44
GOVERNMENT OF RAJASTHAN []fr ;;,s) ri viy'I] BID DOCUMENT FOR Supply of Goods .- Procurement oI eI pipes size gO mm NB. (Rate Contract) NIT No. OT - l/CSTlGwDl2OlT - 18 DATE Og.O4.2OLz ITEM NO.3 SUPERINTENDING ENGINEER (CENTRAL STORE} GROUND WATER DEPARTMENT NEW POWER HOUSE ROAD JODHPUR - 342 001 Ter I O29L-243L942 lol FAX: O291 - 243L942 | 2631295 E - mail : secsgwdidpr(agmail,com website - http://phedwater.rajasthan.gov.rn April 2OL7

Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

GOVERNMENT OF RAJASTHAN []fr ;;,s) ri viy'I]

BID DOCUMENT

FOR

Supply of Goods .- Procurement oI eI pipes size gO

mm NB. (Rate Contract)

NIT No. OT - l/CSTlGwDl2OlT - 18 DATE Og.O4.2OLzITEM NO.3

SUPERINTENDING ENGINEER(CENTRAL STORE}

GROUND WATER DEPARTMENTNEW POWER HOUSE ROAD

JODHPUR - 342 001Ter I O29L-243L942 lol

FAX: O291 - 243L942 | 2631295E - mail : secsgwdidpr(agmail,comwebsite - http://phedwater.rajasthan.gov.rn

April 2OL7

Page 2: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

Supply ofGoods ] Procurement ofGI Pipes size SOmm NB

Issued to:

M/s,, ;i!lp,

I Cost of tender documents (BidDocument Fee)

Rs. 200/- per set of tender documents in cash or DD infavor of Superintending Engineer (C/S), cWD, Jodhpur.(Rs. 100/- for Micro, Small and Medium Enterprises of theState ol Raiasthan.)

2 Type o[ render Single Cover3 Estimated Cost Rs. 2.80 Lacs4 Earnest Money (Bid Security) Rs 5600/- for all enterprises other than Micro, Small &

Medium Enterprises of Rajasthan.Rs. 1400/- for Micro, Small and Medium Enterprises of theState of Rajasthan.

5 Place and address of Selling oftenders (may be downloaded fromhttp:/ / sppp.rajasthan.gov.in/ &NCDSIIC

http : / / phedwater.rajasthaL gov.in)

Superintending Engineer, (Central Store) GWD, New PowerHouse Road, Opp. Hindustan Radiator, Jodhpur - 342 00 iTelephone No.(0291) 2431942 Fax : O29l2431942/2631295 e - mail : secsswdidprfAemail.com ,$(h'itJ - hltp / /phcdwatcr.ratasLlan.gov.in

6 Place and address of receivingand opening of tender.

Superintending Engineer, (Central Store) GWD, New PowerHouse Road, Opp. Hindustan Radiator, Jodhpur - 342 001Telephone No.(0291) 2431942 Fax : 0291 - 2431942/2631295 e - mail : secsqwdidp{agmail.com, \\ebsire -

http: / /phedwater.raiasthan. gov.in7 Last Date for dorvnloading /

sale of tender documents11.05.2017 up to 5.00 P.M.

8 Last date for submission oftender

12.O5.2017 up to 1 .00 PM

9 Date and time of opening Oftechnical and hnancial bid

12.Os.2Ol,7 (at 3.30 PMIln the office of the Superintending Engineer, (CentralStore) GWD, Jodhpur

10 Validitv of tenders 9O days from the dare of openine ol bid.

,v"7'Sulefintending Engineer

(Cgatral Store), GWD, Jodhpur

Page 3: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

S. N. Scclion / Clause /Sub - Clause/ Torms /Condilion No & Paniculars

Pagc No.

1 Sectlon -(d.) NIB 1-3

2. NIB for website in Enelish I3. NIB in Hindi 34. Sectlon 4b) I^sttltctlo^ to Bld.ders

IITB)4-8

5. 1. Genera.llnformation 56. 2. Address for Communications 57. 3. Period of contract 58. 4. Eligibility ard Pre-Qualiflcation

Criteria5

9. 4.I Eliglbility Criteria 5

10. 4.l(A) Technical Citeria (WorkExperiencel

5

1l 4.I {Cl Financial and otier Criteda 512. 5. Bid Document 513. 5.I Content of Bid Document 5

14. 5.2 Cost of Bid Document 515. 5.3 S)te Vrsit for Bidding 5

.t6 5.4 Omissions, errors andClarification

5

17. 5.5 Amendment of BiddingDocuments

5

18. 6. Preparations of Bids 5

19. 6.1 Laneuase of Bid 520. 6.2 Alteration oI Designed

Comoonents not acceDtable5

2r 6.3 Makes ajld odgin of t-heequlDmen!

6

22. 6 4 Bid Form and Schedule of Prices 6

23. 6.5 Bid hices 6

6.6 Bid Currencv 625. 6.7 Documents Establishing the

Conlormity of the Goods aidRelated Services

6

26. 6.8 Documents Establishing t}IeOuafiflcation of tie Bidder

6

)7. 6.9 Joint Venture 6'za. 6.10 Bid Securitv (Earnest Mone\') 629. 6.11 Cost of Bid Document and

Processins Fee6

30. 6. L2 Period of Validirv of Brd 631 6.13 Format and Signing of Bid 6

32. 6. Sealing and Marking ofBids 6

33. 7. - 7.1 Submission ofBid 6

34. 7.2 Contents of First Cover/Envelop 1

7

35. 7.3 Contents of Second Cover/Envelop- '2 "

7

36. 7.4 Deadline for Bid Submission 7

37 7.5 Late Bids 7

.18. 8. Bid Opening 7

39 8. I Opening of Bids by Department 7

"l 1.. ,; ;, g*INDEX

Rate Contract for Supply ofGI Pipes size 80 mm NB

s.N Scclion / Clause /Sub - Clause/ Terms /Condition No & Particulars

Page No

40. 8.2 announced by the Tender OpeningCommittee at the oDenins

7

41 9. Evaluations 742. 9. I Prelrmlnarv Examlnauon of Tenders 743. 9.2 Financial Evaluation 7

