NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
NIT / Tender Ref No.
RGPPL/C&M/CS-2890/OT-142 dtd. 07/07/2020
Hiring of vehicle for Head Of Project
RGPPL site
Last date of bid submission: 28/07/2020 15:00 Hrs
Bid Opening on: 28/07/2020, 15:30 Hrs
at RGPPL Site, Anjanwel, Ratnagiri, MH - 415634
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Dear Bidders,
Please find enclosed one complete set of Tender Document for the cited work in the following
order, with a request to submit your Bid after necessary compliance:
Sections
Contents
General Guidelines
Section-I
Instruction to Bidders & Terms and conditions
Section-II
Forms and Annexures
Section-III
Qualifying requirement
Section-IV
Scope of work, Technical specifications and Special terms & conditions
Section-V
Price schedule/BOQ/SOR
[
Bidding
System
Single Stage Bidding (02 Envelope Systems)
A complete set of bidding documents may be downloaded from NTPC website www.ntpctender.com &
RGPPL web site www.rgppl.com and submit the same by utilizing the downloaded document, along- with
required non-refundable tender fee.
If tender document fees amount is paid online, then bidder must sent /submit / copy of documentary
evidence as proof of submission of tender fees in the envelope of Tender Fees. If bidder fails to submit the
same his/her offer may not be considered.
The EMD shall be made payable without any condition to RGPPL, the EMD shall be valid for the
period of seven (7) calendar months from the date set for the opening of the technical bids.
EMD of the bidder shall stand forfeited if he/she revokes or cancels his tender after submission or vary
any terms thereof without the consent of RGPPL within validity period of offer (07 months).
Any bid not accompanied by an acceptable security in a separate sealed envelope shall be
rejected by RGPPL as being non-responsive and returned to the bidder without being
opened
No interest will be payable by RGPPL on the EMD.
Details of
RGPPL’s bank
account
Name of account Holder: - RATNAGIRI GAS & POWER PVT LTD
Name of Bank: - STATE BANK OF INDIA
Account Number: - 11285480852 (Current Account)
Branch: - Chiplun (Maharashtra)
IFS Code: - SBIN0000350
MICR Code: - 415002865
Tender
Opening
details:
Envelope-I
It must consists of following:
a. EMD
b. Tender document Fee and
c. Supporting documents as per PQR mentioned in
tender document, viz license /
certificate(s)/reports (if any), Letter of
Undertaking, Certificate on important conditions
of bidding, technical offer, duly signed &
stamped our tender document and other
necessary documents as per tender document
etc.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Envelope-II Shall
consist of Price Bid
only
Date of opening of price bid shall be informed
separately to qualified bidders after evaluation of
technical bid.
Envelope &
Dispatch
The outside of the envelope should clearly indicate the Envelope no I or II, Name of
the Bidder and his Address. In addition, the left-hand corner of the envelope or
container should indicate the Name of the work, tender number, bid opening date
and time.
The Bidder has the option of sending the bid by Speed/Registered Post, in person
only. Bids sent through any other media may not reach us within the schedule time.
RGPPL takes no responsibility for delay, loss or non-receipt of tender documents
within the stipulated date & time. Bids submitted by any other mode may not be
accepted.
Tender
document fee
Rs. 1328/- (Rs. One Thousand Three Hundred Twenty Eight Only)
(inclusive of GST@18%) If DOWNLOADED from website mentioned above in the
form of a Demand Draft in favour of Ratnagiri Gas and Power Private
Limitedpayable at Chiplun (Maharashtra) or online transfer in RGPPL’s bank
account as mentioned above.
OR
Rs. 1260/- (Rs. One Thousand Two Hundred Sixty Only) (inclusive of
GST@12%) If PURCHASED From RGPPL (C&M) Dept. in the form of a Demand
Draft in favour of Ratnagiri Gas and Power Private Limited payable at
Chiplun (Maharashtra) or online transfer in RGPPL’s bank account as
mentioned above.
Earnest Money
Deposit (EMD)/
Bid Security
Rs. 20,000/- (Rs. Twenty Thousand Only)
Acceptable
form of EMD
Crossed Demand Draft (preferably from SBI) / Banker’s cheque / Banker’s Pay Order
(from Nationalized Indian Bank, as per list enclosed) drawn in favour of ‘Ratnagiri Gas and
Power Private Limited’, payable at Chiplun (Maharashtra).
OR
FDR from a nationalized bank in favor of RATNAGIRI GAS & POWER PVT. LTD. A/c of
BIDDER. OR
Bidder may submit EMD amount through E-payment by Credit card / Debit / Net
Banking/BG (if EMD amount is above INR 50,000-Format enclosed) etc.
If EMD amount is paid online then bidder must sent /submit / copy of documentary
evidence as proof of submission of EMD in the envelope of EMD.
If bidder fails to submit the same his/her offer may not be considered.
Special
Privileges
MSE benefits for exemption in tender fee and EMD shall be applicable.
IIM’s/IIT’s/NIT’s/IISC/CBRI/CPRI/GSI/CWPRS/CWC and other Govt
Institutes/agencies (excluding PSU) are exempted from submitting EMD.
Contract Period
3 (three) years (details in Section-IV)
Security
Deposit/CPG
Applicable (details in Section-IV)
Defect liability
period
Not Applicable
Integrity Pact
Not applicable
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Applicable GCC
GCC O&M
Any revision, clarification, addendum, corrigendum, time extension, etc. to the above tender will be
hosted on the www.rgppl.com & www.ntpctender.com websites only and no separate notification
shall be issued in the press. Bidders are requested to visit the website regularly to keep themselves
updated.
A prospective bidder requiring any clarification (s) of the bidding documents may notify RGPPL in
writing or by fax or email at RGPPL's mailing address indicated in the bid document not later than 05
(five) days prior to bid opening date. RGPPL reserves the right to ignore the bidders request for
clarification if received after the aforesaid period. RGPPL may respond in writing to the request for
clarification. RGPPL's response including an explanation of the query, but without identifying the source
of the query will be communicated to prospective bidders through e-mail.
For any queries, bidders may contact following personnel:
i. Shweta Verma, Manager (C&M)
Ph. No.: 02359-241134
e-mail: Shweta.verma@site.rgppl.com
ii. Dipak Patil, DGM (C&M),
Ph. No.:02359-241134
e-mail: dipak.patil@site.rgppl.com
Offer consisting of any deviations with respect to any term & conditions of bid document shall be
liable to be treated as NON-RESPONSIVE and may be rejected.
Any other condition specifically mentioned in the tender document elsewhere that non-compliance
of the clause lead to rejection of bid
This is a NIL Deviation Tender
Tender Document must be sent through Speed / registered post / In person only. Submission of
tender document in any other shall liable for rejection.
Bidder should submit signed and stamped copy of complete tender document along with
the clarification/addendum/corrigendum (if any) along with the technical proposal as
an acceptance of all the terms and conditions of the tender document.
Yours faithfully,
For & on behalf of RGPPL
Encl: As above Manager (C&M)
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Section-I
INSTRUCTIONS TO BIDDERS
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
INSTRUCTIONS TO BIDDERS (ITB)
PART A - GENERAL
1. INTRODUCTION:
1.1 About the RGPPL: Ratnagiri Gas and Power Pvt. Ltd (RGPPL) is a joint venture Company
promoted by NTPC Ltd & GAIL (India) Ltd., 1967 MW gas-based power generation plant.
Ratnagiri Gas & Power Project is situated at village Anjanwel, Taluka Guhagar, Dist.
Ratnagiri (Maharashtra). The project site is located at a distance of approx. 10 KMs North of
Guhagar Town & 50 kms from Chiplun City (On Mumbai-Goa highway).
Nearest Airport: Mumbai at a distance of 300 kms. by road.
Nearest Railway Station: Chiplun station (MumbaiMadgaon Route, KONKAN
Railways) at a distance of about 50 km from the site.
1.2 RGPPL, (hereinafter called “RGPPL” or “Employer”), wishes to receive bids for the Package
named in NIT/IFB/Tender Enquiry.
1.3 Throughout these Bidding Documents, the term “Bid” and “Tender” and their derivatives
(Bidder/Tenderer, Bidding/Tendering, Bidding Document/Tender Document, etc.); Bill of
Quantity / Schedule of Quantity / Schedule of Quantities/ Bill of Quantities; Employer /
RGPPL; Bid Security / Earnest Money Deposit; Security Deposit / Performance Security/
Performance Guarantee; Engineer-in-Charge / Engineer; Amendment/Corrigendum;
Schedule of Quantity/Bill of Quantity (BOQ), appearing anywhere in the Bidding Documents
shall have the same meaning and are synonymous to each other.
2. SOURCE OF FUNDS: Expenditure under this package is intended to be funded from
internal resources and/ or borrowings by the Employer.
3. CONFLICT OF INTEREST:
3.1 Each Bidder shall submit only one bid either by himself, or as a partner in a joint venture or
consortium, if so permitted in the Bidding Documents. A Bidder who submits or participates
in more than one bid in this bidding will be disqualified from the bidding.
3.2 Bidders should not be associated, or have been associated in the past, directly or indirectly,
with a firm or any of its affiliates that has been engaged by the Employer to provide
consultancy services for the preparation of the design, specifications, and other documents
to be used for the execution of Works under this Invitation for Bids.
4. BIDDER’S SITE VISIT: The Bidders are advised to visit the Site to familiarize themselves
with the nature and quantum of work and site condition and obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect
his tender. No extra charges consequent on any misunderstanding or otherwise shall be
allowed.
PART B - BIDDING DOCUMENTS
5. CONTENT OF BIDDING DOCUMENTS:
5.1 The set of Bidding Documents issued for the purpose of bidding includes one set of the
following, which should be read in conjunction with amendments, if any, issued.
A. Invitation for Bids (IFB)/Tender Enquiry/Notice Inviting Tender (NIT)
B. Instructions to Bidders (ITB)
C. Special Conditions of Contract (SCC)
D. Technical Specifications and Bid Drawings
E. Schedule of Quantities (SOQ) / Bill of Quantities (BOQ)
F. Forms and Procedures
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
5.2 The Bidder is expected to examine all instructions, forms, terms, conditions and
specifications in the Bidding Documents, before submission of his bid. Failure to furnish all
information or documentation required by the Bidding Documents may result in the
rejection of such bid.
5.3 Qualifying Requirements, if applicable. The qualifying requirements for the tender are
specified in the NIT/Tender enquiry.
5.4 Documents in support of meeting Qualifying Requirements
Bidders are required to submit documents to satisfactorily establish their meeting the
Qualifying Requirements stipulated in the tender.
Bidders are required to furnish the details of the past experience like authentic Work
Orders/Purchase Orders/Letter of Awards/Contract Agreements, client certificates,
completion certificate, etc. in support of meeting the Qualifying Requirements based on
which selection is to be made as per format. These references shall only be considered
to ascertain the bidder’s compliance to Qualifying Requirement (QR). No claims
without supporting documents shall be accepted in this regard. Bidders wishing to provide
additional Work Orders/Purchase Orders/Letter of Awards/Contract Agreements are required
to declare the same in similar format which shall be additionally attached in the offer.
5.5 Bid Drawings: The Bidder is requested to refer the Technical Specifications for the
provisions in this regard.
5.6 CLARIFICATION OF BIDDING DOCUMENTS: A prospective Bidder requiring any
clarification of the Bidding Document shall email the query to the concerned executive at
least five days prior to the BOD. EMPLOYER will respond to any request for clarification or
modification of the bidding documents that it receives within the time line specified.
EMPLOYER will upload the Clarifications on www.rgppl.com & www.ntpctender.com website.
Bidders can view these clarifications.
Bidders are advised to regularly check under Clarification/Corrigendum tab regarding
posting of clarification, if any.
Bidders must check the Clarifications issued before submission of Bid. Should the Employer
deem it necessary to amend the Bidding Document as a result of a clarification, it shall do
so and upload the amendments in the tender on the www.rgppl.com & www.ntpctender.com
website.
6. PRE-BID CONFERENCE (If specified in the NIT/Tender Enquiry)
6.1 Employer at its discretion may organize a pre-bid conference with the prospective Bidders.
The purpose of the conference will be to clarify the package related issues and to respond
to the Bidder’s queries, which may arise from the Bidding Documents, site visit etc. The
Employer will give a notice of the pre-bid conference to the Bidders at least seven (7)
days prior to the said pre-bid conference unless otherwise fixed or informed in the
IFB/NIT.
6.2 The Bidders are required to submit their questions/ clarifications/queries etc. in writing
including by way of email from the registered email Id so as to reach the Employer at
least three days before the pre-bid conference. It may not be practicable at the
conference to answer the questions which are received late.
6.3 Record notes of the pre-bid conference including the Employer’s response to the queries
raised by the Bidders in writing may be prepared and transmitted to all the prospective
Bidders by the Employer. Further, any modification to the Bidding Documents which may
become necessary as a result of the pre-bid conference shall be made by the Employer
exclusively through an amendment to the Bidding Documents. The record notes of the
pre-bid conference shall not be treated as amendment to the Bidding Documents.
6.4 Non-attendance of the pre-bid conference will not be a cause for disqualification of a
Bidder or his bid.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
7. ADDENDA/ CORRIGENDA/ AMENDMENTS TO BIDDING DOCUMENTS: At any time
prior to the deadline for submission of bids, EMPLOYER may, for any reason, whether at its
own initiative, or in response to a clarification requested by a prospective Bidder, amend the
bidding documents.
The corrigendum/amendment will be posted in the tender on the websites only for viewing
by the Bidder. The amendments will be binding on Bidders and it will be assumed that the
information contained therein will have been taken into account by the Bidder in its bid.
Bidders are advised to regularly check the tender regarding posting of Amendments, if any.
To give prospective Bidders reasonable time to take the amendment into account in
preparing their bid, EMPLOYER may, at its discretion, extend the deadline for the
submission of bids.
PART C - PREPARATION OF BID
8. COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and
submission of his bid and the Employer will in no case be responsible or liable for these
costs, regardless of the conduct or outcome of the bidding process.
9. LANGUAGE OF BID AND UNITS OF MEASURE:
9.1 The bid and all correspondence and documents relating thereto exchanged by the Bidder
and the Employer shall be written in English. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are accompanied by an
appropriate translation of pertinent passages into English, in which case, for the purpose
of interpretation of the bid such translations shall govern.
9.2 The units of measurement shall be metric system of measures, unless otherwise specified
elsewhere.
10. DOCUMENTS COMPRISING THE BID:
10.1 The bid submitted by the Bidder shall interalia comprise of the following documents:
(a) Tender Document duly completed and signed & stamped by the Bidder,
together with all Attachments as required in the tender document.
(b) BOQ duly completed and signed & stamped.
10.2 Bidding procedure shall be as specified in the NIT/SCC.
10.3 Each Bidder shall submit with his bid the following attachments:
A. TECHNO-COMMERCIAL BID
(a) Earnest Money Deposit (If specified in the NIT/Tender Enquiry): Earnest Money
Deposit shall be furnished in separate sealed envelope. Bid not accompanied by the
requisite Earnest Money Deposit in a separate sealed envelope, or bid accompanied by
Earnest Money Deposit of insufficient value, shall not be entertained and in such case,
the bid shall not be opened and rejected.
(b) Tender Fees (If specified in the NIT/Tender Enquiry): If tender is not purchased
from RGPPL C&M department, then tender fees as per the prescribed format is to be
submitted along with the bid in separate sealed envelope. Bid not accompanied by the
requisite tender fee in a separate sealed envelope, or bid accompanied by tender fee of
insufficient value, shall not be entertained and in such case, the bid shall not be opened
and rejected.
(c) Authority to Sign the bid
The Bidder shall furnish the following to check that the person(s) signing the bid
has/have the authority to sign the bid and thus establish that the bid is binding upon
the Bidder during the full period of its validity.
i) In case of Sole Proprietorship Concern/Partnership Firm, Specimen signature of the
Proprietor/all the partners duly attested by a scheduled Bank or First Class
Magistrate.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
ii) In case of Private Limited Companies, Copy of Power of Attorney issued by
Competent Officer under the common seal of the Company, authorising the person
to sign the bid/ execute contracts/agreements etc duly notarised
iii) In case of Public Limited Companies and Statutory Corporations, Board resolution
authorising the Executive to sign the bid/ contracts/agreements and affix common
seal thereon in accordance with the provisions of Article of Association of the
Company OR Power of Attorney issued by Competent Officer under the common
seal of the Company authorising the person to sign the bid/ execute
contracts/agreements etc.
iv) In case of Joint Venture/Consortium, Satisfactory evidence of authority of the
person signing on behalf of the Bidder shall be furnished with the bid.
(c) Bidder’s Qualifications: Documentary evidence establishing that the Bidder
meets the Qualifying Requirements stipulated in the NIT/IFB including the following
shall be furnished along with the bid:
(A) Legal Status of the Company
1. In case of Sole Proprietorship Concern
i) The full name of an individual proprietor, his/her parentage,
documentary proof of his/her age, permanent address and present
postal address/ contact details.
ii) A deed of declaration by the Proprietor, that no other individual or
company has any share in the concern.
2. In case of Partnership Firm
i) Certified photocopy of the Partnership Deed, with upto date
amendments (if any).
ii) Registration certificate issued by the Registrar of Companies
concerned, if any.
iii) In case of change in the constitution of the firm due to retirement or
death or addition of an incoming partner, photocopy of Deed of
Dissolution, fresh registration Certificate and the fresh / extant
Partnership Deed, as applicable.
3. In case of Private Limited Companies
i) Certified to be true and upto date amended copy of Memorandum and
Articles of Association of the Company.
ii) Certificate of incorporation of the Company.
4. In case of Public Limited Companies and Statutory Corporations.
i) Certified to be true copy of Memorandum and Articles of Association of
the Company and/or the relevant Statute/Act.
ii) Certificate of Incorporation of the company - In case of public limited
Co. only.
iii) Certificate of Commencement of Business - In case of public limited
Co. only.
5. In case of Consortium/ Joint Venture bid
i) The information listed in Qualifying Requirements in NIT/IFB/Tender
Enquiry shall be submitted for each Joint Venture or Consortium
partner.
ii) The bid, shall be signed so as to be legally binding on all partners;
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
iii) One of the partners shall be nominated as being in charge and shall
be designated as leader; this authorisation shall be evidenced by
submitting with bid, a power of attorney signed by legally authorised
signatories of all the partners;
iv) An authorisation authorising the leader to incur liabilities and receive
instructions for and on behalf of any and all partners of the Joint
Venture or Consortium and the entire execution of the Contract
including payment to be done exclusively with the leader;
v) All partners of the Joint Venture shall be liable jointly and severally
for the execution of the Contract in accordance with the Contract
terms, and a relevant statement to this effect shall be included in the
authorisation mentioned under (iii) above as well as in the Bid Form
and in the Agreement (in the case of a successful bid);
vi) Joint Venture / Consortium Agreement entered into by the Joint
Venture or Consortium partners shall be submitted with the bid. The
Joint Venture or consortium Agreement shall clearly specify the work
and responsibility of each partner or a notarised copy.
vii) A copy of the Partnership Deed/Memorandum & Articles of
Association/Certificate of incorporation as the case may be of the
prime bidder and all the Partners of Joint Venture / Consortium shall
also be enclosed.
(B) Financial Status
In support of meeting the Financial criteria specified in the Qualifying
Requirements stipulated in the NIT/IFB/Tender Enquiry, the following documents
shall be furnished with the bid:
1. Audited financial results of preceding 3 financial years or Balance
Sheet and Profit & Loss account statement of preceding 3 financial
years duly certified by a Chartered Accountant.
2. Solvency Certificate from Bankers, issued not earlier than fifteen
(15) days prior to the scheduled date of bid opening of the Package,
if asked for in the NIT/Tender Enquiry.
(C) Proof of Execution of Works
In support of meeting the work execution requirements specified in the
Qualifying Requirements stipulated in the NIT/IFB/Tender enquiry, the
following documents shall be furnished with the bid
i) Copies of the Letter of Award/Purchase orders/Contracts
ii) Certificate(s) from the Client(s) for successful execution of the
assignment with value and period of execution.
(D) Other requirements specified in the Qualifying Requirements.
In support of meeting the other requirements specified in the Qualifying
Requirements stipulated in the NIT/IFB/Tender enquiry, the documents
specified in the SCC shall be furnished with the bid.
Notwithstanding anything stated above, the Employer reserves the right to
undertake a physical assessment of the capacity and capabilities including financial
capacity and capability of the Bidder / his Collaborator(s) / Associate(s) /
Subsidiary(ies) / Group Company(ies) to perform the Contract, should the
circumstances warrant such assessment in the overall interest of the Employer.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
The physical assessment shall include but not be limited to the assessment of the
office/facilities/banker’s/reference works by the Employer. A negative
determination of such assessment of capacity and capabilities may result in the
rejection of the Bid.
