Upload
lycong
View
235
Download
6
Embed Size (px)
Citation preview
RAJASTHAN COUNCIL OF SECONDARY EDUCATION
RAJASTHAN MADHYMIK SHIKSHA ABHIYAN,
(RMSA), RAJASTHAN
E-Tender
FOR
SUPPLY AND INSTALLATION OF SCHOOL
FURNITURE
- IMPLEMENTING AGENCY -
RAJASTHAN COUNCIL OF SECONDARY EDUCATION
2
E-PROCUREMENT OF SCHOOL FURNITURE
RAJASTHAN COUNCIL OF SECONDARY EDUCATION (RCSE) JAIPUR
TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF SCHOOL FURNITURE
RAJASTHAN COUNCIL OF SECONDARY EDUCATION
Dr. S.Radhakrishnan Shiksha Sankul,
6th
Block, Jawahar Lal Nehru Marg, Jaipur
Telephones: 0141- 2700375 Fax : 0141-2700459
BID REFERENCE : F-7/RMSA/Acctt/SchFur/14-15/ Dated :
E-TENDER
FOR
SUPPLY AND INSTALLATION OF SCHOOL FURNITURE
1. RAJASTHAN COUNCIL OF SECONDARY EDUCATION, JAIPUR invites Technical & Financial Bids through e-
Tender for Supply and Installation of School Furniture at the various Secondary and Sr. Secondary
Schools(Details available at website http://rajrmsa.nic.in) situated at 33 districts of 7 Divisions in
Rajasthan state(as per schedule at ANNEXURE-8)..
2. Bidder should submit the proposal only in electronic form at http://eproc.rajasthan.gov.in as
prescribed in this bid document. The first part will consist of technical proposal and the second part
will consist of financial proposal.
3. Bidders should go through the website http://eproc.rajasthan.gov.in and the link "help for contractors" , " information about DSC", "FAQs"' and bidders manual kit" to know the process for submitting the electronic bids at website. The complete bid document has been published on the website http://sppp.rajasthan.gov.in, http://rajrmsa.nic.in and http://eproc.rajasthan.gov.in for the purpose of downloading. The downloaded bid document shall be considered valid for participation in the bid process subject to submission of required cost of bid document of Rs. 1000 (One thousand only) per District in the form of D.D./B.C. in the favour of Commissioner' RCSE, Jaipur payable at Jaipur and e-Tendering processing fee Rs. 1000 in the favour of MD, RISL payable at Jaipur. A copy of EMD, e-tender processing fee and cost of bid document receipt must be enclosed along with the Technical Bid proposal failing which the bid will be summarily rejected. All the communications / correspondences including the bid document should be physically signed, stamped on each page and also signed digitally by the designated authorized representative of the bidder.
4. Bidders have to submit the original Demand Draft/ Banker Cheque/Bank Guarantee of Tender fee, Earnest Money and Processing Fees & Declarationt upto 2:00 PM on 23.03.2015. If any
bidder fails to submit the same , the technical and financial bid of the bidder shall not be
opened. The D.D./ B.C./BG should be of National or scheduled bank drawn in favour of
Commissioner, R.C.S.E., Jaipur.
5. Bidders need to have a class 2 / class 3 category digital signatures issued by a licensed Certifying Authority for e- Tendering Portal.
6. Pre-bid meeting will be held on 20.02.2015 at 1100 Hrs. in the Conference Hall of the RCSE, VIth Block, Shiksha Sankul, JLN Marg, Jaipur.
7. The Technical Bid will be opened on the specified date & time in presence of Bidders or their authorized representative who chooses to attend. In the event of the date specified for bid receipt and opening being declared as a government holiday the due date for opening of bids will be the following working day at the appointed times.
3
The summary of various activities with regard to this invitation of bids are
listed in the table below:
Date of Submission/uploading of
Bidding Document
16.02.2015
Date of Pre bid Meeting & Place 20.02.2015 at 1100 Hrs
Rajasthan Council of Secondary
Education, Dr. S.Radhakrishnan Shiksha
Sankul, 6th
Block, Jawahar Lal Nehru
Marg, Jaipur
Last date for submission of Bidding
Document
23.03.2015 at 1400 Hrs.
Time and date of opening of bids 23.03.2015 at 1500 Hrs.
Place of opening of bids STATE PROJECT OFFICE, RCSE, JAIPUR
Tender Form Fee(per district) Rs.1000/-
E-Tendering Processing Fee (per
district)
Rs.1000/-
Total Estimated Project Cost as per
schedule at Annexure-8
Rs.8196.00 Lacs
Earnest money AS PER Schedule at Annexure - 8
� Bid invitation may be cancelled at any time without any prior notice by the Commissioner,
RCSE, Jaipur.
Commissioner,
RCSE, Jaipur
4
Name of District Applied For
Name of the Bidding Company/ Firm:
Contact Person (Authorised Bid Signatory):
Correspondence Address:
Mobile No.
Telephone &
Fax Nos.:
Website &
E-Mail:
Office of the Commissioner,
Rajasthan Council of Secondary
Education,
6th Block, Dr. Radha Krishnan Shiksha Sankul, J.L.N.
Marg, Jaipur.
Websites:
https://eproc.rajasthan.gov.i
nhttp://sppp.rajasthan.gov.in
http://rajrmsa.nic.in
5
SUPPLY AND INSTALLATION OF FURNITURE FOR SECONDARY AND
SR. SECONDARY SCHOOLS
RAJASTHAN COUNCIL OF SECONDARY EDUCATION (RCSE) JAIPUR
Invitation for Bids(IFB) and Notice Inviting Bid (NIB)
Commissioner, Rajasthan Council of Secondary Education, Jaipur (Rajasthan) invites sealed single
stage two envelopes unconditional competitive e-bids from eligible bidders for supply and
installation of classroom furniture for Secondary and Sr. Secondary Schools ((Details available at
website http://rajrmsa.nic.in)). Who are bonafide registered manufacturers/authorised dealers. The
tender/bid shall only be submitted through online tendering system of www.eproc.rajasthan.gov.in
Name and Address of the Procuring Entity – Commissioner, RCSE, Jaipur
Subject Matter of Procurement- Supply and Installation of Classroom Furniture for Secondary and
Sr. Secondary Schools.
Bid procedure- Single stage two cover Open Competitive Bidding through e-procurement.
Bid Evaluation Criterion- Least Cost Based Selection(LCBS) L-1. From eligible bidders
provided they conform to the quality standards.
. Website for downloading bidding document ,corrigendum and addendums -
http.//eproc.rajasthan.gov.in, http://sppp.rajasthan.gov.in and
http://rajrmsa.nic.in
Total Estimated Procurement Cost- Rs.8196,00,000/-
Earnest Money Deposit- AS PER ANNEXURE-8 in the form of Demand Draft/Bankers
Cheque/Bank Guarantee of a Scheduled/Nationalized Bank in favour of
Commissioner, RCSE, Jaipur.
Tenderer should submit original Demand Drafts/Bankers cheque/Bank Guarantee for earnest
money, DD/BC of Tender fees and e-tender processing
fees,Declaration – 23.03.2015 upto 2.00 P.M. and the date of opening
of technical bid 23.03.2015 at 1500 Hrs in the State Project Office,
RCSE, Block 6, Dr. R.K. Shiksha Sankul, JLN Marg, Jaipur.
Bid Validity- 120 days from date of technical bid opening.
6
Note-
1. The procuring entity reserves the complete right to cancel the bid process and reject any or all
of the bids.
2. No contractual obligation whatsoever shall arise from the bidding document /bidding process
unless and until a formal contract is signed and executed between the procuring entity and
the successful bidder.
3. Procurement entity disclaims any factual or other errors in the biding document (the onus is
purely on the individual bidders to verify such information) and the information provided
therein are intended only to help the bidders to prepare a logical bid proposal.
4. The complete bidding document has been published on the
website http.//eproc.rajasthan.gov.in, http://sppp.rajasthan.gov.in and
http://rajrmsa.nic.in for the purpose of downloading.
5. Bidders who wish to participate in this bidding process must register on
http://eproc.rajasthan.gov.in .
6. To participate in online bidding process, Bidders must procure a Digital Signature Certificate
(Type III) as per Information Technology Act-2000 using which they can digitally sign
their electronic bids. Bidders can procure the same from any CCA approved certifying
agency, i.e. TCS, safecrypt, Ncode etc. Bidders who already have a valid Digital Signature
Certificate (DSC) need not procure a new DSC.
7. A single-stage two envelope selection procedure shall be adopted.
8. Bidder (authorised signatory) shall submit their offer on-line in Electronic formats both
for technical and financial proposal. However, DD for Tender Fees, RISL Processing Fees
and DD/BC/BG of EMD /Declaration and samples should be submitted physically at the
office of Commissioner RCSE as prescribed in NIB. Scanned copy of all Demand drafts
/BC/BG of EMD and registration documents should also be uploaded along with the
technical bid/ cover.
9. Department will not be responsible for delay in online submission due to any reason. For this,
bidders are requested to upload the complete bid well in advance so as to avoid issues like
slow speed; choking of web site due to heavy load or any other unforeseen problems.
10. Bidders are also advised to refer “Bidders Manual Kit” available at e-Proc website for further
details about the e-tendering process.
7
CHAPTER — 1: SCOPE OF WORK
This tender is issued on behalf of Commissioner , RCSE, Jaipur Govt. of Rajasthan for the
Supply and Installation of Furniture for Secondary and Sr. Secondary Schools(Details
available at website http://rajrmsa.nic.in) situated at 33 Districts in 7 Divisions of Rajasthan
State(As per given Schedules at Annexure-8 ). The tender is based on contract basis and the
material is to be supplied and installed within 90 days, in Secondary and Sr. Secondary
Schools for which the order would be placed for Supply and Installation of Furniture from
the date of signing of contract. The contract period may be extended mutually for one more
year. The list of furniture items with their specifications for each individual school
is as enumerated below.
SCHEDULE OF REQUIREMENT
ITEMS ARE GIVEN UNDER FOR ON-SITE/SCHOOLWISE
S.NO. Item No. No. of Unit Total Qty Required
1 Total No. of Additional Class Room- 3496
(i) Dual Desk 20 69920
(ii) Teacher Table 1 3496
(iii) Teacher Chair 1 3496
2 Total No. of School Library - 1658
(i) Library Table 2 3316 (1658 x 2)
(ii) Library Chair-Plastic 30 43800 (1460 x 30)
(iii) Library Book Shelves 2 2920 (1460 x 2)
(iv) Book Racks Double Sided 6 + 2 8760 (1460 x 6)
396 (198 x 2)
(v) Teacher Table 1 1658 (1658 x 1)
(vi) Teacher Chair 1 1658 (1658 x 1)
3 Total No. of Computer Rooms – 2633
(i) Computer Table 10 26330 (2633 x 10)
(ii) Computer Chair 10 26330 (2633 x 10)
(iii) Computer Teacher’s Table 1 2447 (2447 x 1)
(iv) Computer Teacher’s Chair 1 2447 (2447 x 1)
4 No. of Integrated Science Labs- 3030
(i) Teacher Table 1 3030 (3030 x 1)
(ii) Teacher Chair 1 3030 (3030 x 1)
(iii) Stools for Science Lab 40 121200(3030 x 40)
(iv) Stools for Science Lab 20 5400 (270 x 20)
(v) Visitor Chair 2 6060 (3030 x 2)
(vi) Steel Almirah 1 3030 (3030 x 1)
8
S.NO. Item No. No. of Unit Total Qty Required
(vii) Steel Almirah With Glass Door 6 1620 (270 x 6)
(viii) Display Board 6 1620 (270 x 6)
5 No. of Art/Craft/Culture Room -269
(i) Teacher Table 1 269
(ii) Teacher Chair 1 269
(iii) Table 3 807
(iv) Display Board 4 1076
TECHNICAL SPECIFICATION OF THE ABOVE ITEMS
Class Room Table ( Dual Desk) with Attached Chair
The product should be in complete knock down structure as much as possible/feasible enabling ease in
transportation and assemblies within classrooms.The panels are made from 18 ±0.5mm thk Pre-Laminated MDF
( IS 14587) with 2 mm PVC edge banding on all sides.Top Dimension shall be 1048 X 378mm. Top Height shall
be 750mm. Seat Dimension shall be 1048 X 335mm. Seat Height shall be 437mm. Back dimensions shall be
1048 X 265mm. Size may vary +/- 5mm. The Under structure is Made of ERW tubes[IS 7138] 25.4 ±0.3mm x
25.4 ±0.3mm x1.2 ±0.096mm thk powder coated 50microns(±10) at base which are welded to the desk and seat
supports that are made of MS 'C' sections 29+/-0.3mm X 24.9+/-0.3mm X 1.2+/-0.096mm thick powder coated
50microns (±10). Stiffeners that are provided between the 2 vertical frames at base and back of seat are made
from ERW tubes[IS 7138] 25.4 ±0.3mm x 25.4 ±0.3mm x1.2 ±0.096mm thk powder coated 50microns (±10). The
tubes are closed with plastic caps. Additional horizontal supports of ERW tubes[IS 7138] 25.4 ±0.3mm x 25.4
±0.3mm x1.2 ±0.096mm thk powder coated 50microns (±10) are placed Between front legs and between back
legs to add the rigidity of the structure. The storage shelves are made from 0.6 ±0.09mm thk powder coated
50microns(±10) MS sheet which is affixed below the desk top. Hooks are provided on either sides of the vertical
frame of the desk, for hanging bags/bottles. They are made from 6.0 mm dia MS rods powder coated 50microns
(±10) The under structure is assembled using M5 Trilobular Taptite screws. Nylon studs are provided on bottom
side of RH/LH Frame. All Fabricated parts which require welding are MIG / Spot welded. The Screw joining
Wooden Panels to under structure are Chip Board Screws. All steel structural components shall be made from
virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled will not be accepted.
The powder coating shall be carried out in-house in fully automated powder coating booth. Top understructure –
960mm (W) X 310mm(D). Back Panel Support – 960mm(W) X 325mm(H). Seat support – 960mm(W) X
280mm(D). 3D View is as under:-
9
10
Teacher Table
The product should be in complete knock down structure as much as possible/feasible enabling ease in
transportation and assemblies within classrooms. The table shall have 1199 (w) X 590 (d) X 750 (H). The work
surface of the table shall be 18 +/- 0.5 mm thick Pre Laminated Board top with 2 mm thick PVC edge beading on
all sides. The understurcture shall be C frame of 0.9+/-0.09 mm thick powder coated 50 microns (+/-10) CRCA
MS. The tubular frame shall be of dia. 25.4+/-0.3 mm X 1.2+/-0.096 mm thick MS ERW round tubes. It shall
have 3 drawer unit & shall be 355.5 mm W X 559 mm D X 433.5 mm H, with shell of 0.5+/-0.07 mm thick CRCA
MS & drawer tray of 0.5+/-0.07 mm thick CRCA MS & drawer front of 0.8+/-0.1 mm thick CRCA MS & the
drawer friction slide shall have 1.2 mm thick CRCA MS & lock shall be of 10 lever cam lock. Handles shall be
built in plastic. All Fabricated parts which require welding are MIG / Spot welded. The Screw joining Wooden
Panels to under structure are Chip Board Screws. All steel structural components shall be made from virgin
material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted.
The powder coating shall be carried out in-house in fully automated powder coating booth. Top Under structure
frame – 1165mm (W) X 558mm(D).
11
Teacher Chair
The seat and back are made from seasoned wood, caned and finished with synthetic paint (Colour: Black ).
BACK SIZE: 38.1CM(W) X 39.0CM(H). SEAT SIZE: 38.1 cm(W) x 42.4cm(D). The cane is produced from blends
of High and Low Density polyethylene. The cane high tensile strength at break=1400 kg/cm2(min.) & Elongation
at break=54% maximum. The understurcture assembly is a cantilever type frame made of dia. 2.54+/-0.03cm
x0.2+/-0.016cm thick M.S. E.R.W. tube and powder coated. (DFT 40-60 microns). Wood used in the
manufacturing of seat and back should be free from defects, termite free and after caning should bear a load of
130KG in fitted position. Also there should be no permanent deformation or structural changes in the frame
structre on apply of this load. At the bottom of frame lugs should be press fitted in punched holes in the frame
structure. All steel structural components shall be made from virgin material and tested conforming to IS: 513/
IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted. The powder coating shall be carried out in-
house in fully automated powder coating booth.
12
Library Table
The product should be in complete knock down condition as much as possible/ feasible enabling ease in
transportation and assemblies within premises. Top Size:- 2300x1100 X 750mm (H). The Worktop will be made
of 25mm thick MDF with Post forming Laminate and balancing Laminate. Post forming on two Longer side and
two short Side PVC lipping 2.0 mm thk..The under structure is made from 38±0.3 mm X 38± 0.3mm X 1.5
±0.128 mm thick MS Tube with powder coated 50 microns(±10) ( IS 7138 ) at base which are welded and are
fixed to top with Chip board Screws. Under structure size 2220mm X 1020mm and 2 additional middile support
of 1020mm. The Bottom ends are closed with plastic buffers. The cross members are made from 38±0.3mm X
38±0.3mm X1.5±0.128 mm thk MS Tube at base which are MIG welded and are bolted to Side frames. The
Bottom stiffeners are connected with Hexagonal bolts. All Fabricated parts which require welding are MIG / Spot
welded. The Screw joining Wooden Panels to under structure are Chip Board Screws. All steel structural
components shall be made from virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138.
