Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
1
(FOR WEBSITE)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED (A Government of Rajasthan Undertaking)
Corporate Identity Number (CIN) – U40102RJ2000SGC016484 Regd.Office & H.O.: Vidyut Bhawan, Janpath, Jyoti Nagar,Jaipur-302005
KOTA SUPER THERMAL POWER STATION E-TENDER NOTICE
Chief Engineer (Kota Super Thermal Power Station, Kota) on behalf of Rajasthan Rajya Vidyut Utpadan Nigam Ltd. Invites tender online for e-procurement through website http://eproc.rajasthan.gov.in from bidders for following works. Details of tender and qualifying requirement are available on departmental website www.energy.rajasthan.gov.in /rvunl and tender can be downloaded / submitted on e-procurement website http://eproc.rajasthan.gov.in
Sr. No.
NIT No. UBN Item Estimated Cost (In Rs.)
Earnest Money (in Rs.)
Tender Cost (Rs.)
Processing Fees (Rs.)
1 TN- 25052 RVU1819GLOB01666
Purchase of Gland Packing (Ring/ Ropes) 1154000 23080 590 1000
2 TN- 26048 RVU1819GLOB01677
Supply of Hoses to KSTPS, Kota 1390000 27800 590 1000
3 TN- 11068 RVU1819GLOB01664
Supply of Spares for Bottom Ash Hopper, Fly Ash System of Ash Handling Plant Stage-I & II unit 1,2, 3 & 4 to KSTPS, Kota
1990000 39800 590 1000
4 TN- 18073 RVU1819GLOB01719
Supply of GE/ Siemens /BHEL / CGL / Alston/ABB make 245 KV CVT alongwith terminal connectors and Erection, Testing & commissioning on 220 KV outgoing feeders PGCIL -1&2 at 220 KV Switchyard of KSTPS, Kota as per scope of work and Technical Specifications.
2100000 42000 590 1000
5 TN- 18077 RVU1819GLOB01721
Supply of LED lights 8500000 170000 1180 1000
6 TN- 18075 RVU1819GLOB01724
Supply, Erection Testing & Commissioning of 220 Volt /800 AH lead Acid Battery Bank, Type HDP-II, for KSTPS, Kota with buy back condition of old Battery Bank
2300000 46000 590 1000
7 TN- 18081 RVU1819GLOB01727
Supply of Spares for Indo Moduct/ Skoda make actuators.
1982000 39700 590 1000
8 TN- 20058 RVU1819GLOB01667
Supply and erection, commissioning & testing of monitoring system for the measurement of vibration and temperature for Ring Granulators installed at CHP Area
5900000 118000 1180 1000
9 TN- 26054 RVU1819GLOB01680
Supply of Adhesives 1745000 34900 590 1000
10 SE(Civil) TN-4565
RVU1819WSOB01668
Construction of community centre, yoga shed and Park at Thermal Colony, Kota 6382000 127640 1180 1000
11 SE(EM) TN-4566
RVU1819WSOB01679
Rate Contract for Routine, Breakdown & Capital Repair works For LT SWGR, Cable Cleaning of Stage-I to V and Laying & Termination of Power & Control HT/LT Cables of various sizes of KSTPS, Kota
4055061 81200 590 500
12 SE
(Comml.) TN-4567
RVU1819WSOB01681
Annual Work of Stack monitoring, ambient air quality monitoring, trade effluent analysis, metrological data monitoring of Stage I to V along with up-keeping of 03 Nos. Continuous Ambient Air Quality Monitoring (CAAQM) stations (Make M/S Thermo fisher) of KSTPS, Kota
706937 14140 590 500
2
13 SE(BM) TN-4568
RVU1819WSOB01682
On line safety valve setting by Trevi testing method in boilers of Stage-I to V, KSTPS, Kota
708000 14200 590 500
14 SE(EM) TN-4569
RVU1819WSOB01684
Routine, Breakdown & Capital repair/ up keeping works of HT SWGR of Stage – I to V, KSTPS, Kota
1763496 35300 590 500
15 SE
(Contracts) TN-4570
RVU1819SLOB01688
Hiring of 10 Nos. AC Swift Dezire or equivalent Diesel Car having taxi permit along with driver for a period of two years at KSTPS, Kota
7504200 150100 1180 1000
16 SE(EM) TN-4572
RVU1819WSOB01691
Rate Contract for Operation & Maintenance of Complete Air Conditioning system including Central AC Plant, Evaporative Cooling Plant, Package Air Conditioners, Hydrogen Gas Dryers & Fan Coil Units, Maintenance of Portable Air Conditioners, Water Coolers and Refrigerator etc. of KTPS Plant, Offices & KSTPS Colony, Repairing & Reconditioning of Condenser Installed in Air Conditioning Plant etc. of KSTPS Stg. I to V & CHP Area.
5307215 106150 1180 1000
17 SE(TM) TN-4575
RVU1819WSOB01695
Online helium leak detection test of condenser vacuum zone of Unit 1 to 7
874000 17500 590 500
18 SE(Civil) TN-4577
RVU1819WSOB01669
Civil works of strengthening of various structures & Misc. works in plant at KSTPS, Kota
1164000 23280 590 500
19 ACE (MM)
TN-4578
RVU1819SLOB01700
Hiring of 15 Nos. AC Bolero having Taxi Permit along with driver for 12 Hrs. service for two years
11626720
232600 1180 1000
20 SE(CAM) TN-4580
RVU1819WSOB01703
Repairing and reconditioning of components of different valves, pumps & equipments installed in CA circle, KSTPS, Kota
1190491 23820 590 500
21 SE(Civil) TN-4581
RVU1819WSOB01670
Day to day civil, sanitary and water supply works in plant and office sheds at KSTPS, Kota
5324706 106500 1180 1000
22 SE(BM) TN-4582
RVU1819WSOB01708
Radiography of H. P. Welding joints in Boiler and Turbine area of stage I to V, KSTPS, Kota
861345 17250 590 500
23 SE(Civil) TN-4584
RVU1819WSOB01671
Cleaning running & maintenance of 0.40 M.G.D. sewage treatment plant and New Colony Pump House at Thermal Colony
1564664 31300 590 500
24 SE(CAM) TN-4585
RVU1819WSOB01710
Repairing and reconditioning of copper tubes of inter-cooler and after-cooler of air compressors of Unit 1 to 6, KSTPS, Kota
1353430 27100 590 500
25 SE(TM) TN-4586
RVU1819WSOB01713
Work of leakage to be attended without any shutdown of units by on-line sealing technique in turbine & boiler area Unit # 1 to 7
616538 12400 590 500
26 SE(TM) TN-4587
RVU1819WSOB01714
Work of maintenance of Various Pumps in turbine area unit # 1 to 7 KSTPS, Kota
4463617 89300 590 500
27 SE(Civil) TN-4588
RVU1819WSOB01672
Day to day civil repair work in Residential and Non-Residential Building at Thermal Colony, Kota
2231000 44620 590 500
28 SE(Civil) TN-4589
RVU1819WSOB01673
Repair & Maintenance of Steel and Joinery Work in Residential and Non-Residential Buildings at Thermal Colony, KSTPS, Kota
1673000 33460 590 500
29 SE(CAM) TN-4590
RVU1819WSOB01716
Operation, maintenance & other associated work of Dry Fly Ash Handling System for the work of Supply/Sale of Dry Fly Ash generated from Unit # 1 to 7 of KSTPS, Kota
3440097 68820 590 500
30 SE (CHP Opr.) TN-4591
RVU1819WSOB01717
Assistance in Operation of Wagon Tipplers, Stacker-cum-Reclaimer & IMWB and Unloading, Crushing Conveying, Feeding of Coal to Boiler Bunkers and Associated works in CHP area, KSTPS, Kota
3877256
5 776000 1180 1000
3
31 SE (CHP Mtc.) TN-4592
RVU1819WSOB01718
Work of Mechanical Maintenance of conveyor belt and conveyor drive including pulley lagging by Hot & cold process and mechanical repair of pulley in CHP of KSTPS, Kota
1362887
5 272600 1180 1000
32 SE (CHP Mtc.) TN-4593
RVU1819WSOB01720
Mechanical maintenance of equipments
including Wagon Tipplers, Rotary Breakers,
Crushers, Stacker Re-claimers, Dozers
along-with Cleaning & mtc. of tank farm
area and O&M of work shop in CHP area,
KSTPS, Kota
1873307
5 374800 1180 1000
33 SE (CHP Mtc./Rly.) TN-4594
RVU1819WSOB01722
Operation of Railway yard, maintenance of
Railway Track and Electrical & Mechanical
maintenance of Locomotives at KSTPS,
Kota
2506560
9 502000 1180 1000
34 SE (CHP Mtc.) TN-4595
RVU1819WSOB01723
Routine/breakdown and capital
maintenance of HT/LT motors, HT/LT
Switchgear, Panels and complete
illumination system of CHP, KSTPS, Kota
4978073 100000 1180 1000
35 SE(EM) TN-4596
RVU1819WSOB01725
Repair and maintenance of 220 KV KSTPS
Switchyard and Power Transformers,
Rectifier Transformers & Electronic
Controllers of ESP for Unit # 1 to 7, KSTPS,
Kota
5929444 118600 1180 1000
36 SE(EM) TN-4597
RVU1819WSOB01726
Routine & Breakdown Maintenance of
110/195/210 MW Generator and its
Auxiliaries, 250/500/1010 KVA DG Sets
and 11/15.75 KV Bus Ducts at KSTPS,
Kota
4990580 100000 1180 1000
37 SE(EM) TN-4598
RVU1819WSOB01728
Annual rate contract for Capital / breakdown
/ routine maintenance of Protection system,
AVR, Excitation system and DC System of
Stage- I to V, KSTPS, Kota
3592649 71900 590 500
38 SE(EM) TN-4599
RVU1819WSOB01729
Annual Rate contract for repair of Valve and
damper actuators for Unit 1 to 7 KSTPS,
Kota
1305557 26500 590 500
39 SE(TM) TN-4600
RVU1819WSOB01730
Remote controlled mechanized High
Pressure Hydro jetting for cleaning of
condenser tubes upto 1000 Bar in 210/195
MW Unit # 3 to 7 of KSTPS, Kota
1441350 28900 590 500
40 SE(CAM) TN-4601
RVU1819WSOB01731
Routine & breakdown maintenance of
Compressed Air system of Unit 1 to 7,
KSTPS, Kota
3457984 69200 590 500
41 SE(CAM) TN-4602
RVU1819WSOB01732
Assistance in operation & maintenance of
Hydrogen generation plant at KSTPS, Kota 1918657 38400 590 500
42 SE(CAM) TN-4603
RVU1819W
SOB01738
Work of operation & maintenance of
Dense Phase Dry Fly Ash Handling
system of Unit # 7 and maintenance of
ESP system of Unit # 1 to 7, KSTPS, Kota
8930739 178700 1180 1000
43 SE(CAM) TN-4604
RVU1819W
SOB01739
Providing assistance in operation and
Routine, breakdown maintenance of CW
system, Cooling Tower and Travelling
Water Screens stage I to V, KSTPS, Kota
7800000 156000 1180 1000
4
TENDER EVENT
TN- 25052,26048,11068 & 18073
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A START DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 03.01.19 11:00 AM
B START DATE & TIME OF ONLINE SUBMISSION 03.01.19 01:00 PM
C LAST DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 16.01.19 01:00 PM
D
LAST DATE FOR INTIMATION OF UTR NUMBER/ JOURNAL NUMBER IN CASE OF SBI AGAINST EMD & TENDER COST DEPOSITED THROUGH RTGS/NEFT ON E- MAIL-ID [email protected], [email protected] AND CC TO [email protected] AND SUBMISSION OF DD TOWARDS PROCESSING FEE IN THE O/O Addl. CE(MM)
16.01.19 01:00 PM
E LAST DATE & TIME FOR ONLINE SUBMISSION OF TENDER 16.01.19 01:00 PM
F ONLINE OPENING OF TECHNICAL BID 18.01.19 03:00 PM
TN- 18077,18075,18081,20058 & 26054
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A START DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 04.01.19 11:00 AM
B START DATE & TIME OF ONLINE SUBMISSION 04.01.19 01:00 PM
C LAST DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 17.01.19 01:00 PM
D
LAST DATE FOR INTIMATION OF UTR NUMBER/ JOURNAL NUMBER IN CASE OF SBI AGAINST EMD & TENDER COST DEPOSITED THROUGH RTGS/NEFT ON E- MAIL-ID [email protected], [email protected] AND CC TO [email protected] AND SUBMISSION OF DD TOWARDS PROCESSING FEE IN THE O/O Addl. CE(MM)
17.01.19 01:00 PM
E LAST DATE & TIME FOR ONLINE SUBMISSION OF TENDER 17.01.19 01:00 PM
F ONLINE OPENING OF TECHNICAL BID 19.01.19 03:00 PM
TN- 4567, 4568, 4575, 4582, 4586
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A START DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 01.01.19 11:00 AM
B START DATE & TIME OF ONLINE SUBMISSION 01.01.19 01:00 PM
C LAST DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 08.01.19 01:00 PM
D
LAST DATE FOR INTIMATION OF UTR NUMBER AGAINST EMD & TENDER COST DEPOSITED THROUGH RTGS/NEFT ON E- MAIL-ID [email protected], [email protected] AND CC TO [email protected] AND SUBMISSION OF DD TOWARDS PROCESSING FEE IN THE O/O Addl. CE(MM)