The above right to undertake the physical assessment shall be applicable for the
qualifying requirements stipulated in the bidding documents.
d) Electronic Fund Transfer (EFT) Authorisation Form : Authorisation Form
for release of payments through Electronic Fund Transfer System.
e) Details of PF, ESI, PAN and GSTIN Regn. The details of registration for PF, ESI,
PAN and GSTIN to be furnished.
In case GSTIN details are not provided, it shall be considered that the bidder is
an unregistered dealer.
f) Declaration Regarding GST: The bidder shall necessarily quote the GST
applicable in the Schedule of Quantities/BOQ. However, levies, royalty, fees etc., if
any, shall be included in the price.
g) Technical Compliance: The bidder shall essentially confirm compliance to the
scope of work and other technical requirements specified in the Technical
Specifications and Bid Drawings (Section V)
h) ‘NIL’ Deviations Certificate: To be submitted signed and stamped along
with the bid
Acceptance of above condition shall be considered as bidder's confirmation to the
following:
(a) The provisions of Bidding Documents read in Conjunction with
Amendment(s)/ Clarification(s)/ Addenda/ Errata (if any) are acceptable
and no deviation has been taken in this regard.
(b) Any deviation to Bidding Documents and its subsequent Amendment(s)/
Clarifications(s)/ Addenda/ Errata/ Minutes of Clarification Meeting (if
any) as mentioned at (a) above found anywhere in Price Bid Proposal,
implicit or explicit, shall stand unconditionally withdrawn, without any
cost implication whatsoever to Employer, failing which the Earnest
Money Deposit shall be liable to be forfeited.
i) Declaration on Qualifying Requirements)
Declaration by the Bidder towards compliance on "Qualifying Requirements”
Acceptance of above condition shall be considered as bidder's confirmation to the
following:
(a) The number of reference Plants/Orders submitted by Bidder along with the bid,
for establishing compliance to the specified Qualifying Requirement (QR), are in
accordance with the provision specified above.
j) Declaration on Banning Policy (To be submitted signed and stamped):
Declaration to the effect that the Bidder shall abide by Banning Policy of the
Employer displayed on RGPPL website http://www.rgppl.com.
k) Declaration on Fraud Prevention Policy (To be submitted signed and stamped)
Declaration to the effect that the Bidder shall abide by Fraud Prevention Policy
of the Employer displayed on RGPPL website http://www.rgppl.com .
Note:
I) Techno-Commercial Bid should not contain any price content
entry. In case, the Techno-Commercial Bid is found to contain
any price content, such bid shall be liable for rejection.
B. PRICE BID: In the Bill of Quantity (BOQ) provided, the bidder shall quote the prices,
taxes etc. as asked for in the BOQ. The filled Bill of Quantity (BOQ) duly signed and
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
stamped is to be submitted in the sealed envelope clearly mentioning PRICE BID on the
top of envelop.
1) Filling the information in the attachments with answers like “shall be given later” “or
“shall be mutually discussed and finalised” or “information already submitted at the time
of enlistment” etc. shall not be accepted. Even if the information required in the
attachments has been given in response to any other recent invitation for bids of the
Employer or in some other reference, it is mandatory for the Bidder to give the
information along with his bid as asked for. Non compliance with the above or leaving
the attachment(s) blank may lead to the rejection of the bid. The information furnished
by the Bidder should be consistent, correct and true. The Employer reserves the right to
verify the information given and if found incorrect, the bid may be rejected.
2) A conditional Price Bid shall run the risk of rejection.
3) Price Bid should not contain any matter in respect of Technical and / or Commercial
aspects other than the details specifically sought in the Price Bid.
11. BID PRICES AND PRICE BASIS:
11.1 Unless otherwise specified in the Technical Specifications, Bidders shall quote for the entire
facilities on a “single responsibility” basis such that the total bid price covers all the
Contractor’s obligations mentioned in or to be reasonably inferred from the bidding.
Bidders shall give a breakdown of the prices in the manner and detail called for in the on-
line Price Schedules.
11.2 The currency of the bid and currency of payment shall be in Indian Rupees until unless
specified otherwise in the SCC.
11.3 The Bidder shall fill in unit rates/prices for all items of Works described in the Bill of
Quantity (BOQ). The rates/prices quoted in the Bill of Quantity shall also be deemed to
include any incidentals not shown or specified but reasonably implied or necessary for the
proper completion and functioning of the specified Works in accordance with the Bidding
Documents.
The successful bidder if awarded the contract shall take sufficient care in moving the
plants equipments and materials from one place to another so that they do not cause any
damage to any person or the property of employer or 3rd party including overhead and
underground cables/pipelines. In the event of such damage including eventual loss of
operation and operation of the plant or services in any plant or establishment as
estimated by the employer or adjusted by third party shall be borne by the Contractor.
11.4 The rates/amount quoted in the Bill of Quantity (BOQ) shall be exclusive of all GST and all
other taxes & duties as per GCC clause. However, levies, royalty, fees etc., if any, shall be
included in the price as per GCC.
In the Bill of Quantity (BOQ) provided, the bidder shall quote the prices, taxes etc. as
asked for in the BOQ.
11.5 The Contractor shall be responsible for payment of any tax levied on the 'Works Contract'
in accordance with the applicable GST Law or Notification(s) by the State or Central
Government or other authorities and rules made thereunder including amendments, if
any.
The Contract Price shall be exclusive of GST and all other taxes, duties applicable as per
the rates prevailing as on seven (7) days prior to the date of bid opening.
However, the Contract Price shall be inclusive of any Seigniorage Fee or Royalties or cess
or other charges payable on the quarried or mined metal, minerals or minor minerals, as
the case may be, at the rate(s) prevailing within seven (7) days prior to the date of bid
opening.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
The rate of GST and all other taxes & duties applicable shall be quoted in the
bid in the Bill of Quantities
11.6 The bidder shall necessarily declare, as part of his bid, the GST applicable in the Bill of
Quantities.
The estimated value of Owner Issue Materials, if any, to be considered for working out
GST liability, if applicable, as indicated in SCC.
Provisions of GST law in respect of Related Persons/Parties may appropriately be taken
into consideration by Bidders while submitting the bid.
In case of any variation between the pre-determined value and actual value of Owner
Issue Material during the execution of the contract, an equitable adjustment shall be made
to the applicable GST amount.
In case GST is applicable on free issue material, the Bidder must indicate the same. In
case the same has not been specified by the Bidder in Forms & Procedures, GST paid by
Employer shall be to Bidder’s account.
GST component will be deposited with the concerned authorities by the Employer
12. BID VALIDITY:
12.1 The Bidder shall keep his bid valid for a period of 180 days from the date of opening of the
techno-commercial bid, unless otherwise specified in the SCC, during which period the
Bidder agrees not to vary, alter or revoke his bid either in whole or in part.
12.2 In exceptional circumstances, prior to the expiry of the original bid validity period, the
Employer may request the Bidders to extend the period of validity for a specified additional
period. The request and the responses thereto shall be made in writing. A Bidder agreeing
to the request will not be permitted to modify his bid, but will be required to extend the
validity of his Earnest Money Deposit for the period of the extension.
13. BID SECURITY / GUARANTEE / EARNEST MONEY:
13.1 The Bidder shall furnish, as part of his bid, an Earnest Money Deposit in the amount as
stipulated in NIT/IFB/Tender Enquiry, in a separate envelope (in case paid in modes other
than on-line payment) super scribed on the top as under:
“ORIGINAL EARNEST MONEY DEPOSIT FOR ………………………… (NAME
OF PACKAGE) SPECIFICATION NO. ………………….. DUE ON ……… (DATE
OF BID OPENING) FROM ……………………………. (NAME OF THE
BIDDER).”
13.2 The Earnest Money Deposit (EMD) shall, at Bidders option, be in the form of
1) Demand draft drawn in favour of RGPPL Payable at Chiplun
OR
2) Banker’s cheque drawn in favour of RGPPL Payable at chiplun
OR
3) a Bank Guarantee from any of the banks specified in the bidding documents
provided the required EMD amount is more than ₹50,000/- (Rupees Fifty
thousand only)
OR
4) E-Payment by Credit Card/Debit card/Net Banking
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
The format of Bid Guarantee (BG) towards EMD shall be in accordance with the
form of EMD included in the bidding documents. The BG towards EMD shall
remain valid for a period of forty-five (45) days beyond the original Bid validity
period or beyond any extension in the period of Bid validity subsequently
requested. The Bank Guarantee Verification Checklist duly filled in as per
format given in the Bidding Documents is also to be submitted. Bidder shall
ensure that all the points of check list are replied in "Yes".
In case of E-Payment, upon successful E-payment, a copy of e-receipt issued to
the bidder is to be submitted by the bidder with the bid as document towards
e-payment of EMD.
13.3 Wherever Bids under Joint Venture route are permitted as per Qualifying Requirement in
the Bidding Documents, the Earnest Money Deposit of the Joint Venture must be on behalf
of all the partners of the Joint Venture.
13.4 Any bid not accompanied by an acceptable Earnest Money Deposit in accordance
with the aforesaid provisions shall be rejected by the Employer as being non-
responsive and shall be rejected without being opened.
13.5 In case of Single Stage Single Envelope bidding process, the EMD of all the bidders except
recommended/evaluated L-1 bidder shall be returned immediately after finalization of
evaluation report/recommendations by Tender Committee (TC) whether the
recommendation of TC is for award/negotiation/annulment.
In case of Single Stage Two Envelope and Two Stage bidding process, the EMD of the
Bidders whose Technical Bid has not been found acceptable, shall be returned along with
letter communicating rejection of Technical Bid. The EMD of all the Bidders except
recommended/evaluated L-1 bidder, whose price bids are opened, shall be returned
immediately after finalization of evaluation report/recommendations by the Tender
Committee (TC) whether the recommendation of TC is for award/ negotiation/annulment.
An intimation in this regard shall also be sent to all such bidders, after return of their
EMD, through e-tendering system/e-mail by the concerned executive.
13.6 The Earnest Money Deposit of the successful Bidder to whom the Contract is awarded will
be returned when the said Bidder has signed the Contract Agreement and has furnished
the required Security Deposit.
13.7 The Earnest Money Deposit shall be forfeited in any of the following circumstances without
any notice or proof of damage to the Employer:
a) If the Bidder withdraws or varies its bid during the period of Bid validity.
b) If the Bidder does not accept the correction of its Bid Price
c) If the Bidder refuses to withdraw, without any cost to the Employer, any
deviation, variation, additional condition or any other mention anywhere in
the bid, contrary to the provisions of bidding documents;
d) In the case of a successful Bidder, if the Bidder fails, within the time limit,
(i) to sign the Contract Agreement and/or
(ii) to furnish the required Security Deposit.
e) If the bidder / his representatives commit any fraud while competing for
this contract pursuant to Fraud Prevention Policy of RGPPL.
f) In case the bidder / contractor is disqualified from the bidding process in
terms of section 3 & 4 of Integrity pact.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
13.8 No interest will be payable by the Employer on the said amount covered under Earnest
Money Deposit.
13.9 WORK SCHEDULE: The entire Work covered under the contract of this bid shall be
completed within the time specified in the SCC and further elaborated in the Technical
Specifications. The Work shall be performed in time and to achieve the targets, the
Contractor shall have to plan adequate mobilisation of all resources.
PART D - SUBMISSION OF BID
14. SEALING AND MARKING OF BID
Bid shall be submitted in HARD COPY in the manner specified elsewhere in bidding
document. No emails of the Bid shall be acceptable.
14.1 Documents to be submitted in physical form shall be sealed and marked in the following
manner:
Part-A
(i) Envelop A: The Earnest Money shall be sealed in a separate envelope duly
marking the envelope as "Envelop A : EARNEST MONEY DEPOSIT".
(ii) Envelop B: The Tender Fees shall be sealed in a separate envelope duly
marking the envelope as "Envelop B : Tender Fees".
(iii) Envelop C: The requisite documents along with the signed and stamped
tender document shall be sealed in a separate envelope duly marking the
envelope as "Envelop C : Technical Documents".
Part-B: BOQ/Price Schedule: The duly filled, signed and stamped price schedule
shall be sealed in a separate envelope duly marking the envelope as "Envelop D:
Price Schedule".
The envelope shall then be sealed in an outer envelope.
16.2 The inner and outer envelopes shall:
(a) be addressed to the Employer at the address given in the NIT/Tender
Enquiry/SCC, and
(b) bear the Package name indicated in the NIT/Tender Enquiry, the Invitation
for Bids number indicated in the NIT/Tender Enquiry, and the statement
"DO NOT OPEN BEFORE [date]," to be completed with the time and date
specified in the NIT/Tender Enquiry.
16.3 The inner envelopes shall also indicate the name and address of the Bidder.
16.4 If the outer and inner envelope is not sealed and marked as required above,
the Employer will assume no responsibility for its misplacement.
15. BID SUBMISSION
15.1 Bid must be received by RGPPL at the address referred in the NIT/Tender Enquiry, no later
than the time and date stated in the NIT/Tender Enquiry. In the event of the specified last
date for submission of bids being declared a holiday for RGPPL, the bids will be received
up to the appointed time on the next working day.
15.2 RGPPL may, in exceptional circumstances and at his own discretion, extend the deadline
for submission of bids by issuing an amendment.
15.3 Bidder has to sign all the pages of tender document as a token of acceptance of
all the terms & conditions mentioned in tender document. Same has to be
submitted as mentioned in tender document (s). All annexure(s) of this tender
document must be filled fully duly signed & stamped
16. DEADLINE FOR SUBMISSION OF BID:
16.1 Bid must be received by the Employer at the address referred in the NIT/Tender
Enquiry/SCC, no later than the time and date stated in the NIT/Tender Enquiry.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
16.2 The Employer may, in exceptional circumstances and at his discretion, extend the deadline
for submission of bids by issuing an amendment, in which case all rights and obligations of
the Employer and the Bidders previously subject to the original deadline shall thereafter be
subject to the deadline as extended.
17. MODIFICATION, SUBSTITUTION AND WITHDRAWAL OF BID:
17.1 Bidders are requested to submit the bids offline as per the RGPPL address.
17.2 Bidding document shall be uploaded on the www.rgppl.com & www.ntpctender.com by
the date & time specified in the NIT of the Tender.
17.3 Bid Modification and withdrawal: The Bidder may modify or withdraw its bid after
submission prior to the deadline prescribed for bid submission. In case of withdrawal a
letter giving the reason for withdrawal is to be submitted. Once a bid is withdrawn, the bid
cannot be re-submitted.
17.4 No bid may be withdrawn/modified in the interval between the bid submission deadline
and the expiration of the bid validity period. Withdrawal/modification of a bid during this
interval may result in the Bidder’s forfeiture of its Earnest Money Deposit.
PART E - BID OPENING AND EVALUATION
18. BID OPENING: The bids will be opened at the time, date and location notified in the
NIT/IFB/Tender Enquiry in the presence of the Bidder’s authorised representatives (not
exceeding two per Bidder) who choose to attend. All important information’s and any such
other detail, as may be considered appropriate by the Employer will be read out during the
bid opening.
Bids shall be received and opened at the address given below in the presence of bidder's
representatives available to attend the bid opening. The Bidder’s representative, who are
present, shall sign the format evidencing their attendance.
AGM (C&M),
RATNAGIRI GAS AND POWER PRIVATE LIMITED,
AT & POST ANJANWEL, TAL-GUHAGAR,
DIST: RATNAGIRI, MAHARASHTRA-415634
19. Late Bid:Bids submitted after the time and date fixed for the receipt of bids as set out in
the tender document are liable to be rejected. However, RGPPL reserves the right to
consider the delayed bid under certain circumstances
20. CLARIFICATION OF BIDS:
Bidder's attention is drawn that during the period, the bids are under consideration, the
Bidder is advised to refrain from contacting by any means, the Employer and/or his
employees/representatives on matters related to the bids under consideration and that
if necessary, the Employer will obtain clarifications from the Bidder in writing. Any effort
by a Bidder to influence the Employer’s processing of bids or award decisions will result
in the rejection of the Bidder’s bid.
During the bid evaluation the Employer may, at its discretion, ask the Bidder for a
clarification of its bid including documentary evidence pertaining to only the Work
Orders/Purchase Orders/Letter of Awards/Contract Agreements declared in the bid for
the purpose of meeting Qualifying Requirement specified in NIT/Bidding Documents.
The request for clarification and the response shall be in writing and no change in the
price or substance of the bid including substitution of reference Work Orders/Purchase
Orders/Letter of Awards/Contract Agreements in the bid by new/additional Work
Orders/Purchase Orders/Letter of Awards/Contract Agreements for conforming to
Qualifying Requirement shall be sought, offered or permitted.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
21. EVALUATION AND COMPARISON OF BIDS:
21.1 BID EVALUATION
21.1.1 The Employer will initially determine whether each bid is of acceptable quality, is
generally complete and is substantially responsive to the Bidding Documents. For
purposes of this determination, a substantially responsive bid is one that conforms to
all the terms, conditions and specifications of the Bidding Documents without material
deviations, objections, conditionalities or reservations. A material deviation, objection,
conditionality or reservation is one (i) that affects in any substantial way the scope,
quality or performance of the contract; or (ii) that limits in any substantial way,
inconsistent with the Bidding Documents, the Employer’s rights or the Bidder’s
obligations under the contract; or (iii) whose rectification would unfairly affect the
competitive position of other Bidders who are presenting substantially responsive bids.
21.1.2 The Employer's determination of a bid's responsiveness is to be based on the contents
of the bid itself without recourse to extrinsic evidence. If a bid is not substantially
responsive, it will be rejected by the Employer, and may not subsequently be made
responsive by the Bidder by correction of the nonconformity.
21.2 Arithmetical Correction
Arithmetical errors in the bid will be rectified on the following basis:
If on check there are found to be differences between the rates/prices given by the
Bidder in words and figures or in the amount worked out by him in the Schedule of
Quantities and General Summary, the same shall be adjusted in accordance with
the following rules:
(a) In the event of a discrepancy between description in words and figures
in respect of item rates quoted by a Bidder, the description in words
shall prevail.
(b) In the event of an error occurring in the amount column of Schedule of
Quantities as a result of wrong extension of the quantity and the unit
rate, the units shall be regarded as firm and extension shall be amended
on the basis of the unit rate.
(c) All errors in totalling in the amount column and in carrying forward
totals shall be corrected.
(d) The totals of various sections of Schedule of Quantities amended shall
be carried over to the General Summary and the bid sum amended
accordingly. The bid sum so altered shall, for the purpose of bid, be
substituted for the sum originally bid and considered for evaluation and
comparision of the bids and also for acceptance of the bid, instead of the
original sum quoted by the Bidder.
21.3 The evaluation shall be based on the evaluated cost of fulfilling the contract in compliance
with all commercial, contractual and technical obligations under this Bidding Document.
21.4 Post-Qualification:
21.4.1 The Employer will determine to its satisfaction whether the Bidder is qualified to
satisfactorily perform the contract, in terms of the Qualifying Requirements (QR)
stipulated in NIT/IFB/Tender Enquiry and other criteria detailed elsewhere in the
bidding documents.
21.4.2 The determination will take into account the Bidder’s capabilities, based upon
examination of the documentary evidence of the Bidder’s qualifications submitted by
the Bidder in the as well as such other information as the Employer deems necessary
and appropriate. The Employer reserves the right to assess the capabilities and
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
capacity of the Bidder to perform the contract, should the circumstances warrant such
assessment in the overall interest of the Employer.
21.4.3 An affirmative determination will be a prerequisite for award of the contract to the
Bidder. A negative determination will result in rejection of the Bidder’s bid.
PART F - AWARD OF CONTRACT
22. AWARD CRITERIA: The Employer will award the Contract to the Bidder whose bid has
been determined to be substantially responsive to the Bidding Documents and whose bid
has been adjudged as the lowest evaluated bid, provided that such Bidder has been
determined to be qualified to perform the contract satisfactorily.
23. EMPLOYER’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS: The Employer reserves
the right to accept, (whole or in part) and the Bidder shall be bound to perform the same at
his quoted rate, or reject any bid for any reasons including national defence and security
consideration and to annul the bidding process and to reject all bids at any time prior to
award of contract without thereby incurring any liability to the affected Bidder or Bidders or
any obligation to inform the affected Bidder or Bidders of the grounds for the Employer’s
action. Decision of Employer shall be final and binding in this regard.
24. LETTER OF AWARD:
24.1 Prior to the expiration of the bid validity prescribed by the Employer, the Employer will
issue a Letter of Award(LOA)/Service Purchase Order to the successful Bidder containing
reference of the documents which form the Contract, Scope of Work, Contract Price,
period of completion of the Works, terms of payment, price adjustment, and other
important aspects in consideration of the execution and completion of the Works and the
remedying of any defects therein by the Contractor as prescribed by the Contract.