44. 9.3 Domestic Preference 710. Award of Contract 7

t6. 10.1 Award Criteda 710.2 Putchaser's ight to vary quantity 7

48. 10.3 Department's tught to Accept AnyBid and to Reiect Anv or All Bids

7

49. 10.4 Notiflcatron of Award 750. I0.5 Siqnine t}le Contrac! Asreement 75I 10.6 Pre award Formalities 752. 10.7 CorruDt or Fraudulent Practices 753. Appendlx-1 (Format for power of

attornev ol reDresentative oI firm)8

ADDeudix-2 iTender l,etter) 855. Appendlx-3 (Undertaking by Tenderer

For no Drice information in envelooe ll8

56. Appendtx-4 (Certificate and Declarationabout acceptability of Terms andCondition of Tender Document withoutanv deviatron)

8

57. Appendix-s (Declaration under theofficial Secretl

8

58. Appendix-6 (Declaration by the Bidderunder Section 7 oI RTPP Act 2012)

8

Sectlo^ - lcl Bid. Dd.td. Sheet lBDi 960. Sectron ll Bid Data Sheet (BDS) 9

Secflo'l - (d) QudltJbdAo^ d.^d.Evq.tuatlo^ Crlterld.

l0

62. l-1.1 Domestic Presences {Preference toState Units and Placement of Supplyoroerl

10

63. 1.2 Comparison of rates under Priceprelerence mles

10

64. 1.3 Cartellins and Parallel Rate Contract 102. Evaluatron Cdteria 10

66. Sectlon - (e) bld.d.lng Forr?1.s 11

67. Bid Forms 1168. Schedule-1 1l69. Statement Having Read the Tender

Documents70. Schedule-2 Pr e Oualillcauon Scheduie 1271 Schedule-3 Deviations from Technical

q!ecificationt2

72. Sectlon- A Generd.l Co dltlons oJ theCo'ttrdct (cCC)& Specl.ll Co^dlt"lo^s ol the Contrdct/scc,

13 t9

73. Ceneral Conditlon of the Contrect{Gccl Ford No. 16

13- 18

1. Sealing of Envelope L4

75. 2. Tenders by bonafrde dealers

76. 3. Change in the constitution of theflrm

I4

77. 4. Sales Ta-x Registration & ClearanceCertificate

l4

74. 5. Income Tax ClearanceCertiflcate

l4

79. 6. Filling and signing of each page ofthe tender

l4

Page 4: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

S. N. Section / Clause /S!b - Clausc/ terms /Condition No. & Particulars

Page No.

80 7. Rate shall be written boti inwords and fizures

8l 8. Rate - Component I482. 9. Compaiison of Rates 1483. 10. Price Preference84 I l. VatiditJ' t4tt5. 12. Carefuly examination of the

conditions, specifi cations,. size,make & drawings etc.

86. 13. Subletting the Contract 14

14. Specification \488 15. Inspections r489. 16. Samples t490. 17. Maiking of samples t49t 18. Retum, collection & fodeiture of

tie approved samplest4

19. Return, collection & forfeiture oftlle unapproved samples

t4

93. 20, Receipt of supply and testing ofsafiple from supply

I4

94. 21. Drawl of Samples 1422. Testing of charges 14

96. 23. Rejection l497. 24. Removal ofreiected articles t498. 25' Proper packing o[ material I499. 26. Repudiation of Contract I4100. 27. Direct or indirect canvassine l4101 28. Detvery Period I4to2. 29. Earnest Money 14

103. 29. l Refund of earnest monev 15104. 29.2. Partial exemption from

Earnest Money105. 29.3. Earnest money for Central

Govemment & Government ofRqjasthan Undertakings

15

r06. 29-4. AdJusunen( of earnesimoney/secudty deposit lying withthe Department/Omce

l5

107. 30. Forfeiture of eamest money

l08. 31il) Ageement and SecurityDeposit / Performance Securitv

15

109. 3I(2) Performanr e Security for themicro, small and mediumenterprises of Rajastian and forCentral Government & Govemmentof Rajastian's Undertakinq

110 3l(3) Forfeiture of Security DeDosit l5llI 3l(4) Expenses of completing ar1d

stampng the agreementI5

112 q2. Freight and RR I51 13. 33. Insurance I5

I 14. 34. Pe)'rnents

115. 35. Delivery Pedod and LiquidatedDamages

I 16. 36. Recoveries117. 37. lmport license I5

1 18. 38. Additional conditions orconditioDs in conflict with thetender conditions

t 19. 39. Right to accept, reject aJlyIenoer

\20. 40. Documents required at the timeof execqtion of contract

12l 4l. Dispute and A-rbrtration

r22. 42. Area of legal proceedings

S. N. Section / Clause /Sub - Clausc/ Terms /Condition No. & Particulars

PaBe No.

123 Amendment Sheet

r24 Declaration ofTenderers ISR FORM-l I l6125 Financial Bid (Applicable Ior physical

tender only { SR FORM,15)17

t26 The Clariication and Guidetnes forSubmission of Tender

18

127 Agreement ( SR-FORM-17) l8128 Sp€ctql Cqndttlons of Cotrtract 19129 l. Rates I9t30 2. Discount 19

3. Period of Rate Contract 19

t32 4. Extension oI Rate Contract 19

133 5. Validity ofTender l9

134 6. Direct Demandins Omcers {DDOI t9135 7. Place of delivery 19136 8. Delivery Period t9r37 9. Extent of quantity (Repeat Order) t9138 I0. Supply on Trial Basis l9139 I L lnspectlon 19140 I2. Payment 19141 13. Acceptance of SupDly 19142 14. Dividing quantities among more

than one Bidder at the time of award(Parallel Rate Conuact)

l9

143 15. Earnest Money l9144 ro, r enoers IJy uonallde Dealer t9

145 l7.Make & Detailed specifications ofproduct

t9

146 18. Guaiartee l9

r47 19. Strict complia-oce of DeparhnentalTender Document Clauses Andlnstr1rctions

I9

148 20. Disputes 19

149 Sectton- (g) Appendlx lnclud.lngTechnlcd.l SpecfTcdtlo^s dndIrrdul^ga etc,

20-23

I50 Appendlx- A (Aflidavit about SSI Unit ofRajasthan)

21

lCt Appendlx-B (Information to be Srrppliedby t}le Bidder)

21 -22

152 Appendb.-C (Tender Specihcations)

153 Secf,lon- frj Annexwre aftd. Fonnsrelated. to Rd,Jd.stho, Tra n-spanencgtn Prxbltc Proc,re''^ent (R?pP, Rute's/

24-26I54

155 Annexure'A (RTPP Rules I Competencewith the Code of Integity and NoConfect of Interestl

25

156 Annexure-B (Declarations by t}Ie Bidderregarding Qualifi cation)

25

.t 57 Annexure-C (RTPP Rules : crievarceRedressed during ProcuremeDt processl

25

158 Memorandum of Appeal ur1der the RTppAct 2012

159 Annexure-D (RTPP Rules : AdditionalConditions of Contract)

26

Page 5: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

SF ts/s) GWD

Section - (a)

Notice Inviting Bid(NIBI

Page 6: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

1.

