Académique Documents
Professionnel Documents
Culture Documents
Sr. No.
1.
Item Description
Lab Furniture for Central Chemical Lab & ETP Lab
Qty.
As Per Annexture III A & B
1|P age
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
TENDER NO. : AK-8585 Lab Furniture For Central & ETP Lab
DATED:
Important Dates
Last Date & Time for downloading of Tender documents
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
Documents
Item details
Pages
NIT
ANNEX I
ANNEX II
10
ANNEX III
ANNEX IV
ANNEX V
ANNEX VI
ANNEX VII
ANNEX VIII
10
ANNEX IX
38-46
11
ANNEX X
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
Sr.
Short Text
Qty Required
1.02
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
5|P age
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
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
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
(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:
( 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 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.)
Name of Bank:
Certificate date:
Solvency Value:
Kindly submit self-attested supporting documents for the details given above.
10 | P a g e
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
12 | P a g e
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
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
A)
Dimensions:
Rack on table:
Dimensions:
Under bench
cabinets:
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
16
16
One table having following dimensions (4)
1
c)
Dimensions:
Rack on table:
Dimensions:
Under bench
cabinets
8
15 | P a g e
WET-DRAW3
Under Bench
Cabinet
16 | P a g e
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
REF DRAWING
INSTR-DRAW-1
INSTR-DRAW-2
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
18 | P a g e
FUME HOOD:
1
Structure
Dimension
Shutter:
Electrical Point
Lighting arrangement
Starter
Motors
8
9
Cabinate
Raw water
Compressed air
Nitrogen
1
1
BLOWER:
DUCTING:
19 | P a g e
Table top :
granite
table top
20 | P a g e
ANNEXURE-III-B
ETP LAB FURNITURE CONSISTING OF FOLLOWING ITEMS:
Sr.
No.
ITEM
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
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
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
10 THE SAME.
YES
NO
AGREED
DISAGREED
22 | P a g e
..DAYS
AGREED
DISAGREED
ANNEXURE- V
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.
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
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
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
27 | 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
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
and
is
capable
of
executing
orders
to
the
extent
of
Rs_________
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
Bank of India,
Bank of Bikanar & Jaipur,
Bank of Hyderabad,
Bank of Mysore,
Bank of Patiala,
Bank of Travancore.
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
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
availability
of
43 | P a g e
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)
*
will be filled by RCF
II
III
ADDRESS
SUPPLY
STATE
*
*
*
*
will be filled by RCF
To be given, if applicable.
IV
REGISTRA
TION
NUMBER
BIDDER
TYPE
India / Foreign
VI
COMPANY
DETAILS
*
*
Signature:-..............................
Place
Common Seal
Date
Name:-..................................
Designation:-............................
47 | P a g e
VII
COMMUNI
CATION
Contact person
VI
ACCOUNT
CONTROL
TAX
INFORMAT
ION
by email only
Yes / No
Group Key
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
*
*
*
*
*
*
*
*
STD Code
Tel No
STD Code
Fax No.
Date
Bank Key
Bank Account No. of Vendor
Place
Tel No
STD Code
*
will be filled by RCF
Signature:-..............................
Name:-..................................
Designation:-............................
48 | P a g e
Extn
*
*
VII
Tel No
Fax
Email
STD Code
Extn
VIII
REFERENC
E DATA
Yes / No
(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 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
\\
ooj