KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED...

41
Page 1 of 41 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 NOTICE INVITING TENDER FOR SUPPLY OF SAFETY SHOES TENDER NO. : AK- 53722 Website for Online bid Submission: https://eprocure.gov.in Note: “BIDDERS SHALL ENSURE THAT ALL DOCUMENTS RELATED TO PRE-QUALIFICATION (TECHNICAL OR COMMERCIAL) AND EMD ARE SUBMITTED AT THE FIRST INSTANCE ALONG WITH THE ORIGINAL BIDS. RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY BID NOT COMPLYING WITH THIS INSTRUCTION, AND MAY NOT DO ANY FURTHER CORRESPONDENCE TO SEEK CLARIFICATIONS/DOCUMENTS RELATED TO PRE-QUALIFICATION AND SUBMISSION OF EMD.” KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED AGAINST THIS TENDER x Contacts: 1) RCF Helpline Number: 022-25523177 (10.00 a.m. to 5.00 p.m.) 2) Mr. DC Pawar (02141-238081), e-mail: [email protected] 3) Mr. S. P. Dhule (Tel:+91 2141 238081), e-mail: [email protected] THIS TENDER DOCUMENT CONTAINS: Sr. No. Documents Item details Pages 1 NIT Instruction For Bidders 2-6 2 ANNEX I Format Process Compliance 7 3 ANNEX II Pre-qualification Details & Format 8-9 4 ANNEX III Format Technical Bid & Specifications 10-13 5 ANNEX IV Format Terms & Conditions 14-15 6 ANNEX V Modalities for e-Tendering & Special Instructions 16-18 7 ANNEX VI e-RA Procedure with Format-B 19-25 8 ANNEX VII Format Solvency Certificate 26 9 ANNEX VIII Format for SD/PBG & RCF approved Banker‟s list 27-29 10 ANNEX IX Vendor up-dation form 30-32 11 ANNEX X Notice Inviting Bid General Terms & Conditions 33-41

Transcript of KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED...

Page 1: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 1 of 41

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

NOTICE INVITING TENDER FOR SUPPLY OF SAFETY SHOES

TENDER NO. : AK- 53722

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

Note:

“BIDDERS SHALL ENSURE THAT ALL DOCUMENTS RELATED TO PRE-QUALIFICATION (TECHNICAL OR

COMMERCIAL) AND EMD ARE SUBMITTED AT THE FIRST INSTANCE ALONG WITH THE ORIGINAL BIDS.

RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY BID NOT COMPLYING WITH THIS INSTRUCTION,

AND MAY NOT DO ANY FURTHER CORRESPONDENCE TO SEEK CLARIFICATIONS/DOCUMENTS RELATED

TO PRE-QUALIFICATION AND SUBMISSION OF EMD.”

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

x – Contacts:

1) RCF Helpline Number: 022-25523177 (10.00 a.m. to 5.00 p.m.)

2) Mr. DC Pawar (02141-238081), e-mail: [email protected]

3) Mr. S. P. Dhule (Tel:+91 2141 238081), e-mail: [email protected]

THIS TENDER DOCUMENT CONTAINS:

Sr. No. Documents Item details Pages

1 NIT Instruction For Bidders 2-6

2 ANNEX – I Format – Process Compliance 7

3 ANNEX – II Pre-qualification Details & Format 8-9

4 ANNEX – III Format – Technical Bid & Specifications 10-13

5 ANNEX – IV Format – Terms & Conditions 14-15

6 ANNEX – V Modalities for e-Tendering & Special Instructions 16-18

7 ANNEX – VI e-RA Procedure with Format-B 19-25

8 ANNEX – VII Format – Solvency Certificate 26

9 ANNEX – VIII Format for SD/PBG & RCF approved Banker‟s list 27-29

10 ANNEX – IX Vendor up-dation form 30-32

11 ANNEX – X Notice Inviting Bid General Terms & Conditions 33-41

Page 2: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 2 of 41

Notice Inviting Tender No.: AK-53722

INSTRUCTION FOR BIDDERS This is a Notice Inviting Tender (NIT) for procurement of Safety shoes for male and female employees from manufacturers or authorized dealer meeting the specifications as specified hereinafter as per the terms & conditions stated hereinafter:

1.01 Item Description & Quantity:

Sr.No. Short Text

Qty Required (pairs .)

1

Leather Safety Shoes, Colour – Dark Brown as per Specification 1. Leather Safety Shoes Lace type. 2. The Maximum basic price to RCF at Thal shall not exceed ₹ 1650/- per pair + taxes extra. Sizes - Gents 5-12 and Ladies 3-10

1380

Notes :

i. As per Public procurement policy for “MSME” the shoes are reserved at item sr.no. 27 for MSE parties. If any MSE vendor is not techno commercially suitable, then and only then, order for the items shall be placed on non-MSE vendor. ii. Leather Safety Shoes quantity is 1380 pairs either lace type as per selection. iii. Actual sizes of Leather Safety shoes will be given after wards. Following terms & condition shall override the respective term and condition of GTC(Annexure X) 1.02 Bidder shall submit sample (Size: 8) on or before due date of submission to following address:

Mr Deepak C. Pawar Dy. Manager (Purchase), Purchase Dept., 1st Floor,

Admin Building, RCF Ltd., Thal, Alibag- Raigad – 402 208.

Failure to submission of sample, may lead to rejection of your offer.

1.03 At least two shoe samples shall be selected.

1.04 AWARD OF CONTRACT: Contract shall be awarded on lowest tender basis to the supplier who will be

Techno-commercially qualified as per pre-qualification criteria (Annex-II).

1.05 Quantity:The total quantity required is 1380 Pairs in one lot as per the sizes mentioned above 1.06 Delivery: The preferred delivery of complete ordered material shall be required within 6 weeks

from the date of Purchase Order.

1.07 The past performance of the bidders‟ w.r.t. quality, service and timely delivery/job completion

shall also be deciding criteria while evaluating the bids. RCF reserves the right to reject the bids based on past performance of vendors.

10.7 EARNEST MONEY DEPOSIT (EMD) for Rs. 30,000/-(Rupees Thirty thousand only) is to be submitted as per following instructions:

Bidder has to submit Earnest Money Deposit (EMD) in form of Demand Draft in favour of Rashtriya Chemicals & Fertilizers Ltd. payable at Thal. The offer shall be rejected in absence of EMD. Please upload scanned copy of DD. Please ensure original DD will reach RCF Thal before tender opening date.

Page 3: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 3 of 41

If exempted from submission of EMD, then upload a valid certificate issued by ‘National Small Scale Industries Corporation (NSIC). Please note that No other certificate is entitled for EMD

exemptions. Government of India undertakings and Micro and Small Enterprises (MSE) shall submit relevant Certificate (Refer Annexure-V) for claiming exemption of EMD. Offers without EMD (or) valid NSIC/MSE Certificate are liable to be rejected. EMDs of unsuccessful bidders shall be refunded immediately after Finalization of tender. EMD of successful bidder shall be refunded after submission of Security deposit in the form of Bank Guarantee after receipt of purchase order. EMD deposited shall not attract any interest.

10.8 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 CPP 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 – V) 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: Pre-qualification & Techno-Commercial Bid with EMD and Part-II: Price Bid) in electronic form only through e-tendering system on www.eprocure.gov.in website.

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

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 shall results into rejection of your offer and no communication shall be done for submission of documents.

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

Packet:1: Scanned copy of DD for EMD amount 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

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

Packet:3: Scanned copy of “Pre-qualification Details and self attested supporting

documents against pre-qualification criteria (Annexure-II) (i.e. PO copies, turnover certificate, bank solvency certificate)

Packet:4: Scanned copy of dully filled “Technical Bid” (Annexure-III).

Packet :5: Scanned copy of dully filled “Terms & Conditions” (Annexure-IV)

Packet :6: Scanned copy of dully filled & attested by authorised bank “Solvency Certificate” (Annexure-VII)

Packet :7: Scanned copy of signed and stamped “Modalities for e-tendering & Procedure for e-RA” (Annexure-V,VI & Format-B),Scanned copy of dully

filled “Vendor updation form” (Annexure-IX) Scanned copy of signed and

stamped “General Terms & Conditions” (Annexure-X).