Recycled steel will not be accepted. The powder coating shall be carried out in-house in fully automated powder
coating booth.
13
Library Chair
The seat & back shell of chair shall be injection moulded Polypropylene. Seat size – 46.0Ccm(W) X 38.0cm.(D).
Back Size – 41.0cm(W) X 40.0cm(H). Tubular Under structure- The tubular under structure is fabricated from dia
1.9+/-0.02cm X 0.1+/-0.008cm thk. SS202 Grade tube welded together with SS connecting rod dia 0.8+/-
0.0058cm. The under structure is provided with black PP injection moulded ferrules.
14
Library Book Rack Double Sided
The product should be in complete knock down condition as much as possible/ feasible enabling ease in
transportation and assemblies within premises Product Size: Width 900mm, Height: 1850mm, Depth: 600mm.
Construction: Rigid Knockdown construction. Material: CRCA 0.8mm Thickness. Finish: Epoxy Polyester
Powder coated to the thickness of 50 microns (+/-10). Number of Adjustable shelf: Five adjustable shelves on
one side (Total 12 Loading levels). Uniformly Distributed Load Capacity per each shelf is 80 Kg maximum. Shelf
back stiffener : At the rear side of the shelves back stiffeners are provided. These act as separators between
front & rear books. Label holder & range Indicator: Label Holder & Range indicator on each main unit for
inserting labels. The powder coating shall be carried out in-house on powder coating booth. The powder coated
components are on regular basis tested for Scratch resistance test of 4 kgs & for Impact resistance test for
150kgs/cm. All steel structural components shall be made from virgin material and tested conforming to IS: 513/
IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted. The powder coating shall be carried out in-
house in fully automated powder coating booth.
15
16
Library Book Shelf
Almirah Size shall be 916 mm (W) x 486 mm (D) x 1980 mm (H) Excluding levellers. It shall made of 0.7 mm
thk(+/-0.07mm) CRCA for Shelf, 0.8 mm thk(+/-0.08mm) High yield strength CRCA for doors and back & 0.9 mm
thk(+/-0.08mm) CRCA for all other components. Construction shall be welded construction. *CRCA 'D' grade as
per IS:513. CRCA 'D' grade high yield strength as per IS:513. Construction shall be welded construction.
Locking and Handle – Brass handle, Two way locking mechanism with shooting bolt. Height wise 4 nos of
Adjustable Shelf shall be provided with Uniformly Distributed Load Capacity per each full shelf is 40 Kg
maximum. M10 Screw type leveller with hex plastic base. Outer Finish shall be Epoxy Polyester Powder coated
to the thickness of 50 microns (+/-10).). All steel structural components are processed shall be made from virgin
and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. The powder coating shall be carried out in-
house on powder coating booth. The powder coated components are on regular basis tested for Scratch
resistance test of 4 kgs & for Impact resistance test for 150kgs/cm. Recycled steel will not be accepted. The
powder coating shall be carried out in-house in fully automated powder coating booth.
17
18
Computer Table
The product should be in complete knock down condition as much as possible/ feasible enabling ease in
transportation and assemblies within premesis Dimension of the table shall be 1200 X 600 X 745mm.The Desk
Panel is made from 25±0.5mm THK Pre – laminated Boards as per IS12823 with 2 mm thick PVC beadings on
all sides. The Under structure is made of 50.8±0.3X25.4±0.3mmX1.6±0.096mm thick powder coated ERW tubes
as per ( IS -7138 ) at base which are welded to the vertical channels made of 1.2±0.09mm thick Powder Coated
Micron 50(±10)MS “ C “ Sections. The Footrest is 1.2mm thk fabricated from MS sheet in C shape and Modesty
panel is 0.8mm thk – 1185mm X 200mm. Footrest and Modesty panels are provided for overall stability of
product . The CPU Stand is made up of 25.4mmX1.2mm thick ERW tubes, which is thereafter hooked on with
the Side frame . The Tubes are closed with plastic LDPE caps. Nylon Level Adjuster of M8 size are provided to
take care of unevenness in Floor. All the Metal parts shall be processed and fabricated in modern Press shop. In
case of Welding, all Joints shall be welded. All Metal Parts should be powder coated, before Powder coating all
metal parts shall be given anti-rust phosphate treatment. All metal parts shall be epoxy polyester powder coated
and backed at 180 C in a converyorised Oven. All steel structural components are processed shall be made
from virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. The powder coating shall be
carried out in-house on powder coating booth. The powder coated components are on regular basis tested for
Scratch resistance test of 4 kgs & for Impact resistance test for 150kgs/cm. Recycled steel will not be accepted.
Understructure construction – Width is flush type and depth shall be 540mm.
.
19
Computer Chair
The seat and back are made up of 1.2+/-0.1 cm thick hot pressed plywood, upholstered with fabric and moulded
Polyurethane foam with PVC lipping all around. The back foam is designed with contoured lumbar support for
extra comfort.(Low BACK) SIZE: 39.0cm. (W) X 32.0cm. (H). SEAT SIZE: 43.0cm. (W) X 41.0cm. (D). The HR
Polyurethane foam is moulded with density = 45 +/-2 kg/m cube and hardness load 16+/-2 kgf as per IS:7888 for
25% compression. The frame is made up of 2.54+/-0.03cm X 0.2+/-0.016cm thk M.S.E.R.W. Tube and black
powder coated ( DFT 40-60 microns). All steel structural components shall be made from virgin and tested
conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted. The powder coating
shall be carried out in-house in fully automated powder coating booth. Seat of the chair should withstand a load
of 130 Kg. There should be no deformation or structural change in the understructure on application of above
said load.
20
Computer Teachers Table
The product should be in complete knock down structure as much as possible/feasible enabling ease in
transportation and assemblies within classrooms. The table shall have 1199 (w) X 590 (d) X 750 (H). The
worksurface of the table shall be 18 +/- 0.5mm thick Pre Laminated Board top with 2mm thick PVC edge beading
on all sides. The understurcture shall be C frame of 0.9+/-0.09 mm thick powder coated 50 microns(+/-10)
CRCA MS. The tubular frame shall be of dia. 25.4+/-0.3mm X 1.2+/-0.096mm thick MS ERU round tubes. It
shall have 3 drawer unit & shall be 355.5mm W X 559mm D X 433.5mm H, with shell of 0.5+/-0.07 mm thick
CRCA MS & drawer tray of 0.5+/-0.07 mm thick CRCA MS & drawe front of 0.8+/-0.1 mm thick CRCA MS & the
drawer friction slide shall have 1.2 mm thick CRCA MS & lock shall be of 10 lever cam lock. Handles shall be
built in plastic. All Fabricated parts which require welding are MIG / Spot welded. The Screw joining Wooden
Panels to under structure are Chip Board Screws All steel structural components shall be made from virgin
material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled will not be accepted. The
powder coating shall be carried out in-house in fully automated powder coating booth.
21
Computer Teacher Chair
The seat and back are made from seasoned wood, caned and finished with synthetic paint (Colour: Black ).
BACK SIZE: 38.1CM(W) X 39.0CM(H). SEAT SIZE: 38.1cm(W) x 42.4cm(D). The cane is produced from blends
of High and Low Density polyethylene. The cane high tensile strength at break=1400 kg/cm2(min.) & Elongation
at break=54% maximum. The understructure assembly is a cantilever type frame made of dia. 2.54+/-0.03cm
x0.2+/-0.016cm thick M.S. E.R.W. tube and powder coated. (DFT 40-60 microns). Wood used in the
manufacturing of seat and back should be free from defects, termite free and after caning should bear a load of
130KG in fitted position. Also there should be no permanent deformation or structural change in the frame
structre on apply of this load. At the bottom of frame lugs should be press fitted in punched holes in the frame
structure. All steel structural components shall be made from virgin material and tested conforming to IS: 513/
IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted. The powder coating shall be carried out in-
house in fully automated powder coating booth.
22
Stool for Science Lab
Overall dimension of the Stool shall be 420mm X 420mm X 600mm (H). Square stool is of fixed height with Pre
Laminated MDF top with 2mm PVC edge bending and rest structure is MS powder coated. Structure made of
MS square pipe – 32mm X 32mm X 1.6mm thickness. Shoe – Neoprene. Top shall be made of 18mm thick
Prelaminated MDF board of dimension- 305mm X 305mm. Finish of metal shall be powder coated
23
Visitor Chair
The seat and back are made from seasoned wood, caned and finished with synthetic paint (Colour: Black ).
BACK SIZE: 38.1CM(W) X 39.0CM(H). SEAT SIZE: 38.1cm(W) x 42.4cm(D). The cane is produced from blends
of High and Low Density polyethylene. The cane high tensile strength at break=1400 kg/cm2(min.) & Elongation
at break=54% maximum. The understructure assembly is a cantilever type frame made of dia. 2.54+/-0.03cm
x0.2+/-0.016cm thick M.S. E.R.W. tube and powder coated. (DFT 40-60 microns). Wood used in the
manufacturing of seat and back should be free from defects, termite free and after caning should bear a load of
130KG in fitted position. Also there should be no permanent deformation or structural change in the frame
structre on apply of this load. At the bottom of frame lugs should be press fitted in punched holes in the frame
structure. All steel structural components shall be made from virgin material and tested conforming to IS: 513/
IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted. The powder coating shall be carried out in-
house in fully automated powder coating booth.
24
Steel Almirah
Almirah Size shall be 916 mm (W) x 486 mm (D) x 1981 mm (H) Excluding levellers. It shall made of 0.7 mm
thk(+/-0.07mm)* CRCA for Shelf, 0.8 mm thk(+/-0.08mm)** High yield strength CRCA for doors and back & 0.9
mm thk(+/-0.08mm)* CRCA for all other components. Construction shall be welded construction. *CRCA 'D'
grade as per IS:513. **CRCA 'D' grade high yield strength as per IS:513. Full height Steel Hinged Door shall be
provided. Mazak Handle shall be provided having 3 way locking mechanism with shooting bolt arrangement.
Height wise 4 nos of Adjustable Shelf shall be provided with Uniformly Distributed Load Capacity per each full
shelf is 40 Kg maximum. M10 Screw type leveler with hex plastic base. Outer Finish shall be Epoxy Polyester
Powder coated to the thickness of 50 microns (+/-10).). Almirah Size shall be 916 mm (W) x 486 mm (D) x 1980
mm (H) Excluding levellers. It shall made of 0.7 mm thk(+/-0.07mm)* CRCA for Shelf, 0.8 mm thk(+/-0.08mm)**
High yield strength CRCA for doors and back & 0.9 mm thk(+/-0.08mm)* CRCA for all other components.
Construction shall be welded construction. *CRCA 'D' grade as per IS:513. **CRCA 'D' grade high yield strength
as per IS:513. Construction shall be welded construction. Locking and Handle – Brass handle, Two way locking
mechanism with shooting bolt. Height wise 4 nos of Adjustable Shelf shall be provided with Uniformly
Distributed Load Capacity per each full shelf is 40 Kg maximum. M10 Screw type leveler with hex plastic base.
Outer Finish shall be Epoxy Polyester Powder coated to the thickness of 50 microns (+/-10).). All steel structural
components shall be made from virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138.
Recycled steel will not be accepted. The powder coating shall be carried out in-house in fully automated powder
coating booth.
25
26
Steel Almirah with Glass Door
Almirah Size shall be 916 mm (W) x 486 mm (D) x 1980 mm (H) Excluding levellers. It shall made of 0.7 mm
thk(+/-0.07mm)* CRCA for Shelf, 0.8 mm thk(+/-0.08mm)** High yield strength CRCA for doors and back & 0.9
mm thk(+/-0.08mm)* CRCA for all other components. Construction shall be welded construction. *CRCA 'D'
grade as per IS:513. **CRCA 'D' grade high yield strength as per IS:513. Construction shall be welded
construction. Locking and Handle – Brass handle, Two way locking mechanism with shooting bolt. Height wise
4 nos of Adjustable Shelf shall be provided with Uniformly Distributed Load Capacity per each full shelf is 40 Kg
maximum. M10 Screw type leveler with hex plastic base. Outer Finish shall be Epoxy Polyester Powder coated
to the thickness of 50 microns (+/-10).). All steel structural components are processed shall be made from virgin
material sourced from SAIL/Tata Steel/Jindals or equivalent manufacturer and tested conforming to IS: 513/ IS:
10748/ IS: 2062/ IS: 7138. The powder coating shall be carried out in-house on powder coating booth. The
powder coated components are on regular basis tested for Scratch resistance test of 4 kgs & for Impact
resistance test for 150kgs/cm. All steel structural components shall be made from virgin material and tested
conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted. The powder coating
shall be carried out in-house in fully automated powder coating booth.
27
28
Table for Art/Craft/Culture Room
The product should be in complete knock down condition as much as possible/ feasible enabling ease in
transportation and assemblies within premesis. Top Size:- 2300x1100 X 750mm (H). The Worktop will be made
of 25mm thick MDF with Post forming Laminate and balancing Laminate. Post forming on two Longer side and
two short Side PVC lipping 2.0mm thk..The under structure is made from 38±0.3 mm X 38± 0.3mm X 1.5 ±0.128
mm thk MS Tube with powder coated 50microns(±10) ( IS 7138 ) at base which are welded and are fixed to top
with Chip board Screws. Understructure size 2220mm X 1020mm and 2 additional middile support of 1020mm.
The Bottom ends are closed with plastic buffers. The cross members are made from 38±0.3mm X 38±0.3mm
X1.5±0.128 mm thk MS Tube at base which are MIG welded and are bolted to Side frames. The Bottom
stiffners are connected with Hexagonal bolts. All Fabricated parts which require welding are MIG / Spot welded.
The Screw joining Wooden Panels to under structure are Chip Board Screws. All steel structural components
shall be made from virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled
steel will not be accepted. The powder coating shall be carried out in-house in fully automated powder coating
booth.
Display Board
Size –900 x 1200 mm,
P/f 12mm thick silotex board commercial ply backing with fabric duly ironed and pasted on the expossed side
and double folded on the edges duly stapled at 25 mm interval with concealed hanging arrangement routered
within 12 mm ply. All the sided duly finished with 6mm X 25mm edge beading with rounded edges duly nailed to
the 12 mm ply backing pasted with adhesive. All the joints to be mitred and to be at 90 degree.
29
Chapter — 2: INFORMATION TO BE PROVIDED BY THE TENDERERS
(AS A MANUFACTURER/AUTHORISED DEALER)
(Where the space provided is not sufficient, a separate sheet may be enclosed.)
1. Name of the unit
2. Year of establishment
3. Works address
Tel. No.
4. Office address
Tel. No.
5. Name of Director/Proprietor/Partner
with address
Tel. No.
Mobile No.
(Enclose Certificate of legal status of the entity and in case of Company/Partnership
firm Registration of firms is compulsory)
6. Name of contact person with
Telephone No./Cell No. & Address
7. Fax No.
8. Whether unit is Limited Co./Pvt. Ltd. Co. /Partnership Firm/Proprietary Firm
9.
(Enclose Certificate)
Registration Number (Enclose Certificate)
10. Capacity of production
11. List of Quality control/testing facilities available (Enclose separate list, if required)
30
Sr.No Description of the facility Quantity
01
02
03
12. Details of Manpower:
(a) Managerial Staff
(b) Office Staff
(c) Technical Supervisor Staff
(d) Inspection Staff
(e) Skilled Workers
(f) Semi-Skilled Workers
(g) Unskilled Labours
13. Turn Over of the unit: (Enclose C.A. certificate/audited accounts
(profit and loss account account, balance sheet and income exp.)
Financial Year 2013-2014
Financial Year 2012-2013
Financial Year 2011-2012
14. Income Tax pan no:
15. Sales Tax /VAT Registration certificate no
16. Service Tax Registration certificate no
17. Service Tax and Sale Tax Clearance Certificate (Enclose Certificate)
18. ISO certificate number _ (Enclose Certificate)
19. Pan Card number (Enclose Certificate)
20. Solvency Certificate of Rs 1 crore (Enclose Certificate)
Signature of Proprietor/Partner/ Authorized Person
Seal of the Unit
31
CHAPTER-3: ELIGIBILITY CRITERIA
Basic pre-qualification criteria for the Tenderer for participation in the tender process are as under:
Sr Basic
Requirement
Specific Requirements Documents Required
1 Legal Entity The bidder should be a
registered firm/ company/
registered dealer/ incorporated in
India and should be registered as
bonafide Manufacturer
/Authorised Dealer of
Furniture and should have
been in existence prior to
01-04-2011. Consortium in any
form is no t a l lowed.
(i)In case bidder is a company –
Certified copy of the Certificates of
incorporations for companies
(ii)In case bidder is a corporation –
Authenticated copy of the
parent stature.
(iii)In case of Firm- Certified copy
of Registration
(iv)Certified copy of Registration as a
Manufacturer/Authorised Dealer of
Furniture by Relevant government
authority.
2 Turnover
The Tenderer should have
aggregate turnover of Rs.
5.00 crore of last three Financial
Years. (2011-12, 2012-13& 2013-
14.) in Furniture Supply..
Audited accounts(profit and loss account
,balance sheet and income exp.statement)
/ CA Certificate (with CA’s
Seal and signature)
3 Net Worth The net worth of the bidder in
the last financial year, i.e. 2013-
14, should be positive.