08.01.19 05:00 PM
E LAST DATE & TIME FOR ONLINE SUBMISSION OF TENDER 08.01.19 01:00 PM
F ONLINE OPENING OF TECHNICAL BID 10.01.19 03:00 PM
TN- 4570, 4572, 4580, 4585, 4587, 4597
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A START DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 29.12.18 11:00 AM
B START DATE & TIME OF ONLINE SUBMISSION 29.12.18 01:00 PM
C LAST DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 09.01.19 01:00 PM
D
LAST DATE FOR INTIMATION OF UTR NUMBER AGAINST EMD & TENDER COST DEPOSITED THROUGH RTGS/NEFT ON E- MAIL-ID [email protected], [email protected] AND CC TO [email protected] AND SUBMISSION OF DD TOWARDS PROCESSING FEE IN THE O/O Addl. CE(MM)
09.01.19 05:00 PM
E LAST DATE & TIME FOR ONLINE SUBMISSION OF TENDER 09.01.19 01:00 PM
F ONLINE OPENING OF TECHNICAL BID 11.01.19 03:00 PM
TN- 4566, 4569, 4590, 4592, 4596, 4598
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A START DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 02.01.19 11:00 AM
B START DATE & TIME OF ONLINE SUBMISSION 02.01.19 01:00 PM
C LAST DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 14.01.19 01:00 PM
5
D
LAST DATE FOR INTIMATION OF UTR NUMBER AGAINST EMD & TENDER COST DEPOSITED THROUGH RTGS/NEFT ON E- MAIL-ID [email protected], [email protected] AND CC TO [email protected] AND SUBMISSION OF DD TOWARDS PROCESSING FEE IN THE O/O Addl. CE(MM)
14.01.19 05:00 PM
E LAST DATE & TIME FOR ONLINE SUBMISSION OF TENDER 14.01.19 01:00 PM
F ONLINE OPENING OF TECHNICAL BID 16.01.19 03:00 PM
TN- 4599, 4600, 4601, 4602, 4603, 4604
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A START DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 03.01.19 11:00 AM
B START DATE & TIME OF ONLINE SUBMISSION 03.01.19 01:00 PM
C LAST DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 15.01.19 01:00 PM
D
LAST DATE FOR INTIMATION OF UTR NUMBER AGAINST EMD & TENDER COST DEPOSITED THROUGH RTGS/NEFT ON E- MAIL-ID [email protected], [email protected] AND CC TO [email protected] AND SUBMISSION OF DD TOWARDS PROCESSING FEE IN THE O/O Addl. CE(MM)
15.01.19 05:00 PM
E LAST DATE & TIME FOR ONLINE SUBMISSION OF TENDER 15.01.19 01:00 PM
F ONLINE OPENING OF TECHNICAL BID 17.01.19 03:00 PM
TN- 4578, 4591, 4593, 4594, 4595
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A START DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 03.01.19 11:00 AM
B START DATE & TIME OF ONLINE SUBMISSION 03.01.19 01:00 PM
C LAST DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 23.01.19 01:00 PM
D
LAST DATE FOR INTIMATION OF UTR NUMBER AGAINST EMD & TENDER COST DEPOSITED THROUGH RTGS/NEFT ON E- MAIL-ID [email protected], [email protected] AND CC TO [email protected] AND SUBMISSION OF DD TOWARDS PROCESSING FEE IN THE O/O Addl. CE(MM)
23.01.19 05:00 PM
E LAST DATE & TIME FOR ONLINE SUBMISSION OF TENDER 23.01.19 01:00 PM
F ONLINE OPENING OF TECHNICAL BID 25.01.19 03:00 PM
TN-4565, 4577, 4581, 4584, 4588, 4589
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A START DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 03.01.19 11:00 AM
B START DATE & TIME OF ONLINE SUBMISSION 03.01.19 01:00 PM
C LAST DATE & TIME FOR DOWNLOADING THE TENDER DOCUMENT 16.01.19 01:00 PM
D
LAST DATE FOR INTIMATION OF UTR NUMBER AGAINST EMD & TENDER COST DEPOSITED THROUGH RTGS/NEFT ON E- MAIL-ID [email protected], [email protected]/[email protected] (for civil tenders) AND CC TO [email protected] AND SUBMISSION OF DD TOWARDS PROCESSING FEE IN THE O/O XEN (Civil)
16.01.19 05:00 PM
E LAST DATE & TIME FOR ONLINE SUBMISSION OF TENDER 16.01.19 01:00 PM
F ONLINE OPENING OF TECHNICAL BID 18.01.19 03:00 PM
Note: All bidders are mandated to get enrolled on the e-procurement portal http://eproc.rajasthan.gov.in to download the tender documents & other particulars in the subsequent bidding process.
Chief Engineer KSTPS, RRVUNL, Kota
6
(FOR RVUN WEBSITE)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.
(Corporate Identity Number (CIN)-U40102RJ2000SGC016484) (Regd. Office & H.O.: Vidyut Bhawan, Janpath, Jyoti Nagar, Jaipur-302005)
KOTA SUPER THERMAL POWER STATION
New Administrative Building, Sakatpura, Kota – 324 008 (Raj.) Ph. No. 0744-2371134/2370189/ Fax No. 0744-2370061/2370054 E-Mail-
[email protected]/ [email protected] NOTICE INVITING TENDER
Sealed tenders are invited for supply of following items for Kota Super Thermal Power Station
Sr. No
NIT No.
UBN Particulars Estimated
Cost (in Rs.)
Earnest Money in Rs.
Tender Cost in Rs.
Due Date of opening
1 TN-
14044 RVU1819GSOB01676
Supply of Sodium Silicate for stage –I to V at KSTPS, Kota
72000 1440 236 05.01.2019
2 TN-
15094 RVU1819GSOB01674
Supply of connecting Rod Assembly for Tube Mill BBD-4760 of Unit:- 5, 6 and 7
418000 8360 236 05.01.2019
3 TN-
13096 RVU1819GSOB01678
Supply, Erection, Testing installation, Commissioning & Connectivity of PTZ Camera at three location in KSTPS, Kota
650000 13000 236
05.01.2019
4 TN-
18071 RVU1819GSOB01689
Supply of Silica Gel 563000 11300 236 05.01.2019
5 TN-
18083 RVU1819GSOB01694
Supply of Carbon Brushes for 110MW, 195 MW and 210MW Generators to KSTPS, Kota
700000 14000 236 08.01.2019
6 TN-
19019 RVU1819GSOB01698
Supply of Trailing Cables 320000 6400 236 08.01.2019
7 TN-
15095 RVU1819GSOB01675
Supply of Hyseal 80-20 high temperature sealing compound for burner panel of Mills Stage-I to V
285000 5700 236
08.01.2019
8 TN-
13098 RVU1819GSOB01683
Supply of Spares / Consumables for EPABX System installed at KSTPS, Kota
572100 11445 236
08.01.2019
9 TN-
14045 RVU1819GSOB01687
Supply of Refrigerant Gases and purchase of empty cylinders of R-22 gas for AIR conditioning system in KSTPS, Kota
840000 16800 236
09.01.2019
10 TN-
14046 RVU1819GSOB01693
Supply of Stable Bleaching powder for the year 2018-19 at KSTPS, Kota
221000 4420 236 09.01.2019
11 TN-
18080 RVU1819GSOB01701
Supply of LT Motors 925000 18500 236 09.01.2019
12 TN-
11077 RVU1819GSOB01665
Supply of Spares for Clinker Grinder of Bottom Ash Hopper, Fly Ash System for Ash Handling Plant Stage-I & II
600000 12000 236
09.01.2019
13 TN-
20060 RVU1819GSOB01696
Supply of Brake Liners (Part No. 94706010) for SAN make Locomotives.
354000 7080 236 10.01.2019
14 TN-
25053 RVU1819GSOB01706
Supply of Wires & Cables 768000 15400 236 10.01.2019
15 TN-
19021 RVU1819GSOB01712
Supply of 8Volt,450AH, Heavy Duty Starting Batteries for locomotives of KSTPS, Kota
550000 11000 236 10.01.2019
7
16 TN-
18085 RVU1819GSOB01715
Supply of Sand Filter Media 450000 9000 236 10.01.2019
17 SE(Civil) TN-4564
RVU1819WSOB01733
Daily sweeping of road from gate no. 1 to office shades along with the drains at outside area, KSTPS, Kota
353000 7060 236
07.01.2019
18 SE(„TM)
TN-4571
RVU1819WSOB01734
Work of “Attending the tube leakage in H.P. Heaters” of Unit I to VII KSTPS, Kota.
402452 8050 236 07.01.2019
19 SE(C&I) TN-4574
RVU1819WSOB01735
Comprehensive AMC for 2X80 KVA UPS & its SVR of Unit # 6, KSTPS, Kota
150000 3000 236 07.01.2019
20 SE(Trg.) TN-4583
RVU1819WSOB01736
Repairing, denting and painting of Fire Tenders of KSTPS, Kota
305000 6100 236 07.01.2019
(i) The tender documents of tenders at sr. no. 1 to 16 can either be downloaded from SPP
portal or can be physically purchased from the office of ADDL. CE (MM) on any working day between 10.00 AM to 5.00 PM as per date applicable.
(ii) For TN-4564 please contact at the office of SE(Civil). (iii) For TN-4571 please contact at the office of SE(TM). (iv) For TN-4574 please contact at the office of SE(C&I). (v) For TN-4583 please contact at the office of SE(Trg.).
For Supply Tenders
(1) Purchase of tender documents is essential for participation in bids and this can be had from the office of the Addl.Chief Engineer (MM) on any working day from 10.00 AM to 5.00 PM but up to 2.00 PM one day before due date by submitting payment advice / UTR No. for tender cost deposited in RVUN‟s account as detailed in tender document. The tenderer shall make specific request for each tender separately.
(2) Tender documents will be issued only to prima facie qualifying parties after scrutinizing of documents furnished by intending tenderer along with their request for issue of tender documents. However such issue of tender documents will not automatically construe that bidder is considered qualified. Such qualification will be reviewed at the time of evaluation also.
(3) The tenders shall be received up to 3.00 PM one day before due date of opening in the office of the Addl.Chief Engineer (MM) and these shall be opened at 3.30 PM on the due date in presence of tenderer or their representatives who may like to be present . If the date of tender opening happens to be a holiday, the tenders will be accepted and opened on next working day.
(4) Tender without details of tender fees and earnest money (UTR No.) super scribed on the envelope or accompanied inadequate amount shall not be entertained and in such cases tender shall be returned to the tenderer without being opened, Proof of depositing EMD/Tender cost through digital mode shall be furnished in separate envelope along with tender, EMD shall not be accepted in BG or in any other form.
(5) This office reserves the right to cancel / reject any or all tenders at the time of evaluation without giving any reasons. Not with standing anything stated above the purchaser reserves the right to assess the bidder‟s capability and capacity to perform the contract, if circumstances warrant such assessment in the overall interest of RVUN. The decision of purchaser in this regard shall be final.
(For Work Tenders)
(1) For above tenders only the sealed Tenders are invited for the above detailed works contracts from experienced/registered contractors. Tender documents can be purchased from the concerned office of Addl. Chief Engineer / Dy. Chief Engineer /Superintending Engineer of KSTPS, RVUN, Kota up-to one day before tender opening date mentioned against each by submitting payment advice / UTR No for tender cost deposited in RVUN‟s account as detailed in tender document. The tenders shall be received up to 3.00 PM on due date of opening and these shall be opened at 3.30 PM on the due date in presence of tenderer or their representatives who may like to be present . If the date of tender opening happens to be a
8
holiday, the tenders will be accepted and opened on next working day. They should also furnish the necessary documents / attested copies in support of meeting qualifying requirement either at the time of prior to issue of tender documents or positively while submission of tender documents. Tender documents can also be downloaded free of cost from website www.sppp.rajasthan.gov.in. Proof of depositing Tender cost of requisite amount has to be furnished along with technical bid in separate envelop.