Page 4: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 4 of 41

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) to be submitted in your ‘My Space’ option as per lowing instructions only. Bidders can take help from RCF‟s e-Procurement Helpdesk (022-25522760) in uploading of documents.

1. Annual Turnover Certificate : Scanned copy of Annual Turnover Certificate issued by your Charted Accountant for prescribed financial period (last three financial years in single certificate) to be uploaded in „Annual Turnover Certificate issued by 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.

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. Vendor shall confirm that they are either manufacturers /authorized dealers/traders of Neem Oil of given specifications.

10.9 Payment Term: 100% payment will be made on 30th day of receipt of material at RCF stores subject to acceptance of material at RCF stores & submission of Security Deposit if applicable. 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 description 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.

Page 5: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 5 of 41

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 supplier‟s 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.

10.10 Sample Shoes;The selection of shoes shall be carried out by respective commitee. Vendors shall quote and submit the samples based on the maximum allowable price per pair of Rs.1650 /- exclusive of all taxes & duties, and delivered to RCF THAL basis. The offers of the vendors quoting higher price than the indicated maximum allowable price exclusive of all taxes, shall be out rightly rejected and will not be considered for further evaluation even though such offers are techno-commercially acceptable and their samples are selected by the selection committee.

The bidder may submit one or more than one samples clearly marking such samples as Sample-1, Sample-2, Sample-3……….. Sample-N and quote separately for such samples submitted as price for Sample-1, Price for Sample-2, Price for Sample-3……… Price for Sample-N in the given price bid format .BOQ shall make provision to accept offers for three samples .

Tender shall be accompanied with the samples of offered Safety Shoes with proper identification

tag indicating enquiry no. and tenderer's name. The samples of Safety Shoes of male and female

shall be as per enquiry specifications and to be submitted to Chief Manager (Materials), Purchase

Department, Administrative Building, RCF LTD Thal, Alibag on or before the Tender submission

date and time.

10.11 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.

10.12 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.

10.13 The Techno-commercial bid shall contain:

i) Prequalification Criteria along with necessary supporting documents. Copies of all

documents required for qualifying Minimum Eligibility Criteria set in the tender document.

Specifications of offered Safety Shoes,

iii) Copy of valid SSI/NSIC or MSME Registration Certificate,

iv) Specific confirmation on acceptance of terms & conditions stipulated in tender enquiry,

v) Copies of PAN Card and Factory/Shop Registration Certificate and / OR CST /VAT

Registration Certificate.

vi) The Bid-I i.e. Techno-commercial bid along with the PQ Criteria shall be opened after the

tender submission date & time. Tender received without sample will not be considered for

further processing.

Page 6: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 6 of 41

vii) The samples of the techno-commercially acceptable vendors shall be put-up to the works

committee for selection. The committee shall select samples submitted by minimum two techno-

commercially acceptable bidders.

viii) The rates quoted shall be on free delivery at destination RCF LTD, STORES, Thal Alibag

– 402208, Dist: Raigad, excluding all charges and taxes.

ix) Delivery Period: Shortest Delivery period for the supply of material shall be clearly

indicated in the quotation. The preferred delivery period shall be 30 days from the date of

receipt of the purchase order.

x) Guarantee/Warrantee: The material supplied shall be guaranteed/waranteed against any

manufacturing defects for a minimum period of 12 months from the date of supply and

a certificate for the same shall be issued at the time of supply.

xi) Rejected Material: The vendor shall give the replacement for the rejected material within

two weeks‟ time from the date of intimation of rejection.

xii) Safety Shoes shall be properly packed and carry bags should be supplied along with the

shoes for distribution.

10.13 Mutually Agreed Damages (MAD) against late delivery: MAD shall be applicable for delayed supplies @ ½ % of total value of PO per week or part thereof subject to maximum of 5

10.14 Statutory Variation Clause: Any variation in statutory levies/taxes within the contractual delivery period shall be to RCF‟s account & beyond contractual delivery period, upward variation shall be to Supplier‟s account.

10.15 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 or through DD, this SD should be valid for entire period of delivery + three months. This is to be submitted 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. Security deposit shall be 20% if the difference between quotes of successful L1 bidder & L2 bidder is more than 20%.

10.16 Performance Bank Guarantee(PBG) Successful bidder will have to Performance Bank Guarantee for 10% of contract value either in the form of Bank Guarantee as per RCF's format or through DD, to cover defect liability period from the date of installation/ commissioning or 18 month from date of delivery whichever is earlier. Bank Guarantee shall be valid for a period of 21 month from date of supply. Acceptance of this PBG is mandatory.

10.17 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.

If any vendor does not take training for participation in e-RA , a max of 7 days will be given (including reminders ) for taking training . Even then ,if the vendor does not participate E-RA will be conducted.

Page 7: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 7 of 41

ANNEXURE - I

Process Compliance Form

(Tenderers are required to print this on their company‟s 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 & e-Reverse Auction

Dear Sir,

This has reference to the Terms & Conditions for e-Tendering & e-Reverse Auction mentioned in the NIT No.: AK-53722 We hereby confirm the following –

1) The undersigned is authorized representative of the company.

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

well as this document.

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

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

same.

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

disqualify us for this tender.

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

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

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

With regards

Signature with company seal

Name – Company / Organization –

Designation within Company / Organization – E-mail Id:

Tel no:.

Mobile no.

ANNEXURE-II

Page 8: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 8 of 41

Brief Summary of Pre-qualification documents to be submitted in packet 2 of part-I) (NOTE: Please fill the details in front of each criteria mentioned below and upload this Annexure in packet 3 of part-I). Please upload signed & stamped copies of supporting documents in packet 4 of part-I. Incomplete form or non-submission of documents to verify details may results into rejection of your offer, no communication shall be done for submission of documents)

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

Sr Pre-qualification Criteria

1

This item is reserved for MSE suppliers. The Supplier should have been registered with MSME, as a documentary proof, supplier should submit copy of MSME registration certificate (For detail refer annexure-V), without MSME registration certificate offer will not be considered for evaluation. The MSME certificate will be considered only from the authorities mentioned in Annexure-V. However in case if MSE supplier is techno-commercially not suitable, then offer from other than MSE supplier‟s may be considered, subject to meeting the criteria in Sr.No 2 to 6.

2

i.The bidder shall be original Manufacturer of Leather Safety Shoes. Bidder shall submit the relevant

documents for confirmation of being Original Manufacturer of Leather Safety Shoes. ii. If any authorized dealer / distributor etc. of Original Manufacturer is participating in the tender, then such dealer / distributor should submit authorization letter from the concerned Original Manufacturer. In the authorization letter the Original Manufacturer should mention the subject tender number, also the Original Manufacturer should state that they will stand for guarantee of design & manufacture, service support after the supply of Leather Safety Shoes. Also submit the supporting documents of OEM as mentioned in point No. i. iii. Participating bidder, during last seven years from date of publication of subject tender; must have successfully executed purchase order for similar supplies of Leather Safety Shoes

In support, party should submit self-attested photocopies of the following.

a. Criteria : Single PO of supply of similar type of Leather Safety Shoes of min. value of ₹ 18.21 lacs b. Criteria : Two PO of supply of similar type of Leather Safety Shoes of min. value of ₹ 11.38 lacs

each c. Criteria : Three PO of supply of similar type of Leather Safety Shoes of min. value of ₹ 9.10 lacs

each

( Fill details as per any one criteria mentioned above i.e. a, b or c and submit PO copies in packet 3 for verification )

S.N. PO No. & Date PO Value (Rs.) Name of Customer

3 Supplier shall submit Copy of Excise Registration Certificate. Copy of State Sales Tax, VAT / CST & Service tax Registration/Copy of PAN Card.

4

Bidder should have supplied the Leather Safety Shoes in Central / State Government sector, Corporate sector, PSU’s etc. Furnish performance certificate by the competent authority of the client, certifying / qualifying of Leather Safety shoes supplied by the tenderer.

