consecutive calendar days
or such other Insurance Company as may be prescribed by sabotage, blockages, war, riots, invasion, act of foreign
RCF from time to time. The Indigenous Suppliers shall enemies, hostilities, (whether war be declared or not), civil
intimate the above underwriters in writing as soon as the war, rebellion, revolution, insurrection, or military usurped
consignment is despatched with despatch particulars.
power or confiscation or trade embargoes or destruction or
requisition by order of any Government or any public
authority.
31.0.02 Foreign Suppliers.
The consignment shall be insured against all the risks CONTRACTOR shall notify RCF about the occurrence of the
including SRCC type from suppliers warehouse to warehouse force majeure events and provide RCF with the details of the
of RCF with the above underwriters. Foreign suppliers shall arising and ceasing of the impediment. At the end of the
intimate the above underwriters in writing as soon as the impediment CONTRACTOR shall provide justificatory
consignment is despatched from their works with despatch documentation countersigned by the Local Chamber of
particulars.
Commerce.
Should one or both the parties be prevented from fulfillment
of the contractual obligations by a state of force majeure
32.0.00 Taxes and Duties
45 | P a g e

lasting continuously for a period of six weeks the two parties


shall consult each other regarding the future implementation
of the CONTRACT. The mere shortage of labour, materials
or utilities shall not constitute force majeure unless caused by
circumstances, which are themselves, force majeure.
CONTRACTOR shall endeavor to prevent, over come or
remove the causes of force majeure.
No ground for exemption can be invoked if the
CONTRACTOR failed to give timely notice by a Registered
Letter and subsequently sup-ported by documentary evidence.
38.0.00 Patent Rights.
The CONTRACTOR shall fully indemnify RCF, its
customers and users, against any action, claim or demand,
costs or expenses, arising from or incurred by reason of any
infringement or alleged infringement of letters, patent, trade
mark or name, copyright or other protected rights in
respect of any materials supplied. All royalties and the like
payment shall be paid directly by the CONTRACTOR.

46 | P a g e

ANNEXURE X
VENDOR DATA UPDATION FORM (on LETTERHEAD)
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.
No

Title

NAME

Sub Titles
Title (Whether Company / M/s /
Mr / Mrs / etc.)
Name ( As it appears on the Bank
Cheque)
Type (Whether for Purchases or
Services)

Purpose to be used for

*
will be filled by RCF

RCF Vendor Code


( for existing RCF Vendors)

II

III

ADDRESS

SUPPLY
STATE

RCF Vendor Code


( for new Vendors, RCF will
create and fill)
House/ bldg. Number
Street
Street
City / Postal Code
District / State
Country
Region Code
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.)
Emails & Mobile number of
persons to contact for issues
related to C-forms etc.

will be filled by RCF

*
*
*
*
will be filled by RCF

To be given, if applicable.

To be given/filled by all vendors (mobile number is must)

Other Region Code

will be filled by RCF

IV

REGISTRA
TION
NUMBER

Company registration number

BIDDER
TYPE

India / Foreign

VI

COMPANY
DETAILS

Company's Establishment Year

Company's Nature of Business


Company's Legal Status: Limited
company / Undertaking / Joint
venture / Partnership / Others

*
*
Signature:-..............................

Place

Common Seal

Date

Name:-..................................
Designation:-............................

47 | P a g e

VII

COMMUNI
CATION

Contact person

Telephone incl. ext.


Mobile Phone

Date Of Birth (DD/MM/YYYY)

VI

ACCOUNT
CONTROL
TAX
INFORMAT
ION

by email only

If also a RCF's Customer?

Yes / No

Group Key

will be filled by RCF

CST Reg NO. for C forms


(enclosed scanned / photocopies of
registration certificates)
LST No. ( Local VAT REG NO)
(enclosed scanned / photocopies of
registration certificates)
Service Tax Reg. No. (enclosed

Mention the registration number here

Mention the registration number here

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

Mention the registration number here

Mention the PAN number here


(SUBMIT SELF ATTESTED COPY OF PAN CARD)

will be filled by RCF

*
*
*
*
*
*
*
*

Telephone No. of Bank

STD Code

Tel No

Fax No. of Bank

STD Code

Fax No.

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


Current A/c=11 or CC=13 )
Region
Common Seal

Date

Mention the registration number here

Bank Key
Bank Account No. of Vendor

Place

Tel No

Standard communication method

Excise Reg. No.


(enclosed scanned / photocopies of
registration certificates)
PAN NO. (enclosed scanned /
photocopy of PAN card)
DETAILS
OF BANK

STD Code

*
will be filled by RCF
Signature:-..............................
Name:-..................................
Designation:-............................

48 | P a g e

Extn

*
*

scanned / photocopies of registration


certificates)

VII

Tel No

Fax
Email

STD Code

Extn

VIII

REFERENC
E 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

Yes / No

then enclosed scanned / photocopies of


the certificate (like part-II certificate)

Whether the proprietor of


MSME enterprise is from
SC/ST category
(please attach caste certificate issued
by competent authority)

(if yes then you have to submit the Part-II certificate indicating the
registration under Micro , Small, Medium Enterprise)

Yes / No

(if yes then you have to submit the caste certificate issued by
competent authority)

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

Enclose a cancelled cheque / a photocopy of the cheque.

Enclose a Part-II certificate indicating the registration under Micro, Small, Medium Enterprise.

Enclose a photocopy of Pass Book first page containing name and address of Account Holder
We hereby authorize RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of which are given
above.
We hereby authorize RCF Ltd to deduct bank charges applicable for such Direct Bank Payments

5
6
Place

Common Seal

Date

49 | P a g e

Signature

Name

Designation

'1

i i\

*
Ls

,3i
fr
i

L*!
3e

?,

\7*i

rp
F"l
i

1,-i\

j;il

;;"

l*;

}JV"

q"\

I
I

f,,l

a^'

'.1

.:'
i*I

irl

zy%4--

+/
T

f{

G-a

fi"

*4

$*l

fT1

ft

l*;l

t-

L}

2
c

,ft
J

ci

d5(L
Q-

odl
J

:/
t\--

+\

j
a-

J
;

J
I

I
tu/

IJ
q,/

{dF
c)

f,
3l

t GlUI
(y

J AI

fa+
IIJ

a-

P
J
--o

F(

,/
{U
3"

a1

q
,*,

rf

a
o

(I}

16Fo-

?3a.
6
Fg

14

ki

et
o

7
(3

,u

t.q

zo

kr
7l

cA

G
)
I

S-

tI

l,l

!l

{f

fir
tI

o
o
F

Signature Not Verified

\\

ooj

Digitally signed by DEEPAK


CHANDRAKANT PAWAR
Date: 2015.12.15 10:05:04 IST
Location: India

Vous aimerez peut-être aussi