(2) Tender without details of tender fees and earnest money (UTR No.) super scribed on the envelope or accompanied inadequate amount shall not be entertained and in such cases tender shall be returned to the tenderer without being opened, Proof of depositing EMD/Tender cost through digital mode shall be furnished in separate envelope along with tender, EMD shall not be accepted in BG or in any other form.
(3) This office reserves the right to cancel / reject any or all tenders at the time of evaluation without giving any reasons. Not with standing anything stated above the order placing authority reserves the right to assess the bidder‟s capability and capacity to perform the contract, if circumstances warrant such assessment in the overall interest of RVUN. The decision of order placing authority/ purchaser in this regard shall be final.
Chief Engineer KSTPS, RRVUNL, Kota
9
QUALIFYING REQUIREMENTS
QR for TN-25052 1. The participating bidder should be the original equipment manufacturer or the authorized dealer
/ distributor of the original equipment manufacturer (OEM) having valid certificate/authorization letter from their principal manufacturer. For this bidder shall have to furnish the copy of the same along with the bid.
2. The participating bidder should have past experience for supply of Gland Packing (Ropes/Rings) to Government Departments / Power Plants / PSU‟s/Pvt Ltd firms. For this bidder shall have to furnish the self attested copy of previous purchase orders executed in last seven years, in support of supply experience along with Bid.
3. The participating bidder must have average annual financial turnover in the preceding three completed financial years as o n date of bid opening not less than 3.5 lacs. Bidder need to furnish supporting documents for the same.
4. The participating bidder should submit self attested declaration along with bid that he has no pending supply against purchase order (s) in RVUNL.
5. Participating Bidders should have valid GST No. registration and supporting documents must be furnished along with Bid.
QR for TN-26048 The bidders intending to participate in this tender enquiry for supply of “HOSES” must fulfill the
following qualifying criteria:- 1. The bidder should be manufacturer or supplier of “HOSES” or similar items (all type of Hoses)
and documentary proof(manufacturer‟s certificate/registration or P.O. for suppliers) of the same shall be furnished along with the bids
2. The bidder must have past experience for supply of HOSES or similar items(all type of HOSES) to NTPC/BHEL/State owned TPP‟s or any other Govt/private sector during last seven(07) years with either of the following executed value(s) of the Purchase Order (s):
a. Three executed /completed Purchase Order, as above, costing not less than the amount. Rs. 5.56 Lacs each.
or b. Two executed /completed Purchase Order, as above, costing not less than the amount
Rs.6.95 Lacs each. or
c. One executed /completed Purchase Order, as above, costing not less than the amount Rs.11.12 Lacs.
3. The bidder should have to furnish documentary evidence in support of successful execution of the above purchase orders in the form of material receipt/Invoices/ acceptance/satisfactory performance reports etc .
4. The bidder should have average financial turnover in the preceding three (03) years completed financial years as on date of bid opening should not be less than 13.90 Lacs.
Note:- a) Other income shall not be considered for arriving at annual turnover. b) In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet in case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing charted accountant shall be considered acceptable.
5. The participating bidders should have GSTIN registration and documentary proof regarding the
same shall be furnished along with bids.
QR for TN-11068
1 The participating bidder should have past experience for supply of Spares for Bottom Ash System / Fly Ash System / Ash Handling Plant to Government Departments / Power Plants / PSU‟s/Pvt Ltd Companies. For this bidder shall have to furnish the self attested copy of previous purchase orders secured in last seven years, in support of supply experience along with Bid.
10
2 The bidder should have average financial turn over in the proceeding 3 (three) completed financial years as on date of bid opening not less than 5.97 lacs. Bidder need to furnish supporting documents for the same.
Note:- a) Other income shall not be considered for arriving at annual turnover. b) In support of annual turnover, bidder shall furnish annual reports / copy of audited P&L
accounts / certified copies of P&L account and balance sheet. In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
3 The participating bidder should submit self attested declaration along with bid that he has no pending supply against purchase order (s) in RVUNL
4 Participating Bidders should have valid GST No. registration and supporting documents must be furnished along with Bid.
QR for TN-18073
1. The participating bidder should be the original equipment manufacturer (OEM) of Capacitor Voltage Transformer (CVT) with Porcelain insulator of voltage rating of 245kV or above. For this the participating bidder shall have to furnish copy of valid certificate being a OEM of offered CVT, along with bid.
OR The participating bidder should be the authorized dealer/distributor stockiest/channel partner of the original equipment manufacturer (OEM) of Capacitor Voltage Transformer (CVT) with Porcelain insulator of voltage rating of 245kV or above & shall have manufacturing base in India. For this participating bidder shall have to furnish the self attested copy of valid authorization letter/certificate, along with Bid.
2. Offered CVT should have type test certificates from Govt. / Govt. approved/ Govt. recognized/ NABL accredited/ ILAC (International Laboratory Accreditation Corporation in case of foreign laboratory) as per latest IEC / IS technical specification. For this the participating bidder shall have to furnish copy of type test certificates of offered CVT along with bid.
3. The participating bidder or their OEM should have past experience for supply of CVT‟s of voltage rating of 245kV or above, to Government Departments/Power Plants/PSU‟s/Any Pvt. Industries. For this bidder shall have to furnish the self attested copy of previous purchase order(s) of the same, executed in last seven (07) years, detailed as below, in support of supply experience along with Bid;
(i) One purchase order of value of not less than Rs. 16.80 Lacs ; OR (ii) Two purchase orders of value of not less than Rs. 10.50 Lacs each ; OR (iii) Three purchase orders of value not less than Rs. 8.40 Lacs each.
4. The participating bidder or their OEM shall have to submit copy(s) of Work completion certificate/ Performance certificate / Invoice(s) in support of execution of purchase order(s) secured for supply of CVT‟s of voltage rating of 245kV or above.
5. The participating bidder should have average financial turn over in the preceding three (03) financial years as on date of opening should not be less than 21.00 Lacs.
Note:- A. Other income shall not be considered for arriving at annual turnover. B. In support of annual turnover, bidder shall have to furnish annual reports/copy of audited
profit & loss accounts/certified copies of profit & loss account and balance sheet. 6. The participating Bidders should have valid GSTIN registration and copy of the same must be
furnished along with Bid.
QR for TN-18077
1. The participating bidder should be the original equipment manufacturer (OEM). For this, OEM shall have to furnish the self attested copy of valid MSME/NSIC/Udyog Aadhar Memorandum/any other documents, in support of being a manufacturer of offered LED Lights along with bid.
OR The participating bidder should be authorized dealer/distributor of the original equipment
manufacturer (OEM), For this participating bidder shall have to furnish the self attested copy of valid letter/certificate from their original equipment manufacturer (OEM) and self attested copy
11
of valid MSME/NSIC/Udyog Aadhar Memorandum/any other documents of OEM, in support of being a manufacturer of offered LED Lights along with bid.
2. The participating bidder or their OEM, should have past experience for supply of Electrical Switchgear/Lighting Accessories/LED lightings & Accessories, to Government Departments / Power Plants / PSU‟s/ Reputed Pvt. industries. For this bidder shall have to furnish the self attested copy(s) of previous purchase order(s) of the same, executed in last seven (07) years from date of opening of tender, as detailed out below, in support of supply experience along with Bid;
(i) One purchase order of value of not less than Rs. 64.54 Lacs ; OR (ii) Two purchase orders of value of not less than Rs. 40.34 Lacs each ; OR (iii) Three purchase orders of value not less than Rs. 32.27 Lacs each. 3. The participating bidder should submit following reports alongwith bid for 120 Watt and 72 Watt
LED Street Light: (a) For Luminaries: IP65 & LM-79 Test report from NABL accredited approved Laboratory (10%
Tolerance in wattage is acceptable in LM-79 Report). (b) For LED Module: LM 80 Test report from LED Chip Manufacturer. 4. The bidder should have average financial turn over in the preceding three (03) financial years
as on date of opening should not be less than 24.20 Lacs. Note:- A. Other income shall not be considered for arriving at annual turnover B. In support of annual turnover, bidder shall furnish annual reports/copy of audited profit & loss
accounts/certified copies of profit & loss account and balance sheet. 5. Participating Bidders should have valid GST registration and copy of the same must be
furnished along with Bid.
QR for TN-18075
1. The participating bidder should be the original equipment manufacturer (OEM) or the authorized dealer/distributor of the original equipment manufacturer (OEM), having valid certificate/authorization letter from their principle manufacturer. For this bidder shall have to furnish copy of the same along with bid.
2. The participating bidder should have past experience for Supply, Erection, Testing & Commissioning of Battery Bank, to Government Departments / Power Plants / PSU‟s/ Any Process Industries. For this bidder shall have to furnish the self attested copy(s) of previous purchase order(s) of the same, executed in last seven (07) years from date of opening of tender, as detailed out below, in support of supply experience along with Bid;
(i) One purchase order of value of not less than Rs. 18.40 Lacs ; OR (ii) Two purchase orders of value of not less than Rs. 11.50 Lacs each ; OR (iii) Three purchase orders of value not less than Rs. 9.20 Lacs each.
3. Bidder shall have to submit copy of Performance certificate/order completion certificate against purchase order(s) executed in support of supply experience, alongwith bid.
4. The participating bidder should have average financial turn over in the preceding three (03) financial years as on date of opening should not be less than 23.00 Lacs. Note:-
A. Other income shall not be considered for arriving at annual turnover B. In support of annual turnover, bidder shall furnish annual reports/copy of audited profit &
loss accounts/certified copies of profit & loss account and balance sheet. In cases where audited results for the last preceding financial year are not available, certification of financial statement from a practicing chartered accountant shall also be considered acceptable.
5. Participating Bidders should have valid GST registration and copy of the same must be furnished along with Bid.
QR for TN-18081
1. The participating bidder should have past experience for supply of Actuators / Spares for Actuators, to Government Departments/ Power Plants / PSU‟s/ Any Process Industries. For this bidder shall have to furnish the self attested copy of previous purchase order (s) of the same, secured in last seven (07) years, in support of supply experience along with Bid.
2. Participating Bidders should have valid GST registration and copy of the same must be furnished along with Bid.
12
QR for TN-20058
1. The bidder should be original equipment manufacturer or authorized dealer/distributer of the original equipment manufacturer. In case of Authorization supplier shall have to submit valid authorization certificate of manufacturer along with offer. For this bidder shall have to furnish the copy of the same along with the bid.
2. The participating bidder should have past experience for supply, erection, commissioning & testing of monitoring system for the measurement of Vibration and temperature to Government Departments / Power Plants / PSU‟s/Private Limited Companies. For this bidder shall have to furnish the self attested copy of previous purchase orders secured in last seven years as detailed below, in support of past experience along with Bid:
One executed/completed purchase order of value of not less than Rs 47.20 lacs ; OR Two executed/completed purchase orders of value of not less than Rs 29.50 lacs each; OR Three executed/completed purchase orders of value of not less than Rs 23.60 lacs each.
3. The bidder should have average financial turn over in the proceeding 3 (three) completed financial years as on date of bid opening not less than 17.70 lacs. Bidder need to furnish supporting documents for the same.
Note:- a) Other income shall not be considered for arriving at annual turnover. b) In support of annual turnover, bidder shall furnish annual reports / copy of audited P&L accounts / certified copies of P&L account and balance sheet. In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
4. The participating bidder should submit self attested declaration along with bid that he has no pending supply against purchase order (s) in RVUNL
5. Participating Bidders should have valid GST No. registration and supporting documents must be furnished along with Bid.
QR for TN-26054
1. The bidder should be manufacturer of Adhesives or his authorized dealer / distributor / supplier of offered make and shall have to furnish authorization certificate.
2. The bidder should have supplied the identical / similar items to NTPC/BHEL/ Any other state owned TPP/Central or state PSU/Reputed TPP during last seven years, for which bidder has to furnish copies of the executed purchase orders with either of the following value(s) as proof of experience a. Three similar executed/completed Purchase Order, as above, costing not less than Rs. 6.98
Lacs each. or
b. Two similar executed/completed Purchase Order, as above, costing not less than Rs. 8.73 lacs each
or c. One similar executed/completed Purchase Order, as above, costing not less than Rs 13.96
lacs
3. The bidder should have to furnish documentary evidence in support of successful execution of the above purchase orders in the form of material receipt/Invoices/ acceptance/satisfactory performance reports etc.
4. The bidder should have average financial turnover in the preceding three (03) years completed financial years as on date of bid opening should not be less than 5.24 Lacs.
Note:- a) Other income shall not be considered for arriving at annual turnover. b) In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet in case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall be considered acceptable.
5. The participating bidders should have GST registration and documentary proof regarding the same shall be furnished along with bids.
6. Each material should have either self life minimum one year from date of supply or manufacturing date within 6 months from the date of supply.