OFFICE OF THE SUPERINTENDING ENGINEER ..:\,rr(CENTR.A! STORE) cWD, JODHPUR ' ' :r ' i v {c'

.

Tel- 0291 -2431942 ,Fax:- 0291- 2631295 / 2431942, secsswdidp(r)smail.com websire _

http: / /phedwater.raj asthan. gov.inTENDER NO, OT - 1/CST/GWD/2O17 - 18 DATE O3.O4.2O17 ITEM NO.3

NOTICE INVITING BID

Open tenders on Single Cover (Single Part) / Double Cover (Double part) are herebv jnvited on behalf ofGovernor of Rajasthan for the following supply of goods / Execution of worki / Services on ratecontract basis or one time supply from manufacturer/ Fabricators / whole seller/ distributor/ dealer/authorized dealer/ sole selling agent / marketing agent / Transporters / Service Providers/ Tenderershaving experience and ability for supplying of such items. The tender documents can be purchasedfrom the office address Superintending Engineer, (Central Store), GWD, Jodhpur oi may bedownloaded irom the web site http:/ /sppp.raiasthan.qov.in/ & $cbsirc - http:/ / phedwater.raj asthan.gov.roDetails of the tender notification and tender Condition can also be seen in the NIB exhibited on website http://sppp.rajasthan.gov.in/. Tenders are to be submitted physically.GENERAL DETAILS OF WORKS:-

ItemNo.

Parttculars of the tendered

Eslimated TenderValue(Rs. lnLakhs)

EMD(in Rs.)

TenderDocumentFee

Last Date forsubmission ofthe biddocument

Date and timefor opening ofBids

Transport of used RR Bits ofSize 17Y2" & 12Ya' throughRoad from ONGC, NarsapurStore Yard, RajahmundAndhra Pradesh to cWD,Central Store Yard, Jodhpur, Raiasthan.

2.50 s000/ '2OO I -12.05.20t7

upto L00 pmt2.05.2017at 3.30 pm

2.Rate Contract for the supplyof vadous Oflice Stationeryrlems

1.50 30o0/ 2OO /-12.05.2017

upto 1.00 pmt2.05.2017at 3.30 pm

3.Supply of cl Pipes size 80mm NB 2.80 5600/- 2001-

12.05.2017upto 1.00 pm

12.05.20t'7at 3.30 pm

4.

Cleaning of oflice buildingpremises, store rooms ,

unserviceable store yardsand qlass cuttins

1.50 3000/ - 2OO /, 12.05.2017upto 1.00 pm

12.05.20 t7at 3.30 pm

The cost of the tender document (Bid Document Fee) as mentioned against each item is to be f,aid inCash/DD in the name of 'OFFICE OF THE SUPERINTENDING ENGINEER, {CENTRAL STORE' cWD,JODHPUR" in the manner as prescribed in the tender document.IMPORTANT DATES:

D. Instructions to Bidders:5.1 The bidders who are interested in bidding can purchase / download the tender documents from tne

address / web address as indicated above5.2 Tenders are to be submitted physically lvithin the date and time schedule as menrioned in the NIB

and such submitted tenders lviil be opened on the scheduled date at specified time mentioned abovein the office of the OFFICE OF THE SUPERINTENDING ENGINEER (CENTRAL STORE), cWD,JODHPUR

5.3 An earnest money / Bid Security of the amount as mentioned in the conditions of the bids for eachitem is to be deposited through Banke/'s cheque or Demand Draft of nationalized / scheduled bankin the name of "OFFICE OF THE SUPERINTENDING ENGINEER (CENTRAL STORE), cWD,JODHPUR".

5,4 Security Deposit :- Successful tenderer will have to execute an agreement in the Form l7 within aperiod of 7 days of receipt of order & deposit security equal to 57o of the value of the stores for whichtenclers are accepted within 15 days from the date of dispatch on which the acceptance of the tenderis communicated to him. The earnest money deposited at the time of tender will adjusted towarossecurity amount. The security amount shall in no case be less than the earnest money. The securitymoney shall be refunded within one month of the final supply of the items as per purchases order incase of one time purchase and trvo months in case delivery is staggered, aftei the expiry of contracton satisfactory completion of the same or after the expiry of the period of guarantee if any, whicheveris later and after satisfied there are no dues outstanding against the tenderer. The form of securitymonev shall he al Cash/Rqnlr Draff/R.nLar. ahA^,.- / p^--,^r-i

2,

3.

4.S. N, Events Date & Time Location

r)Last date & time for sale /downloading of tender document

I 1.05.2017 upto5.00 PM

in the Olfice of the Superintending Engineer (CentralSrore), CWD, Jodhpur

http: / / sppp.raiasthan.gov.inlit Last Date & Time for submissiol

of tender {Physical Form)12.05.2017 upto

1.00 PMin the Office of t}le Superintending Engineer (Central

SIorc), cWD. Jo,lhpur

iii) opening bids (Both Technical &Financial Bids)

12.05.2017 at3.30 PM

in tlle Ofhce of the Superintending Engineer (CentralStore). CWIJ, Jodhpur

Note: In case there is any holiday on the date mentioned above, the activities assigned on that date shall becarrled out on the next working day.

Page 7: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

5'5 The tender for the supply shall remain open for acceptance for the period ofgo days from the date ofopening of the bid or up to the period as detailed in the tender document.5'6 If any tenderer withdraws his tender prior to expiry of the validity period as mentioned in the tenderdocument or mutually extended period or makes modifications in the rates, terms and conditions ofthe tender within the said validity period, which are not acceptable to the department, or fails tocommence the work in the specified period/fails to execute the agreement , t'he depariment shallwithout prejudice to any other _right or remedy be at liberty to forf;it the amount ol earnest moneyglven rn any form absolutely. If any contractor, who having submitted the tender does not (:xecute

the agreement or start the work or does not complete the work and the work has to be put Lo re-tendering, he shall stand debarred from participating in such re-tendering in addition to foifeiture ofearncst money/security deposit and other action under agreement. If there is strong justification ofbelieving that the tenderer or his authorized has been guilty of rnal-practices such a"s submission offorged documents, influencing individually or politically, his offer will b€ liable to rejection and insuch case his Bid Security (earnest money) will be forleited.