24.2 This Letter of Award/Purchase Order will constitute the formation of the Contract.
24.3 Prior to the expiration of the bid validity prescribed by the Employer, the Employer can
issue a Brief Letter of Award (LOA) to the successful Bidder containing reference of the
tender, offer and Contract Price. This brief letter of award shall constitute the formation of
the Contract.
25. Subcontracting not allowed unless otherwise specified elsewhere.
26. SIGNING OF CONTRACT AGREEMENT: The Successful Bidder/ Contractor shall enter into
a Contract Agreement with the Employer within thirty (30) days from the date of Letter of
Award or within such other time, as may be desired by the Employer. The Contract
Agreement shall be executed on a non-judicial Stamp Paper of appropriate value.
27. Manner of Execution of Contract Agreement
i) Unless and until a formal contract is prepared and executed, the Letter of
Award/Purchase Order read in conjunction with the Bidding Documents will
constitute a binding contract.
ii) The Contract Agreement shall be prepared by the Employer and signed at the
office of the Employer. The Contract Agreement will be signed in two originals
and the Contractor shall be provided with one signed original and the other
originals will be retained by the Employer.
iii) The Contractor shall further provide for signing of the Contract Agreement as per
prescribed proforma enclosed in the Bidding Documents, appropriate Power of
Attorney and the requisite stamp papers. All the other documents required for
the preparation of the Contract Agreement shall be provided by the Employer.
iv) Unless and until the Contract Agreement is signed as above, no payments under
the Contract as per GCC Clauses entitled ‘Payment On Account/Progressive
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Interim Payments’ and ‘Time Limit for Submission & Payment of Final Bill’ shall
be released to the Contractor by the Employer nor any materials shall be issued
to the Contractor as stipulated in the Special Conditions of Contract or otherwise
agreed to be issued by the Employer.
28. INELIGIBILITY FOR FUTURE TENDERS : Notwithstanding the provisions regarding
forfeiture of Earnest Money Deposit specified above, if a Bidder after having been issued the
Letter of Award/ Purchase Order, either does not accept the same or does not sign the
Contract Agreement or does not submit an acceptable Initial Security Deposit/Entire
Security in line with the provisions of the Contract and which results in tender being
annulled then such bidder shall be treated ineligible for participation in re-tendering of this
particular package.
29. ADHERENCE TO FRAUD PREVENTION POLICY: The Bidder/Contractor along with its
associate / collaborators / sub-contractors / sub-vendors / consultants / service providers
shall strictly adhere to the Fraud Prevention Policy of Employer displayed on its website
http://www.rgppl.com The Bidder/Contractor shall immediately apprise the Employer about
any fraud or suspected fraud as soon as it comes to their notice.
A certificate to this effect shall be furnished by the bidder along with his bid by accepting
the condition “Acceptance of Fraud Prevention Policy of RGPPL”.
If in terms of above policy it is established that the bidder/his representatives have
committed any fraud while competing for this contract then the Employer shall be entitled
to disqualify the Bidder(s)/ Contractor(s) from the bidding process and forfeit the Earnest
Money Deposit. In addition to the above, if the Bidder has committed a fraud such as to
put his reliability or credibility into question, the Employer shall be entitled to exclude
including blacklist and put the Bidder on holiday for any future tenders/contracts award
process.
30. DECLARATION ON BANNING POLICY: The employer has in place a policy for withholding
and banning of business Dealings as displayed on its website http://www.rgppl.com.
Business dealings may be withheld or banned with the Bidder/Contractor on account of any
default by the contractor under GCC or any of the grounds detailed in the said Banning
Policy.
Declaration on Policy for withholding and banning of Business dealings is to be
given along with the bid.
31. Taxes, duties & levis etc.
31.1 “Goods and Services Tax” or “GST” means taxes or cess levied under the Central Goods and
Services Tax Act, Integrated Goods and Services Tax Act, Goods and Services Tax
(Compensation to States) Act and various State/Union Territory Goods and Services Tax Laws
and applicable cesses, if any under the laws in force (hereinafter referred to as relevant GST
Laws), which shall be fully complied with by the Bidder.
31.2 The Bidder shall quote the prices giving breakup in the manner specified in the Price Schedule.
The Bidder shall quote the applicable rate of GST in the Price Schedule.
31.3 For the purpose of Evaluation, GST quoted in the Bid shall only be considered.
31.4 The Bidder shall indicate the taxes and duties as applicable seven (7) days prior to last date of
bid submission.
31.5 The bidder is required to quote the rate of GST applicable under GST Law in the Price Schedule
while giving the breakup of prices.
31.6 In case GST registered bidder has quoted GST rate as 0’ (Zero) or kept as blank then, the
quoted price shall be considered to be inclusive of GST as applicable.
31.7 In case of bid received from dealers who have opted for the composition scheme under GST Law,
the Bidder shall specifically mention the same in his Bid. RGPPL shall not be liable to
pay/reimburse any GST on the supplies made by such dealers under the Order/Contract.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
31.8 In case of bid received from unregistered dealer, for evaluation their bid shall be cost
compensated as per the GST rate applicable in view of Reverse Charge Mechanism (RCM) as per
GST Law.
31.9 In case of all materials identified by the Contractor and RGPPL to be dispatched directly from the
sub-vendor's work to RGPPL's site, the contractor shall ensure that his sub-vendors (if allowed
by RGPPL) raise Tax invoices as per the provisions of GST Law, billed to the Supplier and shipped
to RGPPL’s site. The contractor shall further ensure that he raises his corresponding Tax Invoices
in the name of RGPPL during transit of the materials before the delivery of materials is taken by
RGPPL.
31.10 For items not covered under GST, the Bidder is required to quote Excise Duty/VAT/CST as
applicable in the Price Schedule while giving the breakup of prices.
31.11 Notwithstanding anything to contrary contained in the award letter/Contract, the supplier’s
right to payment under the Order/Contract is subject to issuance of valid tax invoice/bill of
supply as the case may be, payment of applicable GST to the credit of appropriate Government
and submission of valid particulars of tax invoice under GST returns in accordance with GST Law.
31.12 RGPPL shall deduct GST at source at the applicable rates in case transactions under the
Order/Contract are liable to GST deduction at source.
31.13 Unless expressly stated otherwise, a common mechanism for reconciliation of input credit
mismatch, to be followed by both RGPPL and Supplier, shall be mutually agreed so that both
parties follow the same procedure for disclosing the transactions in their respective returns.
31.14 Notwithstanding anything in the Order/Contract, penalty / damages shall be recovered in case
the contractor makes a default in following the agreed procedure. The implications of GST on
return of goods will be as per the provisions of the relevant GST Laws.
31.15 The contractor shall issue tax invoices/bill of supply as applicable, file appropriate returns, and
deposit the applicable GST to the account of appropriate government within the time limit
prescribed under the GST Law. In the event of any default, Contractor shall be liable to pay the
amount which may be imposed on RGPPL due to such default.
31.16 Contractor should comply with the provisions of e-way bill notified by appropriate authorities
from time to time. The existing provisions regarding road permit will continue till such time if
applicable.
31.17 RGPPL shall make necessary tax deductions under Income Tax Act or any other laws, if
applicable.
31.18 Provisions of GST law in respect of Related Persons/Parties may appropriately be taken into
consideration by Bidders while submitting the bid.
31.19 If any rates of tax are increased or decreased, a new tax is introduced, an existing tax is
abolished, or any change in interpretation or application of any tax occurs in the course of the
performance of Order/Contract, which was or will be assessed on the Contractor in connection
with performance of the Order/Contract, an equitable adjustment shall be made to take into
account any such change.
31.20 The payment/reimbursement of statutory variations in the rates of tax and/or of new tax, duty
or levy imposed under statute or law in India as above would be restricted only to direct
transactions between RGPPL and the Bidder.
31.21 Agency shall clearly mention the taxes, duties & levies applicable over their quoted rates, in
case nothing is mentioned, quoted rates shall be construed as inclusive of all taxes, duties &
levies. No Post BID request shall be entertained.
31.22 However, during the currency of the contract, due to any new enactment of Law, any tax
and/or duty becomes payable by RGPPL in respect of the transaction between RGPPL
and the agency and it is actually paid by the Contractor to the concerned Government, then it
shall be reimbursed by RGPPL at actual cost on production of the necessary valid documentary
evidence.
31.23 As regard Income-Tax, Surcharge in Income-Tax and any other corporate Taxes as applicable,
RGPPL shall not bear any tax liability in respect of the contract irrespective of the mode of
contracting. The Contractor shall be liable and responsible for payment of such tax, if attracted,
under the provision of the Indian laws, RGPPL shall deduct Income-Tax at source from all the
payments to be made to the Contractor in accordance with the provisions of Indian Income-Tax
law as applicable from time to time and deposit the same to the concerned Government
authorities.
31.24 Custom duty /clearance from custom dept
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Clearance of Custom, stevedoring or any other activities (if required) shall be performed by
Contractor at his sole cost and expenses.
32. Limitation of Liability: Successful bidder’s total liability shall be limited to award value only.
Laws Governing the Contract:
33. This contract shall be governed by the Indian Laws for time being in force. The court at Mumbai
shall have exclusive jurisdiction in all matters arising under this contract
34. These ‘INSTRUCTIONS TO BIDDERS’ & Special Conditions of Contract shall form an integral part
of the contract. The contract besides shall also be exclusively governed to the extent applicable
by the General Conditions of Contract for O&M of NTPC available at RGPPL website
www.rgppl.com & its subsequent amendments. In case of any contradiction in the clauses of GCC
& other tender documents, other tender documents shall prevail. (While referring the GCC, the
name “M/s Ratnagiri Gas & Power Pvt. Ltd.” shall be read and understood in place of “NTPC” /
“M/s National Thermal Power Corporation”).
35. The bidder shall comply with all the legal requirements and obtain all necessary
licenses/permissions under various applicable Laws/Acts.
36. Bidders not confirming to these requirements may be rejected and no correspondence
whatsoever thereof shall be entertained.
37. In case of any violation of statutory provision under labour laws/or otherwise on behalf of the
Bidder there will not be any liability on RGPPL.
38. The successful bidder shall at all times during the continuance of the contract comply fully with all
existing Acts, Regulations and bye laws including all statutory amendments and re-enactment of
State or Central Government and other local authorities and any other enactments and acts that
may be passed in future either by the State or Central Government or local authority including
Indian Workmen's Compensation Act, Contract labour (Regulation and Abolition) Act 1970 and
Equal Remuneration Act 1976, Factories Act, Minimum Wages Act, Provident Fund Regulations,
Employees Provident Fund Act etc. in so far as they are applicable to this contract. The successful
bidder shall indemnify and keep RGPPL indemnified in case any proceedings are taken or
commenced by any authority against the RGPPL for any contravention of any of the laws, bye
laws or scheme by the successful bidder. If as a result of successful contractor's failure,
negligence, omission, default or non-observance of any provisions of any laws, the RGPPL is
called upon by any authority to pay or reimburse or required to pay or reimburse any amount,
the RGPPL shall be entitled to deduct the same from any money due or that may become due to
the successful bidder under this contract or any other contract or otherwise recover from the
successful bidder any sum which the RGPPL is required or called upon to pay or reimburse on
behalf of the successful contractor.
39. RGPPL shall not be responsible financially or otherwise for any injury to the contractor’s
personnel in the course of performing the job.
40. Water/Power Supply: RGPPL may provide free of cost following at a single point only at the
sole discretion of RGPPL.
40.1 50Hz single phase/ 3Φ power supply
40.2 Water Supply
41. Anti-profiteering clause: As per Clause 171 of GST Act it is mandatory to pass on the benefit
due to reduction in rate of tax or from input tax credit to the consumer by way of commensurate
reduction in prices. The Contractor of Goods / Services may note the above and quote their
prices accordingly.
42. In case the GST rating of vendor on the GST portal / Govt. official website is negative / black
listed, then the bids may be rejected by RGPPL. Further, in case rating of bidder is negative /
black listed after award of work for supply of goods / services, then RGPPL shall not be obligated
or liable to pay or reimburse GST to such vendor and shall also be entitled to deduct / recover
such GST along with all penalties / interest, if any, incurred by RGPPL.
[
42. GST Invoice shall contain the following:
a) Name, address and GSTIN of the supplier.
b) A consecutive serial number containing only alphabets and/or numerals, unique for a financial
year.
c) Date of its issue.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
d) Name, address and GSTIN/ Unique ID Number, if registered, of the recipient.
e) Name and address of the recipient and the address of delivery, along with the name of State and
its code, if such recipient is unregistered and where the taxable value of supply is fifty thousand
rupees or more.
f) HSN code of goods or Accounting Code of services.
g) Description of goods or services.
h) Quantity in case of goods and unit or Unique Quantity Code thereof.
i) Total value of goods or services.
j) Taxable value of goods or services taking into account discount or abatement, if any.
rate of tax (CGST, SGST or IGST) amount of tax charged in respect of taxable goods or services
(CGST, SGST or IGST)
k) Place of supply along with the name of State, in case of a supply in the course of inter-State trade
or commerce.
l) Place of delivery where the same is different from the place of supply.
m) Whether the tax is payable on reverse charge.
n) The word “Revised Invoice” or “Supplementary Invoice”, as the case may be, indicated
prominently, where applicable along with the date and invoice number of the original invoice; and
(q) signature or digital signature of the contractor or his authorized representative.
43. The award of contract shall be on “work contract basis”. The bidder shall be responsible for
payment of GST levied on the work contracts services in accordance with the applicable Act or
Notification(s) by the State or Central Government or other authorities and rules made there
under including amendments, if any. The liability on account of such tax as per the rates of tax
prevailing as on seven (7) days prior to the date of bid opening shall be included in the bid price.
In case of any variation in the rates of the tax after the date seven (7) days prior to date of bid
opening, the same shall be paid/reimbursed to/recovered from the successful Bidder subject to
submission of documentary evidence and proof of having made the payment at the revised rate
and on certification by Engineer-in-charge.
44. It shall be incumbent upon the successful bidder to obtain a registration certificates under GST
law and other law(s) relating to levy of tax, duty, cess etc and necessary evidence to this effect
shall be furnished by the successful Bidder to RGPPL. If the successful Bidder intends to engage
itself in quarrying or miming of soil/earth, sand, stone/aggregates, metals, minerals or minor
minerals required for the Works, as the case may be, it shall obtain necessary permits under the
applicable law for such mining or quarrying from the State/Central Government authorities and
pay the fee or charges applicable thereto.
45. The bid price shall also be inclusive of Royalties or Seigniorage, Fee or Cess or other charges
payable on the quarried or mined metals, minerals or minor minerals as the case may be, at the
rate(s) prevailing as on seven (7) days prior to the date of Techno-Commercial bid opening.
46. Insurance of plant, equipment, during transit and during commissioning shall be included in
above Bill of Quantity (BoQ) / Schedule of Rates (SoR) like Marine / Inland Cargo / Erection
all Risk (EAR) /Third Party /Public liability etc. for which RGPPL will not pay separately.
47. Other Terms & conditions:
i) Compliance of labour laws:
The Contractor shall be liable to make payment to all the employees / personnel working for
the contract and make compliance with prevailing provisions of labour laws. If RGPPL, is held
liable as ‘PRINCIPAL EMPLOYER’ to pay contribution etc. under ESI Act or any other legislation
of Government or Court decision, in respect of the employees / manpower engaged by the
Contractor, then the latter would reimburse, the amounts of such payments so paid by RGPPL.
ii) Co-operation with other agencies: The Contractor & its personnel shall fully cooperate
with other contractor’s person working at RGPPL’s site to avoid any hindrance to the smooth
progress of ongoing works.
iii) Gate Pass/Identity Cards: The contractor shall issue photo entry pass for their
personnel to be deployed inside plant, which they shall be required to display prominently
during the period of their stay within the company premises. The contractor shall obtain proper
gate pass for entries and exists of all materials and equipments inside the plant. For gate
pass ‘Non-Criminal Certificate’ along with photo id proof may be required.
iv) Suspension & termination of work: In the event that the progress of execution is found
below acceptable time schedule and the contractor is not able to improve despite the three-
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
repeated notice, RGPPL shall have the right to suspend / terminate the order by giving a notice
of 15 days. Suspension/ Termination of work in part or full shall be governed as per respective
clause(s) of General condition of contract (GCC) (NTPC/RGPPL).
v) Force Majeure: Either party is prevented from the performance of its obligations in whole or
in part for reasons of force majeure viz. Acts of God, acts of Government, acts of public
enemy, war, hostility, civil commotion, sabotages, fire, floods, explosions, epidemics; lawful
strikes and lock outs, then provided notice of happening of any such eventuality is given by the
affected party to the other party within 15 days from the date of occurrence and cessation of
the force majeure, the period of force majeure shall be excluded from the time specified for
fulfillment of obligation of the party prevented by force majeure. If any of the events specified
in this clause lasts for a continuous period of less than seven days, such events shall not be
construed to be force majeure events. If force majeure event continues beyond a period of six
months, the parties shall mutually decide further course of action. Neither party can claim any
compensation from the other party on account of force majeure event.
vi) Safety Obligations: Agency shall STRICTLY follow and FULLY comply with the RGPPL’s
safety norms enclosed in Forms & Annexures, in addition to the “SAFETY CODE” of NTPC
displayed at RGPPL website www.rgppl.com (while referring the SAFETY CODE, the names
NTPC Ltd/National Thermal Power Corporation shall be replaced & read by name Ratnagiri Gas
& Power Pvt. Ltd) & specific instructions of RGPPL Safety-in-Charge.
vii) General Environmental obligations: Agency shall STRICTLY follow and FULLY comply with
the RGPPL’s General Environmental Guidelines enclosed in Forms & Annexures.
viii) Rate Validity: The rates agreed to herein shall remain fixed till the expiry of the contract
and the contractor shall not be entitled to any increase or any other right or claim whatsoever
by way of representation, explanation or statement or alleged representation or any
understanding or assurance given or alleged to have been by any employee of the company or
due to, contractor own ignorance or on account of any difficulties or hardships faced by him.
ix) Discipline: The contractor shall be responsible for the proper behavior of the persons employed
by him and exercise control over them. He shall also bound to prohibit and prevents his
employees from taking any direct or indirect interest and/ or support assist maintain or
employees from taking any direct or indirect interest and/ or support assist maintain or help
any person or persons engaged in any antisocial activities, demonstration, riots or agitation,
which may in any way be detrimental or prejudicial to the interest of the Company or of the
proprietors or occupiers of land/ properties in the neighborhood. In the event of any such
action by his person or persons, Contractor shall be fully and exclusively responsible therefore
and shall keep the company harmless and indemnified from any consequential claims actions,
suits, proceedings, loses or damages on any ground whatsoever.
In any case the company considers presence of any of the persons of the contractor
undesirable for whatever reasons including integrity, conduct, competence, 24 hours’ notice in
writing will be given by the Company to the Contractor and such persons shall be necessarily
removed from the site by the Contractor on receipt of said notice. Such a person will not be re -
employed without the express and written authorization of Engineer In-Charge of the
Company. Suitable replacement/ arrangement to be made by the contractor to ensure
uninterrupted services under above circumstances as per the instruction of the Company
representative.
x) Handing over of site: Efforts will be made by RGPPL to hand over the site to the Contractor
free of encumbrance. However, in case of any delay in handing over of the site to the Contractor,
RGPPL shall only consider suitable extension of time for the execution of the work. It should be
clearly understood that RGPPL shall not consider any other compensation whatsoever. RGPPL
reserves the right to hand over the site in parts progressively to the contractor. The Contractor
will be required to do work on such released fronts in parts without any reservation whatsoever.
xi) Damage: Company shall not be liable for or in any respect of any damages or compensation
for any injury or for any occupational disease peculiar to the employment to any person
engaged through the Contractor and the contractor shall keep the Company indemnified.