Bank Solvency Certificate of Rs.1 Crore
From Scheduled/Nationalized Bank for
current calendar year.
4 Project
Experience &
Performance
(i)The Tenderer should have
required experience of supplying
of School/ Government/Reputed
Private Companies/ Institutional furniture.
(ii)one successful supply
order/ Contract of worth Rs.
50.00 Lakh or more in any of the
last three financial years.
Work Order /contract with Work
Completion Certificates from the client.
32
5 Tax
registration
and clearance
The Bidder should have a
registration of :-
i.VAT/ Sales Tax where his
business is located and Clearance
Certificate.
ii. Income Tax / Pan number.
iii. Service Tax registration and
Clearance Certificate
Copies of relevant
registration/ Clearance
certificates, from concerned authority
for period not earlier then last six
Months.
6 Certification i. The Bidder must possess a
valid ISO 9001/14001/18001
certification, as on date of
submission of the bid and a
copy of same should be
enclosed with the Technical
bid.
ii. The furniture supplied
should confirm t o
p r e v a i l i n g C e n t r a l /
State Government/ Board
rules & regulations along
with latest environmental
norms and
conditions.
The Tenderer should enclose
relevant photocopies of
The certificates.
7
Blacklisting
A firm is not eligible to
participate in this tender if
at the time of bidding,
the firm is black-listed/
debarred in participating in
any procurement process
undertaken by any Procuring
(i) A Self Certified letter on
Non Judicial Stamp Paper
duly notarised.
(ii) Annexure A, B, C, D under
RTPP Rules.
Other requirement
8 Make & Model The Tenderer will indicate the exact make
& model of the furniture to be supplied in
the technical bid so that their
performance eligibility could be assured as
per specifications mentioned in this tender.
Tenderer would supply only those makes &
models which have been accepted during
technical evaluation/ sample evaluation.
No other make & model will be supplied which
is not quoted or not approved.
A self declaration (on
Bidder’s Letterhead)
33
9 Power Of
Attorney
General Power of attorney / Board of Directors
resolution / Deed of Authority executed in
favour of person(s) authorized to sign the Bid
Document and the contract and all
correspondences / document thereof
Copies of all such
relevant documents to be
attached.
10 Office or centre
in Rajasthan
Bidder should have office/centre situated in
Rajasthan
Address proof/deed
11 EMD EMD of amount as per annexure -8 (District wise)
DD/Banker Cheque / Bank
Guarantee of Nationalised
/ Scheduled Bank
12 Tender Fees Amount Rs. 1000/- (Per District)
DD/Banker Cheque of
Nationalised / Scheduled
Bank
13 E-Procurement
fees
Amount Rs. 1000/- (Per District)
DD/Banker Cheque / Bank
Guarantee of Nationalised
/ Scheduled Bank
14 Chapter — 2: INFORMATION TO BE PROVIDED BY THE
TENDERERS
(AS A MANUFACTURER/AUTHORISED DEALER)
Scan and upload relevant
information
15 Tender
document
Duly signed/seal on all pages Scan and upload
document
16 Samples As per given specification/description at the
chapter-1 (scope of work) To be made available
along with technical BID
34
CHAPTER 4: INSTRUCTION TO BIDDERS (ITB) and BIDDING PROCESS
1. Tenders are invited for the Supply and Installation of Furniture by bonafide registered
manufacturers/authorised dealer, under e-tendering system only.
2. The tender is invited under two bid system i.e. Technical Bid and Price Bid. First of all
Tender Form Fee, E-Tender Processing Fee, EMD and Declaration will h a v e t o be
s u bm i t t e d u p t o 2 . 0 0 PM on 23 . 0 3 . 2 015 , w i t h ou t wh i c h t h e p r op o s a l
w i l l n o t b e a c c e p t e d a nd l i a b l e t o b e r e j e c t e d o n p r e l im i n a r y b a s i s . The
Technical Bid shall be opened and will be evaluated as per specifications, terms and
conditions and qualification criteria. The price bid will be opened of only those eligible
bidders who are found to be qualified in technical bid evaluation.
3. EMD as per schedule at annexure-8, Tender Fee Rs 1000/- (Per district) and e-tender
Processing fee Rs 1000/- in the form of Demand Draft/Bankers Cheque/Bank Guarantee, must
be deposited before submission of Electronic Bid in the office of Commissioner, RCSE, Jaipur,
Failing to which the Bid will not be considered. However scanned copy of all the three Demand
Draft/Bankers Cheque/Bank Guarantee should be attached to the technical bid.
4. Tender documents will be uploaded after having signature on each page of the
documents along-with enclosures. Tenderer should submit only the relevant documents with
technical proposal.
5. Rates should be filled in prescribed Price Bid (BOQ) available at portal, Price Schedule
(BOQ) should not be submitted with the technical bid, otherwise tender shall be rejected.
6. The material has to be supplied within 90 days of placing the supply order for one or more
Secondary and Sr. Secondary Schools as the case may be.
7. The Bidders should quote rate on FOR basis for all the Schools (as per enclosed list at Annexure-
9) in various districts of the State. The rates quoted should be inclusive of all the taxes, octroi,
transportation etc.
8. Agreement shall be applicable for one year. However it may be further extended by mutual
consent for another one year subject to satisfactory supply/completion of work.
9. If the Tenderer is penalized or blacklisted by any Govt. / Semi-Govt. institution/ council or
society of the Government, then they will not be entitled to participate in this tender.
11. Payment would be made only after receiving certificate of satisfactory supply and installation of
the material in the concerned school. The Tenderer shall be bound to repair or replace the
said goods free of cost if the goods are received in damaged or unusable state.
12. Payment up to 70% to be made by the concerned School Principal/ Headmaster on the
recommendation of Committee. Committee shall verify that given supply is as per approved
sample(s) and specifications and installed properly in School. All remittance charges shall be
borne by the Supplier. Committee consist of Person nominated by Principal/ Headmaster, J. En of block
/ DPC office and Jr. Accountant or Accountant of block / DPC office shall submit the report to Principal/
Headmaster. Remaining 30% would be paid after receipt of certificate of quality check (at the
cost of Tenderer) and satisfactory supply on the recommendation of District committee
(District committee consist of ADPC, School Principal/ Headmaster, A.En. and AAO).
35
13. The supplier will raise bills against supplied material in favour of School Principal/
Headmaster of concerned school after successfully installing the material/goods.
14. TIN / PAN registration (with documents) to be submitted with the tender.
15. Sales tax/Sever tax Clearance Certificate for the period not earlier than last six months is required.
16. All the documents desired must be uploaded along with the tender, failing which the Tenderer
shall be disqualified.
17. All the desired documents duly self attested need to be uploaded. (Please see the required
documents in the eligibility criteria also)
1) Sale of Tender/ Bidding Document-
The complete bidding document would be available on the websites for the period as
specified in the NIB. The prospective bidders are permitted to download the
bidding document from any of the specified websites but must pay the cost of tender/
bidding document while submitting the e-bids. The Procuring Entity is not responsible
for the completeness of the Bidding Document and its addenda, if they were not obtained
directly from the Procuring Entity or not downloaded correctly from the Procuring Entity's
website/ State Public Procurement Portal/E-Proc Portal.
2) Clarification of Bidding Document and Pre-Bid Conference-
a) The Bidder shall be deemed to have carefully examine the terms & conditions,
specifications, size, etc., of the school furniture to be supplied. If any Bidder has any doubts
as to the meaning of any portion of the conditions or of the specifications etc., it shall,
before submitting the Bid, refer the same to the Procuring Entity at the time of pre-bid
conference. A Bidder requiring any clarification of the Bidding Document shall contact the
Procuring Entity in writing at the Procuring Entity's address indicated in the NIB. The
Procuring Entity shall place the copy of its response on the websites of e-procurement portal
State Public Procurement Portal and the Procuring Entity.
b) The purpose of the Pre-Bid Conference will be to clarify issues and to answer questions on
any matter related to this procurement that may be raised at that stage however the
procuring entity would not be bound to address all the queries, depending on the merit of the
query.
c) Minutes of the Pre-Bid Conference, including the text of the questions raised, and the
responses given, without identifying the source, will be transmitted through the State
Public Procurement Portal. Any modification to the Bidding Document that may become
necessary as a result of the Pre-Bid Conference shall be made by the Procuring Entity
exclusively through the issue of an addendum (part of Bid document) and not through the
minutes of the Pre-Bid Conference.
e) At any time prior to the deadline for submission of the Bids, the Procuring Entity, suo motto,
may also amend the Bidding Document if required by issuing an addenda which will
form part of the Bidding Document.
f) Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder.
g) The procuring entity reserves the right not to respond to any/ all queries raised or
clarifications sought if, in their opinion and at their sole discretion, they consider that it
would be inappropriate to do so or do not find any merit in it.
36
3) Amendment of Bidding Document-
a) Any addendum issued shall be part of the Bidding Document and shall be communicated
by uploading on the websites of State Public Procurement Portal, E-Procurement Portal
and the Procuring Entity for prospective bidders to download/submission of proposal.
b) To give prospective Bidders reasonable time in which to take an addendum into account
in preparing their Bids, the Procuring Entity may, at its discretion, extend the deadline for
the submission of the Bids under due intimation to the Bidders who have procured the
Bidding Document from the Procuring Entity and also by uploading it on the websites of
State Public Procurement Portal/E-Procurement portal.
4) Documents comprising the Bid-
a) A Single stage-Two cover system shall be followed for the bid
a. Technical bid b. Price bid
b) Technical bid shall include the following documents to be uploaded along with tender
document : -
Sr.No Document Type Document Format
01
02
Covering Letter Technical Bid
Samples to be submitted along with
technical Bid
On bidders letter head duly signed
by authorized signatory.
All samples to be Marked as:-
(i)Name of the firm
(ii)Name of item as per scope of
work
Fee Details
01 Tender Fees Scanned copy of DD/BC
02 RSIL, E-Tender Processing Fees Scanned copy of DD/BC
03 EMD Scanned copy of DD/BC/BG
37
Qualification Criteria Documents
01 Annexure-2- Bid Form
02 Annexure-3 Bidder’s Authorization Certificate along with the copy of
POA/Board resolution stating that Authorised. Signatory can sign the bid/on
behalf of firm.
03 Self Declaration- No Blacklisting
As per Annexure –A,B,C,D, under RTPP Rules
04 ANNEXURE-4: DECLARATION by the Bidder on Non judicial Rs.100 stamp paper (To be filled by the Bidder )
05 All the documents mentioned in eligibility criteria, in support of the eligibility.
06 ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION
07 Proof of bona fide
Manufacturer/Authorised Dealer
Registration copy
08 Financial Bid Under taking On Bidders Letter Head as per
09 All the relevant documents as
demanded in the bid
The list of documents with index
to be provided on letter head
Financial Bid shall include the following document
10 Price Bid (BoQ)
c) The bidder should ensure that all the required documents, as mentioned in this bidding
document, are submitted along with the bid and in the prescribed format only. Non-
submission of the required documents or submission of the documents in a different format/
contents may lead to the rejections of the bid proposal submitted by the bidder.
5) Cost of Bidding:
The Bidder shall bear all costs associated with the preparation and submission of its Bid,
and the procuring entity shall not be responsible or liable for those costs, regardless of
the conduct or outcome of the bidding process.
6) Language of Bid:
The E-Bid, as well as all correspondence and documents relating to the Bid exchanged by
the Bidder and the procuring entity, shall be written only in English Language.
Supporting Documents and printed literature that are part of the Bid may be in another
language provided they are accompanied by an accurate translation of the relevant passages
duly accepted by the Bidder in English/ Hindi language, in which case, for purposes of
interpretation of the Bid, such translation shall govern.
7) Bid Prices-
a. The price/ financial bid (BoQ) must be specified in the BoQ file available at
e-procurement portal and without changing its form and type.
b. Prices quoted in the bid must be firm and final and shall not be subject to any modifications,
38
on any account whatsoever. The price quoted shall include all costs and all taxes, Octroi
and duties applicable to the bidder as per law of the Central/ State Government/ Local
Authorities, unless specifically asked for separately or excluded. Revision in taxes/ duties
including VAT and Service Tax shall be on account of the Tenderer.
c. All the prices shall be quoted by the Bidder entirely in Indian Rupees (INR). All payments
shall be made in Indian Rupees only.
d. Prices/ Rates shall be written both in figures and words, as applicable.
e. All rates quoted must be FOR destination where furniture/items are to be installed, and
should include all incidental charges including Central/ Rajasthan VAT and Entry Tax. In
case of local supplies the rates should include all local taxes, octroi etc., procuring entity will
not pay any cartage or transportation charges.
f. Prices quoted by the Bidder shall be fixed during the Bidder's Performance of the Contract
and not subject to variation on any account. A Bid submitted with an adjustable price
quotation shall be treated as non-responsive and shall be rejected.
g. The prices quoted by the Bidder in the Price bid shall conform to the requirements specified
therein.
h. The price to be quoted in the financial bid shall be the total price of the bid.
i. The disaggregation of price components, if required, is solely for the purpose of facilitating
the comparison of bids by the procuring entity. This shall not in any way limit the
procuring entity's right to contract on any of the terms offered: -
For Goods offered from within/ outside the country.
For Related Services whenever such Related Services are specified in the
bidding document.
8) Period of Validity of Bids-
a. Bids shall remain valid for the period o f 1 20 d a y s counted after the opening of technical
bid. A bid valid for a shorter period shall be rejected by the procuring entity as nonresponsive
bid.
b. In exceptional circumstances, prior to the expiration of the bid validity period, the procuring
entity may request bidders to extend the period of validity of their Bids. The requests and the
responses shall be made in writing. The EMD shall also be extended for a corresponding
period. A Bidder may refuse the request without forfeiting its EMD. A Bidder granting the
request shall not be required or permitted to modify its Bid.
9) Earnest Money Deposit (EMD)-
a. Unless otherwise specified in this BID DOCUMENT, the Bidder shall furnish as part of
its Bid, EMD in original form and in the amount and currency specified in this BID
DOCUMENT.
b. Earnest Money shall be 2% of the estimated value of subject matter of procurement put to
bid. The Earnest Money shall be given in the form of bank demand draft/bankers
cheque/bank guarantee of a Scheduled/Nationalized Bank in India.
c. Any Bid not accompanied by EMD, shall be liable to be rejected.
39
d. EMD of a Bidder lying with the Procuring Entity in respect of other Bids awaiting
decision shall not be adjusted towards EMD for the this Bid. The EMD originally
deposited may, however, be taken into consideration in case Bids are re-invited.
e. The issuer of the EMD and the confirmer, if any, of the EMD, as well as the form and
terms of the EMD, must be acceptable to the Procuring Entity.
f. The EMD of unsuccessful Bidders shall be refunded soon after final acceptance of
successful Bid and signing of Contract Agreement and submitting Performance Security
by successful Bidder
g. The EMD taken from a Bidder shall be forfeited in the following cases, namely:-
(i) when the Bidder withdraws or modifies his Bid after opening of Bids; or
(ii) when the Bidder does not execute the agreement in accordance with terms &
conditions laid down in this BID DOCUMENT within the specified time after
issue of letter of acceptance/ placement of supply order; or
(iii) when the Bidder fails to commence the supply of the Goods or Related Services as
per supply order within the time specified; or
(iv) when the Bidder does not deposit the Performance Security in the specified time
period after the supply / work order is placed;
(v) if the Bidder breaches any provision of the Code of Integrity prescribed for
Bidders specified in the Act, Chapter VI of the Rules; or
(vi) if the Bidder does not accept the correction of its Bid Price
h. In case of the successful Bidder, the amount of EMD may be adjusted in arriving at the
amount of the Performance Security, or refunded if the successful Bidder furnishes the
full amount of Performance Security. No interest will be paid by the Procuring Entity on
the amount of EMD and Performance Security.
10) Deadline for the submission of Bids-
Bids has to be submitted electronically, up to the time and date specified in the Notice
Inviting Bids or an extension issued thereof.
11) Format and Signing of Bid-
a. The bid forms/templates/ annexure etc., wherever applicable, shall be digitally signed and all
the pages and annexure have to be digitally signed by the authorized signatory. The
authorization shall consist of a written letter of Authorization from the authorized person,
accompanied with a board resolution, in case of a company/power of attorney as
per Annexure-3.
b. The bid, duly signed (digitally) by authorized signatory, should be uploaded on the e-proc
portal in respective file/ format.
c. Bidders must submit their price bids online at e-proc portal. Bids received by any other
means shall not be accepted.
d. If bids are not submitted as per the details mentioned in this bidding document and e-proc
website, the procuring entity shall reject the bid.
40
12) Withdrawal, Substitution and Modification of Bids-
a) A Bidder may withdraw, substitute or modify its Bid Proposal after it has been submitted
by sending a written Withdrawal/ substitutions/ modifications etc. Notice, duly signed by
the Bidder or its authorised representative, and shall include a copy of the authorisation
in accordance with ITB Sub-Clause 'Format and Signing of Bid'. The
corresponding Withdrawal, Substitution or Modification of the Bid must accompany the
respective written Notice.
b) Bid Proposals that are withdrawn in accordance with ITB Sub- Clause Withdrawal of Bids'
shall not be opened.
c) No Bid shall be withdrawn, substituted or modified in the interval between the deadline for
submission of the Bid and the expiration of the period of Bid validity specified in ITB
Clause Period of Validity of Bids' or any extension thereof.
d) Instructions/ procedure are mentioned at e-Procurement website under the section "Bidder's
Manual Kit".