5

Average Annual Financial Turnover during last three i.e 2013-14,2014-15 and 2015-16 financial years should be at least Rs 45.54 lakhs.The bidder should have atleast Rs.5.69 lakhs turnover in each financial year. (Please submit Turnover Certificate issued by your CA for following Financial years in packet 3 for

Page 9: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 9 of 41

verification OR submit P&L statements of following years in Balance sheet folders of each year)

Sr Financial Year Amount ( Rs. )

1 2013-14

2 2014-15

3 2015-16

Average Turnover for 3 years =45.54 lakhs

6

Bank Solvency Certificate (Minimum Rs. 09.10 lakhs ) Issued

by reputed bank within current

financial year of Tender i.e.after

01. 04..2016. OR Credit ratings from

reputed institution such as CRISIL,

ICRA etc., or Financing/Credit limits

from banks after 01. 04.2016

Name of Bank:

Certificate date:

Solvency Value:

SIGNATURE WITH STAMP

Page 10: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 10 of 41

ANNEXURE-III

TECHNICAL BID (Note: Bidder has to confirm their acceptance in given sheet and for technical evaluation, this Annexure to be

submitted in Technical bid (Packet 4 of Part-I) in e-Tender)

NAME OF BIDDER:

Sr. Short Text Bidder Confirmation

( Please put ‘√’ in front of confirmation )

Deviation if Any

1

Descriptions

Safety Shoes, Colour–Dark Brown as per Specification

Leather Safety shoes quantity is 1380 lace type as per selection

2

Sample of Leather Safety Shoes with lace with proper

tagging & Article no. to be mentioned.

3

After placement of order the bidder shall arrange to take the

measurement of shoes size at RCF premises for deciding number of

shoes of each size (2 to 12). to be supplied.

SIGNATURE WITH STAMP

1 Upper

i) Upper leather: Full Grain Smooth Dark Brown

waterproof buff Leather with Abrasion Resistance Front

Leather Band (Water Repellent) having Reflective Tape on

the sides. Upper material thickness shall be 1.8 mm to 2.2

mm thickness. ii) Leather: Breathable, durable and resistant to water up to

60 minutes.

iii) The safety shoe must have padded collar and tongue.

iv) Upper leather: Chemical/acid resistant coated with

polyurethane preferably.

v) Colour of shoe: Dark brown.

vi) Height of Upper Component: As per clause 5.2.1 of BIS

15298. vii) The colour and design shall be selected by RCF

separately for gents and ladies.

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

2 Lining i)The lining shall be breathable with 3 MM foam and have

high moisture absorption quality, wicking mesh lining to

keep feet dry and warm having good perspiration absorption.

ii. It shall be made of soft Cambrelle / non-woven fabric

which shall not fray or get damaged after continuous

usage.

Accepted / Not Accepted

Accepted / Not Accepted

Page 11: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 11 of 41

3 Insole i)The Insock shall be Premium and durable shock

absorbing insole made with Organic GEL Pad at HEEL attached with Leather laminated to reduce fatigue due to

prolonged use.

Insole shall be Non - Woven Strobel Anti-Static.

Accepted / Not Accepted

Accepted / Not Accepted

4 Mid sole

i)Midsole - PU (Polyurethane) by Direct Injection Process for

high cushioning and comfort.

Accepted / Not Accepted

Outer-sole

i) Direct vulcanized Nitrile Rubber sole Heat resistant minimum 120°C for 1 minute exposure as per BIS 15298

Part 1 offering protection in work Surfaces having oil and

Acids (Sulphuric Acid, Nitric Acid and Phosphoric Acid)

spill, durability, abrasion resistance & slip resistant.

ii) It should have good durability, abrasion resistance, energy absorption & slip resistant and antistatic property

as per clause 6.2.2.2 of BIS 15298 Part 1.

Accepted / Not Accepted

Accepted / Not Accepted

5 Counter / stiffener Split Dyed Black / Brown to offer excellent shoe shape and comfort.

Accepted / Not Accepted

6 Eyelets / Drings

Antirust and Durable Brass Oxidised eyelets. Accepted / Not Accepted

7 Thread

The stitching shall be preferably double and it shall be

done with nylon thread of high breaking strength. Accepted / Not Accepted

8 Collar /Tongue

Excellent Grip, Comfort and Cushioning and the tongue shall be stitched with collar to restrict the direct

penetration of acid or any other liquid/chemicals.

Accepted / Not Accepted

9 Toe Cap The Toe-cap shall be made from high carbon steel or

Composite toe and treated with ability to withstand impact

of 200 J as per clause 5.3.2.3 of BIS 15298.

It shall be integral and non- removable and have electric

hazard protection.

Accepted / Not Accepted

Accepted / Not Accepted

10 Laces High Breaking strength, Round or Flat, Nylon, Dark

Brown, Light Brown matching with the shoe color.

Accepted / Not Accepted

11 Operative Standards

CE approved as per EN 20345 OR BIS 15298: 2011. Accepted / Not Accepted

12 Size:

i.For Gents: The size of safety shoes shall be 5 to12 as per

our requirement. ii. For Ladies: The size of the Safety Shoes shall be

preferably 2 to 8 as per our requirement.

iii. After placement of Order, the vendor shall arrange to

take the measurement of the sizes of shoes at RCF Factory in all the three shifts as per schedule fixed after

deliberation with RCF for determining the number of shoes

of each size to be supplied.

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

Page 12: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 12 of 41

13

Weight Light weight less than 1100 gms for a pair of Gents shoes

of normal size No. 8.

Accepted / Not Accepted

14

Technical bid qualification. & Selection & approval of Model

i. The safety shoes shall be manufactured Confirming to

CE approved as per EN 20345 OR BIS: 15298:2011 Part 2

and shall meet above specifications.

ii. The vendor shall submit the certification/approval along with the offer.

iii. Technical bid qualification shall also include the

selection/ approval of the sample after the test conducted

at site. The party shall submit at least one pair of

shoes of size: 8 along with the offer meeting above

specifications. iv. The vendor must have supplied safety shoes to the

large manufacturing unit/factory of value as per our

tender guidelines.

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

15 Inspection & Certification criteria

i. After selection & model approval, (sr. no. 14 above), the

party shall manufacture the safety shoes as per the above specifications.

ii. The party at its own cost shall test the shoes

manufactured for supply to RCF from approved laboratory

for CE approval as per EN 20345 OR I.S. 15298: 2011,

Part 2 and submit the copy of test report/ certificate along

with the bulk delivery. iii. RCF at its own discretion may also collect random

samples from the lots of shoes supplied for independent

testing of quality through any approved laboratory. If the

test report is not satisfactory; the entire lot shall be

rejected.

Accepted / Not Accepted

Accepted / Not Accepted

Accepted / Not Accepted

SAMPLES AND SAMPLE SELECTION

2

Vendors shall quote and submit the samples based on the

maximum allowable per pair price of Rs.1650 /- exclusive of all

taxes & duties, and delivered to RCF THAL basis. The offers of

the vendors quoting higher price than the indicated maximum

allowable price inclusive of all taxes, shall be out rightly rejected

and will not be considered for further evaluation even though

such offers are techno-commercially acceptable and their samples

are selected by the selection committee.

3

The bidder may submit one or more than one samples clearly

marking such samples as Sample-1, Sample-2, Sample-3………..

Sample-N and quote separately for such samples submitted as

price for Sample-1, Price for Sample-2, Price for Sample-

3……… Price for Sample-N in the given price bid format .BOQ

shall make provision to accept offers for three samples .