7. Technical data sheet of all products should be submitted with BID.
13
QR for TN-4565
1. i. The bidder must have an experience of having successfully executed/completed civil works in building in any of the thermal power plant(s)/gas power plant(s)/any process industry/any electrical utility/any Govt. organization (as the case may be according to the nature of work) during last 7 years ending last day of the month previous to bid opening date with either of the following executed value(s) of the contract(s) : (a) Three similar completed/executed works costing not less than Rs. 25.52 lacs. each.
or (b) Two similar completed/executed works costing not less than Rs.31.90 lacs. each.
or (c) One similar completed/executed work costing not less than Rs.51.05 lacs. “Similar works” means firm should have experience in civil work in building.
ii. In support of above, bidder shall furnish documentary evidence, copies of Work Order along with Satisfactory performance certificate/Work completion certificate for above works executed by the firm issued by owner/order placing authorities. In case of works awarded by RVUN, performance certificate issued on or after 06.01.2017 should be signed by Chief Engineer/In-charge of Power Station/Project.
iii. Word “executed” means that bidder should have achieved the progress specified in the QR even if the total order is not completed/closed. The same shall be supported by documentary evidence issued by order placing authority/ owner.
2. Average annual financial turnover during the last three years, ending 31st March of the previous financial year should not be less than Rs.19.14 lacs.
Note:- a. Other income shall not be considered for arriving at annual turnover. b. In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptable.
3. i. Bidders must have GST, PF, ESI registrations, PAN and labour license (if required) and should upload all these while uploading the tender.
ii. Bidder registered with Civil wing of KSTPS, who have already submitted GST, PF, ESI registrations & PAN and have uploaded valid Registration Certificate of Civil wing of KSTPS while uploading tender are not required to upload GST, PF, ESI registrations and PAN.
4. Bidder should submit an undertaking on Non Judicial stamp paper worth Rs. 100.00 with certificate mentioning in it that the firm has no liability in the concerned departments regarding deposition of PF, ESI & Service tax/GST etc. up to the period of 31.03.2018.
QR for TN-4566
1. The bidder must have an experience of having successfully executed / completed the similar work in any of the thermal power plant (s) / gas power plant (s) / any process industries / any electrical utility during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.16.22 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.20.27 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.32.44 Lac.
2. Similar works mean that firm should have experience of carrying out maintenance/overhauling of either electrical equipments like LT switchgear / HT switchgear / LT motor / HT motor / Power Transformers etc in any of the thermal power plant (s) / gas power plant (s) / any process industries / any electrical utility.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
14
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.12.16 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, Electrical License (Class-B) and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4567 1. The bidder must have an experience of having successfully executed / completed the contract
for Stack Monitoring, Ambient Air Quality Monitoring, Trade effluent analysis and meteorological data monitoring along with up keeping of Continuous Ambient Air Quality Monitoring (CAAQM) stations in any of the industries / organization during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.2.82 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs. 3.53 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.5.65 Lac.
2. Similar works mean that firm should have experience of Stack Monitoring, Ambient Air Quality Monitoring, Trade effluent analysis and meteorological data monitoring along with up keeping of Continuous Ambient Air Quality Monitoring (CAAQM) stations in any of the industries / organization. The bidder should have valid registration of MoEF and NABL to execute this nature of work.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.2.12 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration and Labour license (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
15
QR for TN-4568 1. The bidder must have an experience of having successfully executed / completed the work of
On-line safety valve setting by Trevi testing method in Boilers/ High pressure valve maintenance during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:- a) Three similar completed /executed works costing not less Rs.2.83 lacs each.
OR b) Two similar completed/ executed works costing not less than Rs.3.54 lacs each.
OR c) One similar completed / executed work costing not less than Rs.5.66 lacs.
2. The Similar work means firm should have experience of On-line safety valve setting by Trevi testing method in Boilers/ High pressure valve maintenance & have executed work at least one year during last seven years in any Thermal Power station of 110 MW or above capacity.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the Chief Engineer / In charge of power station/ Project.
4. The word “executed” means that the bidder should have achieved the progress specified in the QR even if the total order is not completed / closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.2.12 lacs.
Note: - a. Other income shall not be considered for arriving at annual turnover. b. In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration and Labour license (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs. 100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of CPF, ESI & Service Tax/GST etc. upto the period 31.03.2018.
QR for TN-4569
1. The bidder must have an experience of having successfully executed / completed the similar work in any of the thermal power plant (s) / gas power plant (s) / any process industries / any electrical utility / organization during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.7.05 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.8.81 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.14.10 Lac.
2. Similar works mean that firm should have experience of carrying out maintenance/overhauling of LT or HT switchgear or LT/HT motors or Electrical works of Transformer or Generator.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.5.29 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover.
16
b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, Electrical License (Class-A) and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4570
1. The bidder must have an experience of having successfully executed / completed the works of “contract of Hiring of Vehicles” in any Thermal Power plant / industry / organization” during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:-
a) Three similar completed /executed works costing not less than Rs. 30.01 Lac each OR b) Two similar completed/ executed works costing not less than Rs.37.52 Lac each OR c) One similar completed / executed work costing not less than Rs.60.03 Lac 2. The “similar work” means the bidders should have experience of “executing contract of Hiring
of Vehicles” in any Thermal Power plant / industry / Organization. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the Chief Engineer/ In charge of power station/ Project.
4. The word “executed” means that the bidder should have achieved the progress specified in the QR even if the total order is not completed / closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs. 11.25 Lac.
Note: - a. Other income shall not be considered for arriving at annual turnover. b. In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs. 100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of CPF, ESI & Service Tax , GST etc. up to the period 31.03.2018.
QR for TN-4572 1. The bidder must have an experience of having successfully executed / completed the work of
Central Air Conditioning System or Maintenance of Compressor Plant or Maintenance of Package AC or Maintenance of Motors or Maintenance of Condensers in any of the industries during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.21.23 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.26.54 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.42.46 Lac. 2. Similar works mean that firm should have experience of work of Central Air Conditioning System
or Maintenance of Compressor Plant or Maintenance of Package AC or Maintenance of Motors or Maintenance of Condensers in any of the industries.
17
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.15.92 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, Electrical License and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018
QR for TN-4575 1. The bidder must have an experience of having successfully executed / completed the work of
online helium leak detection test of condenser vacuum zone in any Thermal Power plant of capacity not below 110 MW during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.3.50 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.4.37 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.6.99 Lac. 2. Similar works mean that bidder should have experience of work of online helium leak detection
test of condenser vacuum zone in any Thermal Power plant of capacity not below 110 MW. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.2.62 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4577 1. i.) The bidder must have an experience of having successfully executed/completed works in
any of the thermal power plant(s)/gas power plant(s)/any process industry/any electrical
18
utility/any Govt. organization during last 7 years ending last day of the month previous to bid opening date with either of the following executed value(s) of the contract(s):
(a) Three similar completed/executed works costing not less than Rs. 4.65 lacs each. or
(b) Two similar completed/executed work costing not less than Rs. 5.81 lacs. each. or
(c) One similar completed/executed works costing not less than Rs. 9.31 lacs. “Similar works” means firm should have sufficient knowledge and working experience of
Civil Works of strengthening of various structures / PU Coating work. ii.) In support of above, bidder shall furnish documentary evidence, copies of Work Order along with
Satisfactory performance certificate/Work completion certificate for above works executed by the firm issued by owner/order placing authorities. In case of works awarded by RVUN, performance certificate issued on or after 06.01.2017 should be signed by Chief Engineer/In-charge of Power Station/Project.
iii.)The word “executed” means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by order placing authority/ owner.
2. Average annual financial turnover during the last three years, ending 31st March of the previous financial year should not be less than Rs. 3.49 lacs.
Note:- a. Other income shall not be considered for arriving at annual turnover. b. In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptable.
3. i) The bidders must have GST, PF, ESI registration, PAN and labour license (if required) and should upload all these while uploading the tender.
ii) Firm registered with Civil wing of KSTPS and have already submitted all these registrations i.e. GST, PF, ESI registration and PAN and have uploaded valid registration certificate of Civil wing of KSTPS while uploading tender are not required to upload GST, PF, ESI registration and PAN .
4. Bidder should submit an undertaking on Non Judicial stamp paper worth Rs. 100.00 with certificate mentioning in it that the firm has no liability in the concerned departments regarding deposition of PF, ESI & Service tax / GST etc. up to the period of 31.03.2018.
QR for TN-4578 1. The bidder must have an experience of having successfully executed / completed the works of
“contract of Hiring of Vehicles” in any Thermal Power plant / industry / organization” during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:-
a) Three similar completed /executed works costing not less than Rs. 46.50 Lac each OR
b) Two similar completed/ executed works costing not less than Rs.58.13 Lac each OR
c) One similar completed / executed work costing not less than Rs.93.01 Lac 2. The “similar work” means the bidders should have experience of “executing contract of Hiring
of Vehicles” in any Thermal Power plant / industry / Organization. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the Chief Engineer/ In charge of power station/ Project.
4. The word “executed” means that the bidder should have achieved the progress specified in the QR even if the total order is not completed / closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs. 17.44 Lac.
Note: - a. Other income shall not be considered for arriving at annual turnover.
19
b. In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L accounts/certified copies of P&L account and balance sheet In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration (if required). 7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs. 100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of CPF, ESI & Service Tax/GST etc. up to the period 31.03.2018.
QR for TN-4580 1. The bidder must have an experience of having successfully executed / completed the works of
Repairing/reconditioning of component of different valves, pumps & equipments of any Thermal Power plant/ any Industrial organization during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:-
a) Three similar completed /executed works costing not less than Rs. 4.76 Lac each.
OR b) Two similar completed/ executed works costing not less than Rs. 5.95 Lac each.
OR c) One similar completed / executed work costing not less than Rs. 9.52 Lac. 2. The “similar work” means the bidders should have experience of the works of Repairing /
reconditioning of components of different valves, pumps and equipment in any Power Plant / any Industrial organization.
i) The bidder should have their own well equipped work shop within Municipal limit of Kota, where works described in section „C‟ of tender document can be carried out.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the Chief Engineer/ In charge of power station/ Project.
4. The word “executed” means that the bidder should have achieved the progress specified in the QR even if the total order is not completed / closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs. 3.57 Lac.
Note: - a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
6) The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration and Labour license (if required). 7) The bidder should submit an undertaking on Non judicial stamp paper worth Rs. 100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI & Goods & service tax upto the period 31.03.18.
QR for TN-4581 1. i. The bidder must have an experience of having successfully executed/completed works in any
of the thermal power plant(s)/gas power plant(s)/any process industry/any electrical utility/any Govt. organization during last 7 years ending last day of the month previous to bid opening date with either of the following executed value(s) of the contract(s) :
(a) Three similar completed/executed works costing not less than Rs. 21.29 lacs. each. or
(b) Two similar completed/executed work costing not less than Rs. 26.62 lacs. each. or
20
(c) One similar completed/executed works costing not less than Rs. 42.59 lacs. “Similar works” means firm should have experience of civil repair works including sanitary &
water supply works in any power plant or industry. ii. In support of above, bidder shall furnish documentary evidence, copies of Work Order along
with Satisfactory performance certificate/Work completion certificate for above works executed by the firm issued by owner/order placing authorities. In case of works awarded by RVUN, performance certificate issued on or after 06.01.2017 should be signed by Chief Engineer/In-charge of Power Station/Project.
iii. Word “executed” means that bidder should have achieved the progress specified in the QR even if the total order is not completed/closed. The same shall be supported by documentary evidence issued by order placing authority/ owner.
2. Average annual financial turnover during the last three years, ending 31st March of the previous financial year should not be less than Rs. 15.97 lacs.
Note:- a. Other income shall not be considered for arriving at annual turnover. b. In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptable.
3. i. Bidders must have GST, PF, ESI registrations, PAN and labour license (if required) and should upload all these while uploading the tender.
ii. Bidder registered with Civil wing of KSTPS, who have already submitted GST, PF, ESI registrations & PAN and have uploaded valid Registration Certificate of Civil wing of KSTPS while uploading tender are not required to upload GST, PF, ESI registrations and PAN.
4. Bidder should submit an undertaking on Non Judicial stamp paper worth Rs. 100.00 with certificate mentioning in it that the firm has no liability in the concerned departments regarding deposition of PF, ESI & Service tax/GST etc. up to the period of 31.03.2018.
QR for TN-4582 The firms participating in the tender enquiry should fulfill the following qualifying requirements:- 1. The bidder must have an experience of having successfully executed / completed the similar
work of any Thermal Power station/ any process industries during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.3.44 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.4.30 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.6.89 Lac. 2. Similar works mean that firm should have experience of the work of Radiography of H.P.
Welding joints of any Thermal Power station/ any process industries. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders outside Kota should have source movement permission or valid license from Atomic Energy Regulatory Board.
6. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.2.58 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
21
7. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, and Labour License (if required).
8. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4584 1. i. The bidder must have an experience of having successfully executed/completed works in any
of the thermal power plant(s)/gas power plant(s)/any process industry/any electrical utility/any Govt. organization (as the case may be according to the nature of work) during last 7 years ending last day of the month previous to bid opening date with either of the following executed value(s) of the contract(s) :
(a) Three similar completed/executed works costing not less than Rs. 6.26 lacs. each. or
(b) Two similar completed/executed work costing not less than Rs. 7.82 lacs. each. or
(c) One similar completed/executed works costing not less than Rs. 12.52 lacs. “Similar works” means firm should have experience in running & maintenance of sewage
treatment plants. ii. In support of above, bidder shall furnish documentary evidence, copies of Work Order along
with Satisfactory performance certificate/Work completion certificate for above works executed by the firm issued by owner/order placing authorities. In case of works awarded by RVUN, performance certificate issued on or after 06.01.2017 should be signed by Chief Engineer/In-charge of Power Station/Project.
iii. Word “executed” means that bidder should have achieved the progress specified in the QR even if the total order is not completed/closed. The same shall be supported by documentary evidence issued by order placing authority/ owner.
2. Average annual financial turnover during the last three years, ending 31st March of the previous financial year should not be less than Rs. 4.69 lacs.
Note:- a. Other income shall not be considered for arriving at annual turnover. b. In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptable.
3. i. Bidders must have GST, PF, ESI registrations, PAN and labour license (if required) and should upload all these while uploading the tender.
ii. Bidder registered with Civil wing of KSTPS, who have already submitted GST, PF, ESI registrations & PAN and have uploaded valid Registration Certificate of Civil wing of KSTPS while uploading tender are not required to upload GST, PF, ESI registrations and PAN.
4. Bidder should submit an undertaking on Non Judicial stamp paper worth Rs. 100.00 with certificate mentioning in it that the firm has no liability in the concerned departments regarding deposition of PF, ESI & Service tax/GST etc. up to the period of 31.03.2018.
QR for TN-4585 1. The bidders should have experience of successfully executed/completed for “similar nature of
Work” in any Thermal Power plant having capacity 110 MW and above during last 7 years ending last day of the month previous to bid opening date with either of the following executed value(s) of the contract(s):-
a. Three executed/ completed works costing not less than Rs.5.41 lac each. OR
b. Two executed/ completed works costing not less than Rs.6.76 lac each. OR
c. One executed/ completed work costing not less than Rs.10.82 lac. 2. The “Similar nature of work” means firm should have sufficient experience in field of “repairing
of copper tubes of coolers of Air Compressors” 3. In support of the above, bidder shall furnish documentary evidence like copies of work order
along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the Chief Engineer/ In charge of power station/ Project.
22
4. The word “executed” means that the bidder should have achieved the progress specified in the QR even if the total order is not completed / closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have average Annual financial turn over in the preceding 3 completed financial years as on bid opening should not be less than the amount Rs.4.06 lacs.
Note :- a. Other income shall not be considered for arriving at annual turnover. b. In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
6. The participating bidders should have Goods & Service Tax registration with Central Excise Department, PF registration, PAN Card, ESI registration and Labour license (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs. 100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of CPF, ESI & GST/Service Tax etc. up to 31.03. 2018.
QR for TN-4586 1. The bidder must have an experience of having successfully executed / completed the similar
work in any of Thermal Power Station of 110 MW or above capacity or any reputed industry during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.2.46 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.3.08 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.4.93 Lac. 2. Similar works mean that firm should have experience of carrying out the work of attending
various types of leakages viz. oil/water/steam etc. leakages without taking shutdown by online sealing technique in any of Thermal Power Station of 110 MW or above capacity or any reputed industry.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.1.85 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, and Labour License (if required). 7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4587 1. The bidder must have an experience of having successfully executed/ completed similar type of
work in any Thermal Power plant of 110MW or above capacity during last 7 years ending last day of month previous to the one in which application are invited should be either of the following:-
a) Three similar completed executed works costing not less than Rs.17.85 lacs each.
23
OR b) Two similar completed/ executed works costing not less than Rs.22.31 lacs each. OR c) One similar completed/ executed work costing not less than Rs.35.70 lacs.
2. The similar work‟‟ means the bidders should have experience of the works of “Maintenance and overhauling of various types of pumps including Boiler Feed Pumps” in any Thermal Power plant of 110MW or above capacity.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above Works executed and issued by the In-charge or order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.17 should be signed by the Chief Engineer / In charge of power station /project
4. The word „‟executed‟‟ means that the bidder should have achieved the progress specified in the QR even if the total order is not completed/ closed. The same shall be supported by documentary evidence issued by the order placing authority / owner.
5. The bidders should have Average financial turn over in the preceding 3 (three) completed financial years as on date of bid opening should not be less than Rs.13.39 lac.
Note:- a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/ copy of audited P&L
accounts/ certificate copies of P&L account and balance sheet In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PAN Card, PF registration, ESI
registration and Labor license (if required). 7. The bidder should submit an undertaking on Non- judicial stamp paper worth Rs. 100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, & Service Tax / GST etc. up to the period 31.03.2018
QR for TN-4588 1. i. The bidder must have an experience of having successfully executed/completed
works in any of the thermal power plant(s)/gas power plant(s)/any process industry/any electrical utility/any Govt. organization (as the case may be according to the nature of work) during last 7 years ending last day of the month previous to bid opening date with either of the following executed value(s) of the contract(s) :
(a) Three similar completed/executed works costing not less than Rs. 8.92 lacs. each. or
(b) Two similar completed/executed work costing not less than Rs. 11.15 lacs. each. or
(c) One similar completed/executed works costing not less than Rs. 17.84 lacs. “Similar works” means firm should have experience in execution of civil work in buildings. ii. In support of above, bidder shall furnish documentary evidence, copies of Work Order along
with Satisfactory performance certificate/Work completion certificate for above works executed by the firm issued by owner/order placing authorities. In case of works awarded by RVUN, performance certificate issued on or after 06.01.2017 should be signed by Chief Engineer/In-charge of Power Station/Project.
iii. Word “executed” means that bidder should have achieved the progress specified in the QR even if the total order is not completed/closed. The same shall be supported by documentary evidence issued by order placing authority/ owner.
2. Average annual financial turnover during the last three years, ending 31st March of the previous financial year should not be less than Rs. 6.69 lacs.
Note:- a. Other income shall not be considered for arriving at annual turnover. b. In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptable.
3. i. Bidders must have GST, PF, ESI registrations, PAN and labour license (if required) and should upload all these while uploading the tender.
24
ii. Bidder registered with Civil wing of KSTPS, who have already submitted GST, PF, ESI registrations & PAN and have uploaded valid Registration Certificate of Civil wing of KSTPS while uploading tender are not required to upload GST, PF, ESI registrations and PAN.
4. Bidder should submit an undertaking on Non Judicial stamp paper worth Rs. 100.00 with certificate mentioning in it that the firm has no liability in the concerned departments regarding deposition of PF, ESI & Service tax/GST etc. up to the period of 31.03.2018.
QR for TN-4589 1. i. The bidder must have an experience of having successfully executed/completed works in
any of the thermal power plant(s)/gas power plant(s)/any process industry/any electrical utility/any Govt. organization (as the case may be according to the nature of work) during last 7 years ending last day of the month previous to bid opening date with either of the following executed value(s) of the contract(s) :
(a) Three similar completed/executed works costing not less than Rs. 6.69 lacs. each. or
(b) Two similar completed/executed work costing not less than Rs. 8.36 lacs. each. or
(c) One similar completed/executed works costing not less than Rs. 13.38 lacs. “Similar works” means firm should have experience in repair & maintenance of steel and joinery
works. ii. In support of above, bidder shall furnish documentary evidence, copies of Work Order along
with Satisfactory performance certificate/Work completion certificate for above works executed by the firm issued by owner/order placing authorities. In case of works awarded by RVUN, performance certificate issued on or after 06.01.2017 should be signed by Chief Engineer/In-charge of Power Station/Project.
iii. Word “executed” means that bidder should have achieved the progress specified in the QR even if the total order is not completed/closed. The same shall be supported by documentary evidence issued by order placing authority/ owner.
2. Average annual financial turnover during the last three years, ending 31st March of the previous financial year should not be less than Rs. 5.01 lacs.
Note:- a. Other income shall not be considered for arriving at annual turnover. b. In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptable.
3. i. Bidders must have GST, PF, ESI registrations, PAN and labour license (if required) and should upload all these while uploading the tender.
ii. Bidder registered with Civil wing of KSTPS, who have already submitted GST, PF, ESI registrations & PAN and have uploaded valid Registration Certificate of Civil wing of KSTPS while uploading tender are not required to upload GST, PF, ESI registrations and PAN.
4. Bidder should submit an undertaking on Non Judicial stamp paper worth Rs. 100.00 with certificate mentioning in it that the firm has no liability in the concerned departments regarding deposition of PF, ESI & Service tax/GST etc. up to the period of 31.03.2018.
QR for TN-4590
1. The bidder must have an experience of having successfully executed / completed the similar works in any Thermal Power plant of capacity not below 110 MW during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:-
a) Three similar completed /executed works costing not less than Rs. 13.76 lacs each OR b) Two similar completed/ executed works costing not less than. Rs. 17.20 Lacs each OR b) One similar completed / executed works costing not less than Rs. 27.52 Lacs 2. Similar work means firm have sufficient experience of ash handling plant maintenance work in
power plants having 110 MW or above capacity. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by
25
RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.10.32 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, Labour license (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4591 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.155 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.193 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.310 Lac. 2. Similar works mean that firm should have successfully executed / completed the work of
assistance in Operation work of CHP / Maintenance works and other associated works in CHP area, in any Thermal Power plant of capacity not below 110 MW.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.116 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration and Labour License.
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
Note:- I. The above work order should be directly placed to the tenderer, Experience of sub-letted
work will not be considered. II. Any firm who have been directly or indirectly terminated / blacklisted in any thermal
power plant across India for any reason whatsoever and duration is still continued will not be considered eligible for participation in this tender for which an under taking on Rs.10 NJ stamp paper shall be furnished by the bidder. In case if it is found at any point
26
of time that the undertaking given by them is not correct, in that case he will not be considered qualified or order awarded to them shall be terminated. The bidder shall also be black listed for all future contract of RVUNL.
III. The bidder shall produce all supporting documents in respect of QR as asked in the NIT within the same time frame only through E-tender procedure.
QR for TN-4592 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.54.51 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.68.14 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.109.03 Lac. 2. Similar works mean that firm should have successfully executed mechanical maintenance work
in CHP area i.e. maintenance of wagon tippler / crusher / stacker re-claimer / conveyor drive and associated equipments / conveyor belt jointing work in coal based thermal power station or in coal mines / iron & steel plants / cement plant / any other industrial plant.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.40.88 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration and Labour License (if required). 7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
Note:- I. The above work order should be directly placed to the tenderer, Experience of sub-letted
work will not be considered. II. Any firm who have been directly or indirectly terminated / blacklisted in any thermal power
plant across India for any reason whatsoever and duration is still continued will not be considered eligible for participation in this tender for which an under taking on Rs.10 NJ stamp paper shall be furnished by the bidder. In case if it is found at any point of time that the undertaking given by them is not correct, in that case he will not be considered qualified or order awarded to them shall be terminated. The bidder shall also be black listed for all future contract of RVUNL.
III. The bidder shall produce all supporting documents in respect of QR as asked in the NIT within the same time frame only through E-tender procedure.
QR for TN-4593 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.74.93 Lac each. OR
27
b) Two similar completed/ executed works costing not less than Rs.93.66 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.149.86 Lac. 2. Similar works mean that firm should have successfully executed mechanical maintenance work
in CHP area i.e. maintenance of wagon tippler & associated system / crusher / Dozers / stacker re-claimer / conveyor drive mtc. in coal based thermal power station or in coal mines / iron & steel plants / cement plant / Aluminum plants / any other industrial establishment.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.56.19 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
Note:- I. The above work order should be directly placed to the tenderer, Experience of sub-letted
work will not be considered. II. Any firm who have been directly or indirectly terminated / blacklisted in any thermal power
plant across India for any reason whatsoever and duration is still continued will not be considered eligible for participation in this tender for which an under taking on Rs.10 NJ stamp paper shall be furnished by the bidder. In case if it is found at any point of time that the undertaking given by them is not correct, in that case he will not be considered qualified or order awarded to them shall be terminated. The bidder shall also be black listed for all future contract of RVUNL.