5.7 All tenderets, in which any of the prescribed conditions are not fulfilled or which have been vitiatedby errors in calculations, totaling or discrepancies in frgures or words or other discrepancies will beIiable to rejections.

5.8 No conditional tenders shal be accepted and w r be rejected summarily forthwith.5'6 The department will not be responsible for any delay on account of late submission of tenders.5'7 All pages and schedules of tender documents shail be essentially filled in (wherever required) andshall be signed by the tenderer.

5'8 The acceptance of the tender will rest with the competent authority who does not bind itself to acceprthe lowest tender, and reserves the right to itself the authority to reject any or all the tendersreceived without assigning any reason.

5.9 No refund of tender fees is claimable ror tenders not accepted or forms not submitted.5.10 All the conditions shall be prevailing as detailed out i; the departmental tender {ocument (in the

respective sections/volumes) , bA---

suPEj[tfiENDING ENG_rN5ER,L-t {CENTRAT sroREt.GWD, JODHPUi

Page 8: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

{fq{arT;l - {{{of{oTqi6-q crffeTUT 3fi-{mT (drr), *1-s-a fuilT, qql.R 6rsrr n-s du5{

{r"rq o2e1 2431e42.ddl o2si 26312es /r*t*, {-t.o resg$f{}ftr $ebsilc http: / /phedwater'rajasthan gov in

ftf4qr qqr : or- 1/csr/cutD/2o17- 18 ftmo 03'04'2017qrqrenq d {Fqqff, d .nr t .rrnn€leflf,df Elu Fqfrfu-d qTTfi +1 sTg-ffi frs qd^/ 6d frtq nTfi

ie"rt *- ftrt qri ig MG W@-\a/d-dlo:-{iZ ,rt-m Bdrsn ZftardZenpnqrrw€1e /e",id" ftq t-O"e7flfaq q-$". i flqrffi /qT<iqlrc qiq Ze_jr c-ildr3i ,/ $r ctFR

"1 "i# # *gm Z od ,/t{'d i er5,ro w qFAdr^@i qrd Ftus*.'or3n i "fd,rd ou- iirrsq (\rs-d

qnr) ,z sqa oqq Rrreq e qrnl a -.i' qo.- FIfu 3trrih-ir +1 qrff d I ftifEr qqt 3Tq)-6-rtiermf,f

; ffi'; H."d; d 31n 3ifu-d fr{r6 n-6 dq s cd ao FqfR-o g@ qrrT oqffir qfra q1 {rdig 3TrIaT }qa1(z http, / /

"ppp.r.iarth^r,.eou. i.' / t 3Tafq fulFftq i{{{(e frttp'/ / phedwater.rajasthan.gov.in-t

€rJ-f,di-s fua qr Trn-dT fu'{{Effi qiq g:ro i ftfuo r{{a o€ f 3{ftq dRtrq qs vra i qa qT6{rtn qFIl 3ilqr{o t r ** nd<tr rrd; qE=q o sri 3Tfr-d ft{rr mr qir6{ 100 cq 16 1ff6rc +tqrnft 3N sS ft-{ dqfl s:o qd €Hr qr}rff t sfircd riRr ito grc $ qpqq r} ffq cc<rerroci d crq Erfion of qrffit

fifr.<r tr}di o1 ffis o) erqfl'qT qlBd di w s.'Td ot-d fuqq ol wm fufRn F-q-q w Ff+qrq

qrw q'l q elfr qftrf t :r'q cfd ffTsid-q q orqfaq r+qq q 3l'Prql iqrff,d http://sppp rajasthan gov in/q{

3rQrqT fuqlrftq i3tTr{e http: / / phedwater.rajasthan.gov.in 9{ fi td qr wof i t

3ngcq

sgl ft.F.l

3tl0aTr d(sqd

d|{qi S)

{riiri+<r qqa

g6

li1a<r gqt

//3rg{dr€ftril qd ol3ifiq fi-Irfi

tt q c Lr.(rF

3iftq R-rr6ft:] R=rrf,

Ji vc .j' vfl -wt5r €R qre

ilqr[d - 3rrarqart t {E 3{R.

e+x. -

R ]v ol vs-o cR€r 11

fuqFftq ddq q-sR {ri{ qddug{ - rtq{efiq it anr s+rft

ord (+w< drrarT 2s +fro eq)

2.5011.05.2017 12.05.2017 12.05.2017

2.

fdPrq e6lr ol zFfqfdq ffil 1l

eqfu-f, en@ o1 3ilgfd dg Elrifil<t l

1.50 3aoo / - 11.05.2417 12.O5.2417 12.A5.2017

36 sT{ qTic ed's eo fi. fi {rff ol Gilsffi

2.80 11.05.2017 12.05.2017 12.05.2417

4

.1 - G-d ft\-rr, dfrq rrrsR

.irqiaq .rql Ylffi s-rR o1qfdfur ertr eqr$, q-en .;ei olem ssr{, q-ort'pfto tlqn d€R qrcI t s.ri srfr qrffi qnlol 6drff 3nR d otd ol Ti{ifiil I

1.50 11.A5.2017 12.05.2017 12.05.2017

,ltrftqqqe)'creftHur qft{-dr(d*q qrqql.

a-wa fimrn. stwSr

Page 9: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

fn rllrqj *&p

Section - (b)

Instruction to Bidders(ITB)

O

Page 10: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

r l' ir'i;) (i') Ll

INSTRUCTIONS TO BIDDERS { ITB )l. General Iaformation :

1.1 Executing Agency / Purchaser : The Executing Agency or Purchaser for the supply of thetendered goods / execution of this work is the Ground Water Department, Jodhpur Rajasthanthrough the Superintending Engineer (Central Store) G.W.D, Jodhpur, or other agency as decidedby the Govt.

L.2 Type of Contract : The Contract is item rate type contract which includes supply ol the goods asper tender specilication upon approved rates. The name of the supply of goods under this Contractis "Supply of G.l. Pipes size 80 mm NB'.

1.3 All supply of goods, proposed for supply under the Contract, are notified in the bid documentunder the headline "Scope ofwork" and "Technical Specifications'.

L.4 The Bidder is required to study all instructions, forms, terms, conditions and other details in thebid documents belore completing the Price schedule. The Drawings, Specifications, Schedules etc.are to be considered as explanatory of each other and no advantage shall be taken of any omissionin bid documents. Failure to furnish all information required by the bid documents or submissionof a bid not substantially responsive to the bid documents in every respect will be at the Bidder'srisk and may result in rejection of its bid.