While execution of work, the agency should not cause any damage to the available structures
around. In case of damage by contractor or his men, the same shall be replaceable on the risk
and cost of contractor. Also, the contractor shall be liable for making good all damages/losses
arising out of theft, breakage, pilferage of any furniture, equipments, fittings and fixtures as
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
may be caused directly or indirectly by the persons engaged through him/ work carried out by
them.
xii) Contractors Responsibility:
a) The contractor and its working personnel have to observe safety rules existing in RGPPL.
b) The contractor has to provide the necessary PPEs to its workers to the satisfaction of EIC.
c) All the persons engaged by the contractor shall be on his established pay roll and be paid by
him and company has to no liability whatsoever in this regard. The contractor shall make
regular and full payment of wages & salaries to the persons engaged by him as required u nder
relevant Labour laws and submit one copy of the payment sheet/ register to the company as a
proof there of for its record.
d) The contractor shall ensure regular and effective supervision and control of the personnel
deployed by him and gives suitable direction for undertaking the contractual obligations.
e) The contractor shall indemnify RGPPL against all losses or damages, if any, caused to it on
account of acts of the personnel deployed by him.
f) Contractor shall be solely responsible for the payment of wages and other dues to the
personnel deployed by him latest by 7
th
of subsequent month. The contractor shall be
directly responsible and indemnify RGPPL against all charges, dues, claims etc. arising out
of the disputes relating to dues and employment of personnel deployed by him.
g) The contractor shall be responsible for required contributions towards P.F, pension, ESI
workmen compensation or any other statutory payments to be made in respect of the
Contract and the personnel employed for rendering service to RGPPL & shall deposit these
amounts on or before the prescribed dates. Every contractor shall submit the proof of
depositing the employee and employers’ contributions. The contractor shall also be
responsible to pay any administrative/ inspection charges thereof, wherever applicable, in
respect of the personnel employed by him for the work of RGPPL.
h) Contractor shall exclusively be liable for non-compliance of the provision of any act, laws,
rules and regulations having bearing over engagement of workers directly or indirectly for
execution of work and contractor hereby undertakes to indemnify the Company against all
actions, suits, proceedings, claims damages etc. which may arise under the Minimum Wages
act payment of wages Act. Employees Provident Fund Act or statutes not herein specifically
mentioned but having direct or indirect application for the persons engaged under this
Contract.
xiii) The contractor shall not engage any person less than 18 years of age.
xiv) The consumables brought by the agency shall be in good condition and of good quality and
brand.
xv) General Conditions of Contract (GCC): The contract shall also be governed as per GCC-
specified above in the tender document displayed at RGPPL website (www.rgppl.com) to the
extent applicable. In case of any contradiction between GCC and LOA, LOA shall prevail. (While
referring the GCC, the names NTPC Ltd / National Thermal Power Corporation Ltd shall be
replaced & read by the name M/s Ratnagiri Gas & Power Pvt. Ltd.). If there is any ambiguity in
tender Document and that in GCC-O&M then Conditions mentioned in Tender Document will
prevail.
xvi) All payments to the employee are to be done through online payment only.
xvii) Dispute and Arbitration: The agencies hereto shall endeavor to settle all disputes and
differences relating to and/or arising out of the Contract amicably. The decision of the Officer-In-
Charge shall be binding on the agency. In case of any dispute or difference it shall be resolved
through arbitration for which Head of RGPPL site shall be the arbitrator. However, in the event of
non-acceptance by agency, any third-party arbitrator shall be appointed by mutual agreement. In the
event of litigation, the court at Mumbai shall have the jurisdiction over the same.
a) In case of any violation of statutory provision under labour laws/or otherwise on behalf of the agency
there will not be any liability on RGPPL.
b) In case of breach of any of the terms of agreement, the security deposit of the agency is liable to be
forfeited. Any sum of money due, is payable to the agency including the security deposits refundable
to him under the contract, can be appropriated by RGPPL against any amount which the agency may
owe to RGPPL.
In the event of a dispute arising out in connection with the interpretation of any clause in the terms
and condition of the contract, agreement, or otherwise the decision of Head of Project, RGPPL will be
final and binding.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
xviii) Special conditions on coverage of employee’s provident fund
a. The agency shall be liable to extend Provident Fund benefits as provided under Employee’s Provident
Fund Scheme to all employees from the date of their joining in the establishment as provided under
para 26 of Employee’s Provident Fund Scheme - 1952.
b. The agency shall get their establishment covered under the Employee’s Provident Fund &
Miscellaneous Provisions Act, 1952 and obtain independent PF Code No. directly from the appropriate
Regional Provident Fund Commissioner.
c. The agency shall be liable to deduct the PF contribution from his Employee and deposit the
contribution (Employees & Employers both) to the concerned Regional Provident Fund Commissioner
before 15
th
day of every calendar month failing which RGPPL will take necessary action as deemed fit.
d. After disbursement of wages (through bank payment), the agency shall submit certified copy of the
wage sheet bank payment schedule to Officer-in-Charge latest by 15
th
day of every calendar month
for determination of Provident Fund Liability and other statutory obligations.
xix) Integrity pact (Applicable only for those tender when EMD amount exceeds Rs.
10,00,000): Bidders are required to unconditionally accept the “Integrity Pact” (executed on
plain paper) as per the Annexure to the bidding documents (Section-II) which has been pre-
signed by RGPPL and submit the same duly signed on all pages by the bidder’s authorized
signatory along with the bid. Where the joint venture(s)/consortium are permitted to
participate in the bid, the signing of Integrity pact (IP) by all JV Partner(s)/Consortium
members is mandatory. Bidder’s failure to comply with the aforesaid requirement regarding
submission of “Integrity Pact” (IP) shall be outright rejection of the bid and in such case the
bids shall be returned unopened to the bidder.
The same has to be submitted along with the bid in a separate sealed envelope. Bids not
accompanied by Integrity pact (IP) as per the requirement in a separate sealed envelope will be
rejected and returned unopened to the Bidder. If RGPPL has terminated the contract pursuant to
Section-3 of the Integrity Pact (IP), RGPPL shall encash the Contract Performance Bank Guarantee,
in accordance with Section V of the Integrity pact.
48. These tender documents together with all its attachments / enclosures thereto, shall be
considered to be read, understood and accepted by the bidders.
49. Tax Deduction at Source (TDS)
TDS shall be governed as per prevailing rules of Income Tax Act & GST Act
50. Right to get services carried out through other services: Nothing contained herein shall
restrict OWNER from accepting similar service from other agencies, at its discretion and at
risk and cost of the CONTRACTOR, if the CONTRACTOR fails to provide the said services any
time.
51. Accommodation: RGPPL will not provide the accommodation and it will be in the
contractors scope. However, RGPPL may consider providing accommodation to the
workers/supervisor subject to availability on payment basis, otherwise it is the
contractors scope to provide accommodation.
52. Local transportation: The contractor has to arrange their own transportation for materials
and workers.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
SECTION-II
FORMS & ANNEXURES
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure
Description
I
BIDDER ’S PROPOSAL
II
PROFORMA OF LETTER OF UNDERTAKINGS
III
Certificate of Acceptance of Important Conditions of Bidding
IV
PROFORMA of Letter of Authority for Attending the Bid Opening
V
FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY
VI
FORM OF DECLARATION OF BANNING POLICY
VII
RTGS Format
VIII
Vendor Information Form:
IX
PROFORMA OF CERTIFICATE FROM THE CEO/CFO OF THE COMPANY
X
AGREED TERMS & CONDITIONS
XI
BIDDER’S EXPERIENCE
XII
Format for chartered accountant certificate for financial capability of
the bidder
XIII
BANK GUARANTEE CHECKLIST
XIV
Certificate of Nil Deviation
XV
FINAL CHECK LIST
XVI
Proforma for Bank Guarantee for "EMD"
XVII
Form of Extension of Bank Guarantee
XVIII
Proforma Bank Guarantee In Lieu Of Security Deposit
XIX
Proforma for Performance Bank Guarantee
XX
List of Banks acceptable for Bank Guarantee
XXI
FRAUD PREVENTION POLICY
XXII
PERFORMANCE CERTIFICATE REGARDING LABOUR PAYMENT AND
STATUTORY REQUIREMENTS
XXIII
“NO DEMAND CERTIFICATE”
XXIV
FORM OF DEED OF JOINT UNDERTAKING
XXV
PROFORMA BANK GUARANTEE FOR ADVANCE
XXVI
GENERAL SAFETY OBLIGATION TO AGENCIES
XXVII
GENERAL ENVIRONMENTAL OBLIGATIONS TO AGENCIES
XXVIII
BIDDER'S QUERIES
XXIX
Form of Indemnity Bond to be executed by the contractor for the
equipment handed over by the employer for the performance of its
contract (Entire Equipment consignment in one Lot) If applicable
XXX
Form of Indemnity Bond to be executed by the contractor for the
equipment handed over in installments by the employer for the
performance of its contract If applicable
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-I
BIDDER ’S PROPOSAL
(On Company’s Letter Head)
Date:
BIDDER ’s Proposal Ref.:
BIDDER’s Name and Address
Phone No._________________________
Mobile No.___________________________
Fax_____________________________
To,
DGM (C&M)
Ratnagiri Gas & Power Pvt. Ltd.,
Ratnagiri Gas & Power Project,
At: Anjawel, Tal. Guhagar,
Dist.: Ratnagiri 415 703.
Dear Sir,
Sub.: Proposal for the Work of ________________________________________________
___________________________________________________________________
Due for opening on ____________________________________against your tender
No. _______________
We the undersigned Bidder having read and examined in detail the tender documents for the
subject work to be carried out against your above referred tender enquiry do hereby submit this
proposal. We declare that the letter of award if awarded to us shall be strictly executed in
accordance with your tender documents except for the variations and deviations all of which have
been detailed out exhaustively in the deviation statement and attached to the proposal. We agree
that any additional conditions if found in the proposal other than those stated in deviations
schedule except those pertaining to any rebate offered shall not be given effect to. We also
confirm that our offer shall remain valid for a period of 180 days from the date of opening of the
tender.
We further confirm that the price schedule has been fully filled, signed and stamped and has
been enclosed with this proposal. We also confirm compliance with the completion period
indicated in the tender documents.
Thanking you,
Yours faithfully,
(SIGNATURE OF THE BIDDER)
Name
Designation
Company Seal
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
(Annexure-II)
PROFORMA OF LETTER OF UNDERTAKINGS
(To be submitted by the Bidder along with his Bid)
(To be executed on non-judicial paper of requisite value)
Ref.:………………… Dated: ………………
To
Ratnagiri Gas and Power Pvt. Ltd.,
At/ PO: Anjanwel,
Tal. Guhaghar, Dist. Ratnagiri-415634,
Maharashtra, India
Phone: 02359 241 134, Fax: 02359 241 093
Dear Sirs,
1. I*/We* have read, examined & understood the complete bid documents relating to the
work of ……………………………………………………………………………………………………
2. */We* hereby submit our Bid and undertake to keep our Bid valid for a period of six (6)
months from the date of opening of bid i.e. upto ……………..
I*/We*..............................................hereby further undertake that during the said
period I*/We* shall not vary/alter or revoke my*/our* Bid.
3. This undertaking is in consideration of RGPPL agreeing to open my/our Bid and consider
and evaluate the same for the purposes of award of Work in terms of provisions of
clause entitled "Award of Contract" section in the Bid Documents. Should this Bid be
accepted, I*/We* also agree to abide by and fulfill all the terms, conditions and
provisions of the above mentioned bid documents.
Signature along with Seal of Company
..............................................
(Duly authorized to sign the Tender on behalf of the BIDDER ).
Name ........................................
Designation .................................
Name of Co...................................
Witness (in block letters)
Signature ................................. Date & Postal Address
Date ......................................... ...............................
Name & Address ..............................
Telephone.No......................Fax. No…………
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-III
Certificate of Acceptance of Important Conditions of Bidding
(To be submitted on BIDDER’s Letter Head)
With reference to the Tender No.: …………………………………….. for the work of
“…………………………………………………………………………………………………………………”, I/we
hereby confirm that I/we have read the provisions of the following clauses and further confirm
that notwithstanding anything stated elsewhere to the contrary, the stipulation of the clauses
are acceptable to me/us, and we have not taken any deviation to these clauses:
a) Bid Guarantee (EMD).
b) Terms of Payment.
c) Penalty & Liquidated damages Clauses.
d) Performance Bank Guarantee.
e) Contract Termination Clause.
f) Fraud Prevention Policy.
g) Banning policy.
h) Safety norms & General Environmental guidelines of RGPPL.
We hereby declare that only the persons or firms interested in this proposal as principal or
principals are named herein and that no other persons or firms other than those mentioned
herein, have any interest in this proposal or in the Contract to be entered into, if we are
awarded the contract, that this proposal is made without any connection with any other
person, firm or party likewise submitting a proposal, and that this proposal is in all respects for
and in good faith, without collusions or fraud.
Date this ______________ Day of _______________ 20 __________
Thanking you, we remain
Yours faithfully:
For on behalf of...
Date : Signature :
Place : Printed Name :
Designation :
Common Seal :
Strike out whichever is not applicable.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-IV
PROFORMA of Letter of Authority for Attending the Bid Opening
(To be submitted on BIDDER’s Letter Head)
Ref. No.: Date:
To,
RATNAGIRI GAS AND POWER PRIVATE LIMITED,
AT & POST: ANJANWEL, TAL: GUHAGAR,
DISTT: RATNAGIRI, MAHARSHTRA.
PIN 415 634
Atten:………………………..
Dear Sirs,
We …………………………………………… hereby authorize following representative(s) to attend the
technical bid opening and priced bid opening against your Bid No. ………………………………. for
…………………………………………………………………………… (item name)…………………………………
S.NO
NAME
DESIGNATION
SIGNATORE
1.
2.
We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.
Yours Faithfully,
Signature………………………………
Name…………………………………..
Designation………………………….
For & on behalf of……………….
Seal………………………………………
Note: This Letter of Authority should be signed by a person competent and having the power of
attorney.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-V
FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY
Name of Contract: “…………………………………………………………………………”
To,
RATNAGIRI GAS AND POWER PRIVATE LIMITED,
At & Post: Anjanwel,
Tal.: Guhagar,
Dist.: Ratnagiri,
Maharshtra, India PIN 415 634
Phone: 02359 241 134, Fax: 02359 241 093
Ladies and Gentlemen:
We have read & understood the contents of the Fraud Prevention Policy and undertake that we
along with our associates/collaborator/subcontractor/sub-vendors/consultants/ service
providers/personnel shall strictly abide by the provision of the Fraud Prevention Policy of RGPPL.
Yours faithfully,
Date: (Signature) ………………………………….
Place: (Printed Name)……………………………..
(Designation)…………………………………
(Common Seal)…………………………….
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure- VI
DECLARATION ON BANNING POLICY
To
AGM (C&M)
Ratnagiri Gas & Power Pvt. Ltd.,
Ratnagiri Gas & Power Project,
At: Anjawel, Tal. Guhagar,
Dist.: Ratnagiri 415 634.
i. We have read the contents of the Banning Policy of RGPPL displayed on its tender website
http://www.rgppl.com and agree to abide by this policy. Further, in terms of requirement
under Banning policy we hereby declare the following:
1. We have not been Banned/Blacklisted as on date of submission of bid by Ministry of Power
or Government of India.
2. We have not employed any public servant dismissed/removed or person convicted for an
offence involving corruption or abetment of such offences.
3. Our Director(s)/Owner(s)/Proprietor/Partner(s) have not been convicted by any court of
law for offences involving corrupt and fraudulent practices including moral turpitude in
relation to business dealings with Government of India or NTPC or RGPPL during the last
five years.
ii. We further declare as under:
that if at any point subsequent to award of Contract, the declarations given above are found
to be incorrect, RGPPL shall have the full right to terminate the Contract and take any action
as per applicable laws for breach of contract including forfeiture of Bid Security/Performance
Bank Guarantee.
Signature along with Seal of Company
..............................................
Name ........................... ………….
Designation ................... .…………..
Name of Co ..................... ………..
*While referring the policy, NTPC is to be read as RGPPL.
**While referring the policy, at S.no.3 clause vi), www.ntpctender.com shall be replaced & read
as www.rgppl.com.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure- VII
RTGS Format
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-VIII
Vendor Information Form
Bidders are requested to furnish the following information & enclose the valid documentary
evidence against the same:
Name & Address of the
Company:
Order to be issued at :
Registered / Head office :
Agency must clearly mention,
whether they fall under
medium /small /micro
enterprise (MSME). If No
please mentioned clearly.
Medium
Small
Micro
Other
Name & Designation of
the key person authorized
for this tender work.
Contact information:
Mobile no:
Telephone No :
Fax No:
Email :
Status of the Company
(Please mark tick as √) :
Proprietary
Partnership
Private Ltd
Public
Ltd
Central/State
Govt./PSU’s
Others (Please
Specify)
Registration no. of the
Company / Firm:
*PAN No:
*PF / *ESI / *WCP nos :
Provident Fund no :
Employees State Insurance no :
Workmen’s
Compensation policy
no :
*GST Number:
Association with RGPPL:
(Please mark tick as √)
No existing relation :
1- 2 years :
Over 2 years:
ISO & Other Certification:
Average annual Turnover
of Last Three FY:
(Please mark tick as √)
Upto 5 Cr :
5 Cr to 10 Cr :
Above 10 Cr :
Line Business (Please mark
tick as √) :
Manufacturer:
Auth Dealer :
General trader :
Importer :
Others
(Please
specify) :
Nature of
Product/Services dealt in :
Bidders are requested to enclose the copy of supporting document along with the bid for
verification.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-IX
PROFORMA OF CERTIFICATE FROM THE CEO/CFO
OF THE COMPANY
(To be submitted by bidder along with the bid)
1.0 I, Mr/Ms ________________________ (*CEO of company/*CFO of the company), confirm
that this certificate is submitted on behalf of our company M/s
_____________________ (Name of the Bidder) and we are responsible for the
declaration(s) mentioned herein.
2.0 I certify that the financial results of the Company for the preceding financial year are under
audit as on the date of Techno-commercial bid opening and the certificate from the
practicing Chartered Accountant certifying the financial parameters is not available.
Yours faithfully,
(Signature)
Date: Name & Designation:
Place: Name of the Company:
Seal of the Company:
*Strike off whichever is not applicable
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-X
AGREED TERMS & CONDITIONS
To,
M/s RGPPL
TENDER NO: ……………………………………………………………..
This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and should be
returned along with Un-priced Bid. Clauses confirmed hereunder need not be repeated in the Bid.
Sl
No.
DESCRIPTION
BIDDER'S
CONFIRMATION
1
Bidder's name and address
2
Please confirm the currency of quoted prices is in Indian
Rupees.
3
Confirm quoted prices will remain firm and fixed till complete
execution of the order.
4
Rate of applicable of GST mentioned in BOQ / SOR
5
Whether in the instant tender GST is covered in reverse
charge rule of GST
Yes/ No
In case of Yes, please
specify GST payable by:
RGPPL:………….%
Bidder:…………..%
6
Confirm acceptance of relevant Terms of Payment specified
in the Bid Document.
7
Confirm that Contract Performance Guarantee/ Security
Deposit will be furnished as per Bid Document.
8
Confirm that Contract Performance Guarantee/ Security
Deposit shall be from any Indian scheduled bank or a branch
of an International bank situated in India and registered with
Reserve bank of India as scheduled foreign bank (as per list
provided).
9
Confirm compliance to Completion Schedule as specified in
Bid document. Confirm contract period shall be reckoned
from the date of LOA/LOI.
10
Confirm acceptance of Price Reduction Schedule/ Liquidated
damage for delay in completion schedule specified in Bid
document.
11
a) Confirm acceptance of all terms and conditions of Bid
Document (all sections including GCC hosted on portal).
b) Confirm that printed terms and conditions of bidder are
not applicable.
12
Confirm your offer is valid for period specified in Bid
Document from Final/Extended due date of opening of
Techno-commercial Bids.
13
Please furnish EMD/Bid Security details:
a) EMD/ Bid Security No. & date
b) Value
c) Validity
14
Confirm acceptance to all provisions of Information To Bidder
read in conjunction with all parts of Bid Documents
15
Confirm that Annual Reports for the last three financial years
are furnished along with the Un-priced Bid.
16
Confirm that, in case of contradiction between the
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
confirmations provided in this format and terms & conditions
mentioned elsewhere in the offer, the confirmations given in
this format shall prevail.
17
All correspondence must be in ENGLISH language only.
18
Owner reserves the right to make any change in the terms &
conditions of the TENDER/BIDDING DOCUMENT and to reject
any or all bids.
19
Confirm that all Bank charges associated with Bidder’s Bank
shall be borne by Bidder.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XI
BIDDER’S EXPERIENCE
To,
M/s RGPPL
TENDER NO: ………………………………………………….
Sl.
No
Descript
ion of
the
Services
LOA
/WO
No. and
date
Full Postal
Address &
phone nos. of
Client. Name,
designation
and address of
Engineer/
Officer-in-
Charge (for
cases other
than purchase)
Value of
Contract
/Order
(Specify
Currency
Amount)
Date of
Commenc
ement of
Services
Scheduled
Completion
Time
(Months)
Date of
Actual
Complet
ion
Reasons
for delay
in
execution
, if any
(1)
(2)
(3)
(5)
(6)
(7)
(8)
(9)
(10)
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XII
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE FOR FINANCIAL
CAPABILITY OF THE BIDDER
We have verified the Annual Accounts and other relevant records of
M/s……………………………… (Name of the bidder) and certify the following
ANNUAL TURNOVER OF LAST 3 YEARS:
Year
Amount (Currency)
Year 1:
Year 2:
Year 3:
Name of Audit Firm: [Signature of Authorized Signatory]
Chartered Accountant Name:
Date: Designation:
Seal:
Membership no.