III. The bidder shall produce all supporting documents in respect of QR as asked in the NIT within the same time frame only through E-tender procedure
QR for TN-4594 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.100.26 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.125.32 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.200.52 Lac. 2. Similar works mean that firm should have experience of providing retired railway / qualified
experienced / experienced personal of Govt. / private railway siding for assistance in railway operation / experience of maintenance of railway track and locomotives in any thermal power station or in coal mines / iron & steel plants / cement plant / any other industrial plant.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
28
4. The word “executed means that the bidder should have achieved the progress specified in the
QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.75.19 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
Note:- I. The above work order should be directly placed to the tenderer, Experience of sub-letted
work will not be considered. II. Any firm who have been directly or indirectly terminated / blacklisted in any thermal power
plant across India for any reason whatsoever and duration is still continued will not be considered eligible for participation in this tender for which an under taking on Rs.10 NJ stamp paper shall be furnished by the bidder. In case if it is found at any point of time that the undertaking given by them is not correct, in that case he will not be considered qualified or order awarded to them shall be terminated. The bidder shall also be black listed for all future contract of RVUNL.
III. The bidder shall produce all supporting documents in respect of QR as asked in the NIT within the same time frame only through E-tender procedure.
QR for TN-4595
1. The bidder must have an experience of having successfully executed / completed the similar work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.19.91 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.24.89 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.39.82 Lac. 2. Similar works mean that firm should have experience of maintenance of HT/LT Switchgear,
Panels and HT/LT motors in any thermal plant / fertilizer / iron & steel plants / cement plant / aluminum plants / any other industrial establishment or Nigam.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.14.93 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
29
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, Electrical License and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
Note:- I. The above work order should be directly placed to the tenderer, Experience of sub-letted
work will not be considered. II. Any firm who have been directly or indirectly terminated / blacklisted in any thermal power
plant across India for any reason whatsoever and duration is still continued will not be considered eligible for participation in this tender for which an under taking on Rs.10 NJ stamp paper shall be furnished by the bidder. In case if it is found at any point of time that the undertaking given by them is not correct, in that case he will not be considered qualified or order awarded to them shall be terminated. The bidder shall also be black listed for all future contract of RVUNL.
III. The bidder shall produce all supporting documents in respect of QR as asked in the NIT within the same time frame only through E-tender procedure.
QR for TN-4596 1. The bidder must have an experience of having successfully executed / completed the similar
work in any of the thermal power plant (s) / gas power plant (s) / any process industries / any electrical utility / organization during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.23.71 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.29.64 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.47.43 Lac. 2. Similar works mean that firm should have experience of maintenance of Power Transformers /
Generator Bus Duct / Switchyard 220KV and above. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.17.78 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, Electrical License (Class-A) and Labour License (if required). 7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4597 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.19.96 Lac each. OR
30
b) Two similar completed/ executed works costing not less than Rs.24.95 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.39.92 Lac. 2. Similar works mean that firm should have experience of maintenance of Generator / Turbine /
Transformer in any Power Plant above 110 MW capacity / 250 MVA Power Transformers. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.14.97 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, Electrical License and Labour License (if required). 7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4598 1. The bidder must have an experience of having successfully executed / completed the similar
work in any of the thermal power plant (s) / gas power plant (s) / any process industries / any electrical utility / organization during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.14.37 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.17.96 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.28.74 Lac. 2. Similar works means that firm should have experience of carrying out maintenance of DC
system including mtc. of Batteries / mtc. of Electrical Protection system of power plant / mtc. of LT switchgear / mtc. of HT switchgear.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.10.77 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
31
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, Electrical License (Class-A) and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4599 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.5.22 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.6.52 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.10.44 Lac. 2. Similar works mean that firm should have experience of carrying out maintenance/overhauling
of electrical equipments like LT switchgear / HT switchgear / LT motor / HT motor / Valve damper actuators / Power Transformers etc in any of the thermal power plant (s) / gas power plant (s) / any process industries / any electrical utility.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.3.91 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, Electrical License (Class-B) and Labour License (if required). 7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4600 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.5.76 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.7.20 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.11.53 Lac. 2. Similar works means that firm should have experience of carrying out work of remote controlled
mechanized High Pressure Hydro jetting for cleaning of condenser tubes upto 1000 Bar in any of the power plant (s) / any process industries.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
32
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.4.32 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration and Labour License (if required). 7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4601 1. The bidder must have an experience of having successfully executed / completed the similar
work in any Thermal Power Plant having capacity 110 MW and above during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.13.83 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.17.29 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.27.66 Lac.
2. Similar works mean that firm should have sufficient knowledge and working experience in the field of maintenance of reciprocatory / screw type air compressors & its associated system.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.10.37 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4602 1. The bidder must have an experience of having successfully executed / completed the similar
work in any Thermal Power Plant having capacity 110 MW and above during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.7.67 Lac each. OR
33
b) Two similar completed/ executed works costing not less than Rs.9.59 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.15.34 Lac. 2. Similar works mean that firm should have sufficient knowledge and working experience in the
field of operation & maintenance of Hydrogen generation plant. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.5.75 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration, and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4603 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.35.72 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.44.65 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.71.44 Lac. 2. Similar works mean that firm should have experience of carrying out maintenance & operation
of ash handling system / maintenance of ESP in any thermal power plant of 110 MW & above. 3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.26.79 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration and Labour License (if required).
34
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-4604 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of months previous to bid opening date with either of the following executed value(s) of the contract(s):
a) Three similar completed/ executed works costing not less than Rs.31.17 Lac each. OR
b) Two similar completed/ executed works costing not less than Rs.38.97 Lac each. OR
c) One similar completed/ executed work costing not less than Rs.62.35 Lac. 2. Similar works mean that firm should have experience in the field of mechanical maintenance of
CW Pumps and Cooling Tower. The firm having experience of maintenance of Travelling Water Screens along with above two maintenance works may also be eligible, in any Thermal Power plant having capacity 110 MW and above.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.23.38 Lac.
Note: a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration and Labour License (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs.100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of PF, ESI, GST/Service Tax etc. up to the period 31.03.2018.
QR for TN-14044
1. The participating bidders should have past experience for supply of Sodium Silicate/Chemical Items to NTPC or Any Other Thermal Power Station of 110MW or above capacity during Last three years for which bidder has to furnish copies purchase order having value of at least one purchase order not less than Rs. 25000/-
2. Participating bidders should have valid GSTIN registration and PAN Card copy of the same must be furnished along with bid.
Note:-
1. In absence of any documents towards qualifying requirement, the tender shall not be considered for further evaluation and bid shall liable to be rejected.
QR for TN-15094
The bidders intending to participate in this tender enquiry for supply of Connecting rod assembly for Tube mills BBD-4760 of Unit 5,6 and 7,KSTPS,Kota should fulfill the following qualifying criteria:-
1. The bidder should be registered with government agencies like SSI/NSIC/MSME/DIC etc. as a manufacturer of same or similar items for which bidder has to furnish valid necessary documents along with the tender.
35
2. The bidder should have sufficient experience of supplying same or similar items to NTPC/BHEL/ Any other state owned TPP/Central or state PSU/Reputed TPP during last five years, for which bidder has to furnish copies of the purchase orders with either of the following value(s) as proof of experience
a) Three executed/completed Purchase Order, as above, costing not less than the amount equal to Rs.1.67 Lacs/- each
or b) Two executed/completed Purchase Order, as above, costing not less than the amount equal
to Rs.2.09 Lacs /- each or
c) One executed/completed Purchase Order, as above, costing not less than the amount equal to Rs.3.34 lacs
3. The bidder should have to furnish documentary evidence in support of successful execution of the above purchase orders in the form of material receipt/Invoices/ acceptance etc.
4. The bidder should have average financial turnover in the preceding three (03) years completed financial years as on date of bid opening should not be less than 4.18 Lacs
Note:- a) Other income shall not be considered for arriving at annual turnover.
b) In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L accounts/certified copies of P&L account and balance sheet in case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall be considered acceptable.
5. The participating bidders should have GSTIN registration and documentary proof regarding the same shall be furnished along with bids.
QR for TN-13096
1) The participating bidders should have past experience for supply & installation of similar items i.e. PTZ cameras along with other optional utilities at power plants/ Government Department/ PSU‟s / Reputed Chemical/ Fertilizer/ Process Industries along with data upload /connect to SPCB/CPCB server. For this bidder shall have to furnish the self attested copy of the purchase order in support of supply experience with bid as follows: a). Three similar Purchase order copies costing not less than 2.6 lacs each. OR b). Two similar purchase order copies costing not less than 3.25 lacs each. OR C). One similar purchase order copy costing not less than 5.2 lacs.
The purchase order must not be older than five years from date of NIT.
2) The participating bidder shall have to furnish copy of balance sheets and profit & loss accounts statements as per latest I.T.C.C, duly certified by the chartered accountant for immediately preceding three financial years (i.e FY 2015-16 , 2016-17 & 2017-18 ) to establish the average annual turnover of Rs. 6.5 lacs or above.
3) Participating bidders should have valid GSTIN registration and PAN Card copy of the same must be furnished along with bid. Note:-
1. Please note that bidder should read carefully qualifying requirement of tender and should submit all required documents accordingly along with bid.
2. Bidders not fulfilling qualifying requirements are advised not to submit their bid against this bid specification, in absence of any documents towards qualifying requirement, the tender shall not be considered for further evaluation and bid shall liable to be rejected.
QR for TN-18071
1. The participating bidder should be the original manufacturer (OM) or the authorized dealer/distributor of the original manufacturer (OM) having valid certificate/ authorization letter from their principle manufacturer. For this bidder shall have to furnish copy of the same along with bid.
2. The participating bidder should have past experience for supply of Silica Gel, to Government Departments/Power Plants /PSU‟s/ Any Process Industries. For this bidder shall have to furnish
36
the self attested copy of previous purchase order (s) of the same, secured in last seven (07) years, in support of supply experience along with Bid.
3. Participating Bidders should have valid GST registration and copy of the same must be furnished along with Bid.
QR for TN-18083
1. The participating bidder should be the original manufacturer. For this, bidder shall have to furnish the self attested copy of valid MSME/NSIC/Udyog Aadhar Memorandum/any other documents, in support of being a manufacturer of offered Carbon Brushes alongwith bid.
OR The participating bidder should be authorized dealer/distributor of the original manufacturer, For this participating bidder shall have to furnish the self attested copy of valid authorization letter/certificate from their original manufacturer and self attested copy of valid MSME/NSIC/Udyog Aadhar Memorandum/any other documents of original manufacturer, in support of being a manufacturer of offered Carbon Brushes, alongwith bid.
2. The participating bidder should have past experience for supply of Carbon Brushes for 110 MW and above capacity Generators, to Government Departments/Power Plants/PSU‟s. For this bidder shall have to furnish the self attested copy of previous purchase orders of the same, secured in last seven (07) years, detailed as below, in support of supply experience along with Bid; (i) One executed/completed purchase order of value of not less than Rs. 5.60 Lacs ; OR (ii) Two executed/completed purchase orders of value of not less than Rs. 3.50 Lacs each; OR (iii) Three executed/completed purchase orders of value not less than Rs. 2.80 Lacs each.
3. The bidder should have average financial turn over in the preceding three (03) financial years as on date of opening should not be less than 2.10 Lacs.
Note:- A. Other income shall not be considered for arriving at annual turnover B. In support of annual turnover, bidder shall furnish annual reports/copy of audited profit &
loss accounts/certified copies of profit & loss account and balance sheet. 4. Participating Bidders should have valid GST registration and copy of the same must be
furnished along with Bid.
QR for TN-19019
1. The participating bidder should be the original manufacturer or the authorized dealer/distributor of the original manufacturer having valid certificate/ authorization letter from their principle manufacturer. For this bidder shall have to furnish copy of the same along with bid.
2. The participating bidder should have past experience for supply of Electric Wires & Cables/Trailing cables, to Government Departments/Power Plants /PSU‟s/ Any Process Industries. For this bidder shall have to furnish the self attested copy of previous purchase order (s) of the same, secured in last seven (07) years, in support of supply experience along with Bid.
3. Participating Bidders should have valid GST registration and copy of the same must be furnished along with Bid.
QR for TN-15095
The bidders intending to participate in this tender enquiry for supply of Hyseal 80-20 high temperature sealing compound for burner panel of Mills Stage –I to V should fulfill the following qualifying criteria:-
1. The bidder should be an manufacturer/authorized dealer/supplier of same or similar items for which bidder has to furnish valid necessary documents along with the tender.
2. The bidder should have sufficient experience of supplying same or similar items to NTPC/BHEL/ Any other state owned TPP/Central or state PSU/Reputed TPP during last seven years, for which bidder has to furnish copies of the purchase orders with either of the following value(s) as proof of experience.
a) One executed/completed Purchase Order, as above, costing not less than the amount equal
to Rs.2.28 Lacs. or b) Two executed/completed Purchase Order, as above, costing not less than the amount
equal to Rs.1.42 Lacs /- each or
37
c) Three executed/completed Purchase Order, as above, costing not less than the amount equal to Rs.1.14 lacs each.