1.5 The bidder shall sign a declaration under the oflicial Secrets Act for maintaining secrecy of the biddocuments, drawings or other records connected with the work given to him in form given below.

Declaration"l/We hereby declare that I/We shall treat the bid documents, drawings and other

records, connected with the work, as secret conlldential documents and shall not communicateinformation derived there from to any person to whom I/We am/are authorized to communicatethe same or use the information in any manner prejudicial to the safety of the same".Failure to obserue the secrecy of the bids will tender the bids of the Bidders, liable to summaryreJectlon.

1.6 Bidders shall submit only unconditional bids. Conditional bids are liable to be rejected summarily.The bid documents show already the specillc terms and conditions on which bids are required bythe Department, Hence all bids should be in strict conformity with the bid documents and shouldbe fulfilled in, wherever necessary, and initialed. Incomplete bid is liable to be rejected. The termsand conditions of the bid documents are ftrm; as such conditional bids are liable to be rejected.

1.7 The contractor / supplier shall comply with the provisions of th€ Apprenticeship Act 1961 and therules and orders issued there under from time to time. If he fails to do so his failure will be abreach of the contract and the original sanctioning authority in his discretion may cancel thecontract. The contractor / supplier shall also be liable for any pecuniary liability arising onaccount of violations by him of the provisions of the act.

1.8 Ii it is found that the tender is not submitted in proper manner, or contains too many correctionsand or unreasonable rates or amounts, it would be open for the competent authority not toconsider the tender, forfeit the amount of bid security and /or de-list the contractor / supplier.

1.9 General directions and descriptions of work and materials given in the Specification or shown onthe Drawing are not necessarily repeated in the Price Schedule and reference is to be made to theSpecification and the Drawings for this information.

1.lO The tender should be accompanied with latest sales tax clearance certilicate from the concernedDepartmental authorities, without which thc tcnder may not be entertained.

Address for Communications: Superintending Engineer (Central Store), Ground Water Department,New Power House Road, Jodhpur - 342001 . Ph. O29l - 2431,942 email - secsswdidp(aemail.com.Period of Contract : One year from the date of execution of Contract.

3.1 The ordered quantity is to be supplied within 30 days from the date of issuance of the PurchaseOrder.

3.2 Definitions:3.2.L Facilities: Shall mcan all works and its equipmenr(s), components rvhich have been

supplied and/or installed or designed, and/or constructed in the contract for works andshall include any additions, modifications, alterations, replacement and/or repairs asmay be made thereto from time to tirne during execution period.

3.2,2 Clause: Unless otherwise mentioned, the reference to'clause" made in any section of thedocument, it shall mean referenced clause of that section.

3.2,3 Bid and Tender, Bidder and Tenderer, Bid Security and Earnest Money Deposit: Theword 'Bid and Tender' or rvord 'Bidder and Tenderer or 'Bid Security' and 'EarnestMoney Deposit'used in the tender/bid document be treated as synonymous.

Eligibility and Pre-Qualification Criteria: - The tenderer shail fulhll all the following conditions toquaiify for tendering for the work.

4.L Eligtbility Criteria: Any manufacturer/ Fabricators/ whole seiler/ distributor/ dealer/authorized dealer/ sole selling agent / marketing agent / Tende.ers having experience and abilityfor supplying of such items are eligible

(A) Technical Criteria :l. Work Experience: - Not Applicable -2. Ownership of Manufacturing Unit / MiU and Mines : - Not Applicable3. Qualification to the aample test : - Not Applicable -

{B) Financial & Other Criteria :

(i) Tenderer firm have submitted Bid Security {earnest moneyl /tender fee / e -tender processing fee in prescribed form.

/ii\ p4an^h-i,,4 i^ 6ll -a^r.i-----+- ^f +L- r--.1-- .l^

2.

3.

4.

Page 11: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

5.1 Content of Bid Document : The facilities required, bidding procedures, contract terms andtechnical requirements are prescribed in the bid documents. The bid documents include thefollowing sections, and addendum's issued till the date of submission of the bid:

- Notice tnviting Bids (NIB)- Instruction to Bidders (lTB)- Bid Data Sheet {BDS)- Qualification and Evaluation Criteria- Bidding Forms- Conditions of Contract and Contract and Contract Forms :

(il General Conditions of Contract(i4 Special Conditions of Contract{iii} Contract Forms

- Appendixes including appendix for technical specifications etc.- Annexures and forms as per RTPP Rules 2013- Schedule of Prices

5.2 Cost of Bidding:5.2.1 The Bidder shall bear all costs associated with the preparation and submission of its bid,

and the Department will in no case be responsible or liable for these costs, regardless ofthe conduct or outcome of the Bidding process.

5.2.2 It shall be obligatory on the successful bidder to pay stamp charges on the confact forpreparation of contract agreement, as ruling on date of execution of the contractagreement.

5.3 Site Visit Before Bidding:5.3.1 The Bidder and any of its personnel or agents will be granted permission by the

Department to enter upon its premises and lands lor the purpose of such site visits /visits of thc area whcre supply is to be executed. But the bidder and its personnel will beresponsible for death or personal injury, loss of or damage to property and any other loss,damage, costs ald expenses incurred as a result of such visits.

5.3.2 Bidder to inform himself fuUy : The Bidder shall be deemed to have satisfied himself asto all the conditions and circumstances affecting thc Contract price, as to the generalcircumstances at the delivery site of the material, as to the general labour position, as tothe transport conditions, as to availability of approach road, as to-the climatic andmeteorological conditions and to have fxed his prices according to his own view of these.Bidders are invited to visit the site with prior appointment with the Department.

The Department will not be responsible for the personnel of the Bidder and for all acts inrelation with the site inspection.

No claims except as otherwise expressly provided will afterwards be accepted due to non-inspection of the site. The Bidder shall be responsible for any misunderstanding orincorrect information however obtained except the information given in writing by theDepartment.

5.4 Omissions, errors and Clarilication : Bidders shall carefully examine the scope ol rvork and / orspecifications of the goods and fully inform themselv€s as to the conditions and matters, whichmay in any way affect the work / supply or the cost thereoL Should a Bidder find discrepanciesor omissions in the documents or should he be in doubt as to their meaning he should notify Lhe

Department in writing. Bidder is requested, to submit all clarifications in writing or by fax, toreach the Department not later than three week before the last date of bid submission. TheDepartment may respond to any request that is made prior to this deadline.