13) Bid Opening-
a) The designated Procurement Committee will perform the bid opening, which is a critical
event in the bidding process.
b) The procuring entity shall conduct the bid opening at the address, date and time specified in
the NIB.
c) All the bids received up to the specified time and date in response to all the bid inquiries shall
be opened by the members of the designated Procurement Committee at the specified
place, date and time in the presence of bidders or their authorized representatives who may
choose to be present. Alternatively, the bidders may also view the bid opening status/
process online at e-Proc website.
d) All the documents comprising of technical bid/ cover shall be opened & downloaded from the
e-Proc website (only for the bidder's who have submitted the prescribed fee(s) in the office
of the Commissioner, RCSE.
e) All the technical bid covers, except the Commercial/ Financial cover, shall be opened one at a
time, and the following read out and recorded: the name of the bidder; the presence of
the RISL processing fee, tender fee, EMD and any other details as the procuring entity
may consider appropriate. No Bid shall be rejected at the time of opening of Technical Bids
except the late Bids, Alternative Bids (if not permitted) and Bids not accompanied with the
proof of payment or instrument of the required price of Bidding Document, processing fee
and EMD.
f) The Procuring entity shall prepare a record of the bid opening that shall include, at a
minimum: the name of the bidder and the presence or absence of processing fee, Tender
fee, and EMD. The bidder's representatives who are present shall be required to sign
the attendance sheet.
g) The Financial cover will remain unopened and will be opened later on the date and time
intimated to the bidders who qualify in the evaluation of technical bids and whose
samples are approved by the Committee. The date, time, and location of the opening of
41
Financial Bids will be advised in writing by the Procuring Entity.
h) The Bids opening committee shall prepare a list of the Bidders or their representatives
attending the opening of Bids and obtain their signatures on the same. The list shall also
contain the representative's name and telephone number and corresponding Bidders' names
and addresses. The authority letters brought by the representatives shall be attached to the
list. The list shall be signed by all the members of Bids opening committee with date and
time of opening of the Bids.
i) The Bids opening committee shall prepare a record of opening of Technical Bids that shall
include, as a minimum: the name of the Bidder and whether there is a
withdrawal, substitution, modification, or alternative offer (if they were permitted), any
conditions put by Bidder and the presence or absence of the price of Bidding documents,
processing fee and EMD. The Bidders or their representatives, who are present, shall sign the
record. The omission of a Bidder's signature on the record shall not invalidate the
contents and effect of the record The members of the Bids opening committee shall also
sign the record with date.
14. Guiding Principles for Evaluation of Bids-
a) The procuring entity shall strictly apply only and all of the evaluation and qualification
criteria specified in the bidding document.
b) The determination shall be based upon an examination of the documentary evidence of the
bidder's qualifications submitted by the bidder.
c) A bidder shall be considered to be eligible if it meets the eligibility criteria mentioned in the
BID DOCUMENT
d) Deviations, Reservations, or Omissions in Technical or Financial Bids: A responsive bid
would be the one that meets the requirements of the bidding document including the
technical evaluation criteria, if any, without material deviation, reservation, or omission
where: -
e) "Deviation" is a departure from the requirements specified in the bidding document;
f) "Reservation" is the setting of limiting conditions or withholding from complete acceptance
of the requirements specified in the bidding document; and
g) "Omission" is the failure to submit part or all of the information or documentation required in
the bidding document.
15) Responsiveness of Technical or Financial Bids:
i. The Procuring Entity's determination of the responsiveness of a Technical or Financial Bid is
to be based on the contents of the Bid itself, as defined in Documents Comprising the Bid.
ii A substantially responsive Technical or Financial Bid is one that meets without material
deviation, reservation, or omission to all the terms, conditions, and specifications of the
Bidding Document. A material deviation, reservation, or omission is one that,
42
If accepted, would: -
(i) Affect in any substantial way the scope, quality, or performance of the Goods and Related
Services specified in the bidding document;
or
(ii) Limits in any substantial way, inconsistent with the bidding document, the procuring
entity's rights or the bidder's obligations under the proposed Contract; or
If rectified, would:-
i. Unfairly affect the competitive position of other bidders presenting responsive bids.
ii. The Procuring Entity shall examine the technical aspects of the Bid in particular, to confirm
that requirements of this BID DOCUMENT have been met without any material deviation or
reservation.
iii. If a Technical or Financial Bid is not substantially responsive to the Bidding Document, it
shall be rejected by the Procuring Entity and may not subsequently be made responsive
by the Bidder by correction of the material deviation, reservation, or omission.
iii Nonmaterial Non-conformities in Technical or Financial Bids: Provided that a bid
is substantially responsive, the procuring entity -
o May waive any nonconformity (with recorded reasons) in the bid that does not
constitute a material deviation, reservation or omission.
o Procuring Entity may request the bidder to submit the necessary
information or documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities or omissions in the bid related to documentation
requirements
o Request for information or documentation on such nonconformities shall not be related
to any aspect of the financial proposal of the bid. Failure of the bidder to comply
with the request may result in the rejection of its bid.
o Will rectify nonmaterial nonconformities or omissions (with recorded reasons). To this
effect, the bid price shall be adjusted during evaluation of financial proposals for
comparison purposes only, to reflect the price of the missing or nonconforming item
or component. The adjustment shall be made using the method indicated in pre-
qualification and Evaluation Criteria of this bidding document.
16) Evaluation of Technical Bids-
a) The technical evaluation shall be completed by the designated Procurement Committee as
early as possible after opening of technical bids. It shall examine the technical bid
including the pre-qualification documents and samples as mentioned in this BID
DOCUMENT.
b) Examination of Terms and Conditions of the Technical or Financial Bids:
i. The Procuring Entity shall examine the Bids to confirm that all terms and conditions
specified in the bidding document have been accepted by the Bidder without any material
deviation or reservation.
43
ii. The Procuring Entity shall evaluate the technical aspects of the Bid submitted in accordance
with 'Documents Comprising the Bid' and Documents Establishing the Conformity of the
Goods and Related Services to the Bidding Document, to confirm that all requirements
specified in this document and all amendments or changes requested by the Procuring
Entity in accordance with 'Amendment of Bidding Document', have been met without any
material deviation or reservation.
a) Technical Evaluation Criteria — Bid shall be evaluated technically based on the
documents submitted by the bidder as asked in the clause "Documents comprising the bid"
b) The procuring entity would at any time for evaluation of the technical consistency of the
bidder, visit or send its representative or the Committee to inspect the Site of the Bidder.
Such committee or Procurement Entity’s representative shall have the right to visit and
inspect the site, technical facilities, product etc to verify the claims made by the bidder in
their technical bid. If it is found that the documents submitted by the Tenderer are not
compatible with the actual situation at site, or if the documents supplied by the Tenderer are
found to be fraudulent or misrepresenting the facts, it shall render the Tenderer ineligible
and would be disqualified. Further, if the technical details provided by the bidder seem
to be inconsistent to the requirements/capacity required to fulfil the tender obligation, then
the committee may decide to disqualify the bid. The final decision would vest with
COMMISSIONER, RCSE. The decision of the procuring entity in this regard shall be final and
binding on the Tenderer and cannot be challenged.
c) The eligible bidders whose bid is determined to be substantially responsive shall be
considered to be qualified in the technical evaluation, unless disqualified pursuant to clause
"Conflict of Interest" or "Disqualification", and shall be informed, either in writing or by
uploading the details on the websites mentioned in the NIB, about the date, time and place of
opening of their financial bids.
d) The Procuring Entity shall notify Bidders in writing whose Technical Bids have been rejected
on the grounds of being substantially nonresponsive and not qualified in accordance with the
requirements of the Bidding Document and return their Financial Bids unopened.
e) The firms which could not qualify in technical evaluation will be informed about this fact.
Their financial bid will be returned unopened and EMD refunded after completion of the bid
process i.e. award of the contract to the best/ successful bidder.
(17) Sample Evaluation:- The sample of technically qualified bidders will be evaluated by
evaluation committee.
44
(18) Evaluation of Financial Bids-
a) The Procuring Entity shall evaluate each Financial Bid, the corresponding Technical Bid
and sample of which has been determined to be substantially responsive.
b) To evaluate a Financial Bid, the Procuring Entity shall only use all the criteria and
methodologies defined in this document. No other criteria or methodology shall be permitted.
c) To evaluate a Financial Bid, the Procuring Entity shall consider the following:
i. the Bid Price quoted in the Financial Proposal;
ii. Price adjustment for correction of arithmetical errors in accordance with Clause 'Correction of
Arithmetical Errors';
iii. Price adjustment due to application of all the evaluation criteria specified in Evaluation
and Qualification Criteria. These criteria may include factors related to the
characteristics, performance, and terms and conditions of procurement of the Goods and
Related Services which shall be expressed to the extent practicable in monetary terms to
facilitate comparison of the Bids, unless otherwise specified.
d) Unless otherwise specified, the evaluation of the total Price of a Bid shall be the price of
delivering the Goods and installing at the site(s) of delivery including all taxes and duties
payable on them, insurance, transport, loading, unloading, erecting, stacking, testing,
commissioning, etc.
19) Clarification of Technical or Financial Bids-
a) To assist in the examination, evaluation, comparison and qualification of the Technical or
Financial Bids, the Bid evaluation committee may, at its discretion, ask any Bidder for a
clarification regarding its Bid. The committee's request for clarification and the response
of the Bidder shall be in writing/ email or through the e-Procurement portal.
b) Any clarification submitted by a Bidder with regard to his Bid that is not in response to a
request by the Bid evaluation committee shall not be considered.
c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except
to confirm the correction of arithmetical errors discovered by the Bid evaluation committee
in the evaluation of the financial Bids.
d) No substantive change to qualification information or to a submission, including changes
aimed at making an unqualified Bidder, qualified or an unresponsive submission,
responsive shall be sought, offered or permitted.
e) To assist in the examination, ascertain technical specifications and check and test the quality
of the samples provided, the committee may take assistance of external agency designated
for such activities. The cost of this test would be borne by the individual bidders (to be
deducted from the EMD).
20) Correction of Arithmetical Errors in Financial Bid-
Provided that the bid is substantially responsive, the Procuring Entity will correct
arithmetical errors during evaluation of Financial Bids on the following basis:-
45
i. if there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall
be corrected, unless in the opinion of the procuring entity there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as quoted
shall govern and the unit price shall be corrected;
if there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
ii if there is a discrepancy between words and figures, the amount in words shall prevail, unless
the amount expressed in words is related to an arithmetic error, in which case the amount
in figures shall prevail subject to (i) and (ii) above.
iii. If the Bidder that submitted the lowest evaluated Bid does not accept the correction of
errors, its Bid shall be disqualified and its EMD shall be forfeited or its Bid Securing
Declaration shall be executed.
21) Price and/ or Purchase Preference:
No Price and/or Purchase Preference, shall be applicable.
22) Comparison of bids: The procuring entity shall compare all substantially responsive bids to
determine the lowest-evaluated bid in accordance with the evaluation criteria given in this BID
DOCUMENT.
23) Post qualification of the Bidder: The Procuring Entity shall determine to its satisfaction that
the Bidder that is selected as the lowest Bidder is qualified to perform the Contract
satisfactorily.
24) Disqualification:
Procuring entity may at its sole discretion and at any time during the processing of bids,
disqualify any bidder/ bid from the bid process if the bidder: -
i. Has not submitted the bid in accordance with the bidding document.
ii. Has submitted bid without submitting the prescribed Tender Fee, RISL Processing
Fee, EMD or the Bidder’s authorization certificate/ Power of Attorney.
iii. Has imposed other conditions in his bid.
iv. During validity of the bid or its extended period, if any, increases his quoted prices.
v. Has made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
vi. Has failed to provide clarifications related thereto, when sought.
vii. Has submitted more than one bid. This will cause disqualification of all bids submitted
by such bidders including forfeiture of the EMD.
viii. Is found to canvass, influence or attempt to influence in any manner for the
qualification or selection process, including without limitation, by offering bribes or
other illegal gratification
46
25) Acceptance of the successful bid and award of contract-
a) The Procuring Entity after considering the recommendations of the Bid Evaluation
Committee and the conditions of Bid, if any, financial implications, samples, test reports,
etc., shall accept or reject the successful Bid.
b) Before award of the Contract, the Procuring Entity shall ensure that the price of successful
Bid is reasonable and consistent with the required quality.
c) A Bid shall be treated as successful only after the competent authority has approved the
procurement in terms of that Bid.
d) The Procuring Entity shall award the contract to the Bidder whose offer has been determined
to be the lowest in accordance with the evaluation criteria, and if the Bidder has been
determined to be qualified to perform the contract satisfactorily. In the interest of efficiency,
economy and timely completion or supply, a procuring entity may, for reasons to be recorded
in writing, divide its procurement into appropriate packages.
e) Prior to the expiration of the period of validity of Bid, the Procuring Entity shall inform the
successful Bidder in writing, by registered post or email, that its Bid has been accepted.
f) If the issuance of formal letter of acceptance (LOA) is likely to take time, in the meanwhile a
Letter of Intent (LOI) may be sent to the successful Bidder. The acceptance of an offer is
complete as soon as the letter of acceptance or letter of intent is posted and/ or sent by
(if available) to the address of the successful Bidder given in its
Bid.
26) Confidentiality-
a) Information relating to the examination, evaluation, comparison, and post-qualification of
Bids, and recommendation of contract award, shall not be disclosed to Bidders or any
other persons not officially concerned with such process until information on Contract award
is communicated to all Bidders.
b) Any attempt by a Bidder to influence the Procuring Entity in the examination, evaluation,
comparison, and post qualification of the Bids or Contract award decisions may result in
the rejection of its Bid, in addition to the legal action which may be taken by the Procuring
Entity under the Act and the Rules.
c) Notwithstanding above clause, from the time of opening the Bid to the time of Contract
award, if any Bidder wishes to contact the Procuring Entity on any matter related to the
Bidding process, it should do so in writing.
d) In addition to the restrictions specified in section 49 of the Act, the Procuring Entity, while
procuring a subject matter of such nature which requires the procuring Entity to maintain
confidentiality, may impose condition for protecting confidentiality of such information.
27) Conflict of Interest-
A conflict of interest is considered to be a situation in which a party has interests that could
improperly influence t h a t party’s performance of official duties or
responsibilities, contractual obligations, or compliance with applicable laws and regulations:
47
a) A Bidder may be considered to be in conflict of interest with one or more parties in this
bidding process if, including but not limited to:
i. have controlling partners/ shareholders in common; or
ii. Receive or have received any direct or indirect subsidy from any of them; or iii. Have the
same legal representative for purposes of this Bid; or
iii. have a relationship with each other, directly or through common third parties, that puts them
in a position to have access to information about or influence on the Bid of another Bidder,
or influence the decisions of the Procuring Entity regarding this bidding process; or
iv. the Bidder participates in more than one Bid in this bidding process. Participation by a Bidder
in more than one Bid will result in the disqualification of all Bids in which the Bidder is
involved. However, this does not limit the inclusion of the same subcontractor, not otherwise
participating as a Bidder, in more than one Bid; or
v. the Bidder or any of its affiliates participated as a consultant in the preparation of the design
or technical specifications of the Goods and Services that are the subject of the Bid; or
vi. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring
Entity as engineer-in-charge/ consultant for the Contract.
b) The Bidder shall have to give a declaration regarding compliance of the Code of Integrity
prescribed in the Act, the Rules and stated above in this Clause along with its Bid, in the
format specified in Section IV, Bidding Forms.
c) Breach of Code of Integrity by the Bidder: Without prejudice to the provisions of Chapter IV
of the Rajasthan Transparency in Public Procurement Act, in case of any breach of the
Code of Integrity by a Bidder or prospective Bidder, as the case may be, the Procuring
Entity may take appropriate action in accordance with the provisions of sub-section (3) of
section 11 and section 46 of the Act.
28) Procuring entity's Right to accept any bid, and to reject any or all of the Bids:
The procuring entity reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to contract award, without assigning
any reasons thereof and without thereby incurring any liability to the bidders.
29) Procuring entity's Right to Vary Quantities at the time of award-
a) At the time of award of contract, the quantity of Goods, works or services originally specified
in the Bidding Documents may be increased or decreased, but such increase or decrease
shall not exceed fifty percent, of the quantity specified in the Bidding Document. It
shall be without any change in the unit prices or other terms and conditions of the Bid
and the conditions of contract.
b) If the Procuring Entity does not procure any subject matter of procurement or procures
less than the quantity specified in the Bidding Document due to change in circumstances,
the Bidder shall not be entitled for any claim or compensation except otherwise provided in
the Conditions of Contract.
48
30) Signing of Contract-
a) In the written intimation of acceptance of its Bid sent to the successful Bidder, it shall also be
asked to execute an agreement in the format given in the Bidding Document on a non
judicial stamp of requisite value at his cost and deposit the amount of Performance
Security or a Performance Security Declaration, as applicable, within a period of fifteen
days from the date on which the LOA or LOI or Work Order is dispatched to the Bidder.