3. The bidder should have to furnish documentary evidence in support of successful execution of the above purchase orders in the form of material receipt/Invoices/ acceptance etc.
4. The bidder should have average financial turnover in the preceding three (03) years completed financial years as on date of bid opening should not be less than 2.85 Lacs
Note:- c) Other income shall not be considered for arriving at annual turnover. d) In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet in case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall be considered acceptable.
5. The participating bidders should have GSTIN registration and documentary proof regarding the same shall be furnished along with bids.
QR for TN-13098
1) The participating bidders should have past experience for supply of Spares for Siemens Make Telephone Exchanges to Power plants/ Government Department/ PSU‟s / Reputed Chemical / Fertilizer / Process Industries . For this bidder shall have to furnish the copy of the purchase order secured , in support of supply experience with bid . The purchase order must not be older than five years from date of NIT.
2) The participating bidder shall have to furnish copy of balance sheets and profit & loss accounts statements as per latest I.T.C.C, duly certified by the chartered accountant for immediately preceding three financial years (i.e FY 2015-16 , 2016-17 & 2017-18 ) to establish the average annual turnover of Rs. 171630 /- or above
3) Participating bidders should have valid GSTIN registration and PAN Card copy of the same must be furnished along with bid.
4) Participating bidder is to submit fully interchangeability certificate regarding all Quoted items.
Note:- 2. Please note that bidder should read carefully qualifying requirement of tender and should submit
all required documents accordingly along with bid. 3. Bidders not fulfilling qualifying requirements are advised not to submit their bid against this bid
specification, in absence of any documents towards qualifying requirement, the tender shall not be considered for further evaluation and bid shall liable to be rejected.
QR for TN-14045
1) The bidders should be a manufacturer or their authorized dealer/ having certificate of dealership and dealer will have to furnish authorization letter from their principal manufacturer for this NIT.
2) The participating bidders should have past experience for supply of either of the similar items “i.e. Refrigerant gases” or empty cylinders for “Refrigerant Gases” to power plants/ Government Department/ PSU‟s/ Reputed Process Industries. For this bidder shall have to furnish with bid the copies of purchase orders secured in support of supply experience as follows:
a).Three similar Purchase order copies costing not less than 3.36 Lakhs each. OR b).Two similar purchase order copies costing not less than 4.20 Lakhs each. OR c). One similar purchase order copy costing not less than 6.72 Lakhs.
The purchase order must not be older than five years from date of NIT.
3) The Participating bidder shall have to furnish copy of balance sheets and profit and loss accounts statements as per latest ITCC, duly certified by the chartered accountant for immediately preceding three financial years ( 2017-18, 2016-17 & 2015-16) to establish the average turnover of Rs. 8.40 or above.
4) Participating bidders should have valid GSTIN registration and PAN Card copy of the same must be furnished along with bid.
Note:- 1. In absence of any documents towards qualifying requirement, the tender shall not be
considered for further evaluation and bid shall liable to be rejected.
38
QR for TN-14046
1. The bidders should be a manufacturer or their authorized dealer/ having certificate of dealership and dealer will have to furnish authorization letter from their principal manufacturer for this NIT.
2. The participating bidders should have past experience for supply of the similar items “i.e. bulk Chemicals” to power plants/ Government Department/ PSU‟s/ Reputed Process Industries. For this bidder shall have to furnish with bid the copies of purchase orders secured in support of supply experience as follows:
a).Three similar Purchase order copies costing not less than Rs. 88400/- each. OR b).Two similar purchase order copies costing not less than Rs. 1,10,500/- each. OR c). One similar purchase order copy costing not less than Rs. 1,76,800/-
The purchase order must not be older than five years from date of NIT.
3. The Participating bidder shall have to furnish copy of balance sheets and profit and loss accounts statements as per latest ITCC, duly certified by the chartered accountant for immediately preceding three financial years ( 2017-18, 2016-17 & 2015-16) to establish the average turnover of Rs. 2.21 Lakhs or above.
4. Participating bidders should have valid GSTIN registration and PAN Card copy of the same must be furnished along with bid.
Note:- In absence of any documents towards qualifying requirement, the tender shall not be considered for further evaluation and bid shall liable to be rejected. QR for TN-18080 1. The participating bidder should be the original equipment manufacturer (OEM) or the authorized
dealer/distributor of the original equipment manufacturer (OEM) having valid certificate/authorization letter from their principle manufacturer. For this bidder shall have to furnish copy of the same along with bid.
2. The participating bidder should have past experience for supply of Electrical LT/HT Motors, to Government Departments/Power Plants /PSU‟s/ Any Process Industries. For this bidder shall have to furnish the self attested copy of previous purchase order(s) alongwith copy of invoice(s) in support of supply execution of the same, executed in last seven (07) years, in support of supply experience, along with Bid.
3. Bidder shall have to furnish GTP (Gross Technical particulars) and detailed drawing of each offered LT motor along-with bid for technical evaluation.
4. The bidder should have average financial turn over in the preceding three (03) financial years as on date of opening should not be less than 2.58 Lacs.
Note:- A. Other income shall not be considered for arriving at annual turnover B. In support of annual turnover, bidder shall furnish annual reports/copy of audited profit & loss
accounts/certified copies of profit & loss account and balance sheet. 5. The participating bidder should submit self attested declaration that he has no pending supply
against any purchase order(s) in RVUNL. 6. Participating Bidders should have valid GSTIN registration and copy of the same must be
furnished along with Bid.
QR for TN-11077 1 The participating bidder should have past experience for supply of Spares for Bottom Ash
System / Fly Ash System / Ash Handling Plant / Clinker Grinder to Government Departments / Power Plants / PSU‟s/Pvt Ltd Companies. For this bidder shall have to furnish the self attested copy of previous purchase orders secured in last seven years, in support of supply experience along with Bid.
2 The bidder should have average financial turn over in the proceeding 3 (three) completed financial years as on date of bid opening not less than 1.80 lacs. Bidder need to furnish supporting documents for the same.
Note:- a) Other income shall not be considered for arriving at annual turnover.
b) In support of annual turnover, bidder shall furnish annual reports /copy of audited P&L accounts / certified copies of P&L account and balance sheet. In cases where audited
39
results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
3 The participating bidder should submit self attested declaration along with bid that he has no pending supply against purchase order (s) in RVUNL
4 Participating Bidders should have valid GST No. registration and supporting documents must be furnished along with Bid.
QR for TN-20060
1. The participating bidder should be the original equipment manufacturer or the authorized dealer / distributor of the original equipment manufacturer (OEM) having valid certificate/authorization letter from their principal manufacturer. For this bidder shall have to furnish the copy of the same along with the bid.
2. The participating bidder should have past experience for supply of Brake Liners for Locomotives to Government Departments / Power Plants / PSU‟s/Pvt Ltd Companies. For this bidder shall have to furnish the self attested copy of previous purchase orders secured in last seven years, in support of supply experience along with Bid.
3. The bidder should have average financial turn over in the proceeding 3 (three) completed financial years as on date of bid opening not less than 1.10 lacs. Bidder need to furnish supporting documents for the same.
Note:- a) Other income shall not be considered for arriving at annual turnover. b) In support of annual turnover, bidder shall furnish annual reports / copy of audited P&L accounts / certified copies of P&L account and balance sheet. In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable. 4. The participating bidder should submit self attested declaration along with bid that he has no
pending supply against purchase order (s) in RVUNL 5. Participating Bidders should have valid GST No. registration and supporting documents must be
furnished along with Bid.
QR for TN-25053 1. The participating bidder should be the original manufacturer of Wires & Cables or the authorized
dealer/distributor of the original manufacturer of Wires & Cables, having valid certificate/authorization letter from their principle manufacturer. For this bidder shall have to furnish copy of the same along with bid.
2. The participating bidder should have past experience for supply of Wires & Cables to Government Departments / Power Plants / PSU‟s/ Any Process Industries. For this bidder shall have to furnish the self attested copy of previous purchase orders of the same, secured in last seven (07) years, detailed as below, in support of supply experience along with Bid; (i) One executed/completed purchase order of value of not less than Rs. 6.14 Lacs ; OR (ii) Two executed/completed purchase orders of value of not less than Rs. 3.84 Lacs each; OR (iii) Three executed/completed purchase orders of value not less than Rs. 3.07 Lacs each.
3. The bidder should have average financial turn over in the preceding three (03) financial years as on date of opening should not be less than 2.30 Lacs.
Note:- A. Other income shall not be considered for arriving at annual turnover B. In support of annual turnover, bidder shall furnish annual reports/copy of audited profit & loss
accounts/certified copies of profit & loss account and balance sheet. 4. The participating bidder should submit self attested declaration that he has no pending supply
against any purchase order(s) in RVUNL. 5. Participating Bidders should have valid GST registration and copy of the same must be furnished
along with Bid.
QR for TN-19021
1. The participating bidder should be the original equipment manufacturer (OEM) or the authorized dealer/distributor of the original equipment manufacturer (OEM), having valid
40
certificate/authorization letter from their principle manufacturer. For this bidder shall have to furnish copy of the same along with bid.
2. The participating bidder should have past experience for supply of Batteries, to Government Departments / Power Plants / PSU‟s/ Any Process Industries. For this bidder shall have to furnish the self attested copy of previous purchase order (s) of the same, secured in last seven (07) years, in support of supply experience along with Bid.
3. The participating bidder should have average financial turn over in the preceding three (03) financial years as on date of opening should not be less than 1.65 Lacs.
Note:- A. Other income shall not be considered for arriving at annual turnover B. In support of annual turnover, bidder shall furnish annual reports/copy of audited profit & loss
accounts/certified copies of profit & loss account and balance sheet. 4. The participating bidder should submit self attested declaration that he has no pending supply
against any purchase order(s) in RVUNL. 5. Participating Bidders should have valid GST registration and copy of the same must be furnished
along with Bid.
QR for TN-18085
1. The participating bidder should have average financial turn over in the preceding three (03) financial years as on date of opening should not be less than 4.50 Lacs.
Note:- A. Other income shall not be considered for arriving at annual turnover B. In support of annual turnover, bidder shall furnish annual reports/copy of audited profit & loss
accounts/certified copies of profit & loss account and balance sheet. 2. Participating Bidders should have valid GST registration and copy of the same must be furnished
along with Bid.
QR for TN-4564 1. i.) The bidder must have an experience of having successfully executed/completed works in
any of the thermal power plant(s)/gas power plant(s)/any process industry/any electrical utility/any Govt. organization during last 7 years ending last day of the month previous to bid opening date with either of the following executed value(s) of the contract(s):
(a) Three similar completed/executed works costing not less than Rs. 1.41 lacs each. or
(b) Two similar completed/executed work costing not less than Rs. 1.76 lacs. each. or
(c) One similar completed/executed works costing not less than Rs. 2.82 lacs. “Similar works” means firm have sufficient knowledge and working experience in Road / drain sweeping / cleaning work.
ii.) In support of above, bidder shall furnish documentary evidence, copies of Work Order along with Satisfactory performance certificate/Work completion certificate for above works executed by the firm issued by owner/order placing authorities. In case of works awarded by RVUN, performance certificate issued on or after 06.01.2017 should be signed by Chief Engineer/In-charge of Power Station/Project.
iii.) The word “executed” means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by order placing authority/ owner.
2. Average annual financial turnover during the last three years ending 31st March of the previous financial year should not be less than Rs. 1.06 lacs.
Note:- a. Other income shall not be considered for arriving at annual turnover. b. In support of annual turnover, bidder shall furnish annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptable.
3. i. Bidders must have GST, PF, ESI registrations, PAN and labour license (if required) and should upload all these while uploading the tender.
ii. Bidder registered with Civil wing of KSTPS, who have already submitted GST, PF, ESI registrations & PAN and have uploaded valid Registration Certificate of Civil wing of KSTPS while uploading tender are not required to upload GST, PF, ESI registrations and PAN.
41
Bidder should submit an undertaking on Non Judicial stamp paper worth Rs. 100.00 with certificate mentioning in it that the firm has no liability in the concerned departments regarding deposition of PF, ESI & Service tax / GST etc. up to the period of 31.03.2018.
QR for TN-4571 1. The bidder must have an experience of having successfully executed / completed the similar
work during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:-
a) Three similar completed /executed works costing not less Rs.1.61 lacs each. OR
b) Two similar completed/ executed works costing not less than Rs.2.01 lacs each. OR
c) One similar completed / executed work costing not less than Rs.3.22 lacs. 2. The Similar work means firm should have experience of carrying out related mechanical works
(like cutting, HP welding by IBR certified welder, dismantling & assembling of heavy machinery items) in any of Thermal Power Station of 110 MW or above capacity or any reputed industry.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the Chief Engineer / In charge of power station/ Project.