Any resulting interpretation or modilication of the bid documents shall be issued to all bidders as

an addendum, which will become a part of the bid documents. The bidders shall acknowiedge in.,.-iii-^ rr-,^ --,.-i-r ^a -ach addendum.

No claims except as otherwise expressly provided will afterwards be accepted due to non-understanding or mis-interpretation of the bid documents.

5.5 Amendme[t of Bidding Documenta:5.5.1 At any time prior to the deadline for submission of bids, the Department may, for any

reason, whether at its own initiative, or in response to a clarification requested by aprospective Bidder, amend the bid documents.

5.5.2 The amendment wili be notified on the web site httD: / /sppD.raiasthan.qov.in/ orthrough post or e - mail and will be binding on them. Bidders are required to immediatelyacknowledge receipt of any such amendment, and it will be assumed that the informationcontained therein will have been taken into account by the Bidder in its bid.

5.5.3 In order to provide prospective Bidders reasonable time in which to take the amendmentinto account in preparing their bid, the Department may, at its discretion, extend thedeadline for the submission of bids, in which case, the Department will notify/ publishthe extended deadline, for submission of tenders on websitehttD:/ /sDpD.raiasthan.qov.ln/ and as per publication rules.

6. Preparation of Bids :6.1 Language of Bid : The bid prepared by the Bidder and all correspondence and documents relatcd

to the bid exchanged by the Bidder and the Department shall be written either in Hindi or Englishprovided that any printed literature furnished by the Bidder may be written in another language,as long as such literature is accompanied by a translation of its pertinent passages in the

Page 12: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

F.E {eh) c \1'D!6.2.1 No principal deviations and exceptions are allowed, in the specifications and in the basic

requirements of the goods.

6.2.2 Bidders, which propose any alteration in the basic requirement, as specified in Scope ofwork and / or Technical specifications and its addendum if any, or which contain anyother conditions of any sort will be liable to rejection.

6.3 Makea and origin ofthe equipment :6.3.1 Makes and Origin of the Equipment: It is expected that rhe bidder will quote with a

view to supply goods / equipment of best makes and conhrming to highest standard.Bidder has to consider for his financial offers only makes of reputed manufacturer ofgoods/ equipment corresponding to the state of art technolos/ and to the latest Indianstandards.

6.3.2 Manuftcturer's Authorization: if required in the BDS, a Bidder that does notmanufacture or produce the Goods it offers to supply shall submit the Manufacturer'sAuthorization using the format included in the Conditions of the tender to demonstratethat it has been duly authorized by the manufacturer or producer of the Goods to supplythes€ Goods to the Purchaser.

6.3.3 The bidder shall offer rates for the items, confirming to prescribed specifications indicatedin the "Scope of Work and / or Technical speci{ication".Whichever goods / equipment is proposed in the bid or considered by the bidder for thefinancial offer, the goods / equipment to be finally provided in case of award shallcorrespond to the specilications of the bid documents and is subject to the approval of thecompelent office_ln case, the Bidder proposes to use any imported equipment/part of equipment/ materialhe shall indicate so clearly in his bid and shall be responsible for arranging import licenseetc. for the same. A1l expenses to be incurred by the Contractor in connection with suchimport including customs duty shall be included in the prices quoted.

6.4 Bid Form and Schedule of Prices : The Bidder shall complete the Schedule of Prices furnishedin the bid documents as indicated therein. The terms and conditions for payments shall be inaccordance with the provisions of the conditions of contract(s).

6.5 Bid Prices :

6.5.1 The Contract shall be for the execution of supply of Goods as described in technicalspecifications.

6.5.2 The Bidder should quote his item rates in form No. SR - 15 clearly .

6.5.3 The rates quoted by the Bidder shall allow for all costs including labour, materials,construction plant and equipment, transport charges, insurance, supervision, profit, anyother expenses to fulfill the obligations and all risks set forth or implies towards anyclause of the bid document refcrred, Custom Duty, Octroi, Income Tax, Sales Tax,Turnover Tax, Service Tax, Labor Cess, Professional Tax or any other duties, levies, taxesor charges whatsoever to the State or Central Department or to the Local Bodies on thecomponents or the completed Works and for satisfactory performance of the Bidder'sobligations under this contract. The charge for any obligation of the contractor / Supplierfor which apparently no corresponding item is given in the Price Schedule shall deemed tobe included in the Prices entered against the items.

6.5.4 For all imported goods / equipment(s) or components, the Bidder under this Contractmust provide a copy of the duties paid for the record of the department.

6.5.5 Excise Duty Exemption applicability: Not applicable6.6 Bid Currency; All prices shall be quoted in the Indian Rupee. The department will not arrange

any foreign currencies for import of any type of material/ plant/ spares etc.6.7 Documents Establishing the Conformity ofthe Goods and Related Services :

6.7.1 To €stablish the conformity of the Goods and Related Seivices to the Bidding Documentsthe Bidder shall furnish as part of its bid the documentary evidence that the Goodsconform to the technicai specifications and standard specilled in the each part of thetechnical specifications.

6.7,2 The documentary evidence may be in the lorm of literature, drawings or data and shallconsist of a detailed item description of the essential technical and performancecharacteristics of the Goods and Related Services, demonstrating substantialresponsiveness ol the Goods and Related Services to the technical specification and ifapplicable, a statement of deviations and exceptions to the provisions of the TechnicalSpecifications.

6.8 Documents Establishing the Qualilication of the Bidder : The documentary evidence of theBidder's qualilications to perform the contract if its bid is accepted shall establish to thePurchaser's satisfaction:

{i) That, if required in the BDS, a bidder that does not manulacture or produce the goods itoffers to supply shall submit the Manuiacturer's Authorization using lormat given in theconditions of the tender to demonstrate that it has been duly authorized by themanulacturer or producer of the Goods to supply these goods to the purchaser.

(ii) That the Bidder meets each of the qualification criteria specified in the Section -Evaluation and Qualification Criteria as !\'ell as mentioned in ITB.

6.9 Joilt Venture: No Joint Venture for the purpose of bidding is accepted.6.10 Bid Security (Earnest Money) i

6.10.1 Bid Security amounting to Rs.5600/- in Indian Rupees must accompany each bid incash or Banker's Cheque /Demand Draft in the name of Superintending EBgineer

Page 13: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

6.10.2 The Bid Security, lodged by the successful bidder, will be adjusted towards SecurityDeposits. The remaining Security Deposits may be fumished in the form as mentioned inthe Conditions of Contract.