Until a formal contract is executed, LOA or LOI or Work Order shall constitute a binding
contract.
b) If the Bidder, whose Bid has been accepted, fails to sign a written procurement contract or
fails to furnish the required Performance Security or Performance Security Declaration, as
the case may be, within the specified time period, the Procuring Entity shall take action
against the successful Bidder as per the provisions of the Act and the Rules. The
Procuring Entity may, in such case, cancel the procurement process or if it deems fit, offer
for acceptance on the rates of lowest Bidder to the next lowest responsive Bidder.
c) The EMD and samples, if any, of the Bidders whose Bids could not be accepted shall be
refunded soon after the contract with the successful Bidder is signed and his Performance
Security is obtained.
31) Performance Security Deposit (PSD)-
a) Performance Security shall be solicited from all successful Bidders.
b) The amount of Performance Security shall be five percent(5%) of the amount of the supply
order. The currency of Performance Security shall be Indian Rupees.
c) Performance Security shall be furnished in one of the following forms.
i. Bank Draft/ Banker's Cheque/Bank Guarantee of a Scheduled/Nationalized Bank in India in
favour of Commissioner RCSE. It shall be got verified from the issuing bank with the banks
undertaking of making the payment to the Procuring Entity without the consent of the bidder.
The validity of the Bank Guarantee shall be for 6 Months beyond the stipulated time of
completion of the entire contract. The validity of the Bank Guarantee would be extended for
the required period on request by the Procuring Entity. or
ii. Fixed Deposit Receipt (FDR) of a Scheduled/Nationalized Bank. It shall be in the name of
the Procuring Entity on account of Bidder and discharged by the Bidder in advance. The
Procuring Entity shall ensure before accepting the Fixed Deposit Receipt that the
Bidder furnishes an undertaking from the bank to make payment/ premature payment
of the Fixed Deposit Receipt on demand to the Procuring Entity without requirement of
consent of the Bidder concerned. In the event of forfeiture of the Performance Security, the
Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit.
e) Failure of the successful Bidder to submit the above-mentioned Performance Security or
sign the Contract within the specified time period shall constitute sufficient grounds for
the annulment of the award and forfeiture of the EMD. In that event the Procuring Entity
may award the Contract to the next lowest evaluated Bidder at the rates of the lowest
bidder whose offer is substantially responsive and is determined by the Procuring Entity
to be qualified to perform the Contract satisfactorily
49
f) Forfeiture of Performance Security: The amount of Performance Security in full or part
may be forfeited in the following cases-
i. when the Bidder does not execute the agreement in accordance with Clause 'Signing of
Contract' within the specified time period; after issue of letter of acceptance/ placement of
supply order; or
ii. When the Bidder fails to commence the supply of the Goods or Related Services as per supply
order within the time specified; or
iii. When Bidder fails to commence or make complete supply of the Goods or Related
Services satisfactorily within the time specified; or
iv. When any terms and conditions of the contract is breached; or
v. if the Bidder breaches any provision of the Code of Integrity prescribed for Bidders in the Act
and Chapter VI of the Rules and specified in Clause 36.
g) Notice of reasonable time will be given in case of forfeiture of Performance Security. The
decision of the Procuring Entity in this regard shall be final.
32) Reservation of Rights:
To take care of unexpected circumstances, procuring entity reserves the rights for
the following: -
a) Extend the closing date for submission of the bid proposals.
b) Amend the bidding requirements at any time prior to the closing date, with the amendment
being notified to prospective bidders and on the respective websites.
c) To accept any bid not necessarily the lowest, reject any bid without assigning any reasons and
accept bid for all or anyone or more of the articles/ services for which bid has been invited
or distribute items of stores/ services to more than one bidder.
d) Terminate or abandon the bidding procedure or the entire project whether before or after the
receipt of bid proposals.
e) Make enquiries of any person, company or organization to ascertain information regarding
the bidder and its proposal.
g) Reproduce for the purposes of the procedure the whole or any portion of the proposal despite
any copyright or other intellectual property right that may subsist in the proposal.
33) Code of Integrity-
Any person participating in the procurement process shall -
a) Not offer any bribe, reward or gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
b) Not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial
or other benefit or avoid an obligation;
50
c) not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the
transparency, fairness and progress of the procurement process;
d) Not misuse any information shared between the procuring Entity and the Bidders with an
intent to gain unfair advantage in the procurement process;
e) Not indulge in any coercion including impairing or harming or threatening to do the
same, directly or indirectly, to any party or to its property to influence the procurement
process;
f) Not obstruct any investigation or audit of a procurement process;
g) Disclose conflict of interest, if any; and
h) Disclose any previous transgressions with any Entity in India or any other country during
the last three years or any debarment by any other procuring entity.
34) Grievance handling during procurement process-
Any grievance of a Bidder pertaining to the procurement process shall be by way of filing
an appeal to the First or Second Appellate Authority, as the case may be, as specified in
the BDS, in accordance with the provisions of chapter III of the Act and chapter VII of the
Rules and as given in Appendix A to these ITS.
35) Samples-
a) Bidders who are technically qualified are suppose to submit within 3 days() their specimen
samples as per drawings and specifications given in the bidding document so that
Committee can ascertain the quality of the product.
b) Each sample shall be marked suitably either by writing on the sample or on a slip of durable
paper securely fastened to the sample, the name of the Bidder and serial number of the
item, of which it is a sample in the Schedule of Supply
c) Approved samples would be retained free of cost up to the period of six months after the
expiry of the contract. The Procuring Entity shall not be responsible for any damage,
wear and tear or loss during testing, examination, etc., during the period these samples are
retained. The samples shall be collected by the Bidder on the expiry of stipulated
period. The Procuring Entity shall in no way make arrangements to return the samples.
The samples uncollected within 9 months after expiry of contract shall be forfeited by the
Procuring Entity and no claim for their cost, etc., shall be entertained.
d) Samples not approved shall be collected by the Bidders immediately after the Contract with
the successful bidder has been signed . The Procuring Entity will not be responsible for
any damage, wear and tear, or loss during testing, examination, etc., during the period
these samples are retained. The uncollected samples shall be forfeited and no claim for
their cost, etc., shall be entertained.
e) Supplies when received may be subject to inspection to ensure whether they conform to the
specifications or with the approved samples. Where necessary or prescribed or practical,
tests shall be carried out in Government Laboratories, reputed Testing House like STQC
(ETDC) and the like. The supplies will be accepted only when the articles conform to the
standard of prescribed specifications as a result of such tests.
51
(f) The selected bidder shall at its own expense and at no cost to the Procuring entity, carry out
all such tests and/ or inspections of the Goods and Related Services as are specified in
the bidding document.
g) Drawal of Samples: In case where ever the need arise or the committee feels it to be required,
to tests, wherever feasible, samples shall be drawn in four sets in the presence of selected
bidder or his authorized representative and properly sealed in their presence. Once such set
shall be given to them, one or two will be sent to the laboratories and/ or testing house
and the third or fourth will be retained in the office for reference and record.
52
CHAPTER 5: TERMS AND CONDITIONS OF TENDER & CONTRACT
A. GENERAL CONDITIONS OF CONTRACT (GCC):
1) Definitions- The following words and expressions shall have the meanings hereby assigned to
them-
a) 'Act.' Means the Rajasthan Transparency in Public Procurement Act., 2012
b) "Completion" means the fulfilment of the Related Services by the Supplier in accordance
with the terms and conditions set forth in the Contract.
c) "Contract" means the Agreement entered into between the Procuring Entity and the Supplier,
together with the Contract Documents refe rred to the re in , including al l
a t t achmen t s , appendices, specifications and codes and all documents incorporated by
reference therein.
d) "Contract Documents" means the documents listed in the Agreement, including any
amendments thereto.
e) "Contract Price" means the price payable to the Supplier as specified in the Agreement,
subject to such additions and adjustments thereto or deductions there from, as may be
made pursuant to the Contract.
f) "Day" means calendar day.
g) "Delivery" means the transfer of the Goods from the Supplier to the Procuring Entity in
accordance with the terms and conditions set forth in the Contract.
h) "GCC" mean the General Conditions of Contract
i) "Goods" means all of the commodities, raw material, machinery and equipment, documents,
guarantees/warrantees and/or other materials that the Supplier is required to supply to the
Procuring Entity under the Contract.
j) "Procuring Entity" means the Entity purchasing the Goods and Related Services, as specified
in the bidding document.
k) "Related Services" means the services incidental to the supply of the Goods, such as
insurance, installation, training and initial maintenance, commissioning of equipment or
machinery and other similar obligations of the Supplier under the Contract.
l) 'Rules' means the Rajasthan Transparency in Public Procurement Rules ,2012
m) "SCC" means the Special Conditions of Contract.
n) "Subcontractor" means any natural person, private or government Entity, or a combination
of the above, including its legal successors or permitted assigns, to which any part of the
Goods to be supplied or execution of any part of the Related Services is subcontracted
by the Supplier.
o) "Supplier" means the natural person, private or government Entity, or a combination of the
above, of whose Bid to perform the Contract has been accepted by the Procuring Entity and is
named as such in the Agreement, and includes the legal successors or permitted assigns of the
Supplier.
p) "The Site," where applicable, means the place of delivery, installation,
testing/commissioning of the goods/equipment or machinery or any other place named in the
53
bidding document
2) Interpretation-
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement- The Contract constitutes the entire agreement between the Procuring
Entity and the Supplier and supersedes all communications, negotiations and agreements
(whether written or oral) of parties with respect thereto made prior to the date of Contract
c) Amendment- No amendment or other variation of the Contract shall be valid unless it is in
writing, is dated, expressly refers to the Contract, and is signed by a duly
authorized representative of each party thereto
d) Non-waiver-
i. Subject to GCC Sub-Clause (e) below, no relaxation, forbearance, delay, or indulgence by
either party in enforcing any of the terms and conditions of the Contract or the granting
of time by either party to the other shall prejudice, affect, or restrict the rights of that party
under the Contract, neither shall any waiver by either party of any breach of Contract
operate as waiver of any subsequent or continuing breach of Contract.
ii. Any waiver of a party's rights, powers, or remedies under the Contract must be in writing,
dated, and signed by an authorised representative of the party granting such waiver, and
must specify the right and the extent to which it is being waived.
e) Severability- If any provision or condition of the Contract is prohibited or rendered invalid
or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity
or enforceability of any other provisions and conditions of the Contract.
3) Income Tax and VAT/sales tax Registration and VAT/sales tax Clearance Certificate -
No Bidder who does not hold a valid Permanent Account Number (PAN)/ Tax Identification
Number (TIN) , and who is not registered under the Sales Tax Act prevalent in the State
where his business is located shall bid. The VAT Registration Number should be quoted
and a VAT/ Sales Tax clearance certificate from the Commercial Taxes Officer of the
Circle concerned shall be submitted without which the bid is liable to be rejected. The
bidder quoting Rajasthan VAT should have valid VAT registration in the state of Rajasthan
and he should mention VAT registration number in the bid document.
4) Contract Documents: Subject to the order of precedence set forth in the Agreement, all
documents forming the Contract (and all parts thereof) are intended to be
correlative, complementary, supplementary and mutually explanatory.
5) Code of Integrity- The Supplier is bound by the provisions of the Code of Integrity
stipulated in the Act and the Rules and specified in ITB Clause 37 'Code of Integrity'.
The corrupt, fraudulent, coercive and collusive practices are further defined as below:
a) "corrupt practice" means the offering, giving, receiving, or soliciting, directly or indirectly,
anything of value to influence improperly the actions of another party;
b) "fraudulent practice" means any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or
other benefit or to avoid an obligation;
54
c) "coercive practice" means impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a
party;
d) "Collusive practice" means an arrangement between two or more parties designed to achieve
an improper purpose, including influencing improperly the actions of another party.
e) The Procuring Entity shall take legal action against the Supplier under Section 11(3), 46
and chapter IV of the Act, if it breaches any provisions of the Code of Integrity, or is
determined to have engaged in corrupt, fraudulent, coercive or collusive practices in
competing for the Contract or execution of the Contract.
f) The Supplier shall permit the Procuring Entity to inspect the Supplier's accounts and records
relating to the performance of the Supplier and to have them audited by auditors appointed
by the Procuring Entity, if so required by the Procuring Entity.
6) Language-
a) The Contract as well as all correspondence and documents relating to the Contract exchanged
by the supplier and the Procuring entity, shall be written in English language
only. Supporting documents and printed literature that are part of the Contract may be in
another language provided they are accompanied by an accurate translation of the relevant
passages in the language specified in the special conditions of the contract (SCC), in which
case, for purposes of interpretation of the Contract, this translation shall govern.
b) The supplier shall bear all costs of translation to the governing language and all risks of the
accuracy of such translation.
7) Eligible Goods and Related Services-
a) All Goods and Related Services to be supplied under the Contract shall have India as their
country of origin or a country which has not been declared ineligible by Government of
India.
b) For purposes of this Clause, the term "Goods" includes commodities, raw material,
machinery, equipment, and industrial plants; and "Related Services" includes services such
as insurance, installation, transportation, testing, commissioning, training, and
mandated operation and maintenance.
c) The term "country of origin" means the country where the Goods have been mined, grown,
cultivated, produced, manufactured, or processed; or through manufacture, processing, or
assembly, another commercially recognized article results that differs substantially in its
basic characteristics from its imported components.
d) The nationality of the firm that produces, assembles, distributes, or sells the Goods shall not
determine their origin.
55
e) If so required, a Bidder that does not manufacture or produce the Goods it offers to supply
shall submit the Manufacturer's Authorization using the form included in this document,
Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or
producer of the Goods to supply these Goods in India.
8) Notices-
a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the
address specified in the contract. The term in writing" means communicated in written
form with proof of receipt.
b) A Notice shall be effective when delivered or on the Notice's effective date, whichever is
later.
9) Governing Law: The Contract shall be governed by and interpreted in accordance with the
laws of India and the State of Rajasthan.
10) Scope of Supply-
a) Subject to the provisions in the bidding document and contract, the goods and related services
to be supplied shall be as specified in the bidding document.
b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such
items not specifically mentioned in the Contract but that can be reasonably inferred
from the Contract as being required for attaining delivery and completion of the goods
and related services as if such items were expressly mentioned in the Contract.
11) Delivery & Installation-
a) Subject to the conditions of the contract, the delivery of the goods and completion of the
related services shall be in accordance with the delivery and completion schedule specified
in the bidding document. The details of supply/ shipping and other documents to be
furnished by the supplier are specified in the bidding document and/ or contract.
b) The contract for the supply can be repudiated at any time by the Procurement Entity, if the
supplies are not made to his satisfaction after giving an opportunity to the bidder of being
heard and recording the reasons for repudiation.
c) The Supplier/ selected Bidder shall arrange to supply, install and commission the ordered
materials as per specifications within the specified delivery/ completion period at various
locations mentioned in the bidding document and/ or contract.
d) Shifting the place of Installation: The end-user will be free to shift the place of installation
within the same city /town/ district/ division. The supplier shall provide all assistance,
incl. transportation, in shifting of the equipment. However, if the city/town is changed,
additional charges of assistance in shifting and providing maintenance services for
remaining period would be decided mutually.
12) Supplier's/ Selected Bidder's Responsibilities: The Supplier shall supply all the goods
and related services included in the scope of supply in accordance with the provisions of
bidding document and/ or contract.
56
13) Procuring entity's Responsibilities - Whenever the supply of goods and related services
requires that the Supplier obtain permits, approvals, and import and other licenses from
local public authorities, the Procuring entity shall, if so required by the Supplier, shall make
its best effort to support the Supplier in complying with such requirements in a
timely and expeditious manner.
14) Contract Price-
a) The Contract Price shall be paid as specified in the agreement subject to any additions and
adjustments thereto, or deductions therefore, as may be made pursuant to the Contract.
b) Prices charged by the Supplier for the Goods delivered and the Related Services performed
under the Contract shall not vary from the prices quoted by the Supplier in its bid, with
the exception of any price adjustments, if authorized in the special conditions of the contract.
15) Recoveries from Supplier/ Selected Bidder-
a) Recovery of penalty, short supply, breakage, rejected articles shall be made ordinarily from
bills.
b) The Purchase Officer shall withhold amount to the extent of penalty, short supply/ installation
/deployment, breakage and rejected articles unless these are replaced satisfactorily. In case
of failure to withhold the amount, it shall be recovered from his dues and Security
Deposit available with procuring entity.
c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when
recovery is not possible, the Purchase Officer shall take recourse to Rajasthan Public
Demand Recovery Act or any other law in force.
16) Taxes & Duties-
a) The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source/ paid by
department as per prevailing rates
b) For Goods supplied from outside India, the Supplier shall be entirely responsible for all taxes,
stamp duties, license fees, and other such levies imposed outside India.
c) For Goods supplied from within India, the Supplier shall be entirely responsible for all taxes,
duties,octroi, license fees, etc., incurred until delivery of the contracted Goods at site
to the Procuring Entity.
d) If any tax exemptions, reductions, allowances or privileges may be available to the Supplier
in India, the Procuring Entity shall use its best efforts to enable the Supplier to benefit
from any such tax savings to the maximum allowable extent.