Instructions:
1. The financial year would be the same as one normally followed by the bidder for its
Annual Report.
2. In case where audited results for the last financial year as on the date of bid opening are
not available, the financial results certified by a practicing Chartered Accountant shall be
considered acceptable. In case, Bidder is not able to submit the certificate from practicing
Chartered Accountant certifying its financial parameters, the audited results of three
consecutive financial years preceding the last financial year shall be considered for
evaluating the financial parameters. Further, a Certificate would be required from the
CEO/CFO stating that the financial result of the Company are under audit as on the date
of Techno-commercial bid opening and the Certificate from the practicing Chartered
Accountant certifying the financial parameters is not available.
3. For the purpose of this Tender document, Annual Turnover shall be “Sale value/
Operating Income”.
4. This certificate is to be submitted on the letter head of Chartered Accountant.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XIII
BANK GUARANTEE CHECKLIST
Sr.
No.
DETAILS OF CHECKS
YES / NO
1
Is the BG on non-judicial stamp paper/e-stamp paper of appropriate
value, as per Stamp Act?
2
Whether date, purpose of purchase and name of the purchaser are
indicated on the stamp paper? (The date of purchase of stamp paper
should be of any date on or before the date of execution of BG and
the stamp paper should be purchased either in the name of the
executing Bank or the party on whose behalf the BG has been issued.
The stamp papers (other than e-stamp paper) should be duly signed
by the stamp vendor.)
3
In case of BGs from Banks abroad, has the BG been executed on
Letter Head of the Bank?
4
Has the executing Officer of BG indicated his name, designation and
Power of Attorney No. / Signing Power no. etc., on the BG?
5
Is each page of BG duly signed /initialed by executant and whether
stamp of Bank is affixed thereon? Whether the last page is signed
with full particulars under seal of Bank as required in the prescribed
proforma?
6
Does the Bank Guarantees compare verbatim with the Proforma
prescribed in the Bid Documents?
7
Are the factual details such as Bidding Document No./Specification
No., Amount of BG and Validity of BG correctly mentioned in the BG?
8
Whether overwriting/cutting if any on the BG have been properly
authenticated under signature & seal of executant?
9
Whether the BG has been issued by a Bank in line with the provisions
of Bidding documents?
10
In case BG has been issued by a Bank other than those specified in
Bidding Document, is the BG confirmed by a Bank in India acceptable
as per Bidding documents?
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XIV
CERTIFICATE OF NIL DEVIATIONS
(To be submitted by the Bidder along with his Bid)
Ref.:………………… Dated: ………………
Sub work: ……………………………………………………………………………………
To
Ratnagiri Gas and Power Pvt. Ltd.,
At/ PO: Anjanwel,
Tal. Guhaghar, Dist. Ratnagiri-415634,
Maharashtra, India
Phone: 02359 241 134, Fax: 02359 241 093
Dear Sir,
4. With reference to our Bid submitted against the tender, we hereby confirm that we comply
with all terms, conditions and specifications of the Bidding Documents read in conjunction
with Amendment(s) / Clarification(s) / Addenda/Errata (if any) issued by the Employer
prior to opening of TechnoCommercial Bids and the same has been taken into
consideration while making our TechnoCommercial Bid & Price Bid and we declare that we
have not taken any deviation in this regard.
5. We understand that in case the Products and/or Services offered do not meet the
Technical requirements, then our bid shall be rejected as Technically nonresponsive
6. We also confirm that in case we refuse to withdraw additional
conditions/deviations/variations/exception, implicit or explicit, found anywhere in the
technocommercial bid, our bid shall be rejected as Technically nonresponsive.
7. We further confirm that if any deviation/variation in any form is found in our
Price Bid, the EMD shall be forfeited.
8.
Signature along with Seal of Company
..............................................
Name ........................... ………….
Designation ................... .…………..
Name of Company ............ ………..
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XV
FINAL CHECK LIST
Sr.
No.
DESCRIPTION
BIDDERS
CONFIRMATION
1.
Bidder’s Details:
a) Name
b) Full address
c) Tel No.
d) Fax No.
e) Email
f) Name & designation of the person signing the bid
2.
QR has been carefully examined & QR CHECKLIST filled in totality (All
reference documents also enclosed)
3.
Documentary proof for Power of Authority of the person signing the bid.
4.
Validity:
Bid: Valid minimum for Six (6) months from the date set for opening of
technical bid.
EMD: Minimum for Seven (7) months from the date set for opening of
technical bid.
5.
The scope has been quoted as per tender requirement.
6.
Currency of offer:
a) The currency once quoted shall not be permitted to be changed.
b) All the correspondences will be in English language only.
7.
Price:
a) A copy of price format / BOQ (without price) but duly filled in with
Quoted/Unquoted word in each cell format duly signed and stamped to be
submitted with un-priced part of bid.
b) Confirm that the prices quoted are as per ‘Price Format’ given in tender
document without any change and submitted with the Price Part of the BID.
b) Quoted prices will remain firm and fixed till complete execution of the order.
c) The tender document is carefully studied & understood and quoted price are
inclusive of all as per requirements of tender documents.
8.
Terms and Conditions: Acceptance of ‘Terms & Conditions’ as Contained in
Bid Document and GCC to the extent applicable
9.
Acceptance to the following:
a) Payment Terms.
b) Fraude Prevention Policies
C) Banning Policy
10.
Signed & stamped all pages of tender Document as acceptance of Tender
Conditions
11.
Duly filled, signed and stamped annexures in FORMS &
ANNEXURES
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XVI
Proforma for Bank Guarantee for "EMD"
(To be stamped in accordance with Stamp Act)
(The non-judicial stamp paper should be in the name of issuing bank)
Bank Guarantee No. …………………
Date………………………………………….
To,
Ratnagiri Gas and Power Pvt. Ltd.,
At & Post: Anjanwel,
Taluka: Guhagar,
District: Ratnagiri
Maharashtra-415634
Dear Sirs,
In accordance with Invitation for Bids under your Bid Document No.……………………..………….,
M/s…………………………………(***)…………………………………………… having its registered/Head Office at
…………………………………………………………. (hereafter called the ‘Bidder’) wish to participate in the said
Bid for (Name of package)……………………………………………………………………………………………..
As an irrevocable Bank Guarantee against Bid Security for an amount of
……………….……………………..(*) ………………………………… valid for ………….……………………….. days from
………………………………….(**) ……………….…………………. required to be submitted by the Bidder as a
condition precedent for participation in the said bid which amount is liable to be forfeited on the
happening of any contingencies mentioned in the Bidding Documents.
We, the ……………………………………… [Name and address of the Bank]…………………………………………
having our head office at ………………………………..(#)……………………………………. guarantee and
undertake to pay immediately on demand by …….……………………….. (Name of the
Employer)……………………., (hereinafter called the ‘Employer’)………………………………………… the amount
of ………………………….(*)……………………………… without any reservation, protest, demand and
recourse. Any such demand made by the Employer shall be conclusive and binding on us
irrespective of any dispute or difference raised by the Bidder.
This guarantee shall be irrevocable and shall remain valid up to ………………….. (@)………………... If
any further extension of this guarantee is required, the same shall be extended to such required
period (not exceeding one year) on receiving instructions from M/s
……………………………………….[Bidders name]……………………………………… on whose behalf this guarantee
is issued.
In witness whereof the Bank, through its authorized officer has set its hand and stamp on this
……………………………… Day of …………….20……… at ………….
……………………………………………….
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
(Signature)
………………………………………………
(Name)
………………………………………………….
(Designation with Bank Stamp)
Vide authorized
Power of Attorney No.…………………………..
Date ……………………………………………………….
NOTE:
i) (*) The amount shall be as specified in the bidding documents.
(**) This shall be the date of opening of bids.
(#) Complete mailing address of the Head Office of the Bank to be given.
(@) This date shall be forty-five (45) days beyond the validity of bid.
(***) Write the name and addresses of all the Joint Venture partners, in case the bid is
submitted by a Joint Venture in terms of Qualifying Requirements.
ii) The Bank Guarantee (BG) shall be from a Bank as per provisions of the bidding documents.
iii) The BG should be on Non-Judicial stamp paper/e-stamp paper of appropriate value as per
Stamp Act prevailing in the State(s) where the BG is submitted or is to be acted upon or the
rate prevailing in the State where the BG is executed, whichever is higher. The Stamp
Paper/e-Stamp paper shall be purchased in the name of Bidder/Bank issuing the guarantee.
iv) While getting the Bank Guarantee issued, Bidders are required to ensure compliance to the
points mentioned in Bank Guarantee Verification Check List in the bidding documents.
Bidders are required to fill up this Check List and enclose the same along with the Bank
Guarantee.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XVII
Form of Extension of Bank Guarantee
Ref. No.: Date:
@ _________________
Dear Sirs,
Subject: Extension of Bank Guarantee No. ………………………………………..dated …………………….for
………………[indicate value of bank guarantee]……………………favouring yourselves expiring on
…………………… on account of M/s…………………(Name of Bidder)…………… in respect of Contract for
(Insert Package name)………………………………..(Insert Project Name) ……………….…………….project,
Contract No. ………………………… dated …………………………….
(hereinafter called original Bank Guarantee)
At the request of M/s……………………………………………………… we ………………………………… Bank branch
office at ……………………………………. and having its Head office at ……………………………………………. do
hereby extend our liability under the above mentioned guarantee No………………… dated….…..
for a further period of ……………… year/months from ………………………to expire on……………………..
Except as provided above, all other terms and conditions of original
Bank Guarantee No. ……………………………… dated…………………hall remain unaltered and binding.
Please treat this as an integral part of the original guarantee to which it would be deemed to
have been attached.
………………………………………………...
(Signature)
…………..…………………..……………….
(Name)
…………………………..………..……………..
(Designation with Bank Stamp)
Authorised vide
Power of Attorney No…..
Date……………………
Dated …………………………..
SEAL OF BANK
Note:
a) @ The extension of the Bank Guarantee should be forwarded to the Unit/Project/Corporate
Centre, from where the extension has been sought.
b) The extension of BG should be on Non-Judicial stamp paper/e-stamp paper of appropriate
value as per Stamp Act prevailing in the State(s) where the BG is submitted or is to be acted
upon or the rate prevailing in the State where the BG is executed, whichever is higher. The
Stamp Paper/e-Stamp paper shall be purchased in the name of Bidder/ Bank issuing
the guarantee.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XVIII
BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT
To,
Ratnagiri Gas and Power Private Limited,
At & Post: Anjanvel,
Taluka: Guhagar,
Dist.: Ratnagiri 415703
Maharashtra.
In consideration of the Ratnagiri Gas and Power Private Limited having its Registered office at
NTPC Bhawan, SCOPE Complex, 7, Industrial Area, Lodi Road, New Delhi 110 003 (hereinafter
called the "Company" which expression shall unless repugnant to the subject or context include
its administrators, successors and assigns) having agreed under the terms and conditions of the
Award Letter No.: dated: --/--/---- issued by Ratnagiri
Gas and Power Private Limited, which has been unequivocally accepted by the Contractor: M/s
______ and having its Registered Office at: for the Work: (hereinafter
called the said Contract) to accept a Deed of Guarantee as herein provided for Rs. ________
(Rupees _____ Only) valid upto --/--/---- from a Scheduled Commercial Bank in lieu of the
security deposit to be made by the Contractor or in lieu of the deduction to be made from the
Contractor's bills, for the due fulfillment by the said Contractor of the terms and conditions
contained in the said Contract. We, ______ (hereinafter referred to as "the said Bank" and
having Registered office at: and branch office at: do hereby undertake and agree to
indemnify and keep indemnified the Company from time to time to the extent of Rs. _______
(Rupees ______ Only) against any loss or damage, costs, charges and expenses caused to or
suffered by or that may be caused to or suffered by the Company by reason of any breach or
breaches by the said Contractor of any of the terms and conditions contained in the said Contract
and to unconditionally pay the amount claimed by the Company on demand and without demur
to the extent aforesaid.
2. We, the said bank further agree that the Company shall be the sole judge of and as to
whether the said Contractor has committed any breach or breaches of any of the terms and
conditions of the said Contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Company on account
thereof and the decision of the Company that the said Contractor has committed such beach
or breaches and as to the amount or amounts of loss, damage, costs charges and expenses
caused to or suffered by or that may be caused to or suffered by the Company from time to
time shall be final and binding on us.
3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the said
Contract and till all the dues of the Company under the said Contract or by virtue of any of
the terms and conditions governing the said Contract have been fully paid and its claims
satisfied or discharged and till the owner certifies that the terms and conditions of the said
Contract have been fully and properly carried out by the said Contractor and accordingly
discharges this Guarantee subject, however, that the Company shall have no claim under the
Guarantee after XX days from the date of expiry of the Contract Period as provided in the said
Contract, i.e. XX.XX.XXXX or from the date of cancellation of the said contract, as the case
may be, unless a notice of the claim under this Guarantee has been served on the Bank
before the expiry of the said period in which case the same shall be enforceable against the
Bank notwithstanding the fact, that the same is enforced after the expiry of the said period.
4. The Company shall have the fullest liberty without affecting in any way the liability of the
Bank under this Guarantee or indemnity, from time to time to vary any of the terms and
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
conditions of the said Contract or to extend time of performance by the said Contractor or to
postpone for any time and from time to time any of the powers exercisable by it against the
said Contractor and either to enforce or forbear from enforcing any of the terms and
conditions governing the said Contract or securities available to Company and the said Bank
shall not be released from its liability under these presents by any exercise by the Company
of the liberty with reference to the matters aforesaid or by reason of time being given to the
said Contractor or any other forbearance, act or omission on the part of the Company or any
indulgence by the Company to the said Contractor or any other matter or thing whatsoever
which under the law relating to sureties would but for this provision have effect of so
releasing the Bank from its such liability.
5. It shall not be necessary for the Company to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable against
the Bank, notwithstanding any security which the Company may have obtained or obtain from
the Contractor shall at the time when proceedings are taken against the Bank hereunder be
outstanding or unrealised.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Company in writing and agree that any change in the
Constitution of the said Contractor or the said Bank shall not discharge our liability hereunder.
If any further extension of this Guarantee is required, the same shall be extended to such
required periods on receiving instructions from M/s. ________ on whose behalf this
guarantee is issued.
In presence of WITNESS
1…………………………..
For and on behalf of (the Bank)
Signature
Name & Designation……………………
2………………………….. Authorization No………………………..
Date and Place………………………….
Bank’s Seal
NOTE:
a) *This sum shall be ten percent (10%) of the Contract Value.
c) Validity of bank guarantee shall be 36+3 months i.e. 39 months .
d) Value of Stamp Paper to be 0.5% of value of BG amount as per Maharashtra
Stamp Act
d) List of acceptable scheduled commercial banks is given in the tender
document.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XIX
PROFORMA FOR BANK GUARANTEE FOR CONTRACT PERFORMANCE
(If mentioned in the tender document)
{To be stamped in accordance with Maharashtra Stamp Act (Stamp value 0.5% of
Value of BG as per present MSA)}
The non-judicial stamp paper should be in the name of issuing bank
Ref Bank Guarantee No.
Date ---------
To
Ratnagiri Gas and Power Pvt. Ltd.,
At/ PO: Anjanwel,
Tal. Guhaghar, Dist. Ratnagiri- 415634,
Maharashtra, India
Dear Sirs,
1. In consideration of the Ratnagiri Gas and Power Pvt. Ltd., (hereinafter referred to as
the 'Owner', which expression shall unless repugnant to the context or meaning
thereof include its successors, administrators and assigns) having awarded to M/s -
----------------------------------- with its Registered / Head Office at -------------------
------------ (hereinafter referred to as the 'Contractor', which expression shall
unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns), a Award Letter by issue of Owner's LOA No.
---------------- dated ------ for a value of Rs.----------------(Rs.-----------------------
only) for --------(scope of supply) and the same having been unequivocally accepted
by the Contractor, and the Contractor having agreed to supply a Performance
Guarantee for the faithful performance of the said work during defect liability period,
equivalent to* 10% of the said value of the award letter to the Owner.
2. We-----------, having its Head office (Name & address)--------------------------------
--(hereinafter referred to as the Bank, which expression shall, unless repugnant to
the context of meaning thereof, include its successors, administrators, executors
and assigns) do hereby guarantee and undertake to pay the owner, on demand any
and all monies payable by the Contractor to the extent of as aforesaid at any time
upto -----------------** (days/month/year) without any demur, reservation, contest,
recourse or protest and/or without any reference to the Contractor. Any such
demand made by the owner on the bank shall be conclusive and binding not
withstanding any difference between the owner and Contractor or any dispute
pending before any court, tribunal or any other authority. The bank undertakes not
to revoke this guarantee during its currency without previous consent of the owner
and further agrees that the guarantee herein contained shall continue to be
enforceable till the owner discharges this guarantee.
3. The owner shall have the fullest liberty without affecting in any way the liability of
the bank under this guarantee from time to time to extend the time for performance
of the purchase order by the Contractor. The owner shall have the fullest liberty,
without affecting this guarantee, to postpone from time to time the exercise of any
powers vested in them or of any right which they might have against the
Contractor, and to exercise the same at any time in any manner, and either to
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
enforce or to forbear to enforce any covenants, contained or implied, in the
purchase order between the owner and the Contractor or any other course of or
remedy or security available to the owner. The bank shall not be released of its
obligations under these presents by any exercise by the owner of its liberty with
reference to the matters aforesaid or any of them or by reason of any other acts of
omission or commission on the part of the owner or any other indulgence shown by
the owner or by any other matters or thing whatsoever which under law would, but
for this provision, have the effect of reliving the bank. The bank also agrees that
the owner at its option shall be entitled to enforce this guarantee against the bank
as a principal debtor, in the first instance without proceeding against the Contractor
and not withstanding any security or other guarantee that the owner may have in
relation to the Contractors liability.
4. Notwithstanding anything contained herein above our liability under this guarantee
is restricted to------------and it shall remain in force upto--------------------------**
(days/month/year) and including all shall be extended from time to time for such
period (not exceeding one year), as may be desired by M/s--------------(Contractor)
on whose behalf this guarantee has been given.
Dated this------------------day of----------20--------- at---------------
Witness:
(Signature) (Signature)
(Bank's Rubber Stamp)
(Name)
(Name)
(Designation with Bank Stamp)
(Official Address)
Attorney as per Power of Attorney
No.-------------Dated---------
NOTES:
*This sum shall be ten percent (10%) of the total amount mentioned in award lett er.
**The date will be three months beyond the expiry of contract period or Defect Liability
Period (as specified in the contract.)
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XX
LIST OF SCHEDULED COMMERCIAL BANKS
A.
State Bank of India
B.
NATIONALISED BANKS
1
ALLAHABAD BANK
11
ORIENTAL BANK OF COMMERCE
2
ANDHRA BANK
12
PUNJAB NATIONAL BANK
3
BANK OF INDIA
13
PUNJAB & SIND BANK
4
BANK OF MAHARASHTRA
14
SYNDICATE BANK
5
CANARA BANK
15
UNION BANK OF INDIA
6
CENTRAL BANK OF INDIA
16
UNITED BANK OF INDIA
7
CORPORATION BANK
17
UCO BANK
8
DENA BANK
18
VIJAYA BANK
9
INDIAN BANK
19
BANK OF BARODA
10
INDIAN OVERSEAS BANK
C.
SCHEDULED PRIVATE BANKS (INDIAN BANKS)
1
CATHOLIC SYRIAN BANK
12
SOUTH INDIAN BANK LTD
2
CITY UNION BANK
13
TAMILNAD MERCANTILE BANK LTD
3
DHANLAXMI BANK LTD
14
ING VYSYA BANK LTD
4
FEDERAL BANK LTD
15
AXIS BANK LTD
5
JAMMU & KASHMIR BANK LTD
16
INDUSIND BANK LTD
6
KARNATAKA BANK LTD
17
ICICI BANK
7
KARUR VVSYA BANK LTD
18
HDFC BANK LTD
8
LAKSHMI VILAS BANK LTD
19
DCB BANK LTD
9
NAINITAL BANK LTD
20
YES BANK LTD
10
KOTAK MAHINDRA BANK
21
IDFC YES BANK
11
RBL BANK LTD
22
BANDHAN BANK LTD
D.