6.1O.3 The Earnest Money / Bid Security may be forfeited(a) If the Bidder withdraws its bid during the period of bid validity(b) If the Bidder lails within the specilied time limit to sign the Contract Agreement,

rn accordance with ITB Clause.(c) If a bidder reduces the rates voluntarily or modifies his offer voluntarily after

opening of the financial bids/ negotiations, his offer shall stand cancelledautomatically, his earnest money / bid security shall be forfeited and action fordebarring him from business shall be taken as per mles.

(d) If a non-tenderer offers lower rates after opening of tcnders, action for debarringhim from business shall be taken as per rules.

(e] For any other act of the bidder detailed herein, forfeiture of Earnest Money.6.11 Cost of Bld Document Fee : Tender fee as required in NIB shall be deposited either in form ol

cash or bankers cheque or demand draft of Nationalized or Scheduled bank in the name olSuperintending Engineer (Central Store) G.W.D. Jodhpur payable at Jodhpur. The fee is to bedeposited in the office of the Superintending Engineer (Central Store), GWD, New Power HouseRoad, Jodhpur in physical lorm as per prescribed timc schedule.

6.12 Period ofvalidity of Bid:6.12.1 The Bid for the supply of goods shall remain open for acceptancc for a period of 90 days

or mutually extended period from the date of opening of the Pre - Qualihcation / Price Bidas per terms and conditions of the contract. A bid valid for a shorter period shall berejected by the department as being non-responsive.If any bidder withdraws his bid prior to expiry of said validity period or mutually extendedperiod or makes modification in the rates, terms and conditions of the bid within the saidperiod, which are not acceptable to the department, or fails to commence the work in thespecified period/fails to execute the agreement, thc department shall, without prejudiceto any other right or remedy, be at liberty to forfeit the amount of earnest money given inany form absolutely. lf any Bidder, who having submitted a bid does not execqte theagreement or start the work or does not complete the work and the work has to be put tore-bidding, he shall stand debarred from participating in such re-bidding in addition toforfeiture of Earnest Money/ Security Deposit and other action under agreement.

6.L2.2 ln exceptional circumstances, the Department may seek the Bidder's consent to anextension of the bid validity period. The request and responses thereto shall be made inwriting or by email or by fax. If a Bidder accepts to prolong the period of validity, theEarnest Money shall also be suitably extcnded.

6.13 Formet and SigniDg ofBid:6.13.1 The complete Bid Document duly lilled and signed on each page of the tender document

by the authorized person of the tenderer is required to be submitted as per scheduledefined. However EMD and Tender Fee is required to be deposited separately at the timeor before the time of submission of the tender.

6'L3.2 Wherever required, the representative of the firm, as below, must sign the bid document.In the event of the bid being submitted by a firm, it must be signed separately by eachpartner, thereof, or in tlte event oI the absence of any partnerJ it must be signed on hisbehalf, by a person holding a power of Attorney, authorizing him to do so. Such power ofAttorney will be submitted with the bid and it must disclose that the firm is dulyregistered under the Indian Partnership Act, by submitting the copy of registrationcertificate. In case of a Company, the duly authorized representative of the companyholding a valid power of attorney on the date of respective correspondence shall sign thetender.

6.13.3 Wherever required, the representative of the firm, as below, must sign the bid document.6.13.4 The documents listed in ITB clause, along with addendum's issued till the date of bid

submission, shall be lilled by the bidder to bind the bidder to contract. All pages of thebid shall be signed and sLamped.

6.13.5 The document of the bid shall contain no alterations. or additions. unless notilied. Incase the bidder makes any addition or correction, the provisions written in the originaldocument, read with the addendum or corrigendum issued, shall prevail.

6.13.6 All omissions in the Schedule of priae must be serially numbered and signed by theofllcer opening the bids, so as to make further dispute impossible on this score.

6.13.7 All tenders, in which any of the prescribed conditions are not fulfilled or which have beenvitiated by errors in calculations, totaling or other discrepancies or which contain overwriting in figures or words or corrections not initialed and dated, mav be liable torejectron.

6.13.8 The tender to the work shall nr.:t be witnessed by a tenderer or tenderers who himself /themselves has / have not bided or who may not and has / have not bided lor the samework.

7.O Sealilrg and Marking of Bids :

7.L Bidder shall submit their offer Physically (for non e- tender) up to time and date in the mannerdescribed below. However the following should be physically deposited in original on or before its

Page 14: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

q!: tc'" ':\!S l

(b) Tenderer who is availing beneht of concessional Bid Security shall enclose an Affidavit dulynotarized as per format enclosed. (For Micro/ Small/Medium Units of the State of Rajasthan)

Howeuer For non electronic tenders the sealing , rnarking and subrubsion of bid dlcw\ent shollbe os per clarlficotions and guideLines encLosed in the Generat Conditions of the Contracl

7.2 Contenta ofFirst Cover/ Envelop - I {Requirement for Pre - Qualifrcation of Firm and otherrequirements);

Pre-qualification and Technical bidThis shall contain COPIES of pre - qualification documents and related documents as detailedbelow and to be sealed in first cover duly marked as "TECHNICAL BID":

(a) Proof of depositing Tender Fee & Earnest Money.lb) Latest Sales Tax clearance certificate.(c) The name and designation of person signing shall be clearly indicated. In case of partnership

Iirm/ limited Co./group of companies, Power of Attorney (As per format enclosed at Appendix -

1) issued on non - judicial stamp of Rs 100/- duly notarDed in favor of person signing thedocuments/schedules shall accompany the bid. Such power of attorney for the authorizedperson should be issued by the partner(s) or authorized signatory.

tAt 'r-a6AFr Iarra- -^^-4ndix _ 2_.(e) An undertaking confirming that 'for modiijcations/ deviations to conditions of contract /

technical specifications no price information is indicated in First cover envelope shall beenclosed. Tenders not containing such under taking will not be considered for furtherevaluation. "Appendix - 3".

(f) Deciaration in Appendix - 4"{g) A declaration under the ofhcial secrets Act for maintaining secrecy of the tender docum€nts,

drawing or other records connected with the work given to him as per ITB 1.5 (Appendix - 5).(h) Declaration by the Bidder {Appendix * 6)(i) Undertakings and dcviations for tender specification as per schedule - 20) All the documents contains in bidding documents including ITB, GCC, SCC, Technical

Specifications etc.lki All addendums issued till the date of submission of bid.(l) Pre-Qualification schedules as required along with supporting documents consisting of

Schedule-3.7.3 Contents of Second Cover/ Envelop- " 2 " : This shall contain the price bid only in the second

cover duly marked as "PRICE BID" .