17) Agreement and Security Deposit-
a) A Letter of Intent (LOI) shall be issued to the successful tenderer to sign the agreement
within 7 days from finalization of rates and supply & install within 60 days from the date of
LOI.
b) The successful tenderer will be required to sign an agreement with School Principal/
Headmaster on behalf of RCSE on a non-judicial stamp paper of prescribed value of this
cost incorporating all the terms and conditions attached to tender form within 7 days from
the date of LOI. The agreement will be a composite agreement for a period of 1 (ONE)
years from the date of signing of agreement. Violation of any term and condition of
57
Agreement will entitle the COMMISSIONER, RCSE to fragment, terminate the contract
and forfeit the security deposit. Further in case of violation of any term and condition,
unsatisfactory work, failing in imparting proper education, work can be assigned to any
other tenderer at the risk and cost of the original tenderer in the interest of the students
and contract can be terminated at any time during the progress of the contract by the School
Principal/ Headmaster.
c) The expenses of completing and stamping the agreement shall be paid by the tenderer and the
tenderer will furnish free of charge on executed stamped copy of the agreement to the
COMMISSIONER, RCSE.
d) The tenderer shall furnish the following documents at the time of execution of agreement:
Attested copy of Partnership Deed in case of Partnership Firms, Registration Number and
year of registration in case partnership firm is registered with Registrar of Firms, Address
of residence and office, telephone numbers in case of sole Proprietorship & Registration
issued by Registrar of Companies in case of Company. Relevant documents in case of
organization/ institute/ company/ corporation! society registered/ incorporated in India.
18) Performance Security Deposit (PSD)-
a) The Supplier shall, within 7 days or a period specified, of the Notification of Award,
sign the Contract Agreement with School Principal/ Headmaster and submit a
Performance Security for the due performance of the Contract for the amount specified in
the SCC to the Commissioner, RCSE.
b) The Performance Security shall be denominated in the currency of the Contract and shall be
in one of the following forms:
(i) Bank Draft or Banker's Cheque or Bank guarantee of a Scheduled/ Nationalised Bank in India
in favour of Commissioner ,RCSE In prescribed or other acceptable format or from other
Issuer acceptable to the Procuring Entity. The bank guarantee shall be got verified from the
issuing bank and confirmer, if any;
Or
(ii) Fixed Deposit Receipt (FDR) of a Scheduled Bank. It shall be in the name of the Procuring
Entity on account of Bidder and discharged by the Bidder in advance. The Procuring
Entity shall ensure before accepting the Fixed Deposit Receipt that the Bidder
furnishes an undertaking from the bank to make payment/ premature payment of the
Fixed Deposit Receipt on demand to the Procuring Entity without requirement of consent
of the Bidder concerned. In the event of forfeiture of the Performance Security, the Fixed
Deposit shall be forfeited along with interest earned on such Fixed Deposit.
c) The proceeds of the Performance Security shall be forfeited and shall be payable
as compensation to the Procuring Entity on happening of any of the events mentioned below:
(i) when the Supplier does not sign the Agreement in accordance with ITB Clause 'Signing
of Contract' within the specified time; 'after issue of letter of acceptance/ placement of
supply order within the specified period; or
(ii) When the Supplier fails to commence the supply of the Goods or Related Services as per
supply order within the time specified; or
(iii) when Supplier fails to make complete supply of the Goods or Related Services satisfactorily
within the time specified; or
(iv) When any terms and conditions of the Contract is breached; or
(v) If the Supplier breaches any provision of the Code of Integrity prescribed for Bidders in the
58
Act and Chapter VI of the Rules and as specified in ITB.
d) Notice of reasonable time will be given in case of forfeiture of Performance Security. The
decision of the Commissioner, RCSE in this regard shall be final.
e) The Performance Security shall be released by the Procuring Entity and returned to the
Supplier not later than six months following the date of satisfactory completion of the
Supplier's performance obligations under the Contract, including any warranty and/
or maintenance obligations, unless specified otherwise in the SCC.
19) Liquidated Damages:
a) Subject to provisions of GCC Clause 'Force Majeure' and 'Extensions of Time', if
the Supplier fails to deliver any or all of the Goods or perform the Related Services within
the period specified in the Contract , the Procuring Entity shall, without prejudice to all its
other remedies under the Contract, deduct from the Contract Price, as liquidated damages
on the basis of following percentages of value of Goods and/ or Related Service which the
Supplier has failed to supply or complete individually or collectively for the entire order:-
a. Delay up to one fourth period of the specified period of
delivery,
2.5%
b. Delay exceeding one fourth but not exceeding half of the
specified
5.0%
c. Delay exceeding half but not exceeding three fourth of the
specified
7.5%
d. Delay exceeding three fourth of the specified period of
delivery,
10.0%
b) Fraction of a day in reckoning period of delay in supplies, successful installation and
completion of work shall be eliminated if it is less than half a day. The value of Goods
and/ or Related Services not received in specified time should be calculated carefully. The
method of calculation for contracts which include multiple items of supply/ service in case
individual value of each item is not taken in the Bid should be generally given in the SCC.
For turnkey projects in which cost of individual items is not known also, some
apportionment formula should be given in the SCC. If not given, the total value of the
turnkey project shall become the basis for imposing LD, if due.
c) The maximum amount of liquidated damages shall be 10% of the contract value. Once the
maximum is reached, the Procuring Entity may terminate the Contract pursuant to GCC
Clause 'Termination & Disputes'.
d) *The percentage refers to the payment due for the associated works/ goods/ service
e) Recoveries of liquidated damages, short supply, breakage, rejected articles shall ordinarily be
made from bills. Amount may also be withheld to the extent of short supply, breakages,
rejected articles and in case of failure in satisfactory replacement by the Supplier along
with amount of liquidated damages shall be recovered from his dues and Performance
Security available with the Procuring Entity. In case balance of recovery is not possible,
recourse will be taken under Rajasthan Public Demand Recovery Act or any other law in
59
force.
20) Copyright: The copyright in all drawings, source code, design documents, and
other materials containing data and information furnished to the Procuring Entity by the
Supplier for this project herein shall remain vested jointly in the Procuring Entity and
Supplier, or, if they are furnished to the Procuring Entity directly or through the Supplier by
any third party, including suppliers of materials or Related Services, the copyright in such
materials or related services shall remain vested in such third party.
21) Confidential Information-
a) In addition to the requirements of the provisions of Section 49 of the Act and Rule 77 of the
Rules regarding Confidentiality, the Procuring Entity and the Supplier shall keep
confidential and shall not, without the written consent of the other party hereto, divulge to
any third party
any documents, data, or other information furnished directly or indirectly by the other
party hereto in connection with the Contract, whether such information has been furnished
prior to, during or following completion or termination of the Contract. Notwithstanding
the above, the Supplier may furnish to its Subcontractor such documents, data, and other
information it receives from the Procuring Entity to the extent required for the
Subcontractor to perform its work under the Contract, in which event the Supplier shall
obtain from such Subcontractor an undertaking of confidentiality similar to that imposed
on the Supplier under this clause. However, in case of electronic data or information, the
Procuring Entity may not hold such responsibility for access to data on line by any third
party.
b) The Procuring Entity shall not use such documents, data, and other information received from
the Supplier for any purposes unrelated to the Contract. Similarly, the Supplier shall not
use such documents, data, and other information received from the Procuring Entity for
any purpose other than the design, procurement, or other work and services required for
the performance of the Contract.
c) The obligation of a party under GCC Sub-Clauses (a) and (b) above, however, shall not apply
to information that:
i. the Procuring Entity or Supplier need to share with other institutions participating in the
financing of the Contract;
ii. now or hereafter enters the public domain through no fault of that party;
iii. can be proven to have been possessed by that party at the time of disclosure and which was
not previously obtained, directly or indirectly, from the other party;
Or
iv. Otherwise lawfully becomes available to that party from a third party that has no obligation
of confidentiality.
d) The above provisions of this clause shall not in any way modify any undertaking of
confidentiality given by either of the parties hereto prior to the date of the Contract in
respect of the Supply or any part thereof.
60
e) The provisions of this clause shall survive completion or termination, for whatever reason, of
the Contract.
22) Sub-contracting:
The Supplier shall not sublet or assign the Contract or its any part to anyone.
23) Assignment- Neither the Procuring Entity nor the Supplier shall assign, in whole or in part,
their obligations under this Contract, except with prior written consent of the other party
with recorded reasons. Such assignment shall not relieve the Supplier or the Procurement
Entity of their respective obligations under the Contract.
24) Specifications and Standards-
a) Technical Specifications and Drawings-
i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply with
the technical specifications and other provisions of the Contract.
ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any design,
data, drawing, specification or other document, or any modification thereof provided or
designed by or on behalf of the Procuring entity, by giving a notice of such disclaimer to the
Procuring entity.
iii. All Goods and Related Services to be supplied under the Contract shall have India as
their country of origin or a country which has not been declared ineligible by Government of
India.
iv. The goods and related services supplied under this Contract shall conform to the standards
mentioned in bidding document and, when no applicable standard is mentioned, the
standard shall be equivalent or superior to the official standards whose application is
appropriate to the country of origin of the Goods. In no case such standards shall be
inferior to the relevant updated BIS or international standards.
v. To establish the conformity of the Goods and Related Services to the Bidding Document, the
Bidder shall furnish as part of its Bid, the documentary evidence (specifications, designs
and drawings and conformance to BIS or other acceptable codes) and where asked for,
supply samples, demonstrates trials or carry out tests as specified in this document.
vi. The documentary evidence may be in the form of literature, design/drawings or data etc., and
shall consist of a detailed description of the essential technical and
performance characteristics of the Goods and Related Services, demonstrating substantial
responsiveness of the Goods and Related Services to those requirements, and if applicable,
a duly signed statement of deviations and exceptions to the provisions mentioned in this
document.
vii. Standards for workmanship, process, material, operation and maintenance and equipment, as
well as references to brand names or catalogue numbers specified by the Procuring Entity
in the Schedule of Supply, are the minimum acceptable standards and are intended to
be descriptive only and not restrictive. The Bidder may offer other standards of better
quality, brand names, and /or catalogue numbers, provided that it demonstrates, to the
61
Procuring Entity’s satisfaction, that the substitutions ensure substantial equivalence or are
superior to those specified in the Schedule of Supply.
b) Wherever references are made in the Contract to codes and standards in accordance with
which it shall be executed, the edition or the revised version of such codes and standards shall
be those specified in the bidding document. During Contract execution, any changes in
any such codes and standards shall be applied only after approval by the Procuring entity
and shall be treated in accordance with the general conditions of the contract.
c) The supply of articles should conform strictly to the approved samples. The decision of
the Procuring Entity whether the articles supplied conform to the specifications and
are in accordance with the samples, if any, shall be final and binding on the Supplier.
25) Packing and Documents-
a) The Supplier shall provide such packing of the Goods as is required to prevent their damage or
deterioration during transit or transport by sea, rail and road or air to their final destination,
as indicated in the Contract. During transit, the packing shall be sufficient to withstand,
without limitation, rough handling and exposure to extreme temperatures, salt and
precipitation, and open storage. Packing case size and weights shall take into consideration,
where appropriate, the remoteness of the final destination of the Goods and the absence
of heavy handling facilities at all points in transit.
b) The packing, marking, and documentation within and outside the packages shall comply
strictly with such special requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, specified in the contract, and in any
other instructions ordered by the Procuring entity.
26) Insurance- Unless otherwise specified in the SCC, the Goods supplied under the Contract
shall be fully insured against loss by theft, destruction or damage, by fire, flood, under
exposure to weather or otherwise including war, rebellion, riot, etc. The insurance charges
will be borne by the supplier and the Procuring Entity will not be required to pay such
charges, if incurred.
27) Transportation-
a) Unless otherwise specified in the SCC, obligations for transportation of the Goods shall be in
accordance with the conditions and terms specified in this document
b) In case of Supply from within India, the Goods shall be supplied FOR locations specified in
this document. All transportation charges, local taxes, etc. shall be borne by the Supplier.
28) Samples, Inspections and Tests-
a) The Procuring Entity or his authorized representative shall at all reasonable times have access
to the Supplier's premises and the power to inspect and examine the materials and
workmanship of the goods/equipment/ machinery during manufacturing process
or afterwards as may be decided.
b) The Supplier shall at its own expense and at no cost to the Procuring Entity carry out all such
tests, and/or trials and/or inspections of the Goods and Related Services as are specified
in this document.
62
c) The sampling, inspections, and/or tests and/or trials may be conducted on the premises of the
Supplier or its Subcontractor, at point of delivery, and/or at the final destination of the Goods, or at
another place in India as specified in this document. All such sampling, inspections and/ or testing
shall be at the cost of the Supplier. Subject to Sub-Clause (d), if conducted on the premises of the
Supplier or its Subcontractor, all reasonable facilities and assistance, including access to
specification codes, designs, drawings and production data, shall be furnished to the inspectors at
no charge to the Procuring Entity.
d) The Procuring Entity or its designated representatives shall be entitled to attend the tests,
and/or inspections and/or trials referred to in Sub-Clause (c), provided that the Procuring
Entity bear all of its own costs and expenses incurred in connection with such attendance,
like travelling and boarding and lodging expenses.
e) Whenever the Supplier is ready to carry out any such test, and/or trials and/or inspection, it
shall give a reasonable advance notice, including the place and time, to the Procuring
Entity. The Supplier shall obtain from any relevant third party or manufacturer any
necessary permission or consent to enable the Procuring Entity or its designated
representative to attend the test and/or trials and/or inspection. The Supplier shall furnish
complete address of the premises of his office, go down and workshop where inspection
can be made together with name and address of the person who is to be contacted for the
purpose.
f) The Procuring Entity may require the Supplier to carry out any test and/or trials and/or
inspection not required by the Contract but deemed necessary to verify that the
characteristics and performance of the Goods comply with the technical specifications,
codes and standards and samples supplied with the Bid under the Contract, provided that the
Supplier's reasonable costs and expenses incurred in the carrying out of such test and/or
trials and/or inspection shall be added to the Contract Price. Further, if such test and/or
trials and/or inspection impedes the progress of manufacturing and/or the Supplier's
performance of its other obligations under the Contract, due allowance will be made in
respect of the Delivery Dates and Completion Dates and the other obligations so affected.
g) The Supplier shall provide, the Procuring Entity with a report of the results of any trials
and/or inspection.
h) Supplies when received shall be subject to tests and/or trials and/or inspection to ensure
whether they conform to the specifications and with the approved samples and trials, if
any. Where necessary or prescribed or practical, tests shall be carried out in
Government laboratory or government authorized laboratory and the supplies will be
accepted only when the articles conform to the standard of prescribed specifications as a
result of such tests.
i) In case of tests, samples shall be drawn in four sets in the presence of the Supplier or his
authorised representative and properly sealed in his presence. One such set shall be given to
him, one or two will be sent to the laboratories and/or testing house and the third or
fourth will be retained in the office for reference and record.
63
j) Testing charges shall be borne by the bidder when procuring entity desires to be arranged by
the Supplier.
k) The Procuring Entity may reject any Goods or any part thereof that are received but fail to
pass any test and/or trials and/or inspection or do not conform to the specifications and
samples supplied with the Bid, if any. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary to meet the specifications
and samples supplied with the Bid if any, at no cost to the Procuring Entity, and shall
repeat the test and/or trials and/or inspection, at no cost to the Procuring Entity, upon
giving a notice pursuant to Sub-Clause (e)
If, however, due to exigencies of Procuring Entity's work, such replacement either in whole
or in part, is not considered feasible, the Procuring Entity after giving an opportunity to the
Bidder of being heard, shall for reasons to be recorded, deduct a suitable amount from the
approved rates and accept the supply. The deduction so made shall be final.
l) The rejected articles shall be removed by the Bidder within 15 days of intimation of rejection,
after which the Procuring Entity shall not be responsible for any loss, shortage or damage
and shall have the right to dispose of such articles as he thinks fit, at the Supplier's risk and
on his account.
m) The Supplier agrees that neither the execution of a test and/or trials and/or inspection of the
Goods or any part thereof, nor the attendance by the Procuring Entity or its
representative, nor the issue of any report pursuant to Sub-Clause (g), shall release the
Supplier from any warranties or other obligations under the Contract.
29) Testing charges: Testing and inspection charges shall be borne by the supplier.
30) Rejection-
a) Articles not approved during inspection or testing shall be rejected and will have to be
replaced by the selected bidder at his own cost within the 15 days.
b) If, however, due to exigencies, such replacement either in whole or in part, is not considered
feasible, the Purchase Officer after giving an opportunity to the selected bidder of being
heard shall for reasons to be recorded, deduct a suitable amount from the approved rates.
The deduction so made shall be final.
c) The rejected articles shall be removed by the selected bidder within 15 days of intimation of
rejection, after which Purchase Officer shall not be responsible for any loss, shortage or
damage and shall have the right to dispose of such articles as he thinks fit, at the
supplier's/ bidder's/ selected bidder's risk and on his account.
31) Extensions of Time-
a) If at any time during performance of the Contract, the Supplier or its Subcontractors should
encounter conditions impeding timely delivery of the Goods or completion of
Related Services pursuant to GCC 'Delivery' Clause the Supplier shall promptly notify the
Procuring Entity in writing of the delay, its likely duration, and its cause. As soon as
64
practicable after receipt of the Supplier's notice, the Procuring Entity shall evaluate the
situation and may at its discretion extend the Supplier's time for performance, with or
without liquidated damages depending on the nature of causes of delay, by issuing an
amendment of the Contract.
b) Except in case of Force Majeure, as provided under GCC, or reasons beyond the control of
the Supplier under GCC sub-clause (a) above, a delay by the Supplier in the performance
of its Delivery and Completion obligations shall render the Supplier liable to the
imposition of liquidated damages pursuant to GCC Clause 'Liquidated Damages'.