SCHEDULED PRIVATE BANKS (FOREIGN BANKS)
1
ABU BHABI COMMERCIAL BANK LTD,
PJSC
24
KRUNG THAI BANK PUBLIC COMPANY
LTD
2
BANK OF AMERICA NA
25
The Bank of Tokyo-Mitsubishi UFJ
Limited
3
BANK OF BAHRAIN & KUWAIT B.S.C
26
Australia & Newzealand Banking Group
Limited
4
Mashreq Bank p.s.c
27
Sumitomo Mitsui Banking Corporation
5
BANK OF NOVA SCOTIA
28
American Express Banking Corporation
6
CREDIT AGRICOLE CORPORATE AND
INVESTMENT BANK
29
CommonWealth Bank of Australia
7
BNP PARIBAS
30
Credit Suisse A.G.
8
BARCLAYS BANK
31
FirstRand Bank Ltd.
9
CITI BANK N.A
32
Industrial & Commercial Bank of China
Ltd.
10
DEUTSCHE BANK A.G
33
JSC VTB Bank
11
THE HONGKONG SHANGAI BANKING
CORPORATION LTD
34
National Australia Bank
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
12
SOCIETE GENERALE
35
Cooperatieve Rabobank U.A.
13
SONALI BANK LTD
36
Sberbank
14
STANDARD CHARTERED BANK
37
United Overseas Bank Ltd.
15
J.P. Morgan Chase Bank, National
Association
38
Westpac Banking Corporation
16
STATE BANK OF MAURITIUS LTD
39
Woori Bank
17
DBS BANK LTD
40
The Royal Bank of Scotland plc
18
BANK OF CEVLON
41
Doha Bank Qsc
19
PT Bank Maybank Indonesia TBK
42
Industrial Bank of Korea
20
A B BANK
43
KEB Hana Bank
21
SHINHAN BANK
44
National Bank of Abu Dhabi PJSC
22
CTBC BANK CO. LTD
23
MIZUHO BANK LTD
E.
OTHER PUBLIC SECTOR BANKS
1
IDBI BANK LTD
NOTE:
GUARANTEE FROM ANY FOREIGN BANK SHALL BE CONFIRMED
BY A SCHEDULED/NATIONALISED BANK IN INDIA.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
(Annexure-XXI)
FRAUD PREVENTION POLICY
1.0 POLICY OBJECTIVES: The “Fraud Prevention Policy” has been framed to provide a
system for detection and prevention of fraud, reporting of any fraud that is detected or
suspected and fair dealing of matters pertaining to fraud. The policy will ensure and
provide for the following: -
a. To ensure that management is aware of its responsibilities for detection and prevention
of fraud and for establishing procedures for preventing fraud and/or detecting fraud
when it occurs.
b. To provide a clear guidance to employees and others dealing with RGPPL forbidding
them from involvement in any fraudulent activity and the action to be taken by them
where they suspect any fraudulent activity.
c. To conduct investigations into fraudulent activities.
d. To provide assurances that any and all suspected fraudulent activity will be fully
investigated.
2.0 SCOPE OF POLICY: The policy applies to any fraud, or suspected fraud involving
employees of RGPPL (all full time, part time or employees appointed on
adhoc/temporary/contract basis) as well as representatives of vendors, suppliers, bidder’s,
consultants, service providers or any outside agency(ies) doing any type of business with
RGPPL.
3.0 DEFINITION OF FRAUD: "Fraud" is a willful act intentionally committed by an
individual(s) - by deception, suppression, cheating or any other fraudulent or any other
illegal means, thereby, causing wrongful gain(s) to self or any other individual(s) and
wrongful loss to other(s). Many a times such acts are undertaken with a view to
deceive/mislead others leading them to do or prohibiting them from doing a bonafide act or
take bonafide decision which is not based on material facts."
4.0 ACTIONS CONSTITUTING FRAUD: While fraudulent activity could have a very wide
range of coverage, the following are some of the act(s) which constitute fraud.
The list given below is only illustrative and not exhaustive: -
a. Forgery or alteration of any document or account belonging to the Company.
b. Forgery or alteration of cheque, bank draft or any other financial instrument etc.
c. Misappropriation of funds, securities, supplies or others assets by fraudulent means etc.
d. Falsifying records such as pay-rolls, removing the documents from files and /or
replacing it by a fraudulent note etc. Willful suppression of facts/deception in matters of
appointment, placements, submission of reports, tender committee recommendations
etc. as a result of which a wrongful gain(s) is made to one and wrongful loss(s) is
caused to the others.
e. Utilizing Company funds for personal purposes.
f. Authorizing or receiving payments for goods not supplied or services not rendered.
g. Destruction, disposition, removal of records or any other assets of the Company with an
ulterior motive to manipulate and misrepresent the facts so as to create
suspicion/suppression/cheating as a result of which objective assessment/decision
would not be arrived at.
h. Any other act that falls under the gamut of fraudulent activity.
5.0 REPORTING OF FRAUD:
a. Any employee (full time, part time or employees appointed on
adhoc/temporary/contract basis), representative of vendors, suppliers, bidders,
consultants, service providers or any other agency(ies) doing any type of business with
RGPPL as soon as he / she comes to know of any fraud or suspected fraud or any other
fraudulent activity must report such incident(s). Such reporting shall be made to the
designated Nodal Officer(s), nominated in every project/ HQ. If, however, there is
shortage of time such report should be made to the immediate controlling officer whose
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
duty shall be to ensure that input received is immediately communicated to the Nodal
Officer. The reporting of the fraud normally should be in writing. In case the reporter is
not willing to furnish a written statement of fraud but is in a position to give sequential
and specific transaction of fraud/suspected fraud, then the officer receiving the
information/Nodal Officer should record such details in writing as narrated by the
reporter and also maintain the details about the identity of the official / employee /
other person reporting such incident. Reports can be made in confidence and the
person to whom the fraud or suspected fraud has been reported must maintain the
confidentiality with respect to the reporter and such matter should under no
circumstances be discussed with any unauthorized person.
b. All reports of fraud or suspected fraud shall be handled with utmost speed and shall be
coordinated by Nodal Officer(s) to be nominated.
c. Officer receiving input about any suspected fraud/nodal officer(s) shall ensure that all
relevant records documents and other evidence is being immediately taken into custody
and being protected from being tampered with, destroyed or removed by suspected
perpetrators of fraud or by any other official under his influence.
6.0 INVESTIGATION PROCEDURE:
b. The "Nodal Officer" shall, refer the details of the Fraud/suspected fraud to the HR
Department of RGPPL, for further appropriate investigation and needful action.
c. This input would be in addition to the intelligence, information and investigation of
cases of fraud being investigated by the HR of their own as part of their day to day
functioning.
d. After completion of the investigation, due & appropriate action, which could include
administrative action, disciplinary action, civil or criminal action or closure of the matter
if it is proved that fraud is not committed etc. depending upon the outcome of the
investigation shall be undertaken.
e. HR shall apprise "Nodal Officer" of the results of the investigation undertaken by them.
There shall be constant coordination maintained between the two.
7.0 RESPONSIBILITY FOR FRAUD PREVENTION:
a. Every employee (full time, part time, adhoc, temporary, contract), representative of
vendors, suppliers, bidders, consultants, service providers or any other agency(ies)
doing any type of business with RGPPL, is expected and shall be responsible to ensure
that there is no fraudulent act being committed in their areas of responsibility/control.
As soon as it is learnt that a fraud or suspected fraud has taken or is likely to take place
they should immediately apprise the same to the concerned as per the procedure.
b. All controlling officers shall share the responsibility of prevention and detection of fraud
and for implementing the Fraud Prevention Policy of the Company. It is the
responsibility of all controlling officers to ensure that there are mechanisms in place
within their area of control to:
Familiarize each employee with the types of improprieties that might occur in their
area.
Educate employees about fraud prevention and detection.
Create a culture whereby employees are encouraged to report any fraud or suspected
fraud which comes to their knowledge, without any fear of victimization.
Promote employee awareness of ethical principles subscribed to by the Company
through CDA Rules.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XXII
PERFORMANCE CERTIFICATE REGARDING LABOUR PAYMENT AND STATUTORY
REQUIREMENTS.
CERTIFICATE NO CCP 9
(TO BE ISSUED BY THE CONTRACTOR)
Name of the Package :
Letter of Award / Contract No:
Name of the Contractor :
Project : RGPPL, PO. Anjanvel, Guhagar, Dist. Ratnagiri, MS.
This is to certify that we have made all labour payment including PF liabilities in respect
of the above-mentioned LOA/Contract ……………………………………… & no other payment in
this regard is pending from us. Further we confirm that all statutory requirements have
been complied with by us & in case any default is reported against us, we shall be solely
responsible for the same.
FOR & BEHALF of
Place Signature
Date Name:-
Designation:-
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XXIII
NO DEMAND CERTIFICATE
CERTIFICATE -CCP-10
(TO BE ISSUED BY THE CONTRACTOR)
Name of the Package :
Letter of Award / Contract No :
Name of the Contractor :
Project :RGPPL, PO.Anjanvel, Guhagar, Dist.Ratnagiri, MS
We____________________________________________________________________
do hereby acknowledge and confirm that we have received the full and final payment due and
payable to us from Ratnagiri Gas & Power Project Pvt. Ltd In respect of the aforesaid LOA No -
Dated including amendments, if any, issued by Ratnagiri Gas & Power Project
Pvt. Ltd., to our entire satisfaction and we further confirm that we have no claim whatsoever
pending with Ratnagiri Gas & Power Project Pvt. Ltd., under the said contract.
Notwithstanding any protest recorded by us in any correspondence, documents, measurement
books and / or final bill etc. we waive all our rights to lodge our claim or protest in future under
this contract.
We are issuing this “NO DEMAND CERTIFICATE” in favour of Ratnagiri Gas & Power Project Pvt.
Ltd., with full knowledge and with our free consent without any undue influence,
misrepresentation, coercion, etc.
FOR & BEHALF of
Place Signature
Date Name:-
Designation:-
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XXIV
FORM OF DEED OF JOINT UNDERTAKING
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE
ASSOCIATE ALONGWITH THE CONTRACTOR FOR
---------------------------------- PACKAGE FOR
RGPPL (AS PER CLAUSE ------ OF ITEM ------ OF BDS)
This DEED of UNDERTAKING executed this...................................................... day of
........................ Two thousand ............................by M/s......................................a
Company incorporated under ......................................... having its Registered Office at
..................................... …………………... (hereinafter called the ‘‘Associate’’, which expression
shall include its successors, administrators, executors and permitted assigns) and M/s
……................... a company registered under the ........................................………….having its
registered office at ................................................. (hereinafter called the Bidder/Contractor,
which expression shall include its successors, administrators, executors and permitted assigns) in
favour of RGPPL, incorporated under the Companies Act, 1956, having its Registered Office at
Core-7 Scope Complex, Institutional Area, Lodi Road, New Delhi- 110 003, INDIA (hereinafter
called ‘‘RGPPL’’ or ‘‘Employer’’ which expression shall include its successors, administrators,
executors and assigns).
WHEREAS, the Employer invited Bids for ------------------------------ (hereinafter referred to as
“Plant”) as specified in its Bidding Document No.CS-2890/ OT-142
AND WHEREAS Clause ---------of Item ----- of Bid Data Sheets of Bidding Documents stipulates
that bidding is open to a bidder who meets the requirements stipulated in Clauses ----------------
-----------------of Item ----- of Bid Data Sheet and Associates with a firm who in turn fully meets
the stipulated requirements as per Clause -------------------------------------- of Item -----------
-- of Bid Data Sheets of Bidding Documents.
AND WHEREAS M/s................................................................. (Bidder) himself does not
meet
the requirements of clause no. ----------------------------------, item ------------ of Bid Data
Sheets of Bidding Documents and hence desires to associate with M/s ...............………………..
(hereinafter referred to as Associate).
A) who has executed the following works within the preceding seven (7) years as on the date
of bid opening:
i) a) -----------------------------------------------------------------------
b) ------------------------------------------------------------------------------------
ii) -----------------------------------------------------------------------------------.
B. Who has achieved minimum average annual turnover in the preceding three
financial years as on date of bid opening of Rs. ______________or above in case
of---------/Rs.----------------- or above in case of --------------------------- / Rs. ------
-------------------- or above in case of ----------------- of BDS.
And whereas a pre condition for submitting the bid, the bidder and the Associate are required to
jointly execute and furnish along with the bid an irrevocable Deed of Joint Undertaking that they
shall be held jointly and severally responsible and bound unto the Employer for successful design,
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
execution & completion of the ----------------------------------------works under the ------------
-----------------------------Package for its fully meeting the parameters guaranteed as per the
Bidding Documents, in the event the Bid is accepted by the Employer resulting in a Contract
(hereinafter called the “Contract”).
WHEREAS M/s ...................................................... is submitting its proposal in response to
the aforesaid Invitation for Bid by the Employer bearing proposal No...............................…
dated ....................... for ---------------- against the Employer’s Bidding Documents.
NOW THEREFORE, THIS UNDERTAKING WITNESSETH AS UNDER :
1. That in consideration of the Award of the Contract by the Employer to the Contractor, we, the
aforesaid Associate and the Contractor, do hereby declare and undertake that we shall be
jointly and severally responsible to the Employer for successful design, execution &
completion of the --------------------- works and perform all the contractual obligations
including the technical guarantees for the ----------------------------------------------works.
2. In case of any breach of the Contract committed by the Contractor, we, the Associate, do
hereby undertake, declare and confirm that we shall be fully responsible for the successful
design, execution & completion of the ------------------------------------------------- works
and undertake to carry out all the obligations and responsibilities under the contract in order
to discharge the Contractor’s obligations and responsibilities stipulated in the Contract.
Further if the Employer sustains any loss or damage on account of any breach of the
Contract, we, the Collaborator/Associate and Contractor, jointly and severally undertake to
promptly indemnify, and pay such losses/damages caused to the Employer on its written
demand without any demur, reservation, contest or protest in any manner whatsoever. This
is without prejudice to any rights of the Employer against the Contractor under the Contract
and/or guarantees. It shall not be necessary or obligatory for the Employer to first proceed
against the Contractor before proceeding against the Associate, nor any extension of time or
any relaxation given by the Employer to the Contractor would prejudice to any rights of the
Employer under this Deed of Joint Undertaking to proceed against the Associate.
3. Without prejudice to the generality of the undertaking in paragraph 1 above, the manner of
achieving the objectives set forth in paragraph 1 above shall be as follows:
(a) The Associate will be fully responsible for design, engineering, execution, and successful
completion of the -------------------------------------------------------works for the
Plant as per the satisfaction of the Employer.
Further, the Associate shall depute their technical experts from time to time to the
Contractor’s works/Employers project site as required by Employer and agreed to by
the Contractor/Collaborator to facilitate the successful design, execution & completion of
the --------------------------------------------------------------works as stipulated in
the aforesaid Contract.
Further the Associate shall ensure proper design, engineering, execution, testing and
successful completion of the ----------------------------------------works in accordance
with the specifications and stipulations of the Bidding Documents and if necessary the
Associate shall advise the Contractor suitable modifications of design and implement
necessary corrective measures to discharge the obligations under the Contract.
(b) In the event the Contractor fails to demonstrate successful performance of the Plant as
set forth in paragraph 1 above, the Associate and the Contractor shall promptly carry
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
out all the measures at their own expense and shall promptly provide corrected designs
to the Employer.
(c) Implementation of the corrected designs and all other necessary repairs, replacements,
rectifications or modifications for ---------------------------------------- works and
payments of financial liabilities, penalties and fulfillment of all other obligations as
provided under the Contract shall be the joint and several responsibilities of the
Contractor and Associate.
4. We, the Contractor and Associate do hereby undertake and confirm that the Undertaking shall
be irrevocable and shall not be revoked till the expiry of defect liability period of the Plant
under the Contract and further stipulate that the Undertaking herein contained shall
terminate after 90 days of satisfactory completion of such defect liability period. In case of
delay in completion of defect liability period, the validity of this Deed of Joint Undertaking
shall be extended by such period of delay. We further agree that this undertaking shall be
without any prejudice to the various liabilities of the Contractor, including the Contract
Performance Security as well as other obligations of the Contractor in terms of the Contract.
5. The Contractor and Associate will be fully responsible for the quality of all ----------------------
------------------------- works including the materials incorporated in such works whether
fabricated at their works or at their Vendor’s works or fabricated/constructed at site, and their
repairs or replacement, if necessary, for timely delivery/execution thereof to meet the work
schedule under the Contract.
6. In case of Award, in addition to the Contract Performance Security furnished by the Bidder,
the Associate shall furnish “as Security” an on demand Performance Bank Guarantee in favour
of the Employer in a form acceptable to Employer as per provisions of the Bidding
Documents. The value of such Bank Guarantee shall be equal to one and a quarter percent
(1.25%) of the total contract price of the Contract awarded by the Employer to the Contractor
and it shall be guarantee towards the faithful performance/compliance of this Deed of Joint
Undertaking in accordance with the terms and conditions specified herein. The Bank
Guarantee shall be unconditional, irrevocable and valid for entire period of Contract, i.e. till
ninety (90) days beyond the end of the Defect Liability period of the Coal Handling Plant
Package under the Contract. In case of delay in completion of the defect liability period, the
validity of this Bank Guarantee shall be extended by the period of such delay. The Bank
Guarantee amount shall be promptly paid to the Employer on demand without any demur,
reservation, protest or contest.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall be settled
as per arbitration procedure/rules mentioned in the Contract Document. This Deed of
Undertaking shall be construed and interpreted in accordance with the Laws of India and the
Courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate and the Contractor agree that this Undertaking shall be irrevocable and
shall form an integral part of the Contract. We further agree that this Undertaking shall
continue to be enforceable till the successful completion of Contract and till the Employer
discharge it.
9. That this Deed shall be operative from the effective date of the Contract.
IN WITNESS WHEREOF, the Associate and the Contractor, through their authorized
representatives, have executed these present and affixed common seals of their respective
companies on the Day, Month and Year first mentioned above.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
For M/s …….....................................
(Collaborator/Associate)
Witness:
1. ............................................. ….................................................
(Signatures) (Signature of the authorized
representative)
................................................. Name:........................................ .
(Name & Official Address)
Designation ................................
Common Seal of the Company
.......................................………....
For M/s.........…….............................
(Contractor)
Witness:
1. .............................................. ……...............................................
(Signatures) (Signature of the authorized
representative)
................................................. Name: ........................................
(Name & Official Address)
Designation: .................................
Common Seal of the Company
.....................................................
Note: * Bidder and his Collaborator / Associate to strike out whichever is not
applicable.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XXV
The non-judicial stamp paper should be in the name of issuing Bank
PROFORMA BANK GUARANTEE FOR ADVANCE
(To be stamped in accordance with stamp Act)
(Applicable only when Condition of Advance Payment is mentioned in Tender Document)
Ref ……………………………………. Bank Guarantee No………………….
Date……………………………………
To
Ratnagiri Gas and Power Private Limited (RGPPL)
At & Post Anjanwel, Tal-Guhagar
Dist.: Ratnagiri
Maharashtra-415634
Dear sirs,
In the consideration of the RGPPL (hereinafter referred to as the 'Owner', which expression shall
unless repugnant to the context or meaning thereof include its successors, administrators and
assigns) having awarded to M/s ……………………………with its Registered / Head Office
at………………………….hereinafter referred to as 'Contractor' which expression shall unless repugnant
to the context or meaning thereof, include its successors, administrators, executors, and assigns)
a contract by issue of Owner's Purchase Order No………..dated……………and the same having been
unequivocally accepted by the Contractor, resulting into a Contract bearing
No…………….dated………….valued at………..for…………..(scope of work) contract (hereinafter called the
"Contract') and the owner having agreed to make an advance payment to the Contractor for
performance of the above Contract amounting to………………………….(in words and figures) as an
Advance against Bank Guarantee to be furnished by the Contractor.
We………………………..(name of the bank) having its head office at………………………..(address)
(hereinafter referred to as the 'Bank' which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators, executors and assigns) do hereby
guarantee and undertake to pay the Owner immediately on demand any or all money payable by
the Contractor to the extent of …………………(in words and figures) at any time
upto……………without any demur, reservation, recourse, contest or protest and or without any
reference to the Contractor. Any such demand made by the owner on the Bank shall be
conclusive and binding not withstanding any difference between the owner and the Contractor or
any dispute pending before any court, Tribunal, arbitrator or any other authority. We agree that
the Guarantee herein contained shall be irrevocable and shall continue to be enforceable till the
owner discharges this Guarantee.