4

Tender shall be accompanied with the samples of offered Safety

shoes with proper identification tag indicating enquiry no. and

tenderer's name. The samples of Safety shoes shall be as per

enquiry specifications and to be submitted to Chief Manager

(Materials), Purchase Department, Administrative Building, RCF

LTD Thal, Alibag on or before the Tender submission date and

time

Page 13: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 13 of 41

5

Rejected samples will be taken back at your own cost, if desired

and should be collected within 15 days from the date of

intimation, failing which RCF LTD is at full liberty to dispose

them off without any further notice and compensation. Rejected

samples will be taken back at your own cost, if desired and

should be collected within 15 days from the date of intimation,

failing which RCF LTD is at full liberty to dispose them off

without any further notice and compensation

6

Rejected Material: The vendor shall give the replacement

for the rejected safety shoes within two weeks‟ time from

the date of intimation of rejection

SIGNATURE WITH STAMP

\

Page 14: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 14 of 41

ANNEXURE- IV (TERMS & CONDITIONS)

( Kindly fill this sheet and submit in Packet-5 of part-I )

BIDDER’S NAME:

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

consideration.

NO. DESCRIPTION

BIDDER CONFIRMATION

(Please put √ in front of your

confirmation)

1

Offers received without EMD shall not be considered. Only those units,

registered with NSIC shall be exempted from EMD, provided a copy of valid

certificate of registration with NSIC is furnished.

Submitted

NSIC

2

Mutually Agreed Damages (MAD) against late delivery: MAD shall be

applicable for delayed supplies @ ½ % of total value of PO per week or part

thereof subject to maximum of 5 % of total order value.

Agreed

Disagreed

3

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 or through

DD, this SD should be valid for entire period of delivery + three months.

This is to be submitted 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.

Security deposit shall be 20% if the difference between quotes of successful

L1 bidder & L2 bidder is more than 20%.

Agreed

Disagreed

4 Firm price: Price shall remain firm throughout contract period

Agreed

Disagreed

5 Statutory variations: All statutory variations during contract period shall be to

RCF‟s account and beyond contract period to your account.

Agreed

Disagreed

6 Delivery on FOR Thal basis

Agreed

Disagreed

7 Bid validity 90 days from tender due date.

Agreed

Disagreed

8

Delivery Period : The delivery period of complete ordered quantity shall be 30 days

from the placement of purchase order;

Agreed

Disagreed

9

100% payment will be made within 30 days of receipt of material at RCF stores

subject to acceptance of material at RCF stores

Agreed

Disagreed

10 Supply of total quantity of 1380 pairs of safety shoes of various sizes as per NIT

Agreed

Disagreed

11

Tenderer should guarantee their product against any manufacturing defect and replace

free of cost if manufacturing defect is noticed, while the material is in use. If supplier

fails to supply material as per RCF specification and material is found rejected, RCF

may at its discretion buy material from other source at suppliers risk and cost.

Agreed

Disagreed

Page 15: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 15 of 41

12

Whether the party is registered under MICRO/SMALL/MEDIUM enterprises act

2006 (Please furnish the proof)

Yes

NO

13

Whether the Proprietor of “MSME” enterprise is from SC/ST category

(please attach cast certificate issued by competent authority)

Yes

NO

14 The bidders must accept the terms and conditions stipulated in the NIT, failing which

the bid is likely to be rejected.

Agreed

Disagreed

15

Participation in e reverse auction is mandatory. Bidders shall have to confirm the

same clearly in their bid. (Opening Bid Price / Base Price displayed on screen during

e-Reverse auction will be the Evaluated Cost to RCF).

if any vendor does not take training for participation in e-RA , a max of 7 days will be

given (including reminders ) for taking training . Even then ,if the vendor does not

participate E-RA will be conducted.

Agreed

Disagreed

16 Vendor shall confirm that they are manufacturers /authorized dealer of Leather safety

shoes.

Yes

NO

DEVIATION IF ANY

SIGNATURE WITH STAMP DEVIATION IF ANY

Page 16: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 16 of 41

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).

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.

Page 17: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 17 of 41

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 12.50% excise duty enter ‟12.50%‟ 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 RCF‟s 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

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)

Page 18: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 18 of 41

Directorate of Handicrafts and Handloom

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

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

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

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

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

divisional Magistrate / Taluka Magistrate / Executive Magistrate/ Extra Assistant

Commissioner

Chief Presidency magistrate /Additional Chief Presidency magistrate /Presidency

magistrate

Revenue Officer not below the rank of Tehsildar

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

resides

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

relevant certificate shall be submitted as a support document.

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

items/category of items/services.

(b) Purchase Preference for MSE :

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

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

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

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

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

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

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

other participating 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 .

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) 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.

Page 19: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 19 of 41

ANNEXURE- VI

PROCEDURE FOR AWARD OF PURCHASE OR SERVICE CONTRACTS THROUGH e-REVERSE AUCTION (e-RA)

The following shall be the general procedure for carrying out the process of procurement and award of purchase / service contracts through e-Reverse Auction (e-RA) 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 Un-priced Commercial Bid.

(A) General guidelines:

1) The bidders shall be, initially, required to submit their offers as below,

a. Part- 1 : EMD PAYMENT DETAILS & „Technical & Un-priced Commercial Bid‟

b. Part-2 : „Price Bid‟

The e-RA 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, e-RA 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 e-RA.

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 e-RA event conducted by the RCF‟s 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 e-RA.

Page 20: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 20 of 41

(B) General Terms and Conditions of e-RA :

1. Please note that the unit rate displayed on the computer screen is evaluated rate. excel sheet

showing evaluation of your offer shall be mailed to you before e-RA by our service provider.

2. For the reverse auction, technically and commercially acceptable tenderers and whose price bids

have been opened only shall be eligible to participate.

3. 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 e-RA.

4. Present RCF‟s service provider‟s contact details are given below.

5. Business rules like event date, time, start price, bid decrement, extensions, etc. will be communicated

by the service provider as advance intimation for participation in e-RA process.

6. 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. Non-

acceptance / 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 e-RA.

7. 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 e-RA. 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 e-RA event, if any tenderer does not have

valid digital signature or the same has expired on the date of e-RA event, he will not be eligible to

participate in the e-RA event.

8. 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.

9. Reverse auction will be conducted on scheduled date & time as fixed by RCF‟s service provider, in

consultation with RCF. The RCF‟s service provider will communicate the schedule to the eligible

tenderers.

10. At the end of e-RA, the evaluated cost of the lowest tenderer will be displayed on the auction website.

11. The lowest tenderer has to fax / e-mail the price confirmation of the final bid price through duly filled-

in and signed/scanned Format B – Price Confirmation Form (Enclosed herewith) to RCF

immediately after closing of e-RA event.

12. The reverse auction will be treated as closed only when the bidding process gets closed in all

respects for the item listed in the e-RA event.

Page 21: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 21 of 41

(C) Business Rule for finalization of the tender under e-RA :

1. It shall be the responsibility of the tenderer to be ready for e-RA with all the requirements including valid

digital signature.

2. Valid Digital Signature certificate is mandatory for login in to the e-RA site and further participation in

eRA.

3. The tenderer shall be assigned a Unique User Name(Login ID), Password & Alias Name by RCF‟S

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 RCF‟S 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 (e-RA) [ON-LINE BIDDING ON INTERNET] shall be conducted by RCF through it‟s

duly appointed service provider, on pre-specified time & date. The tenderers shall have to log into the

tender site and take part in e-RA 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 RCF‟S 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. RCF‟S 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 e-RA. The training / clarifications can be obtained by the

tenderers on followings:

(i) Methods to enter in the system of RCF‟s e-RA through Internet by using Login Id, Password and

Alias Name.

(ii) The significance of various text boxes displayed on the screen for bidding during e-RA.

(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.

Page 22: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 22 of 41

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. Auction date

b. Start time

c. Duration of the Event

d. Auto Auction Extension clause / rule

e. Balance Time Available in minutes

f. Opening Bid Price

g. Decrement Value.

h. Leading Bid in the Auction (Current Lowest Bid Price)

i. Bids placed during the event

9. BID PRICE: The Tenderer has to quote the Evaluated Cost to RCF for the items specified. Any techno-

commercial 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 Base price/ 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 / Base Price 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 e-RA.( 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 RCF‟s 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 e-RA 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 e-RA, 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 e-RA event) has to provide price confirmation giving a detailed break up through email or fax on

tenderer‟s letterhead ( physical/scanned) immediately as per attached prescribed FORMAT B – Price

Confirmation Form enclosed . In case the tender involved bidding for total evaluated cost for more

than one item, the percentage reduction received in e-RA Final Bid Price shall be applied equally to all

the items included in the total evaluated cost.