32) Authenticity of Equipments-
a) The selected bidder shall certify that the supplied goods are brand new, genuine/ authentic,
not refurbished, conform to the description and quality as specified in this bidding
document and are free from defects in material, workmanship and service.
b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to
conform to the description and quality aforesaid or have determined (and the decision of
the Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that
the procuring entity may have inspected and/ or approved the said goods, the procuring
entity will be entitled to reject the said goods or such portion thereof as may be discovered
not to conform to the said description and quality, on such rejection the goods will be at the
selected bidder's risk and all the provisions relating to rejection of goods etc., shall apply. The
selected bidder shall, if so called upon to do, replace the goods etc., or such portion
thereof as is rejected by Purchase Officer, otherwise the selected bidder shall pay such
damage herein contained shall prejudice any other right of the Purchase Officer in that
behalf under this contract or otherwise.
c) Goods accepted by the procuring entity in terms of the contract shall in no way dilute
procuring entity's right to reject the same later, if found deficient in terms of the this clause
of the contract.
33) Warranty-
a) The bidder must supply all items with comprehensive on-site OEM warranty valid for
contract period after the goods, or any portion thereof as the case may be, have been
delivered to, installed and accepted at the final destination(s) indicated in the
bidding document. However, if delay of installation is more than a month's time due to
the reasons ascribed to the bidder, the warranty shall start from the date of last successful
installation of the items covered under the PO.
b) The Supplier warrants that all the Goods are new, unused, and of the most recent or current
models, and that they incorporate all recent improvements in design and materials, unless
provided otherwise in the Contract.
c) Subject to GCC Sub-Clause 'Specifications & Standards', the Supplier further warrants that
the Goods shall be free from defects arising from any act or omission of the Supplier or
arising from design, materials, and workmanship, under normal use.
65
d) Unless otherwise specified in the SCC, the warranty shall remain valid for entire project
period after supply of the Goods and completion the Related Services has been accepted
(commencing from the date of acceptance). This warranty shall cover all items irrespective
of the fact whether the tenderer has manufactured these or not. If the project extends for
one more year than comprehensive on-site OEM warranty would also be extended without
any financial liability of Department/ GoR.
e) The Procuring Entity shall give Notice to the Supplier stating the nature of any such defects
together with all available evidence thereof, promptly following the discovery thereof.
The Procuring Entity shall afford all reasonable opportunity for the Supplier to inspect
such defects.
f) Upon receipt of such Notice, the Supplier shall, within the period specified in the SCC,
expeditiously repair or replace the defective Goods or parts thereof, at no cost to
the Procuring Entity.
g) In case of machinery and equipment also, guarantee will be given as mentioned in clause (c)
above and the Supplier shall during the guarantee period replace the parts / whole if any
and remove any manufacturing defect if found during the above period so as to make
machinery and equipment operative. The Supplier shall also replace machinery and
equipment in case it is found defective which cannot be put to operation due to
manufacturing defect, malfunctioning, etc.
h) If having been notified, the Supplier fails to remedy the defect within the period specified in
the SCC; the Procuring Entity may proceed to take within a reasonable period such
remedial action as may be necessary, at the Supplier's risk and expense and without
prejudice to any other rights which the Procuring Entity may have against the Supplier under
the Contract.
i) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking from
all the respective OEMs mentioning the fact that the goods supplied are covered under
comprehensive warranty & support for the prescribed period.
34) Patent Indemnity-
a) The supplier shall, subject to the Procuring entity's compliance with sub-clause (b) below,
indemnify and hold harmless the Procuring entity and its employees and officers from
and against any and all suits, actions or administrative proceedings, claims, demands,
losses, damages, costs, and expenses of any nature, including attorney's fees and expenses,
which the
Procuring entity may suffer as a result of any infringement or alleged infringement of any
patent, utility model, registered design, trademark, copyright, or other intellectual property
right registered or otherwise existing at the date of the Contract by reason of:
66
i. the installation of the Goods by the supplier or the use of the Goods in the country where the
Site is located;
and
ii. the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for
the purpose indicated by or to be reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part thereof, or any products
produced thereby in association or combination with any other equipment, plant, or
materials not supplied by the supplier, pursuant to the Contract.
b) If any proceedings are brought or any claim is made against the Procuring entity arising out
of the matters referred to above, the Procuring entity shall promptly give the supplier a
notice thereof, and the supplier may at its own expense and in the Procuring entity's name
conduct such proceedings or claim and any negotiations for the settlement of any such
proceedings or claim.
c) If the supplier fails to notify the Procuring entity within twenty-eight (28) days after receipt
of such notice that it intends to conduct any such proceedings or claim, then the
Procuring entity shall be free to conduct the same on its own behalf and at the expenses of the
supplier.
d) The Procuring entity shall, at the supplier's request, afford all available assistance to the
supplier in conducting such proceedings or claim, and shall be reimbursed by the supplier
for all reasonable expenses incurred in so doing.
e) The Procuring entity shall indemnify and hold harmless the supplier and its employees,
officers, and Subcontractors from and against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of any nature,
including attorney's fees and expenses, which the supplier may suffer as a result of any
infringement or alleged infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right registered or otherwise existing at
the date of the Contract arising out of or in connection with any design, data,
drawing, specification, or other documents or materials provided or designed by or on
behalf of the Procuring entity.
35) Limitation of Liability : Except in cases of gross negligence or wilfull misconduct:-
a) neither party shall be liable to the other party for any indirect or consequential loss or
damage, loss of use, loss of production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the supplier to pay penalty to the
Procuring entity; and
b) the aggregate liability of the supplier to the Procuring entity, whether under the Contract, in
tort, or otherwise, shall not exceed the amount specified in the Contract, provided that
this limitation shall not apply to the cost of repairing or replacing defective equipment, or to
any obligation of the supplier to indemnify the Procuring entity with respect to
patent infringement.
67
36) Force Majeure-
a) The supplier shall not be liable for forfeiture of its Performance Security, liquidated damages,
or termination for default if and to the extent that its delay in performance or other failure
to perform its obligations under the Contract is the result of an event of Force Majeure.
b) For purposes of this Clause, "Force Majeure" means an event or situation beyond the control
of the supplier that is not foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the supplier. Such events may include, but not be
limited to, acts of the Procuring entity in its sovereign capacity, wars or revolutions,
fires, theft, floods, epidemics, quarantine restrictions, and freight embargoes.
c) If a Force Majeure situation arises, the supplier shall promptly notify the procuring entity in
writing of such condition and cause thereof. Unless otherwise directed by procuring entity
writing, the supplier shall continue to perform its obligations under the contract as far as
reasonably practical, and shall seek all reasonable alternative means at his cost for
performance not prevented by Force Majeure event.
37) Change Orders and Contract Amendments-
a) The Procuring entity may at any time order the supplier/ selected bidder through Notice in
accordance with clause 'Notices' above, to make changes within the general scope of the
Contract in any one or more of the following:
i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to
be specifically manufactured for the Procuring entity;
ii. the method of shipment or packing;
iii. the place of delivery; and
iv. the related services to be provided by the supplier/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time required for,
the supplier's performance of any provisions under the Contract, an equitable adjustment
shall be made in the Contract Price or in the Delivery and Completion Schedule, or both,
and the Contract shall accordingly should be amended. Any claims by the supplier/
selected bidder for adjustment under this clause must be asserted within twenty-eight (28)
days from the date of the supplier's receipt of the Procuring entity's change order.
c) Prices to be charged by the supplier for any related services that might be needed but which
were not included in the Contract shall be agreed upon in advance by the parties and shall
not exceed the prevailing rates charged to other parties by the supplier for similar services.
d) Additional quantity may be procured by placing a repeat order on the rates and conditions of
the original order. However, the additional quantity shall not be more than 50% of the
value
of Goods of the original contract and shall be within one month from the date of expiry of last
supply. If the Supplier fails to do so, the Procuring Entity shall be free to arrange for the
balance supply by limited Bidding or otherwise and the extra cost incurred shall be
recovered from the Supplier.
68
38) Termination-
a) Termination for Default-
i. procuring entity without prejudice to any other remedy under the provisions of the Act,
the Rules or the Contract for breach of contract, by written notice of default of at least 30
days sent to the supplier/ selected bidder, terminate the contract in whole or in part:
a. If the supplier/ selected bidder fails to deliver any or all quantities of the Goods and/or
related services within the period specified in the contract, or any extension
thereof granted by procuring entity pursuant to GCC clause 'Extensions of Time'; or
b. If the supplier/ selected bidder fails to perform any other obligation under the contract
within the specified period of delivery of service or any extension granted thereof; or
c. If the supplier/ selected bidder, In the judgement of the Procuring entity, has breached
the Code of Integrity, as defined in GCC, in competing for or in executing the
contract.
d. If the supplier/ selected bidder commits breach of any condition of the contract
ii. If procuring entity terminates the contract in whole or in part, amount of PSD may be
forfeited.
iii. In the event the Procuring Entity terminates the Contract in whole or in part, pursuant to GCC
Clause CO above, the Procuring Entity may procure, upon such terms and in such manner
as it deems appropriate, Goods and/ or Related Services similar to those undelivered or
not performed, and the Supplier shall be liable to the Procuring Entity for any additional
costs for such similar Goods or Related Services. However, the Supplier shall continue
performance of the Contract to the extent not terminated.
b) Termination for Insolvency:
Procuring entity may at any time terminate the Contract by giving a written notice of at
least
30 days to the supplier if the supplier becomes bankrupt or otherwise declared insolvent. In
such event, termination will be without compensation to the supplier, provided that such
termination will not prejudice or affect any right of action or remedy that has accrued or
will accrue thereafter to Procuring Entity.
c) Termination for Convenience-
i. The Procuring Entity, by Notice sent to the supplier/ selected bidder, may terminate the
Contract, in whole or in part, at any time for its convenience. The Notice of termination
shall specify that termination is for the Procuring Entity's convenience, the extent to
which
performance of the Supplier under the Contract is terminated, and the date upon which
such termination becomes effective.
ii. Depending on merits of the case the supplier/ selected bidder may be appropriately
compensated on mutually agreed terms for the loss incurred by the contract if any due to
such termination.
69
iii. The Goods that are complete and ready for shipment at the time of Supplier's receipt of the
Notice of termination may, if required, be accepted by the Procuring Entity at the
Contract terms and prices. For the remaining Goods, the Purchaser may elect:
a. To have any portion completed and delivered at the Contract terms and prices; and/or
b. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount for
partially completed Goods and Related Services and for materials and parts
previously procured by the supplier/ selected bidder
39) Dispute Resolution Mechanism- Any dispute arising from the Contract shall be resolved
amicably, as far as possible. The levels of the Dispute Resolution mechanism shall be as
follows:
a) Amicable resolution between representatives of Parties to the Contract
b) If a question, difference or objection arises in connection with or out of the
contract agreement or the meaning of operation of any part, thereof or the rights, duties or
liabilities of either party have not been settled by amicable resolution through mutual
discussions, it shall be referred to Commissioner ,RCSE. The decision of Commissioner
,RCSE shall be final and binding on both the parties
c) All legal proceedings, if necessary arise to institute by any of the parties shall have to be
lodged in courts situated in Rajasthan at Jaipur and not elsewhere.
40) Local Conditions-
a) Each Bidder is expected to fully get acquainted with the local conditions and factors, which
may have any effect on the performance of the contract and /or the cost.
b) The Bidder is expected to know all conditions and factors, which may have any effect on the
execution of the contract after issue of letter of Award as described in the bidding
documents. The department shall not entertain any request for clarification from the
Bidder regarding such local conditions.
c) It is the Bidder's responsibility that such factors have properly been investigated and
considered while submitting the bid proposals and no claim whatsoever including those
for financial adjustment to the contract awarded under the bidding documents will be
entertained by the department. Neither any change in the time schedule of the contract nor
any financial adjustments arising thereof shall be permitted by the department, on account of
failure of the bidder to know the local laws / conditions.
d) The bidder is expected to obtain all information that may be necessary for preparing the bid at
their own interest and cost
41) Pre-Delivery Inspection(PDI) : After manufacturing/formation of goods and ready for
transportation, the bidder shall intimate to the Concerned Official of RCSE one week in
advance for Pre-Delivery Inspection (PDI), at the cost of supplier. Pre-Delivery Inspection
(PDI) shall be made at the Manufacturer’s / supplier’s Factory / Godown site (at tenderer cost)
by the technical team/inspection committee of RCSE. The inspection period would be inclusive
70
in the total supply period. The whole cost will be borne by the contractor such as lodging,
boarding , fare charges etc on the tour made by technical team/inspection team. The Inspection
Team can inspect up to 2% sample at random basis. The bidder will provide these inspected
items for use as sample for quality checks at district level. This will be minimum One Piece per
item at district head quarter and one piece per item at state office.
42) Delivery and Installation of furniture in Secondary and Sr. Secondary Schools-
Subject to GCC Sub-Clause 'Change Orders and Contract Amendments' the Delivery of
the Goods and Completion of the Related Services shall be in accordance with the Delivery
and Completion Schedule specified in this document. The details of shipping and
other documents to be furnished by the Supplier are specified in this document.
a) The tenderer whose tender is accepted shall arrange to supply the ordered furniture strictly in
accordance with specifications given in the technical bid within a period mentioned in
this BID DOCUMENT.
b) The installation and maintenance shall be done at the risk and cost of the tenderer.
c) All security arrangements for the furniture located in the school shall be the responsibility of
the head of the institution. However tenderer get all the furniture items insured from an
Insurance Company against calamities, theft, fire etc. and all such insurance charges will
be borne by the tenderer. The department will not be required to pay such charges
d) Commissioning of the project: If the tenderer has fulfilled following conditions then the
project is deemed to have been commissioned and payment can start as per
payment conditions.
(i) Has supplied and installed all the furniture in the school to the satisfaction of the
concerned authorities.
e) It will be responsibility of the Tenderer to follow rules, regulations and Acts of State/
Central governments regarding welfare of employees and labour/ persons hired for
services/ appointed by it and school/ Department will not be responsible if the tenderer
violates the same.
43) Labelling :
a) The following shall be clearly marked on the equipments using labels or indelible ink in the
presence of school staff:
(i) The date of installation,
(ii) Period of warranty,
(i) Incidents / calls open
44) Final acceptance of the tender :
a) The final acceptance of the tender would be entirely vested with the procuring entity who
reserves the right to accept or reject any tender, without assigning any reason whatsoever.
There are no obligations on the part of the procuring entity to communicate in any way
with the rejected tenderer. After acceptance of the tender by procuring entity the tenderer
shall have no right to withdraw his tender or claim higher price.
b) Tenders with incomplete information are liable for rejection.
71
c) For each category of qualification criteria, the documentary evidence is to be produced
duly attested by the tenderer, serial numbered and enclosed with the technical bids.
If the documentary proof is not enclosed for any/ all criteria the tender is liable for rejection.
d) If any information given by the tenderer is found to be false/fictitious, the action would be
initiated against the tenderer as per Govt. rules.
I) If GoR/ Council decide to appoint a third party agency for inspection and
evaluation tenderer need to share all the information and co-operate with third
party monitoring /technical agency during the period of contract.
45) Terms of Payment-
a) The Supplier's request for payment shall be made to the Procuring Entity in writing,
accompanied by invoices describing, as appropriate, the Goods delivered and by the
documents submitted pursuant to GCC 'Delivery Clause and upon fulfilment of all the
obligations stipulated in the Contract.
b) Payment up to 70% to be made by the concerned School Principal/ Headmaster on the
recommendation of Committee. Committee shall verify that given supply is as per approved
sample(s) and specifications and installed properly in School. All remittance charges shall be
borne by the Supplier. Committee consist of Person nominated by Principal/ Headmaster, J. En of
block / DPC office and Jr. Accountant or accountant of block / DPC office shall submit the report to
Principal/ Headmaster. Remaining 30% would be paid after receipt of certificate of quality
check (at the cost of Tenderer) and satisfactory supply on the recommendation of District
committee (District committee consist of ADPC, School Principal/ Headmaster, A.En. and
AAO)”.
c) The currency in which payments shall be made to the Supplier under this Contract shall be
Indian Rupees.
d) In case of disputed items, 10% to 25% of the amount of the price of such items may be
withheld and will be paid on settlement of the dispute.
e) Payment in case of those Goods which need trials or testing as specified in this document
shall be made only when such trials or tests have been carried out and trials or test
results received conforming to the prescribed specifications
f) No advance payment shall be made.
g) The payment for implementing this scheme will be made on submission of bills in proper
form ,along with performance report by committee(Committee consist of Person nominated by
Principal/ Headmaster, J. En of block / DPC office and Jr. Accountant or accountant of block / DPC
office) by the Tenderer to the School Principal in accordance with the directions mentioned
in the tender document. Part payment can also be made. All remittance charges will be borne
by the Tenderer.
h) Certificate/ Policy of Insurance Company for Computer Lab against calamities, theft, fire etc
(only with first bill).
i) Payment will be started from the date of Commissioning and will be made as per Payment
72
Schedule mentioned above in this tender document to the Tenderer by the SCHOOL
PRINCIPAL/ HEADMASTER(s) upon satisfaction and on submission of the certificates as
mentioned above.
j) No Payment will be made to the tenderer if the concerned authorities do not furnish
satisfactory completion certificate.
k) The SCHOOL PRINCIPAL/ HEADMASTER(s) would provide the Income tax
deduction certificate and the reasons of other deductions in writing to the tenderer at the
time of payment.