4. The word “executed” means that the bidder should have achieved the progress specified in the QR even if the total order is not completed / closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs.1.20 lacs.
Note: - a. Other income shall not be considered for arriving at annual turnover. b. In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration and Labour license (if required).
7. The bidder should submit an undertaking on Non-judicial stamp paper worth Rs. 100/- with the certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of CPF, ESI & Service Tax/GST etc. upto the period 31.03.2018.
QR for TN-4574 1. The bidder must have an experience of having successfully executed / completed the works of
maintenance of UPS systems of 40 KVA capacity or above rating in any Thermal Power plant / Government / public sector / reputed private companies during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:-
a) Three similar completed/ executed works costing not less than Rs.60,000 each. OR
b) Two similar completed/ executed works costing not less than Rs.75,000 each. OR
c) One similar completed/ executed work costing not less than Rs.1.2 lacs. 2. Similar work means firm should have experience of maintenance of UPS systems of 40 KVA
capacities or above rating in any Thermal Power plant / Government / public sector / reputed private companies.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with Satisfactory performance certificate/ Work Completion certificate for above works executed by the firm issued by owner /order placing authorities. In case of works awarded by RVUN performance certificate issued on or after 06.01.2017 should be signed by the chief Engineer/ In charge of power station/ Project.
4. The word “executed means that the bidder should have achieved the progress specified in the QR even if the total order is not completed /closed. The same shall be supported by documentary evidence issued by the order placing authority/owner.
42
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial years as on date of bid opening should not be less than Rs 45,000/-.
Note:- a) Other income shall not be considered for arriving at annual turnover. b) In support of Annual turnover, Bidder shall furnish Annual reports/copy of audited P&L
accounts/certified copies of P&L account and balance sheet. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
6. The participating bidders should have GST registration and PAN card. 7. The bidder should submit an undertaking on Non judicial stamp paper worth Rs.100/- with the
certificate mentioning in it that the firm has no liability in the concerned department regarding deposition of Service tax/GST upto the period 31.03.2018.
QR for TN-4583 1. Average Annual Financial Turn Over in the preceding three completed financial year as on date
of bid opening should not be less the amount Rs.1.00 lacs calculated on prorate basis for 12 months. For proof of turnover bidder shall produce copy of ITR/report of CA or copy of WO/ invoice or any other document in favor of turnover
2. The bidder must have an experience of successfully executed / completed the denting and painting work of any Heavy Vehicle having at least one single W.O. for Rs.50,000/- or more in a year during last three years. For experience bidder shall submit copies of work order‟s/invoices of any organization.
3. The participating bidders should have GST registration with Central Excise Department, PAN card.
Chief Engineer KSTPS, RRVUNL, Kota
43
”
”
”
http://eproc.rajasthan.gov.in ”
”” ”
1 TN- 25052 RVU1819GL
OB01666 1154000 23080 590 1000
2 TN- 26048 RVU1819GL
OB01677 1390000 27800 590 1000
3 TN- 11068 RVU1819GL
OB01664
I & II ”
” ”
1990000 39800 590 1000
4 TN- 18073 RVU1819GL
OB01719
KV
”2100000 42000 590 1000
5 TN- 18077 RVU1819GL
OB01721 8500000 170000 1180 1000
6 TN- 18075 RVU1819GL
OB01724 II ”
”
2300000 46000 590 1000
7 TN- 18081 RVU1819GL
OB01727 1982000 39700 590 1000
8 TN- 20058 RVU1819GL
OB01667
”
”5900000 118000 1180 1000
9 TN- 26054 RVU1819GL
OB01680 1745000 34900 590 1000
10 SE(Civil) TN-4565
RVU1819WSOB01668
6382000 127640 1180 1000
11 SE(EM) TN-4566
RVU1819WSOB01679
”
4055061 81200 590 500
12 SE
(Comml.) TN-4567
RVU1819WSOB01681
”
706937 14140 590 500
44
13 SE(BM) TN-4568
RVU1819WSOB01682
708000 14200 590 500
14 SE(EM) TN-4569
RVU1819WSOB01684
1763496 35300 590 500
15 SE
(Contracts)
TN-4570
RVU1819SLOB01688
7504200 150100 1180 1000
16 SE(EM) TN-4572
RVU1819WSOB01691
”
I V
5307215 106150 1180 1000
17 SE(TM) TN-4575
RVU1819WSOB01695
874000 17500 590 500
18 SE(Civil) TN-4577
RVU1819WSOB01669
1164000 23280 590 500
19 ACE (MM)
TN-4578
RVU1819SLOB01700
AC11626720 232600 1180 1000
20 SE(CAM) TN-4580
RVU1819WSOB01703
1190491 23820 590 500
21 SE(Civil) TN-4581
RVU1819WSOB01670
5324706 106500 1180 1000
22 SE(BM) TN-4582
RVU1819WSOB01708
”
”
861345 17250 590 500
23 SE(Civil) TN-4584
RVU1819WSOB01671
MGD
1564664 31300 590 500
24 SE(CAM) TN-4585
RVU1819WSOB01710
”
1353430 27100 590 500
25 SE(TM) TN-4586
RVU1819WSOB01713
616538 12400 590 500
26 SE(TM) TN-4587
RVU1819WSOB01714
4463617 89300 590 500
27 SE(Civil) TN-4588
RVU1819WSOB01672
2231000 44620 590 500
45
28 SE(Civil) TN-4589
RVU1819WSOB01673
1673000 33460 590 500
29 SE(CAM) TN-4590
RVU1819WSOB01716
3440097 68820 590 500
30 SE (CHP Opr.) TN-4591
RVU1819WSOB01717
”
38772565 776000 1180 1000
31 SE (CHP Mtc.) TN-4592
RVU1819WSOB01718
13628875 272600 1180 1000
32 SE (CHP Mtc.) TN-4593
RVU1819WSOB01720
”
18733075 374800 1180 1000
33 SE (CHP Mtc./Rly.) TN-4594
RVU1819WSOB01722
” 25065609 502000 1180 1000
34 SE (CHP Mtc.) TN-4595
RVU1819WSOB01723 ”
4978073 100000 1180 1000
35 SE(EM) TN-4596
RVU1819WSOB01725
5929444 118600 1180 1000
36 SE(EM) TN-4597
RVU1819WSOB01726
4990580 100000 1180 1000
37 SE(EM) TN-4598
RVU1819WSOB01728
3592649 71900 590 500
38 SE(EM) TN-4599
RVU1819WSOB01729
1305557 26500 590 500
39 SE(TM) TN-4600
RVU1819WSOB01730
1441350 28900 590 500
46
40 SE(CAM) TN-4601
RVU1819WSOB01731
3457984 69200 590 500
41 SE(CAM) TN-4602
RVU1819WSOB01732
” ”
”
1918657 38400 590 500
42 SE(CAM) TN-4603
RVU1819WS
OB01738 ” ”
”
8930739 178700 1180 1000
43 SE(CAM) TN-4604
RVU1819WS
OB01739 ”
7800000 156000 1180 1000
www.energy.rajasthan.gov.in
/rvunl http://eproc.rajasthan.gov.in
www.sppp.rajasthan.gov.in
TENDER EVENT
TN- 25052,26048,11068 18073
Sr. No. SCHEDULE OF DATE & TIME DATE TIME
A 03.01.19 11:00 AM
B 03.01.19 01:00 PM
C 16.01.19 01:00 PM
D
RTGS/NEFT ”For SBI [email protected], [email protected]
[email protected] (MM)
16.01.19 01:00 PM
E 16.01.19 01:00 PM
F 18.01.19 03:00 PM
TN- 18077,18075,18081,20058 26054
A 04.01.19 11:00 AM
B 04.01.19 01:00 PM
C 17.01.19 01:00 PM
D
RTGS/NEFT ”For SBI [email protected], [email protected]
[email protected] (MM)
17.01.19 01:00 PM
E 17.01.19 01:00 PM
F 19.01.19 03:00 PM
TN- 4567, 4568, 4575, 4582, 4586
A 01.01.19 11:00 AM
B 01.01.19 01:00 PM
47
C 08.01.19 01:00 PM
D
RTGS/NEFT ”[email protected] [email protected]
(MM)
08.01.19 05:00 PM
E 08.01.19 01:00 PM
F 10.01.19 03:00 PM
TN- 4570, 4572, 4580, 4585, 4587, 4597
A 29.12.18 11:00 AM
B 29.12.18 01:00 PM
C 09.01.19 01:00 PM
D
RTGS/NEFT ”[email protected] [email protected]
(MM)
09.01.19 05:00 PM
E 09.01.19 01:00 PM
F 11.01.19 03:00 PM
TN- 4566, 4569, 4590, 4592, 4596, 4598
A 02.01.19 11:00 AM
B 02.01.19 01:00 PM
C 14.01.19 01:00 PM
D
RTGS/NEFT ”[email protected] [email protected]
(MM)
14.01.19 05:00 PM
E 14.01.19 01:00 PM
F 16.01.19 03:00 PM
TN- 4599, 4600, 4601, 4602, 4603, 4604
A 03.01.19 11:00 AM
B 03.01.19 01:00 PM
C 15.01.19 01:00 PM
D
RTGS/NEFT ”[email protected] [email protected]
(MM)
15.01.19 05:00 PM
E 15.01.19 01:00 PM
F 17.01.19 03:00 PM
TN- 4578, 4591, 4593, 4594, 4595
A 03.01.19 11:00 AM
B 03.01.19 01:00 PM
C 23.01.19 01:00 PM
48
D
RTGS/NEFT ”[email protected] [email protected]
(MM)
23.01.19 05:00 PM
E 23.01.19 01:00 PM
F 25.01.19 03:00 PM
TN- 4565, 4577, 4581, 4584, 4588, 4589
A 03.01.19 11:00 AM
B 03.01.19 01:00 PM
C 16.01.19 01:00 PM
D
RTGS/NEFT ”[email protected], [email protected]/[email protected] (for civil
tenders) [email protected] ” (Civil)
16.01.19 05:00 PM
E 16.01.19 01:00 PM
F 18.01.19 03:00 PM
http://eproc.rajasthan.gov.in
MM
””
RTGS/NEFT RVUN‟s
For SBI [email protected], [email protected] (for works tenders) /
[email protected] (for purchase tenders)/[email protected] (for civil tenders)
www.energy.rajasthan.gov.in
/rvunl. http://eproc.rajasthan.gov.in
www.sppp.rajasthan.gov.in
”
49
””
1 TN- 14044 RVU1819GSOB01676
I V
72000 1440 236 05.01.2019
2 TN- 15094 RVU1819GSOB01674
418000 8360 236 05.01.2019
3 TN- 13096 RVU1819GSOB01678
PTZ
””
650000 13000 236 05.01.2019
4 TN-18071 RVU1819GSOB01689
563000 11300 236 05.01.2019
5 TN- 18083 RVU1819GSOB01694
MW MW MW
” 700000 14000 236 08.01.2019
6 TN- 19019 RVU1819GSOB01698
320000 6400 236 08.01.2019
7 TN- 15095 RVU1819GSOB01675
I V
285000 5700 236 08.01.2019
8 TN- 13098 RVU1819GSOB01683
572100 11445 236 08.01.2019
9 TN-14045 RVU1819GSOB01687
”840000 16800 236
09.01.2019
10 TN- 14046 RVU1819GSOB01693
221000 4420 236 09.01.2019
11 TN- 18080 RVU1819GSOB01701
925000 18500 236 09.01.2019
12 TN- 11077 RVU1819GSOB01665
” ”600000 12000 236
09.01.2019
50
”I & II
13 TN- 20060 RVU1819GSOB01696
354000 7080 236 10.01.2019
14 TN-25053 RVU1819GSOB01706
768000 15400 236 10.01.2019
15 TN- 19021 RVU1819GSOB01712
550000 11000 236 10.01.2019
16 TN- 18085 RVU1819GSOB01715
450000 9000 236 10.01.2019
17 SE(Civil) TN-4564
RVU1819WSOB01733 353000 7060 236
07.01.2019
18 SE(„TM)
TN-4571
RVU1819WSOB01734
402452 8050 236
07.01.2019
19 SE(C&I) TN-4574
RVU1819WSOB01735
2X80 150000 3000 236
07.01.2019
20 SE(Trg.) TN-4583
RVU1819WSOB01736
305000 6100 236
07.01.2019
PHONE :- TN-4564 SE (Civil)
TN-4571 SE (TM)
TN-4574 SE (C&I)
TN-4583 SE (Trg.)
”