Page 23: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 23 of 41

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 e-RA may not be the only criteria for

awarding a contract.

18. RCF may, at its sole discretion, cancel the e-RA event or the tender itself, before, during or after the e-RA

event.

19. RCF reserves the right to negotiate, if required, with L1 bidder even after conclusion of the e-RA, at

RCF‟s sole discretion.

20. A repeat e-RA 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 e-RA 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. RCF‟s 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 e-RA shall be invalid.

(D) Other terms & conditions of e-RA :

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 RCF‟S 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 RCF‟S SERVICE PROVIDER is/are not responsible for any damages, including damages

that result from, but are not limited to negligence.

5. RCF and/or RCF‟S 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.

Page 24: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 24 of 41

CONTACT INFORMATION

M/s. ABC PRCURE.COM (for

conducting e-Reverse Auction)

Rashtriya Chemicals & Fertilizers Ltd.

Pradip Parmar

Email ID - [email protected]

Ph no. +91-79-40016 878

Mobile no. +91-93286 57215

Satya Narayan Behera

Mobile no : 90040 14223

Email ID : [email protected]

Pankesh Kumar

Email ID - [email protected]

079-4001 6879 / 6814

Cell: +91 93745 19729

Paresh Sevak

Email ID - [email protected]

Ph no. 079-4001 6823

Apurva Dadhich

Email ID - [email protected]

Ph no. - 079-4001 6816 / 6865

M.V.KULKARNI Dy. GENERAL MANAGER( C ) PH- 02141 238447 [email protected] S.P.DHULE CHIEF MANAGER MATERIALS ( P ) PH-02141 238081 [email protected]

Page 25: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 25 of 41

FORMAT – B

Final Price Confirmation Form (Tenderers are required to print this on their company‟s letter head and sign, stamp before faxing) To M/s. RCF Ltd. Trombay 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 - 022 – 25522320/233 )

Page 26: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 26 of 41

ANNEXURE - VII

(FORMAT FOR SOLVENCY CERTIFICATE) (on Bank‟s Letter Head)

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

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

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

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

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

the Bank:

……………………… ……………..

……………………… ……………...

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

officials.

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

Yours faithfully, (Bank Official‟s signature & stamp

Page 27: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 27 of 41

ANNEXURE –VIII

FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE GUARANTEE

(To be submitted on Rs. 500/- non judicial stamp paper) Bank Guarantee No. __________ dated ________ M/s Rashtriya Chemicals & fertilizers Ltd, …………………., ………………….. ………………….. Dear Sirs, In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [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

Page 28: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 28 of 41

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 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 ___-___- 20___ [mention date i.e. delivery period + additional 3 months – in case of Security

Deposit (SD) AND for guarantee period + additional 3 months – in case of Performance Guarantee (PG)] 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 with phone nos. / fax nos. / email id's) _________________________________________. _________________________________________ 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:

Page 29: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 29 of 41

LIST OF RCF APPROVED BANKERS FOR BANK GUARANTE

A) STATE BANK OF INDIA AND IT’S ASSOCIATE BANKS: 1. State Bank of India, 2. State Bank of Bikanar & Jaipur, 3. State Bank of Hyderabad, 4. State Bank of Mysore, 5. State Bank of Patiala, 6. State 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., 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, 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, F) 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

Page 30: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 30 of 41

ANNEXURE-IX

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 Sub Titles Purpose to be used for

I NAME Title (Whether Company /

M/s / Mr / Mrs / etc.)

Name ( As it appears on the

Bank Cheque) *

Type (Whether for Purchases

or Services) will be filled by RCF

RCF Vendor Code ( for existing RCF Vendors)

RCF Vendor Code ( for new Vendors, RCF will

create and fill) * will be filled by RCF

II ADDRESS House/ bldg. Number *

Street *

Street

City / Postal Code *

District / State *

Country

Region Code will be filled by RCF

III SUPPLY STATE

District / State (If the state

from which supplies are going

to be made is different from

the State given above, then

specify the Place / State for

C- forms.)

* To be given, if applicable.

Emails & Mobile number of

persons to contact for issues

related to C-forms etc. * To be given/filled by all vendors (mobile number is must)

Other Region Code will be filled by RCF

IV REGISTRATION

NUMBER Company registration number *

V 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 Name:-..................................

Date Designation:-............................

Page 31: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 31 of 41

VII COMMUNICATIO

N Contact person *

Telephone incl. ext. STD Code Tel No Extn

Mobile Phone *

Fax STD Code Tel No

Email

Date Of Birth

(DD/MM/YYYY) *

Standard communication

method by email only

V ACCOUNT

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

Group Key will be filled by RCF

VI TAX

INFORMATION

CST Reg NO. for C forms

(enclosed scanned / photocopies of

registration certificates)

Mention the registration number here

LST No. ( Local VAT REG

NO) (enclosed scanned /

photocopies of registration

certificates)

Mention the registration number here

Service Tax Reg. No.

(enclosed scanned / photocopies of

registration certificates)

Mention the registration number here

Excise Reg. No.

(enclosed scanned / photocopies of

registration certificates)

Mention the registration number here

PAN NO. (enclosed scanned /

photocopy of PAN card) * Mention the PAN number here

(SUBMIT SELF ATTESTED COPY OF PAN CARD)

VII DETAILS OF

BANK Bank Key will be filled by RCF

Bank Account No. of Vendor *

Name of Bank *

Name of Branch *

Bank IFSC Code *

Bank Branch Code (Only for

SBI accounts) *

Bank Address *

Bank City *

9 Digit code appearing on

MICR cheque *

Telephone No. of Bank * STD Code Tel No Extn

Fax No. of Bank * STD Code Fax No.

Type of Account (for SB

A/c=10, Current A/c=11 or

CC=13 ) *

Region will be filled by RCF

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

Place Common Seal Name:-..................................

Date Designation:-............................

Page 32: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 32 of 41

VIII REFERENCE

DATA

Industry (whether psu, air

force, military, Govt, others)

Micro / SSI Status

(Whether Micro , Small,

Medium Enterprise under

Micro , Small and Medium

Enterprises Development Act,

2006 – if yes then enclosed scanned

/ photocopies of the certificate (like

part-II certificate)

* Yes / No

(if yes then you have to submit the Part-II certificate indicating the

registration under Micro , Small, Medium Enterprise)

Whether the proprietor of

“MSME” enterprise is from

SC/ST category

(please attach caste certificate

issued by competent authority)

* Yes / No

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

competent authority)

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

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

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

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

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

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

Signature …………………………

Place Common Seal Name …………………………

Date Designation …………………………

Page 33: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 33 of 41

ANNEXURE - X

RASHTRIYA CHEMICALS & FERTILIZERS LTD.

(Government of India Undertaking)

NOTICE INVITING BID

GENERAL TERMS & CONDITIONS

1.0.0 Definition

The term „CONTRACT‟ shall mean and include the Notice Inviting Bid (NIT) the Instructions to BIDDERS, the Bid, Letter of Intent accepting the bid in part of full, Special and General Terms and Conditions, Directions, and comments conveyed in writing, the Purchase Order or Work Order, and its subsequent variations if any, or any other authorized CONTRACT documents, and those general and special conditions that may be added subsequently or such other documents, drawings, specifications as may be prescribed.

1.0.01 The terms „CONTRACTOR‟, shall mean the person(s), firm, company with whom, a CONTRACT has been entered into and shall be deemed to include their representatives, heir, executors and administrators, successors and permitted assignees of such person, person(s), firm or company.

1.0.02 The terms „RCF” shall mean Rashtriya Chemicals & Fertilizers Limited having its Registered Office at „Priyadarshini‟, Eastern Express Highway, Sion, Mumbai 400 022 and shall be deemed to include their successors and/or assignees, and shall include the Administrative and Executive Officers authorized to deal with all matters relating to the CONTRACT.