46) Payment schedule :
Payments to the bidder, after successful completion of the target milestones
(including specified project deliverables), would be made as under:
a) No Advance payment shall be made
b) Payment would be made school wise on submission of bills for individual schools along with
the satisfactory installation certificate of the competent authority.
Note: (i) Remittance charge on payment made shall be borne by the tenderer.
(ii) The rate should not be provided as a percentage figure; the tenderer is advised to
quote charges in absolute Indian Rupees inclusive of all taxes & government levies.
c) The supplier's/ selected bidder's request for payment shall be made to the School Principal/
Headmaster in writing, accompanied by invoices describing, as appropriate, the goods
delivered and related services performed, and by the required documents submitted
pursuant to general conditions of the contract and upon fulfilment of all the obligations
stipulated in the Contract.
d) Due Payments shall be made promptly by the procuring entity, generally within thirty (30)
days after submission of an invoice or request for payment by the supplier/ selected
bidder, and the procuring entity has accepted it.
e) The currency or currencies in which payments shall be made to the supplier/ selected
bidder under this Contract shall be Indian Rupees (INR) only.
f) All remittance charges will be borne by the supplier/ selected bidder.
g) In case of disputed items, disputed amount shall be withheld and will be paid only after
settlement of the dispute.
h) Payment in case of those goods which need testing shall be made only when such tests have
been carried out, test results received conforming to the prescribed specification.
i) Advance Payments will not be made.
j) Any penalties accumulated due to non-compliance of service level requirements shall be
deducted from the Bank Guarantee provided by the supplier as well as from any
payments due to the supplier for respective/ prospective quarters.
k) Taxes (work contract tax, VAT, income tax, etc.), as applicable, will be deducted at source,
from due payments, as per the prevalent rules and regulations.
47) Special Conditions of the Bid-
Fraction of a day in reckoning period in supplies, successful installation and completion
of work shall be eliminated if it is less than half a day. In case of calculation for month
73
wise penalties the month will be of 30 days and if duration is less than a month then
penalty will be levied on pro-rata basis.
48) Acceptance Testing and Certification
a) The primary goal of Acceptance Testing and Certification is to ensure that the Project
(including all the project components as discussed in the scope of work) meets
requirements, standards, specifications and performance, by ensuring that the following are
associated with clear, quantifiable metrics for accountability:
I. Infrastructure
II. Performance
III. Project Documentation
49) All the instructions to bidders covered in Chapter-4 would be a part of Terms and Conditions
under Chapter-5. In case of any anomaly or paradox, the final decision of
COMMISSIONER,RCSE would prevail.
50) Exit Management-
Purpose- This clause sets out the provisions which will apply on expiry or termination of the
"Contract Agreement". In the case of termination of the Contract Agreement due to any
illegal activity performed by the bidder during/ as part of the activities related to the
project, the procuring entity shall have the right to, at its sole discretion; apply this clause
with or without seeking an appropriate remedy from the bidder.
74
ANNEXURE -1: PRE-BID QUERIES FORMAT (To be filled by the Tenderer)
NIB No: ………………………………………………………………………….. dtd.
Name of the Company/Firm:---------------------------------------------------------------------
--
Tender Fee Receipt No.------------------------ Dated------------------- for Rs.----------------------
Name of Person(s) Representing the Company/ Firm:
Name of the Person Designation E-mail ID Tel .ph. no/ Fax no
Company/Firm Contacts:
Contact person/s Address for
correspondence
E-mail ID Tel ph. No /Fax
Query & Clarification Thought:
Sr. No RPF Page No RPF rule No Rule Details Query/suggestion/clarification
Note: - Queries must be strictly submitted only in the prescribed format (.XLS/.XLSXJ. ODF).
Queries not submitted in the prescribed format will not be considered/ responded at all
by the procuring entity. Also, kindly attach the coloured scanned copy of the receipt
towards the submission of the bidding/ tender document fee.
75
ANNEXURE-2: BID FORM {to be filled by the bidder}
NAME OF DISTRICT(FOR WHICH BID SUBMITTED):-.........................................................................
I. Addressed to
a. Name of the procuring
Entity
COMMISSIONER ,RAJASTHAN COUNCIL OF
SECONDARY EDUCATION,JAIPUR
b. Address As mentioned in NIB
c. Telephone As mentioned in NIB
d. Telephone/Fax As mentioned, in NIB
e. e-Mail As mentioned in (clearly mention the
NIB no. in the subject of the mail)
II. NIB Reference: RCSE Dated IL Other related details: -
1. Name of Tenderer
2. Name & Designation of
Authorized Signatory
3. Registered Office
Address
Telephone Nos. /
Mobile(mandatory)
Fax:
Website Email
(mandatory)
4. Rajasthan centre
Address
Phone Fax:
Contact
Person
5. Jaipur centre Address
Phone Fax:
6. Year of Establishment
7 Nature of the Firm Public Ltd. Private Ltd. Partnership Proprietary
Put Tick (}1) mark
8 Any other details in
support of your offer
76
III. Annual Turnover during last three years (as stated in the eligibility criteria, attach proof
Financial Year Total Turnover in Crores Audited accounts (Yes or No)
2011-12
2012-13
2013-14
Total Turn Over
IV. Details of experience in involving supply & installation of furniture.
SI.
No
Year Name. of the
Department
Supply order
no. and date
Description of
Supply Order
Quantity Value
(in Rs. Lacs)
Completion
Certificate/
test report
1 2 3 4 5 6 7 8
1 2011-12
2 2012-13
3 2013-14
Total
Note Provide separate note on each project in detail with proof. Please attach a copy of the work
order/ completion certificate/ purchase order/ letter from the customer for each project reference.
V. The Cost of Tender amount Rs. 1,000/- (Rupees five Thousand) (per district) has been
deposited vide cash receipt / DD/ Banker's cheque no. Dated in
favour of the COMMISSIONER, RCSE, RCSE, payable at Jaipur.
VI. The processing fees amounting to Rs. 1,000/- (Rupees One Thousand) (per district) has
been deposited vide DD/ Banker's cheque no. Dated
in favour of Managing Director, RISL payable at Jaipur.
VII. Following documents are attached towards the proof of Earnest Money Deposited of Rs.-------
-------/- in favour of COMMISSIONER, RCSE. I/we also fulfil the eligibility criteria
mentioned in this tender document:
77
Sr. No In favour of EMD
Amount
DD/Banker’s
Cheque No/BG
Date
VIII. The rate for the complete work as prescribed has been mentioned separately in the
financial bid.
IX. The rates quoted are applicable up to 120 days from the date of opening of technical bid of
tender document. This validity can be extended with mutual agreement.
X. The Permanent Income Tax No. (PAN) has been submitted.
XI. We agree to abide by all the terms and conditions mentioned in this form issued by the
Procuring entity and also the further conditions of the said notice given in the attached sheets
(all the pages of which have been signed by us in token of acceptance of the terms mentioned
therein along with stamp of the firm).
Date:
Name & Seal of the firm:
Authorized Signatory:
78
ANNEXURE-3: BIDDER'S AUTHORIZATION CERTIFICATE (To be filled by the Bidder)
To,
(Procuring entity),
If I/We (Name/ Designation) hereby declare/ certify that (Name/ Designation) is hereby
authorized to sign relevant documents on behalf of the company/ firm in dealing with Tender/
NIB No: 2015 Dated
He/ She is also authorized to attend meetings & submit technical & commercial
information/ clarifications as may be required by you in the course of processing the Bid.
For the purpose of validation, his/ her verified signatures are as under.
Thanking you,
Verified
Signature:
Name of the Bidder: -Authorized Signatory: -Seal of the Organization: -
Date: Place:
79
ANNEXURE-4: DECLARATION by the Bidder on Non judicial Rs.100 stamp paper (To
be filled by the Bidder )
To,
{Procuring entity},
In response to the NIB Ref. No.--------------------------------------------------------dated------------for
{Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. Of
--------------------------------------------------------------------I/ We hereby declare that presently our
Company/ firm-------------------------------- at the time of bidding,: -
a) possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Procuring Entity;
b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State
Government or any local authority as specified in the Bidding Document;
c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices
either indefinitely or for a particular period of time by any State/ Central government/
PSU/ UT.
d) does not have any previous transgressions with any entity in India or any other country
during the last three years
e) does not have any debarment by any other procuring entity
f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered
by a court or a judicial officer, not have its business activities suspended and is not the
subject of legal proceedings for any of the foregoing reasons;
g) does not have, and our directors and officers not have been convicted of any criminal offence
related to their professional conduct or the making of false statements or
misrepresentations as to their qualifications to enter into a procurement contract within a
period of three years preceding the commencement of the procurement process, or not
have been otherwise disqualified pursuant to debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document which materially
affects the fair competition.
i) will comply with the code of integrity as specified in the bidding document.
If this declaration is found to be incorrect then without prejudice to any other action that
may be taken as per the provisions of the applicable Act and Rules thereto prescribed by
GoR, my/ our security may be forfeited in full and our bid, to the extent accepted, may be
cancelled.
Thanking you,
Name of the Bidder: - Authorised
Signatory: -
Seal of the Organization: Date:
Place:
80
ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION
To,{to be filled by the bidder}on Non judicial Rs. 100 stamp paper
{Procuring entity},
NIB No: ------------------------------------------------------------ Dated----------------------------
CERTIFICATE
This is to certify that, the specifications of Furniture Items which I/ We have mentioned
in the Technical bid, and which It We shall supply if I/ We am/ are awarded with the work,
are in conformity with the minimum specifications of the Tender/ bidding document and
that there are no deviations of any kind from the requirement specifications.
Also, I/ we have thoroughly read the tender/ bidding document and by signing this certificate,
we hereby submit our token of acceptance to all the tender terms & conditions without
any deviations.
I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors
involved in the end-to-end implementation and execution of the project, to meet the desired
Standards set out in the Tender/ bidding Document.
Thanking you,
Name of the Bidder: -
Authorised Signatory:
Seal of the Organization:
Date:
Place:
81
Annexure-6 A
Financial Bid for Supply and Installation of Furniture at Secondary and
Sr. Secondary Schools under RCSE S.
NO.
Item No. PER Unit
PRICE
Price Quoted
(Inclusive of All Taxes, Levies, Octroi,
Transportation Charges, etc)
(Rupees in Figures) (Rupees in words)
1 Total No. of Additional Class Room- 3496
(i) Dual Desk 1
(ii) Teacher Table 1
(iii) Teacher Chair 1
2 Total No. of School Library - 1658
(i) Library Table 1
(ii) Library Chair-Plastic 1
(iii) Library Book Shelves 1
(iv) Teacher Table 1
(v) Teacher Chair 1
(vi) Book rack double sided 1
3 Total No. of Computer Rooms – 2633
(i) Computer Table 1
(ii) Computer Chair 1
(iii) Computer Teacher’s Table 1
(iv) Computer Teacher’s Chair 1
4 No. of Integrated Science Labs- 3030
(i) Teacher Table 1
(ii) Teacher Chair 1
(iii) Stools for Science Lab 1
(iv) Visitor Chair 1
(v) Steel Almirah 1
(vi) Steel Almirah With Glass Door 1
(vii) Display Board 1
5 No. of Art/Craft/Culture Room -269
(i) Teacher Table 1
(ii) Teacher Chair 1
(iii) Table 1
(iv) Display Board 1
Seal and Signature of the Tenderer
82
Annexure-6 B
ITEMS ARE GIVEN UNDER FOR ON-SITE/SCHOOL WISE
S.NO. Item No. No. of Unit Total Qty Required
1 Total No. of Additional Class Room- 3496
(i) Dual Desk 20 69920
(ii) Teacher Table 1 3496
(iii) Teacher Chair 1 3496
2 Total No. of School Library - 1658
(i) Library Table 2 3316 (1658 x 2)
(ii) Library Chair-Plastic 30 43800 (1460 x 30)
(iii) Library Book Shelves 2 2920 (1460 x 2)
(iv) Book Racks Double Sided 6 + 2 8760 (1460 x 6)
396 (198 x 2)
(v) Teacher Table 1 1658 (1658 x 1)
(vi) Teacher Chair 1 1658 (1658 x 1)
3 Total No. of Computer Rooms – 2633
(i) Computer Table 10 26330 (2633 x 10)
(ii) Computer Chair 10 26330 (2633 x 10)
(iii) Computer Teacher’s Table 1 2447 (2447 x 1)
(iv) Computer Teacher’s Chair 1 2447 (2447 x 1)
4 No. of Integrated Science Labs- 3030
(i) Teacher Table 1 3030 (3030 x 1)
(ii) Teacher Chair 1 3030 (3030 x 1)
(iii) Stools for Science Lab 40 121200(3030 x 40)
(iv) Stools for Science Lab 20 5400 (270 x 20)
(v) Visitor Chair 2 6060 (3030 x 2)
(vi) Steel Almirah 1 3030 (3030 x 1)
(vii) Steel Almirah With Glass Door 6 1620 (270 x 6)
(viii) Display Board 6 1620 (270 x 6)
5 No. of Art/Craft/Culture Room -269
(i) Teacher Table 1 269
(ii) Teacher Chair 1 269
(iii) Table 3 807
(iv) Display Board 4 1076
83
ANNEXURE-7: FINANCIAL BID Submission Sheet To,
{Procuring Entity},
------------------------------------------
Reference: NIB No.:------------------------------------------------------- Dated----------------------------
Dear Sir,
We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the
receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as
mentioned in the Scope of the work, Bill of Material, Technical specifications, Service Level
Standards & in conformity with the said bidding document for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The
quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices are
inclusive of all type of govt. taxes/duties as mentioned in the financial bid (BoQ).
I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the schedule of Requirements.
I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract
performance guarantee as prescribed in the bidding document.
I / We agree to abide by this bid for a period of 120 days after the last date fixed for bid
submission and it shall remain binding upon us and may be accepted at any time before the expiry of
that period.
Until a formal contract is prepared and executed, this bid, together with your written
acceptance thereof and your notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that
we have not submitted any deviations in this regard.
Date:
Authorized Signatory Name:
Designation:
84
(Annexure-8)
Schedule
(Bid should be submitted district wise)
S.
No. Division District
Additional
Classrooms
(Rs. in Lakhs)
Science
Lab
(Rs. in
Lakhs)
Computer
Room
(Rs. in
Lakhs)
Libraries
(Rs. in
Lakhs)
Art/Craft/
Culture
Rooms
(Rs. in Lakhs)
Estimated
Cost
(Rs. in
Lakhs)
EMD
(RS.)
1
Ajmer
Ajmer 139.00 64.50 36.70 30.50 3.20 273.90 547800
2 Bhilwara 179.00 90.50 58.70 68.75 4.80 401.75 803500
3 Nagaur 97.00 61.50 45.80 48.50 4.00 256.80 513600
4 Tonk 95.00 45.50 33.00 43.25 2.00 218.75 437500
5
Bharatpur
Bharatpur 95.00 62.50 39.60 36.75 3.20 237.05 474100
6 Dhaulpur 68.00 26.00 27.00 36.00 0.00 157.00 314000
7 Karauli 41.00 33.00 21.40 24.75 2.40 122.55 245100
8 Sawai
Madhopur
45.00 34.50 25.10 40.25 2.40 147.25
294500
9
Bikaner
Bikaner 71.00 50.00 29.40 33.50 4.00 187.90 375800
10 Churu 96.00 43.00 31.90 19.75 2.40 193.05 386100
11 Sri
Ganaganagar
65.00 49.00 33.20 49.25 4.00 200.45
400900
12 Hanumangarh 69.00 38.00 24.30 27.00 4.00 162.30 324600
13
Jaipur
Alwar 165.00 91.50 65.10 64.25 7.60 393.45 786900
14 Dausa 142.00 43.00 40.00 34.25 2.40 261.65 523300
15 Jaipur 204.00 93.00 63.50 40.75 6.40 407.65 815300
16 Jhunjhunu 51.00 40.00 26.70 22.75 4.00 144.45 288900
17 Sikar 73.00 39.00 30.00 17.75 2.40 162.15 324300
18
Jodhpur
Barmer 200.00 69.50 62.20 80.25 4.00 415.95 831900
19 Jaisalmer 25.00 21.50 14.30 12.50 0.00 73.30 146600
20 Jalore 144.00 65.00 55.60 71.75 4.80 341.15 682300
21 Jodhpur 186.00 84.00 77.60 58.25 4.80 410.65 821300
22 Pali 160.00 66.00 44.70 56.00 4.00 330.70 661400
23 Sirohi 63.00 36.00 22.60 37.00 2.40 161.00 322000
24
Kota
Baran 49.00 37.00 25.70 43.25 2.00 156.95 313900
25 Bundi 72.00 39.00 29.70 37.75 1.60 180.05 360100
26 Jhalawar 58.00 35.50 29.90 43.00 1.20 167.60 335200
27 Kota 54.00 31.50 21.00 25.00 2.00 133.50 267000
28
Udaipur
Banswara 193.00 78.50 52.70 94.00 3.60 421.80 843600
29 Chittorgarh 102.00 70.50 40.20 60.50 4.00 277.20 554400
30 Dungarpur 132.00 51.00 44.10 53.75 2.00 282.85 565700
31 Rajsamand 76.00 53.00 49.00 38.50 3.20 219.70 439400
32 Pratapgarh 105.00 43.00 34.70 57.00 3.20 242.90 485800
33 Udaipur 182.00 99.50 62.50 103.00 5.60 452.60 905200
85
86
87
88
89
90
91