The owner shall give the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee from time to time to vary the advance or to extend the time for performance of
the Contract by the Contractor. The owner shall have the fullest liberty without affecting this
Guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the Contractor, and to exercise the same at any time in any
manner, and either to enforce or to forebear to enforce any covenants contained or implied in the
Contract between the Owner and the Contractor or any other course or remedy or security
available to the Owner. The Bank shall not be released of its obligations under these presents by
any exercise by the Owner of its liberty with reference to matters aforesaid or any of them or by
reason of any other act or forbearance or other acts of omission or commission on the part of the
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Owner or any other indulgence shown by the Owner by any other matter or thing whatsoever
which under law would but for this provision have the effect of relieving the Bank.
The Bank also agrees that on certification of the Owner the amount of the bank guarantee shall
stand reduced to the extent so notified by the Owner semi annual. It is further agreed that the
reduction so notified by the Owner shall be conclusive and binding on the bank without any
reservation.
The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee
against Bank as a principal debtor in first instance without proceeding against the Contractor and
notwithstanding any security or other Guarantee that the Owner may have in relation to the
Contractor's liabilities.
Notwithstanding anything contained hereinabove, our liability under this guarantee is limited to
……………………….and it shall remain in force upto and
including…………………..@...............................and shall be extended from time to time for such
period (not exceeding one year) as may be desired by M/s…………………………..on whose behalf this
Guarantee has been given.
Dated this……………….day of…………….20…………….at……………….
Witness
_____________________ (Signature)
Signature Name
Designation with Bank Stamp
____________________
Name
____________________ Attorney as per Power of Attorney
Office address
No.
____________________ Dated_____________________
*Strike out whichever is not applicable.
@ the date will be 90 days after the date of completion of the contract.
Note :
i. Please mention the full address of project / office where the Bank Guarantee is to be
submitted.
ii. Value of Stamp Paper Shall be 0.5% of value of BG amount as per Maharashtra Stamp Act
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XXVI
GENERAL SAFETY OBLIGATION TO AGENCIES
1. Contractor has to arrange for all the safety equipments like safety shoes, Helmets, goggles, gloves, safety
belts etc required for safety of their workers working at site.
2. The contractor shall issue photo entry pass for their personnel to be deployed inside plant, which they shall
be required to display prominently during the period of their stay within the company premises.
3. The contractor shall obtain proper gate pass for entries and exists of all materials and equipments inside
the plant.
4. Liabilities for Safety at site shall be strict in the observance of the existing safety and accident prevention
regulations of RGPPL.
5. Contractor has to take special precaution to ensure that the personnel under his
control do not carry any combustible materials such as matchbox, cigarettes, etc.
Smoking is strictly prohibited inside plant premises.
6. The Contractor shall have the group insurance/Workman’s compensation policy for the working manpower
at site looking the scope of work and as per the statutory rules for the complete period of contract.
7. The Contractor shall ensure proper safety to all the workman, materials, plant and equipments belonging
either to him or to other agencies or to RGPPL at the Site.
8. The Contractor will notify well in advance to the Engineer-in-charge of his intention to bring to the site any
container filled with liquid or fuel or gas or explosive or petroleum substance which may involve chemical hazards,
The Engineer-in-Charge shall have the right to prescribe the terms and conditions under which such container is to
be handled and used during the performance of the works and the Contractor shall strictly adhere to and comply
with such instructions. The Engineer-in-Charge shall have the right at his sole discretion to inspect any such
container or such construction plant for which material in the container is required to be used and if in his opinion,
its use is not safe, he may forbid its use,
9. All equipments used in construction and direction by Contractor shall meet Indian/International standards
and where such standards do not exist, the Contractor shall ensure these to be absolutely safe. All equipments
shall be strictly operated and maintained in accordance with manufacturer's operation manual and safety
instructions and as per guidelines of RGPPL in this regard.
10. Periodical examinations and all tests for lifting/hoisting equipments and tackles shall be carried out in
accordance with the relevant provisions of factories Act. 1948, Indian Electricity Act. 1910 and other applicable
laws/rules in force from time to time. A register of examinations and tests shall be properly maintained and will be
promptly produced as and when desired by Engineer - in -Charge or by the person authorized by him.
11. The Contractor shall fully responsible for the safe storage of his and his sub-Contractor's radio-active source in
accordance with BAFO/DAE in connection with use storage and will be promptly taken by Contractor.
12. The Contractor shall provide suitable safety equipments of prescribed standard to all employees and workman
according to the need or as may be directed by Engineer-in-Charge who will also have right to examine these
safety equipments and determine their suitability, reliability, acceptability and adaptability.
13. Where explosives are to be used, the same shall be used under the direct control and supervision of an expert,
experienced, qualified and competent person strictly in accordance with the code or practices/rules framed
under Indian Explosives Act, pertaining to handling, storage and use of the explosives.
14. The Contractor shall provide safe working conditions to all workman and employees at the site including safe
means of access railing, stairs, ladders, scaffoldings, etc. The scaffoldings shall be erected under the control and
supervision of an experienced and competent person. For erection, good and standard quality of material shall be
used by the Contractor.
15. The Contractor shall not interfere or disturb electric, fuses, cables and other electrical equipments belonging to the
owner or other Contractor under any circumstances, whatsoever unless expressly permitted in writing by RGPPL
to handle such fuses, cables or electrical equipment.
16. No weight of any description will be imposed on any cable and no ladder or similar equipment shall rest against or
attached to it unless expressly permitted to do so by RGPPL.
17. No repair work shall be carried out on any live equipment. The equipment must be declared safer by engineer - in-
charge and a permit to work shall be issued by Engineer-in-Charge before any repair work is carried out. While
working on electric line/equipments whether alive or dead, suitable type and sufficient quantity of tools will have
to be provided by Contractor to electricians/workmen/officers.
18. The Contractor shall employ necessary number of qualified, full time electricians/ Electrical. Supervisors to
maintain his temporary electrical installations.
19. The Contractor employing more than 250 workmen, whether temporary, casual, probationer regular or permanent
or on contract, shall employ at least one full time exclusively as safety officer to supervise safety aspects of the
equipments and workman who will coordinate with the project safety officer. In case of work
being carried out through Sub-Contractor the sub-Contractor's workman/employees will also be taken in to
account as for the Contractors workman/employees, purpose of observing safety precautions and appointing
safety officer. The name and address of such safety officer or Contractor will be promptly informed in writing to
Engineer - in - Charge with a copy to project safety officer-in-Charge
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
20. In case of any accident occurs during the construction/erection or associated activities undertaken by the
Contractor thereby causing any minor or major or fatal injury to his employees due to any reason, whatsoever, it
shall be the responsibility of the Contractor to promptly inform the same to RGPPL's Engineer - in - Charge in
prescribed form and also to all the authorized envisaged under the applicable laws.
21. The Engineer -in - charge shall have the right at his sole discretion to stop the work, if in his opinion the work is
being carried out in such a way that it may cause accidents and endanger the safety of the workmen and
equipments. In such cases, the Contractor shall be informed about the nature of hazards and possible
injury/accident and he shall comply to remove shortcomings promptly. The Contractor shall stopping the specific
work, can, if felt necessary, appeal against the order or stoppage the specific work to the General Manager of the
project within 15 days of such stoppage of work and his decision in this respect shall be conclusive and binding on
the Contractor.
22. The Contractor shall not have any right to claim any damages/compensations for stoppage of work due to safety
reasons as provided in para 21.0 above and the period of such stoppage of work will not be taken as an extension
of time for completion of work and will not be exempted for purpose of levy of liquidated damages.
23. The Contractor shall follow and comply all RGPPL safety instructions and codes, relevant provisions of applicable
laws pertaining to the safety of workmen, employees, plant and equipment as may be applicable from time to
time without any demur, protest or contest or reservation. In case of conflict, the statutory provision shall over
ride RGPPL instructions on any particular safety measure.
24. If the Contractor fails in providing safe working environment as per the safety instructions/ codes etc. or continues
the work even after being instructed to stop work by Engineer-in -charge as provided in para 21.0 above, the
Contractor shall be liable to promptly pay on demand by the owner such compensation amount per day or there of
as may be determined by the Engineer-in-charge, which shall not exceed Rs. 5,000/- per day or the actual loss
suffered by the owner whichever is more. However, in case of accident taking place causing injury in any
individual their provision contained in para 26.0 shall also apply in addition to the compensation mentioned in this
para.
25. In case of continued violation of RGPPL safety instructions and codes and applicable laws which are prepared to
ensure safety to men and material and plant and equipment or Contractor's will failure to comply with instructions
of Engineer-in-Charge as aforesaid RGPPL shall have the right at its sole discretion of debar such Contractor’s for
award of any contract in future, Further RGPPL shall not permit its Contractor’s also to award any of their sub-
Contractor’s to any such defaulting Contractor’s under any circumstances, whatsoever.
26. If the Contractor does not take all safety precautions and/or fails to comply with the safety instructions as
prescribed by RGPPL or under the applicable law for the safety of the equipment and plant and for the safety of its
workmen and the Contractor does not prevent hazardous conditions which cause injury to his own employees who
are working at site or adjacent thereto, the Contractor shall be responsible for payment of compensation to RGPPL
as per the following schedule.
a) Fatal injury or accident causing death of
workmen or employees
As determined by the workmen compensation
commissioner under Workmen’s Compensation Act
1923 and any subsequent amendment.
b) Major injuries or accident causing 25% or
more permanent disablement to workmen or
employee
27. The Compensation mentioned above shall be in addition to the compensation payable to the
workmen/employees under the relevant provisions of the workmen's compensation Act & Rules
framed there under or any other applicable laws as applicable from time to time. In case the owner is
made to pay such compensation then the Contractor is bound to reimburse the owner such amount
in addition to the compensation indicated above.
28. If the Contractor observes all the safety instruction, Laws and Rules during the currency of contract awarded by
the owner and no accident (Fatal or major or minor accident/ injury) occurs to any of its workmen or equipment
due to non compliance of safety instructions and applicable law then RGPPL may consider the performance of the
Contractor and award suitable "ACCIDENT FREE SAFETY MERITORIOUS AWARD" as per scheme detailed/
announced separately to such Contractor after successful completion of their contracts, which apart from
monetary benefit may add to the Contractor’s qualification competing for other contracts of RGPPL.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XXVII
GENERAL ENVIRONMENTAL OBLIGATIONS TO AGENCIES
1. Ratnagiri Gas & Power Pvt. Ltd (RGPPL) environmental policy is documented implemented and
maintained at RGPPL and shall be available to all interested parties on demand.
2. We expect our business partners to adhere to the requirements of our Environmental policy, salient
features of which are:
a. Continual improvement in its environmental performance
b. Control and prevention of pollution
c. Conservation of natural resources
d. Waste minimisation
e. Compliance with regulatory requirements
f. Creating environmental awareness to its employees and associates working with it.
3. Accordingly, all the successful bidders shall also be responsible to act and comply towards our
Environmental Policy. They shall also extend full co-operation to the authorized representative of
RGPPL to achieve the objective of the Environment Policy.
4. The successful bidder may note that:
ii. The personnel employed by them have requisite knowledge to carry out the job entrusted to them
in an environmentally conscious way and are aware of RGPPL Environment Policy. In case they
require any clarification in the Environment Policy and its objectives, they can contact the
Engineer-in-Charge for the same.
iii. The personnel engaged by them use the required personnel protective equipments while at work,
wherever required.
iv. They should ensure that water, fuel and energy are used judiciously i.e. water & power points are
closed/put off when not in use.
v. Limit to the speed limits while driving.
vi. For the hired vehicles of RGPPL the smoke emission from vehicles shall be as per norms laid down
by Motor Vehicle Act, which is subject to change from time to time. Necessary PUC Certificate
shall be produced to RGPPL officials on demand.
vii. The vehicles employed by them meet the requirement of the PUC norms. Check the vehicles for
energy efficiency, vehicular emission, oil leakages, tyre pressure etc regularly and correct if
needed.
viii. Any oil/chemical leakage shall be immediately brought to the notice of Engineer-in-Charge so that
corrective action is taken quickly to avoid any water/land/air contamination.
ix. Care shall be taken while filling/removal of oil from the equipments that no spillage take place.
Any used oil removed from the equipment shall be filled in drum marked as “Used Oil Drums”.
x. Proper housekeeping shall be done after maintenance activity. The waste/garbage collected from
various site by housekeeping contact personnel shall be disposed as per instructions of Engineer-in-
Charge.
xi. Use recyclable material to the extent possible in packing.
xii. Take all precautions as necessary while carrying hazardous chemicals and hazardous wastes.
a. Insist for MSDS for hazardous chemicals and TREM card for hazardous wastes.
b. Comply with the requirements of Hazardous Chemicals (Handling & Management)
(Amendment) Rules, 2003 and or Hazardous Wastes (Management, Handling and Trans-
boundary Movement) Rules, 2008.
c. Comply with the provisions of Motor Vehicle Act1988.
xiii. Inform the Shift In-charge at 321, 331 or 332 in case of any accidents/emergency within the plant
premises.
5. Any non-conformity or act which may be detrimental to the RGPPL Environmental Policy and to the
environmental objectives and targets shall be dealt in by RGPPL sternly and suitable action may be
taken as deemed fit.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure XXVIII
BIDDER'S QUERIES
To,
M/s RGPPL
TENDER NO: ………………………………………………………..
SL.
NO.
REFERENCE OF BIDDING DOCUMENT
BIDDER'S
QUERY
RGPPL'S REPLY
SEC.
NO.
Page No.
Clause
No.
Subject
NOTE: The bid queries may be sent by fax and also by e-mail but not later than 07 (seven) days prior
to bid opening date.
SIGNATURE OF BIDDER
NAME OF BIDDER
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XXIX
Form of Indemnity Bond to be executed by the contractor for the equipment handed over by the
employer for the performance of its contract (Entire Equipment consignment in one Lot)
(On Non-Judicial stamp paper of appropriate value)
INDEMNITY BOND
THIS INDEMNITY BOND is made this _____ day of ___________ 2020 by _______________(contractor’s
name a Company registered under the Companies Act 1956 / Partnership Firm /Proprietary concern having
its registered office at __________________ (hereinafter called the ‘Contractor’ or ‘Obligor’ which
expression shall include its successors and permitted assigns) in favour of RGPPL, a company incorporated
under the Companies Act, 1956, having its Registered Office at Core-7 Scope Complex, Institutional Area,
Lodi Road, New Delhi- 110 003, INDIA (hereinafter called ‘RGPPL’ {abbreviated name of Employer} which
expression shall include its successors and assigns):
WHEREAS ………………@ …………. ……. has awarded to the contractor a contract for ……………… vide its Letter of
award / Contract No…………….. dated ……………….and its amendment no. …………………(applicable when
amendment have been issued) (hereinafter called the “Contract”) in terms of which …..@...... is required to
hand over various equipments to the Contractor for execution of the Contract.
And WHEREAS by virtue of Clause No. ………. of the said contract, the Contractor is required to execute an
Indemnity Bond in favour of ……@ …for the Equipments handed over to it by ……@ …… for the purpose of
performance of the Contract / Erection portion of the contract (hereinafter called the ‘Equipments’)
AND THEREFORE Indemnity Bond witness as follows:
1. That the consideration of various Equipments as mentioned in the Contract, valued at (amount in
Fig)……………………..(amount in words) …………….handed over to the Contractor for the purpose of performance
of the Contract, the Contractor herby undertakes the indemnify and shall keep ………..@ ……….indemnified,
for the full value of the Equipments. The Contractor hereby acknowledges actual receipt of Equipment etc.
as per dispatch title documents handed over to the Contractor as detailed in the Schedule appended hereto.
The Contractor shall hold such Equipment etc. in trust as a “Trustee” for and on behalf of ……..@............
@ fill in abbreviated name of Contractor.
2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit/ Protection
and custody of the Equipment at ………………….. @ .................. project site against all risks whatsoever
till the Equipments are duly used / erected in accordance with the terms of the Contract and the plant /
package duly erected and commissioned in accordance with the terms of the Contract is taken over by
…………………. @ …………………. . The Contractor undertakes to keep .................. @ ………………….. harmless
against any loss or damage that may be caused to the Equipments.
3. The Contractor undertakes that the Equipments shall be used exclusively for the performance /
execution of the Contract strictly in accordance with its terms and conditions and no part of the
equipment shall be utilized for any other work of purpose whatsoever. It is clearly understood by the
Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall
inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and purpose
including legal/penal consequences.
4. That ………………….. @ ................... is and shall remain the exclusive owner of the equipments free from
all encumbrances, charges or liens of any kind, whatsoever. The Equipments shall at all times be open
to inspection and checking by the Project Manager or other employees/ agents authorized by him in this
regard. Further, …………………. @ ………………….. shall always be free at all times to take possession of the
Equipments in whatever form the Equipments may be, if in its opinion, the equipments are likely to be
endangered, mis-utilised or converted to uses other than those specified in the Contract, by any acts of
omission or com- mission on the part of the Contractor or any other person or on account of any reason
whatsoever and the Contractor binds himself and undertakes to comply with the directions of demand of
…………………… @ ……………………. to return the Equipments without any demur or reservation.
5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipments or
the same or any part thereof is mis-utilised in any manner whatsoever, then the Contractor hereby
agrees that the decision of the Project Manager of ………………….. @ ………………….. as to assessment of loss
or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself and
undertakes to replace the lost and/or damaged Equipments at its own cost and/or shall pay the amount
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
of loss to …………………. @ ………………….. without any demur, reservation or protest. This is without
prejudice to any other right or remedy that may be available to …………........... @ ……………………. against
the Contractor under the Contract and under this Indemnity Bond.
NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with the
terms and conditions of this Bond to the satisfaction of …………………. @ ……………………, THEN, the above
Bond shall be void, but otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative
under the common seal of the Company, the day, month and year first above mentioned.
SCHEDULE
Particulars
of the
Equipments
handed over
Quantity
Particulars of
Despatch title
Documents
Value of the
Equipment
Signature of
Attorney in
token of
receipt
RR/GRI
Bill of
lading No
&
Date
Carrier
For and on behalf of
(Contractor's Name)
WITNESS:
Signature ....................... . Signature ……………….
Name ............................ . Name……………….
Address .......................... . Designation of authorized representative …………
Signature ....................... .
Name ............................. . (Common Seal)
Address .......................... . In case of Company
Signature ....................... .
Indemnity Bond are to be executed by the authorised person and (i) in case of contracting Company under
common seal of the Company or (ii) having the Power of Attorney issued under common seal of the
company with authority to execute Indemnity Bond, (iii). In case of (ii), the original Power of Attorney if it is
specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney
and such documents should be attached to Indemnity Bond.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Annexure-XXX
Form of Indemnity Bond to be executed by the contractor for the equipment handed over in
installments by the employer for the performance of its contract
(On Non-Judicial stamp paper of appropriate value)
INDEMNITY BOND
THIS INDEMNITY BOND is made this _____ day of ___________ 2020 by _______________ (contractor’s
name a Company registered under the Companies Act 1956 / Partnership Firm / Proprietary concern having
its registered office at __________________(hereinafter called the ‘Contractor’ or ‘Obligor’ which
expression shall include its successors and permitted assigns) in favour of RGPPL, a company incorporated
under the Companies Act, 1956, having its Registered Office at Core-7 Scope Complex, Institutional Area,
Lodi Road, New Delhi- 110 003, INDIA (hereinafter called ‘RGPPL’ {abbreviated name of Employer} which
expression shall include its successors and assigns):
WHEREAS ………………@ …………. ……. has awarded to the contractor a contract for ……………… vide its Letter of
award / Contract No…………….. dated ……………….and its amendment no. ………………… (applicable when
amendment have been issued) (hereinafter called the “Contract”) in terms of which …..@...... is required to
hand over various equipments to the Contractor for execution of the Contract.
And WHEREAS by virtue of Clause No. ………. of the said contract, the Contractor is required to execute an
Indemnity Bond in favour of ……@ …for the Equipments handed over to it by ……@ …… for the purpose of
performance of the Contract / Erection portion of the contract (hereinafter called the ‘Equipments’)
NOW THEREFORE Indemnity Bond witness as follows:
1. That the consideration of various Equipments as mentioned in the Contract, valued at (amount in
Fig)……………………..(amount in words) …………….handed over to the Contractor in installments from time
to time for the purpose of performance of the Contract, the Contractor herby undertakes to indemnify
and shall keep ………..@ ……….indemnified, for the full value of the Equipments. The Contractor hereby
acknowledges actual receipt of initial installment of the Equipment etc. as per details in the Schedule
appended hereto. Further the contractor agrees to acknowledge actual receipt of the subsequent
installments of the Equipments etc. as required by ……………….. @.................. in the form of Schedules
consecutively numbered which shall be attached to this Indemnity Bond so as to form integral parts of
this Bond. The Contractor shall hold such Equipment etc. in trust as a “Trustee” for and on behalf of
……..@.............