1.0.03 The Term „BIDDERS‟ shall mean the person(s), firm or company who offer(s) a bid or quotation duly signed in response t the invitation to bid issued by „RCF‟ and shall be deemed to include their representatives, heirs, executors and administrators, successors and permitted assignees to such person(s), firm or company.

1.1.0 Instructions for submission of Bid 1.1.01 Every bid shall be made out in English, Hindi or

Marathi language. All other information will also be

supplied by the „BIDDERS‟ in English, Hindi or Marathi

language. Only one language will be used in the bid. In

case of conflict the English version shall be final.

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 be final.

Bids should be free from overwriting. The bidder should

duly attest all corrections. Bidder manually in long hand

should sign bids by person(s) who is/are legally authorized

to sign on behalf of the person(s) or firm or company

biding and in case of firm/company, bid should bear its

seal or stamp. The legal instrument of authority either in

original or a certified copy thereof empowering the

person(s) signing their bid should accompany the bid. No

oral, telephonic or telegraphic bids or modifications in the

bids shall be considered under any circumstances.

All bidders are requested to submit their bids STRICTLY

as per the instructions given below. Bids should either be

submitted personally in the bid box at the Office of Chief

Materials Manager, Purchase Section, Administrative

Building, Thal, Tal- Alibag, Dist- Raigad, PIN 402208,

Maharashtra, INDIA, or sent by Registered Post to the

same address so as to reach well in advance of the closing

date and time.

The envelopes containing the bid should be super scribed

with The Bid No. and Date of opening.

1.1.02 Submission of Bids Bids submission details have already been indicated in

ANNEXURE - I.

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.

The invitation to bid with Annexure and all attachments

will be considered to have been read, understood and

accepted by the bidders unless otherwise specifically

stated by them in writing well before the scheduled

opening of the technical part of the bid.

2.0.03 The terms and conditions as embodied in the

CONTRACT shall be final and any other terms mentioned

in the supplier‟s bid but not included in the CONTRACT

shall be deemed as rejected by RCF.

3.0.00 Bid opening 3.0.01 Bids will be opened in two stages

Part I – Technical & Unpriced Commercial part of the bid.

Part II – Commercial part of the bid with prices.

Page 34: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 34 of 41

3.0.02 The Technical and Unpriced Commercial part of

bid (part-I) will be opened on the prefixed date in the

presence of BIDDERS (only public bids) and their

representatives who desire to attend the bid opening.

3.0.03 The Commercial part of bid with Prices (part-II)

shall be opened in public (only public bids) after the

corresponding Technical and Unpriced Commercial part

of the bid are scrutinized and possible clarifications

obtained from such bidders as may be required so as to

bring the bids at part technically.

3.0.04 Based on clarification, the BIDDERS may be asked

to submit if required, revised sealed commercial part of

the bid with prices (Part-II).

3.0.05 Bidders will be given adequate notice regarding

date and venue of public opening.

1.0.0 EARNEST MONEY DEPOSIT

1.0.01 Earnest Money Deposit (amount as mentioned in

invitation to bid) should be furnished in the form of a

demand draft payable at Thal drawn in favor of Rashtriya

Chemical and Fertilizers Limited.

1.0.02 Any request to adjust Earnest Money Deposit out

of the bidder‟s running bills or pending payments will not

be considered and the bid will be treated as without

Earnest Money Deposit.

1.0.03 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.

1.0.04 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.

4.0.05 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.

4.0.06 Refund of Earnest Money

Earnest Money Deposit will not carry any interest.

Earnest Money Deposited by the unsuccessful bidders will

be refunded as soon as possible. Earnest Money Deposit

of successful BIDDERS will be refunded after the

successful BIDDERS furnishes the Security Deposit.

5.0.00 SECURITY DEPOSIT.

The Security Deposit 10% of PO value for proper & timely fulfillment of the CONTRACT has to be paid by every successful BIDDERS. No exemption will be made.

The CONTRACTOR will have to give Security Deposit as

specified in the bid in the form of either a Demand Draft

in favour of Rashtriya Chemicals & Fertilizers Limited

payable at Thal, or by means of a Bank Guarantee as per

RCF‟s proforma (attached as Annexure-8) from any RCF

„s approved list of banks as per Annexure – 7. The

Security Deposit shall be furnished to RCF, for a suitable

period as prescribed by RCF in the bid.

The CONTRACTOR‟s Banker should forward the Bank

Guarantee directly to RCF with the covering letter of the

Bank. RCF reserves the right to insist on Security Deposit

in the form of Demand Draft from any CONTRACTOR.

5.0.01 In case of foreign supply, the Bank Guarantee

submitted by the foreign bank should be counter

guaranteed/confirmed by State Bank of India, Commercial

Branch, Swastik Chamber, Sion-Trombay Road, Chembur,

Mumbai 400 071, India. The charges of the confirmation

if any will be borne by the CONTRACTOR.

5.0.02 In the event of any breach of any of the terms and

conditions of the CONTRACT or the CONTRACTOR

neglects, delays or fails to perform the CONTRACT, RCF

shall have the right to forfeit the Security Deposit. The

Security Deposit shall not bear any interest.

6.0.00 PERFORMANCE GUARANTEE

The CONTRACTOR shall provide Bank Guarantee for

performance, in case of is specified in invitation to bid,

equivalent to value of Security Deposit for a period of 18

months from the date of commissioning or 24 months

from the completion of supplied whichever is earlier (or as

specified in invitation to bid). Security Deposit can be

converted into Performance Guarantee at the discretion of

RCF.

7.0.00 VALIDITY OF BIDS.

All bids should be kept valid for acceptance for 90 days

from the bid closing date unless otherwise specified in the

bid invitation. Bids of lesser validity period may not be

considered. In case of revised commercial bids with prices

(Part-II) for validity period, the date will be reckoned from

the date on which revised commercial bids with prices

were opened.

8.0.00 BID INFORMATION Bids should include inter alia the following information.

1.0.01 Technical & Unpriced commercial part of bids

(part-I)

1. Technical Part.

Page 35: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 35 of 41

a)- Invitation to bid No.

b)- Scope of Supply.

c)- Complete description of equipment/mate-

rial supported by brochure, catalogue

and/or other descriptive standard

documents.

d)- Completed data sheets as per the

requirement of the bid.

e) - Lay out drawings of sketched with

(approximate) dimensions of equipment

and indications of limits of supply.

f)- Information on shipping weights and

volume with special attention to heavy and

over size package.

g)-Itemised list of spare parts of

i)- Erection and commissioning

ii)- Two years operation.

h) - Initial supply of spare parts will be ordered on the

successful BIDDERS. For further orders of spares the

BIDDERS shall indicate the nearest sources of supply

from MUMBAI.

i)- List of Special Maintenance tools, material fixtures and

special erection tools and equipments.

j)-BIDDERS shall state name of the manufacturers

proposed for every equipment item, which is not of his

own manufacture.

k)-List of similar equipments in operation indicating

there in whether visits to the plants can be

arranged.

l)- Third party inspection programmed and scope of

work.

m)-Nature of Maintenance assistance available or

offered by the BIDDERS.

n)- Nature of Erection and commissioning assistance

offered by the BIDDERS.

o)- The BIDDERS should undertake to give shop

drawings of spare parts and main equipment to

enable RCF to undertake repair and maintenance

after installation at site.

p)- A certificate that the technical bid is in total

conformity with RCF‟s specification and if not the list

of exclusions and/or deviations.

q)- Fabrication schedule and a brief statement of

activities and time estimate justifying the total

delivery.

II Unpriced Commercial part of bids.

a)- Invitation to bid No.

b)- Earnest Money Deposit, Draft No. and date, Payee

Branch of the Bank.

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 2000.

k) - Copies of commercial part of bids with all

Prices duly blanked out.

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.

m) - Particulars relating to bids as follows:

1) - Year of establishment.

2) - Name of Bankers.

3) - Certificate of Contractor‟s financial

status from Contractor‟s 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.

III Commercial part of bids with prices (part-II) a)- Invitation to bid No.

b) - Bid abstract sheet,

c) - 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 90 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 and Country of Origin.

9.0.01 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.