2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit/ Protection
and custody of the Equipment at ………………….. @ .................. project site against all risks whatsoever
till the Equipments are duly used / erected in accordance with the terms of the Contract and the plant
/ package duly erected and commissioned in accordance with the terms of the Contract is taken over
by …………………. @ …………………. . The Contractor undertakes to keep .................. @ ………………..
harmless against any loss or damage that may be caused to the Equipments.
3. The Contractor undertakes that the Equipments shall be used exclusively for the performance /
execution of the Contract strictly in accordance with its terms and conditions and no part of the
equipment shall be utilized for any other work of purpose whatsoever. It is clearly understood by the
Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall
inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and purpose
including legal/penal consequences.
4. That ………………….. @ ................... is and shall remain the exclusive owner of the equipments free
from all encumbrances, charges or liens of any kind, whatsoever. The Equipments shall at all times be
open to inspection and checking by the Project Manager or other employees/ agents authorized by him
in this regard. Further, …………………. @ ………………….. shall always be free at all times to take possession
of the Equipments in whatever form the Equipments may be, if in its opinion, the equipments are likely
to be endangered, mis-utilised or converted to uses other than those specified in the Contract, by any
acts of omission or com- mission on the part of the Contractor or any other person or on account of
any reason whatsoever and the Contractor binds himself and undertakes to comply with the directions
of demand of …………………… @ ……………………. to return the Equipments without any demur or
reservation.
5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipments or
the same or any part thereof is mis-utilised in any manner whatsoever, then the Contractor hereby
agrees that the decision of the Project Manager of ………………….. @ ………………….. as to assessment of
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
loss or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds
itself and undertakes to replace the lost and/or damaged Equipments at its own cost and/or shall pay
the amount of loss to ……………………. @ …………………….. without any demur, reservation or protest. This
is without prejudice to any other right or remedy that may be available to …………........... @
……………………. against the Contractor under the Contract and under this Indemnity Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with the
terms and conditions of this Bond to the satisfaction of …………………. @ ……………………, THEN, the above
Bond shall be void, but otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative
under the common seal of the Company, the day, month and year first above mentioned.
SCHEDULE
Particulars of
the
Equipments
handed over
Quantity
Particulars of Dispatch
title Documents
Value of
the
Equipments
Signature of
Attorney in
token of
receipt
RR/GRI
Bill of
lading No
&
Date
Carrier
For and on behalf of
……………………………….…………
(Contractor's Name)
WITNESS:
Signature ....................... . Signature ………….……………….
Name ............................ . Name ………………………….
Address .......................... . Designation of ……………………….
authorized representative
Signature ....................... . (Common Seal)
Name ............................. . In case of Company
Address .......................... .
Signature ....................... .
Indemnity Bond are to be executed by the authorized person and (i) in case of contracting Company under
common seal of the Company or (ii) having the Power of Attorney issued under common seal of the
company with authority to execute Indemnity Bond, (iii). In case of (ii), the original Power of Attorney if it is
specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney
and such documents should be attached to Indemnity Bond.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Section-III
Qualifying Requirement/Criteria
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Qualification Requirement/Criteria
Qualifying Requirements for the Bidder:
1. The bidder should have executed any of the following within preceding seven (07) years reckoned
as on the date of technical bid opening
a. One similar work of value not less than INR 4.99 Lacs.
OR
b. Two similar works of value not less than INR 3.12 Lacs each.
OR
c. Three similar works of value not less than INR 2.50 Lacs each.
Note
Similar work means ‘Deployment Of Vehicles”
The word “executed” mentioned above means the bidder should have achieved the criteria
specified above, even if the order has not been executed fully.
In case of order under execution, the value of work executed till the date of opening of technical
bid as certified by the Client shall be considered.
2. The average annual turnover of the bidder in the preceding three (03) financial years as on date of
technical bid opening shall not be less than INR 6.24 Lacs.
Note
Other income shall not be considered while computing annual turnover.
In cases where audited results for the last financial year are not available as on the date of
technical bid opening, the financial results certified by a practicing Chartered Accountant
shall be considered acceptable.
In case, the bidder is not able to submit the Certificate from a practicing Chartered
Accountant certifying its financial parameters, the audited results of three consecutive
financial years preceding the last financial year shall be considered for evaluating the
financial parameters. Further, a certificate would be required from the CEO/CFO as per the
format enclosed in the bidding documents stating that the financial results of the company
are under audit as on the date of technical bid opening and the Certificate from the
practicing Chartered Accountant certifying the financial parameters is not available.
In case of individuals / proprietors, copy of Income Tax Return filed under business /
profession head for preceding three financial years is to be provided. ITR should be
comprising of computation of income (if any) and ITR form with acknowledgement.
3. The bidder should have valid PAN and GST registration.
4. Notwithstanding anything stated above, RGPPL reserves the right to assess the capabilities and
capacity of the bidder to perform the contract, should the circumstances warrant such assessment
in the overall interest of RGPPL.
DOCUMENTS REQUIRED
A. Copies of Letter of Award / Work Order shall be submitted in support of Para 1 above along with
Completion Certificate / Performance Certificate / any other document clearly establishing value of
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
executed work and completion period. Certificate from Client as described under notes of Para 1
shall also be provided wherever required.
B. Copies of audited Balance Sheet and Profit & Loss Account Statement confirming the turnover for
preceding three financial years shall be submitted in support of Para 2 above. Certificate from
practicing Chartered Accountant or CEO/CFO as described under notes of Para 2 shall also be
provided wherever required. In case of individuals/proprietors, copy of Income Tax Return for
preceding three financial years is to be provided along with the computation of income (if any) and
ITR form acknowledgement.
C. Copy of PAN Card and GST Registration Certificate in support of Para 3.
ANNUAL TURNOVER STATEMENT:
The bidder shall indicate his annual turnover for minimum last three years based on the audited
balance sheet and profit & loss account statement.
PAN NO, & GST NO.:
Description
No.
PAN NUMBER
GST REGISTRATION NO.
CHECKLIST FOR PRE-QUALIFYING REQUIREMENT:
FINANCIAL YEAR
ANNUAL TURNOVER (Rs.)
2019-2020
2018-2019
2017-2018
QR
CLAUSE
Qualifying Requirement
Reference No. of
Document
enclosed in
support of QR.
1
Audited Balance Sheet(s) and Profit & Loss Account(s) for
FY 2019-2020
Audited Balance Sheet(s) and Profit & Loss Account(s) for
FY 2018-2019
Audited Balance Sheet(s) and Profit & Loss Account(s)
for FY 2017-2018
2
Letter of award (LOA) / Work order executed &
documentary evidence in support of successful execution
provided by client.
3
PAN No.
GST Registration certificate.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
DETAILS OF SIMILAR CONTRACT EXECUTED IN ACCORDANCE TO
QUALIFYING REQUIREMENT DURING PAST SEVEN YEARS
Sr. No
Description
of the Work
Work Order Ref.
No.
Location
of the
work
Full postal
address
and phone
no. of
client
Value of
contract
executed
Date of
Commenceme
nt Of Contract
Contract
Period
(in Months)
Work
Completion
certificate
Number
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Section-IV
SCOPE OF WORK & TERMS &
CONDITIONS
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
1. Scope of Work
a. The bidder shall deploy the vehicle at RGPPL site along with uniformed driver. Uniform of
driver to be white in color.
b. Fuel cost will be paid for actual running of vehicle with mileage as specified on clause-7 (a).
The bidder shall also be responsible for regular maintenance, spares & consumables required
for smooth running of deployed vehicle.
c. The vehicle shall be deployed at RGPPL for 12 hrs basis on all days of the month as per
RGPPL requirement.
d. Hiring charges includes driver salary, maintenance cost, engine oil cost, permit charges,
insurance, RTO charges etc.
e. The vehicle shall be required to deploy in all areas of RGPPL including but not limited to
Power Block, Admin Block, high basin point, construction jetty, incinerator, intake pump
house, township, etc. The vehicles may also be used for areas outside RGPPL premises based
on requirement of RGPPL.
2. Validity/ Contract Period
Contract shall remain valid for a period of three years from the date of start as informed by
EIC. Contract validity can be extended further at sole discretion of RGPPL for period of one
year or part thereof at same rates, terms & conditions. Rate escalation is not allowed during
the entire validity of contract including the extended period if any.
3. Engineer In-Charge
EIC for vehicle shall be communicated before start of contract.
4. Payment Terms:
a. The payment for deployment of vehicle shall be made by RGPPL within 21 days from receipt
of monthly bill complete in all aspects along with all relevant documents such as log book,
fuel receipts, toll slips, parking slips, etc. duly certified by EIC.
b. GST as applicable shall be payable extra.
c. Income Tax and any other statutory levies / taxes / duties as applicable shall be deducted
from the bill while making payment.
d. No interest shall be paid for any delay in payment.
5. Security Deposit: Security deposit will be deducted at the rate of 10 % at the time of
making any payment to agency from the monthly RA Bills. The amount deducted towards SD
will be released 100 % with the final RA bill.
OR
Alternatively, Vendor may submit Bank Guarantee in lieu of SD for a value of 10% of
contract value. BG to be submitted within 30 days from the date of receipt of LOI / LOA,
whichever is earlier. The same shall be valid for a period 3 months beyond the contract period
(36+3 Months) & will be returned after completion of contract.
6. Vehicle
a. The bidder shall deploy diesel variant vehicle complying with applicable BS / emission
regulations. The vehicle shall have Taxi Permit for plying in state of Maharashtra.
b. The vehicles provided at RGPPL should have first registration of January 2020 or
later. Vehicle must be in white color only.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
c. The vehicle should have power steering & should be equipped with all necessary
requirements (i.e. fire extinguisher, first aid kits, spark arrestor etc.)
d. The vehicle offered shall be registered in the name of the bidder only. If the bidder desires
to engage a new vehicle after receipt of LOA from RGPPL, then on specific request, RGPPL
shall agree to grant 45 days grace period to the bidder for procurement of the new Vehicle
as per the tender specification.
e. In case the bidder avails grace period of 45 days as above, the bidder must provide
equivalent vehicle from any source with first registration as mentioned at clause number-
6 (b) in the interim period. If the bidder fails to provide vehicle owned by him/her within
45 days limit, then RGPPL may terminate contract for the said vehicle.
f. The bidder shall submit proof of taxes paid, Registration Book, Vehicle Insurance, Taxi
Permit, Valid PUC etc. to the EIC for hired vehicle. Original documents to be shown at the
time of issue / renewal of vehicle pass.
g. The upholstery of the vehicle should be in excellent condition and to be maintained well
throughout the contract period. All the tyres including stepney shall be in good road
worthy conditions and in addition the vehicle shall have a necessary toolkit. If the
condition of the vehicle is found unsatisfactory then the contractor should replace the
vehicle immediately. The decision for clarifying the fitness of the vehicles will be given by
RGPPL & will be considered final.
h. The speedometer and odometer (running distance meter) shall be kept in perfect working
condition during the contract period. RGPPL reserves the right to verify the meter reading
in case deemed necessary.
i. Change of Vehicle: In the event of change in ownership / Unserviceable condition of
vehicle during the tenure of the contract by way of sale / major repair etc., the bidder
shall propose the alternate vehicle conforming to the contract specification and submit all
the relevant documents pertaining to the vehicle to the EIC for verification before the
deployment.
7. Special Terms & Conditions
a. Cost of fuel shall be paid on the basis of actual running kilometers of the vehicle in a
particular month. Contractor shall provide fuel receipts from nearby fuel pumps clearly
indicating date of filling, vehicle number & rate of fuel for calculation of fuel cost. Mileage
for fuel cost shall be 11 km per litre.
b. Outstation Night halt charges will be Rs.500 per night provided lodging/ boarding is not
arranged by RGPPL.
c. Overtime charges @ Rs. 80 per hour will be provided by RGPPL.
8. Operation and Maintenance of the Vehicles:
a. The vehicle shall be cleaned regularly both inside & outside and kept in well maintained
road worthy condition with all standard fittings available throughout the contract period at
their own cost.
b. The servicing / repairing of vehicle shall be carried out immediately on intimation of the
controlling officer.
c. One day in a month shall be allowed as off day with prior permission from the controlling
officer for all types of services / maintenance work by the contractor and no deduction
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
shall be made for this day. However, the kilometer running on the maintenance day shall
not be taken in to account in the log book for payment.
d. The rate mentioned in the BOQ shall remain fixed for the hired period. The rates quoted
by the bidder inclusive of all taxes, levies and salary of driver and insurance.
e. Toll tax, parking charges etc shall be reimbursed by RGPPL with monthly bill on production
of receipts.
f. The driver shall possess valid driving license, badge etc. as per the requirement of RTO
rules and shall be literate and able to maintain logbook. They shall maintain discipline and
perform under the direction of the controlling officer. The bidder has to comply with all
statutory obligations towards engagement of driver. They shall be well behaved, polite
and courteous to the officer and staff.
g. The bidder shall instruct the driver to enter all RGPPL duty in the vehicle log book
provided indicating the place of start, place(s) of the journey performed, Kms. travelled,
reading (Starting & ending), name & designation of officer who performed the journey &
his signature. Bills shall be processed with reference to the logbook.
h. The Contractor can raise the bill in the first week of every month for the vehicle running
pertaining to the previous month.
i. Every day, the initial Kms. reading at the time of reporting and the final Kms. reading
after completion of duty shall be got entered by the driver and should obtain signature of
the officer at the start & end of journey for a particular date. Any difference in the final
Kms reading for the previous day and initial Kms reading of the day of duty shall be to
contractor’s account.
j. No personal stickers will be stick on vehicle (i.e. on front & rear glass and other part of
vehicle)
9. Default Liabilities:
a. The bidder shall deploy vehicle as per the programme / schedule given by RGPPL. Any
noncompliance to the schedule shall be liable for deduction of minimum one-day
proportionate charge of monthly rates, with additional penalty @ 25% of proportionate
daily awarded rates shall be levied.
b. The deployed driver shall obey / observe General Traffic Rules including specific speed
limit at RGPPL Premises and not be rash and negligent in driving. For each incidence of
over speeding / violation of traffic rules in RGPPL premises Rs.100/- per incident shall be
levied as penalty.
c. The driver shall not take on-board unauthorized passengers while on RGPPL duty. For
each such incidence an amount of Rs.100/- shall be recovered from the contractor’s bill as
penalty.
d. In case of breakdown necessitating withdrawal of vehicle, bidder shall provide RGPPL a
replacement within a reasonable time of twenty-four hours of intimation. For such
absence prorata deduction shall be applicable. In case replacement is not provided within
24 Hrs then there shall be pro-rata deduction on per day basis along with penalty @ 25%
of prorate daily rate.
e. All the tyre (s) including the stepny shall be in good roadworthy condition. The contractor
has to attend any specific complaint about the condition of the tyres. If the controlling
officer is not satisfied with the condition of the tyre then penalty @ Rs.50/- per day shall
be charged from the date of notice to the contractor, till the date of replacement with
good condition tyre (s).
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
10. Termination of Contract:
If the performance of the contractor / vehicle is found repeatedly unsatisfactory on
account of the following:
a. If any vehicles provided is found to be defective and the contractor fails to rectify the
defects in three (03) days-time after giving the intimation or if the defects appear
repeatedly the contractor may be asked to replace the vehicle with another vehicle in
good running condition conforming to original specification of the contract. If the
Contractor fails to replace the vehicle within seven (07) days of such notice the vehicle
will be treated as withdrawn and could be terminated without further notice.
b. In case of involvement of the vehicle / driver / contractor in any unlawful illegal antisocial
activities or in any action detrimental to the interest of RGPPL, RGPPL reserves the right to
terminate the contract with immediate effect, without any notice.
c. RGPPL reserves the right to terminate this contract without assigning any reason by giving
one-month notice.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
GENERAL TERMS & CONDITIONS FOR DEPLOYMENT OF VEHICLES AT RGPPL SITE
1. The proposed Vehicles should be registered in the name of bidder only.
2. The Contract shall be on firm price basis throughout the contract period including the
extended period if any. However, the reimbursement towards the fuel cost shall be based
on the fuel payment receipts from nearby filling stations.
3. The Contractor shall engage only competent drivers with valid driving license and not less
than 2 years relevant driving experience.
4. Deployment of the driver is to be done only after verification of their character &
antecedents by the Contractor and provide such certification on Letterhead to RGPPL.
5. The driver should be neatly dressed and should wear formal dress while on RGPPL duty.
6. The driver should be provided with mobile phone for communication & shall carry the
mobile phone & should be reachable over phone at all times during duty hours. The
number of mobile phone and in case of change in number shall be intimated to the
controlling officer. No payment will be reimbursed from RGPPL towards these mobile
phones.
7. The drivers shall not be allowed to report for duty and / or consume while on duty,
alcoholic beverages or any other intoxicating substances.
8. In case any of drivers does not behave properly or does not keep the required time etc.
RGPPL reserves the right to ask for replacement of the driver on three days’ notice.
9. The vehicles shall be parked at RGPPL premises or as may be agreed with the controlling
officer after the daily duty hours.
10. The Contractor shall keep the vehicles insured against risk and pay all taxes as may be
due.
11. The Contractor shall take necessary permission from local transport authority for
deploying vehicles on commercial basis i.e. taxi permit. Contractor is required to produce
necessary permission in original to the representative of RGPPL.
12. In case of any dispute / problem arising in respect of the agreement, the matter shall be
resolved by mutual discussion and negotiation and neither party shall take recourse of any
litigation as far as possible.
13. The Contractor alone shall be responsible and liable to meet all expenses towards hiring
the services of driver to run their respective vehicle.
14. The Contractor shall be responsible for all violations pertaining to traffic, accident etc, and
settle such claims directly. RGPPL shall not be responsible for any proceeding or claims
arising out of hiring of your vehicle.
15. Indemnification: The Contractor shall indemnify and keep indemnified RGPPL from all
the claims arising out of this contract execution other than those mentioned in BOQ
including third party claims/liability whatsoever.
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Section-V
Price Schedule / BOQ/ SOR
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Before filling BOQ bidders are advised to go through the “Important Notes for BOQ / SOR / Price Schedule” mentioned
in tender document.
Price Schedule/BoQ/SoR
S.
No.
Description of item (A)
UOM
Qty
Unit Rate
(Rs. Per month)
(D)
Amount
(in Rs. for 36
months)
(B)
(C)
(In fig.)
(In words)
(E=D*C)
1
Hiring Charges for providing vehicle Innova Crysta (Colour
White, Model Jan-2020 or later) with AC and power
steering, power windows.
Per
month
36
Total Amount in Figure (Rs.):
Total Amount in words (Rs.):
Note: Agency is required not to include fuel cost in above quote. Fuel cost will be paid for actual running of vehicle with mileage as
specified in Clause No 7(a) of Scope of work, Technical specifications and Special terms & conditions of section-IV of tender
document.
SAC: ……………………………………………..
GST (in %): ………………………………………….
GST (in Amount): ……………………………………………………………………………………….
Total Amount including GST (In Figure): ......………………………………………………………
Total Amount including GST (In Words): ......………………………………………………………
NIT No.: RGPPL/C&M/CS-2890/OT-142
Sub: Hiring of vehicle for Head of Project - RGPPL site.
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
General Notes:
1. In the event of discrepancy between the rate given by the bidder as described in words and that stated in figures, the
description in Words shall prevail.
2. Applicable GST is payable extra. Quoted rates shall be inclusive of all taxes, duties & levies, Except GST. No Post
BID request shall be entertained.
3. Rates to be quoted both in figures and words. In case, the rate is not quoted in words, RGPPL reserves the right to reject the
bid.
4. Evaluation shall be made on package basis.
5. In the event of an error occurring in the amount column of Price Schedule as a result of wrong extension of the unit rate and
quantity, the unit rate shall be regarded as firm and extended Price shall be amended on the basis of the unit rate.
6. Agency shall clearly mention the taxes, duties & levies applicable over their quoted rates, in case nothing is mentioned,
quoted rates shall be construed as inclusive of all taxes, duties & levies. No Post BID request shall be entertained. As regard
to income tax, Surcharge on Income-Tax and any other corporate Tax, owner shall not bear any tax liability & as per the
provisions of the Indian laws, owner shall deduct Income-Tax at source from all the payments to be made to the Contractor in
accordance with the provisions of Indian Income-Tax law as applicable from time to time and deposit the same to the
concerned Government authorities.
7. These bidding documents together with all its attachments / enclosures thereto, shall be considered to be read, understood
and accepted by the bidders. The certificate of Nil Deviation (as in Annexure-XIV) shall be submitted by the bidder.
8. The BOQ indicated is as envisaged. However, the executions of all the quantities in BOQ are not binding to RGPPL.
9. Increase or decrease in execution of BOQ will not affect the price of quantity executed.