Page 36: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 36 of 41

9.0.02 Country of Origin. The bidders will have to furnish information regarding the

country of origin of the goods and works in their bid

documents.

10.0.00 Transmission of Bids. All bids should either be submitted in Bid Box in the

office of Chief Materials Manager, Purchase Section,

Administrative Building, Thal, Tal- Alibag, Dist- Raigad,

PIN 402208, Maharashtra, INDIA, or sent by courier/

Registered post to the same address so as to reach well in

advance of the closing date and time. In their own interest

the Bidders are advised to notify the Dy. General Manager

(Purchase) by fax, date and place of despatch of bids,

BIDS RECEIVED AFTER CLOSING DATE ARE

LIABLE TO BE REJECTED.

11.0.00 Accompaniments.

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. Al 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. 13.0.01 Bidder‟s 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 RCF‟s invitation to the bid in full.

13.0.02 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.

13.0.03 Bidders should quote unit and lump sum prices.

The price so quoted should be all-inclusive and no claim

for extras will be entertained.

13.0.04 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.

13.0.05 The Unit rate quoted in the bid

will form the basis of compensation, if the scope of work

is altered within mutually acceptable limit.

13.0.06 The bid shall be based on firm

F.O.B. price and on reliable basis estimate of the freight

cost from the port of loading to Mumbai Port should also

be given.

The Indigenous Bidders shall quote free delivery at RCF

Thal site, and also give separately a reliable estimate of

freight/transportation charges to site.

13.0.07 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:

i. Bids submitted jointly by Manufacture(s)

located in India and Foreign Manufacturer(s).

ii. Bids submitted by Manufacturer(s) located in

Indian and Foreign sub-supplier(s) and

iii. Bidders submitted by Foreign

Manufacturer(s) with sub-supplier(s),

located in India.

The bid documents shall be arranged to show separately

the expenditure in Indian and Non-Indian currency.

BIDDERS shall quote all prices including percentages of

total price in figures as well as in words. Where there is

a difference between these, the rates given in words shall

prevail. Erasures or overwriting of any kind in the bid

may render the bid to outright rejection. Where

necessary the original figures and words should be

scored out and corrected figures and words written again.

The BIDDERS shall have to attest the corrections.

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 prevalent

on the delivery date, as mentioned in the Purchase Order

or Work Order and amendment(s) thereto. BIDDERS

Page 37: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 37 of 41

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 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 Bidder’s 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 pre-shipment 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.

17.0.0 Standard & Measurements. 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 schedules. The bidders also shall follow the metric

system.

18.0.00 Right of Acceptance & Rejection of Bid.

RCF reserves the right to accept at their sole and

unfettered discretion any bid for whole or part quantities

or to reject any or all bids without assigning any reason

thereof. No claim for compensation etc., whatsoever will

be entertained by RCF from unsuccessful bidders.

18.0.01 Past Performance of the Contractors

The Contractors whose past performance have been found

not satisfactory, in the opinion of

RCF, then, RCF reserves the right to refuse the bid

documents, or reject the bid while opening or evaluating

the bids. The decision of RCF regarding performance

evaluation shall be final.

19.0.00 Splitting of Bid.

RCF reserves the right to split the bid in parts and to

award the contract in full or in parts.

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

CONTRACT wholly or in part forthwith by a written

notice to the CONTRACTOR if:

20.1.01 The CONTRACTOR does not adhere to any terms

and conditions of the CONTRACT including General &

Special, Terms & Conditions.

20.1.02 The CONTRACTOR fails to execute

the job in time.

20.1.03 The quality of the supply/part supply received is

poor or not in conformity with the requirement.

20.1.04 The CONTRACTOR attempts for any

corrupt practices.

20.1.05 The CONTRACTOR becomes bankrupt or goes

into liquidation.

20.1.06 The CONTRACTOR makes a general

assignment for the benefit of creditors.

20.1.07 A receiver is appointed for any of

the property owned by the contractor.

20.2.00 Upon receipt of said cancellation notice; the

CONTRACTOR shall discontinue all work on the

CONTRACT and matters concerned with it.

20.2.01 RCF in that event will be entitled to

get the job executed from any sources and recover the

excess payment over the CONTRACTOR‟S agreed price,

Page 38: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 38 of 41

if any, from the CONTRACTOR.

20.3.00 RCF also reserves the right to cancel the

CONTRACT due to Force Majuere sure conditions and

the CONTRACTOR will have no claim of compensation

whatsoever.

21.0.00 Termination of CONTRACT for Convenience. 21.0.01 RCF may by written notice sent to the

CONTRACTOR, terminate the CONTRACT, in whole or

in part, at any time for their convenience. The Notice of

termination shall specify that termination if for RCF‟s

convenience, the extent to which performance of work

under the CONTRACT is terminated and date upon which

such termination becomes effective.

21.0.02 the work that is complete, at the time of receipt of

notice of termination shall be taken over by RCF at the

CONTRACT terms and prices.

For the balance work RCF may opt:

a)- to have any portion completed at the CONTRACT

terms and conditions.

b) - to cancel the reminder and pay the CONTRACTOR

an agreed amount for material brought to site for execution

of work

22.0.00 Correspondence. All correspondence in respect of this invitation to bid

should be made in English quoting bid invitation reference

number appearing on the front page. Correspondence

should be addressed in duplicate to:

Chief Materials Manager, Purchase Section,

Administrative Building, Thal, Tal- Alibag, Dist- Raigad,

PIN 402208, Maharashtra, INDIA, on above address

FAX 02141-238081, 238091,238206

E mail : [email protected], [email protected]

[email protected]

23.0.00 Comparative Analysis of Bids 23.0.01 All bidders, in whatever currencies they are will

be converted into Indian Rupees for the purpose of

comparison. The rate of exchange used for such valuation

will be those published by the Reserve Bank of India and

ruling on the date of opening of the price bid, unless there

is abnormal change in the value of currencies before the

award of CONTRACT. In such event the exchange rate

ruling at the time of decision to notify the award of

CONTRACT to the successful BIDDERS will be used.

23.0.02 Comparison will be made between Indian offers

(competitive) and Foreign offers on the basis of the landed

price. RCF may however, give a margin of price

preference to Manufacturers located in India.

23.0.03 To determine the best evaluated BIDDERS,

factors other than the price will also be taken into

consideration. The following points will enter into

evaluation.

i) - Bids quoting firm price will be given preference over

the bid‟s prices subject to escalation.

ii) - Guaranteed delivery period as stipulated in the

invitation to bid.

iii) - Technical Quality (efficiency, reliability and

suitability)

iv)- Terms of payment – an Interest rate of 11.5% [cash

credit + 1%] per annum or such other rate as decided by

RCF from time to time will be used to compute the

evaluation of prices in case of advance or progressive

payments.

v) - Bidders‟ experience in manufacturing similar

equipment for similar duties and whether such equipments

are in service and operating successfully at designed

conditions.

vi) - Maintainability and availability of maintenance

assistance/support in India.

vii) - Cost and availability of spare parts.

viii)-Cost of vendor‟s assistance in Erection and

commissioning.

ix) - Cost of expediting and inspection.

x) - Bidders‟ guarantee (nature of warranty and warranty

period).

xi) - Compliance with bid terms, specifications, drawings

and data sheets.

xii) - Willingness to give shop drawings of spare parts and

main equipments.

xiii) - Bids from Indian Public Sector Units.

24.0.00 Terms of payment.

24.0.01 Foreign Suppliers

The material will be paid for the currency of the country of

origin. In case the CONTRACT stipulates erection at the

Indian site the charges for erection will be paid only in

Indian currency. Therefore, the BIDDERS should clearly

mention this amount in the bid.

100% payment shall be made through irrevocable letter of

credit against submission of shipping documents and

performance bond to cover defect liability period. The

BIDDERS shall have to furnish the name of their bankers

for opening the letter of credit by RCF.

24.0.02 Indigenous suppliers. RCF‟s 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

24.0.03 RCF may with hold payment to such extent as

may be necessary to protect itself from loss on account

of:

i) - Defective work not remedied.

ii)-Failure of the CONTRACTOR to make

payment properly or for materials or for labour.

Page 39: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 39 of 41

iii)-Reasonable doubts that the CONTRACT cannot be

completed with the balance CONTRACT.

iv)-Damage to another CONTRACTOR or to RCF

property and probable filing of claims.

v) - For other reasons mentioned else where in NIT.

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 documents. If approved by RCF, such advance

payment will be released only on furnishing of suitable

bank guarantee as per proforma enclosed for an amount

equivalent to the advance payment. AN INTEREST

RATE OF 11.5% OR SUCH OTHER RATE AS MAY BE

DECIDED BY RCF FROM TIME TO TIME WILL BE

USED AT THE TIME OF EVALUATION BID.

26.0.00 Period for the completion of the CONTRACT. Time is the essence of the CONTRACT. The

CONTRACT should be completed as per the time

schedule given in the CONTRACT. The time schedule

includes but not limited to time for submission of

drawings for approval, incorporation of comments if any,

final approval of drawing by RCF. However, if the

approval of the drawing is delayed beyond 10 days from

the date of receipt of RCF Office, corresponding extension

in time shall be allowed provided CONTRACTOR gives a

notice in writing that the approval in drawing is delayed

and requests for extension of delivery period

correspondingly. The CONTRACTOR shall furnish

detailed PERT Chart indicating various events and

activities, in his bid. CONTRACTOR shall submit to RCF

their time schedule in respect of documentation,

manufacture and supply of equipment, clearly indicating

all main or key events such as material procurement,

manufacturing activities, testing, documentation, delivery,

transportation, erection, etc.

RCF representative shall have the right to inspect the

manufacturing activities at the CONTRACTOR‟s

premises with a view to evaluate the actual progress of

work on the basis of CONTRACTOR‟s time schedule

given to RCF. RCF reserves the right to appoint third

party inspection agency in addition to RCF‟s own

inspection. All third party‟s 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 CONTRACTOR‟s 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.

26.0.01 Price Reduction 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 week‟s 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.

27.0.00 Inspection and Testing. RCF shall have the option to appoint an Inspection

Agency 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

Page 40: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 40 of 41

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.

28.0.00 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

CONTRACTOR‟s 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 CONTRACTOR‟s 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.

29.0.0 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.

30.0.0 Transit Risk Insurance.

All consignments under the CONTRACT, which are

despatched to RCF, will be covered for Transit Insurance

under RCF‟s Open General Insurance Policy with the

underwriters RELIANCE GENERAL INSURANCE CO.

LTD

3RD FLOOR, PALAI PLAZA,

OPP. PRITAM HOTEL,

DADAR T.T.

MUMBAI – 400014

TO COVER TRANSIT RISK UNDER OUR POLICY/

MARINE POLICY. CONTACT PERSONS:-

1) Mr. Navin Kumar (VP) – 9320317155

2) Mr. Swapnil Baniya (SM) – 7498775941

3) Mr. Gaurav Sharma (RM) – 9322967804

EMAIL ADDRESS:- [email protected],

[email protected],navin.kumar@reliancea

da.com . This policy is valid upto 31.03.2015. After

31.03.2015 new other / same Insurance Company

appointed by RCF will be informed to you. or other

Insurance Company as may be prescribed by RCF from

time to time.

Advance intimation of despatch of consignment(s) shall be

given by the CONTRACTOR to our underwriters

indicating there in the manner of despatch, nature of

packing, weight and such other details as required for

insurance coverage. The CONTRACTOR should ensure

that the above information is forwarded under Registered

Acknowledgement Due Letter, and acknowledgement

received is kept in their record. The contractors shall also

ensure that supply of material is adhered to as per

CONTRACT and packings are as per specifications laid

out under Marine Insurance Guidelines.

CONTRACTOR shall assist RCF, Insurance Co.,

Surveyors, and any other coordinating agency appointed

by RCF for early settlement of claim(s) if any.

CONSIGNMENTS DESPATCHED ON “CIF” OR

“FREE DELIVERY TO RCF” BASIS SHALL NOT BE

INSURED AGAINST RCF‟S OPEN GENERAL

INSURANCE POLICY.

30.0.01 Indigenous Suppliers.

The consignment shall be insured for cost plus freight plus

taxes if applicable, with the Insurance Company as may be

prescribed by RCF from time to time. The Indigenous

Suppliers shall intimate the above underwriters in writing

as soon as the consignment is despatched with despatch

particulars. Name of Insurance company shall be given in

the purchase order/

30.0.02 Foreign Suppliers.

The consignment shall be insured against all the risks

including SRCC type from suppliers warehouse to

warehouse of RCF with the above underwriters. Foreign

suppliers shall intimate the above underwriters in writing

as soon as the consignment is despatched from their works

with despatch particulars.

31.0.0 Taxes and Duties

All taxes and duties should be shown separately in the bid

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. Excise duty as

Page 41: KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED …4.imimg.com/data4/YU/XM/HTT-1878/1878_2017-01-28-19-04... · 2020. 1. 21. · RCF RESERVES THE RIGHT TO REJECT OUTRIGHT ANY

Page 41 of 41

applicable should also be clearly and separately shown in

the bid. CONTRACTOR shall submit all original

documents for payment of Excise Duty, Customs Duty,

Octroi, etc.

32.0.00 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 within the jurisdiction of the Mumbai Courts.

33.0.0 Secrecy

Any information derived or otherwise communicated to

the CONTRACTOR in connection with the CONTRACT

shall be regarded as secret and confidential and shall not

without the written consent of the RCF be published or

disclosed to any third party or made used of by the

CONTRACTOR except for the purpose of implementing

the CONTRACT.

34.0.00 Law governing the CONTRACT This CONTRACT shall be governed by the laws of Union

of India for the time being in force.

35.0.00 Negotiations

RCF may not conduct any negotiation for the bid as far as

possible. However, RCF reserves the right to conduct

negotiation if the conditions so warrant.

36.0.00 Other Requirements

All bidders should submit the following documents along

with the commercial part of the bid.

1) - A certificate signed by Independent Chartered

Accountant furnishing the names of any Associated Units

of the BIDDERS or names of any Units in which any of

the Directors/Partners of the BIDDERS has any interest.

In case the BIDDERS have no associated unit and/or none

of the Directors/ Partners have interest in any other unit(s)

they should furnish a certificate from Chartered Account

of this effect.

2) - CONTRACTOR should declare the name(s) of his or

the firm‟s partners/relatives if they are working in RCF. If

relative(s) of CONTRACTOR is/are working in RCF, a

certificate to this effect shall be furnished by the

CONTRACTOR.

3) - CONTRACTOR should furnish the latest Income Tax

Clearance Certificate.

4) - CONTRACTOR should furnish the Solvency

Certificate issued by their Bankers in a sealed cover.

5) - CONTRACTOR should complete the proforma on

“Status of BIDDERS” as per Annexure enclosed.

6) - CONTRACTOR should furnish Sales Tax Clearance

Certificate and if they are exempted from payment of

Sales Tax, the exemption certificate to be furnished.

37.0.00 Force Majeure. Neither the CONTRACTOR nor the RCF shall be

considered in default in the performance of their

contractual obligations under the order so long as such

performance is prevented or delayed for reasons, such as

Acts of God, severe earthquake, typhoon or cyclone

(except monsoon) floods, lightning, landslide, fire or

explosion, plague or epidemic, strikes, lockouts lasting

more than 14 consecutive calendar days sabotage,

blockages, war, riots, invasion, act of foreign enemies,

hostilities, (whether war be declared or not), civil war,

rebellion, revolution, insurrection, or military usurped

power or confiscation or trade embargoes or destruction or

requisition by order of any Government or any public

authority.

CONTRACTOR shall notify RCF about the occurrence of

the force majeure events and provide RCF with the details

of the arising and ceasing of the impediment. At the end

of the impediment CONTRACTOR shall provide

justificatory documentation countersigned by the Local

Chamber of Commerce.

Should one or both the parties be prevented from

fulfillment of the contractual obligations by a state of force

majeure 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.