7.4 Deadline for Bid Submbsion : The tender shall be submitted before the scheduled date and timefor submission prescribed by department or extended date thereof for submission. However forPhysical Tender (non - electronic tenders) Both technical and financial envelopes are to besubmitted physically before the scheduled date and time for submission prescribed bydepartment or extended date thereof in the office of the Superintending Engineer (Central Store),GWD, Jodhpur.

7.5 Late Bids : The bid submitted after the closing date and time of submission of bids will not beaccepted and will be returned buck unopened.

8.O Bid Opening :

8.1 Opening of Bids by Department : The Superintending Engineer {Central Store) G.w.D.Jodhpur or other duly authorized Committee will open the bids in the presence oI Bidder(sl orlheir aulhorized representative(s] who may choose to be presenl al lhe time of bid opening at theaddress indicated in BDS. The bids shall be opened in single stage (Single Part) i.e. technical andhnancial bids will be opened .

4.2 The bidders' names, the presence (or absence) of Tender fee, Earnest Money, other details etc.and prices as offered by the bidders will be announced by the Tender Opening Committee at theopening.Submissions of onlv those Bidders shall be opened. who have submitted the Tender Fee. andEarnest Monev in satisfactorv manner before scheduled date and time for its submission.

9.O Evaluation:9.1 Preliminary Examination of Tendera:-

9.1,1 The contents of the Envelope 1 of the individual tenders will be examined summarily inorder to assess their formal conformity and agreement with the instructions and guidanceto the Tenderers and the completeness. Any tender not conforming to any of theserequirements may be disqualified forthwith at the discretion of Department.

9.1.2 Substantial Tender: Notwithstanding the preliminary examination, the Department willdetermine the substantial tenderer. Substantial tenders are those which meet thefollowing requirements.(i) Properly signed/digitally signed/uploaded.(ii) Earnest money/ Processing fee/Tender fec in thc required format from a

Nationalized/ Sched uled bank.(i) Responsive to all requirements of the tender documents and the instructions to

bidders.(iil Clarification and substantiation required to assess the quality of the offer.(iii) If a tender is not substantially responsive it will be rejected by the Department and

will not be used for further evaluation. The financial offers of insubstantial tenderer

Page 15: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

(*) ['"u:1fl'JTil"il?i'.Tsf: ':':lt:ffir"iil:t'ii':'*::""':i'""'"ii'"[ili'tii'-'u"*"u

t"

subDit/upload complete tenders only

e'1'3 il" ]fk#m*i#.1:rl":*:.'['f"",:#,1:11r"""1?"""T#"i:iiryt{iT""T":}-tr1'il1;m" "qtto"-"'i#l"i;"tth

; th" ten<ter documents ln order to reach slrch a determnaoon'

the Department \'!dl examine t-t'" tro1t"u9'llio"ia"J t *" schedules' and *re submined

"t,ppo*e oo""-t-;ti Jn ue tasis oi tnt- t:!]ll.1utio" supplied by the tenderers'

tii) frre mns qu"aliiiJ *ifi fl" t"rot-"d r" tn: ?-tL3*""t - due course ol trme'

(iiil In an "rro'iit' "tr;'ry $at all bids t" "'m"iJ--io -eet lhe Depanment s

' reluiremenl

evaluatron "t ti.'o1"""li'i'?*"i""

"o *iJ,::T.1ii.:i." -rormation ior such detals has been

,,", ii:TJln'.i:'ffiisf.llutili'$,x;";"''1"""';e Bid submitted T "'::''"9T:'*'n IrB

clause 6.7 and 6.g, to confirm that all.requ1r"-"it'" "p""rn"a irt technical specilicatrons and in

q"trirttut'o'l"itlit ti^ue ut"" -"t *itrto;t any mate;al deviatron or reservauon- -'

rrD rr" -oepartrneni '"""*""

the risht.no: tof:n::iln{;i:11*''ff1"-"f;T:""'*il""":J;ithe Depanmenr rs lound una(.( eptabre

: "L1'f.li;;;r".fi..qi "ntly

will be made on thewithdrawn' for the una(cepled devlatons lne

rates qLloted for such ttems i-n orjgmal oller

e'2 FrnencrarEvetT"ttil;.," o[er _or 9j].rrua1 -9:1"^::::l I":T::;,,":.I l;',f;"'.1f,1"'j,Tl"iiTut

*o'""0

Tender Fee and EMD wiu be opened alongwth technical o{ler at the samc lime and date

(il) Tne superifit'iJti e"g''"1i'1C"1"a'-sto'e ' C\to' Jodhpur or o$er 'duJl

authonzed

..*-*,."',[,1'".0*."X""$i.;*:,,:,"n,il:T*':;;:;triifff l'i"'H:"-f5,"fff"irepresenta,r'" t""l "rn"""i''iiitia= -

o''-t"e"t"::t::i,:Xllffi:d in the section qualification and

9.3 Domestlc Preference: DomFsti( preference to the Stale un

evaluabon critena \{dl be givelr'

1O.O Awerd of Contlact :

1o.1 Awatd Crlterla :Subject to lTB Clause 8 5 ' the Department will award the contract normally to tie lowest

evatuated oller of the tridder'

Lo.2Purchaaer'arlghttova}.quantttylThePulchaselsreserv,estherighttoincreaseorrlecreasethequantityofeJi" pi""i,r.f'h,. 1";;n*::l n::["ff'ji;j,T"j;L.T'"f ?,";..,*--,.^":^l:Tl:T,,1:., *^' *.

10.2.1 If the furcnas(qutltlty sptc'iieal-l''lnt ui'iai''g tlocuments a"t trl "it""gi-- "*ttl*tt-ti"'

the bldder shall not

entitled for any clalJn or compensation ^.n, ^' the value of goods of ttre original contracts may

Lo.2'2 *';r.:r:r n: ",t"*:'ff|".:il1tj;;"'"r,Y.i"'f ll;;;;;; ;d period of contract mav also be

1o.3 o"n*.-TiiiiiS1'L'?i"i"9liil.{11y1 :11.:: l"lT:*-""'"iii"tddso;s not biid itseuto accept the rowest* - r6.ili -_

ir'" ff:*:ffi.":'Si::$H:TtX.hT il:frH;,:;j ii r"ia" i.**"J *thout assigning a''v

rFason '' ' 'hr 'rr rcie'r anv or all bids at any dme prior to award of t onuact will

10.3.2 :[li:::X;m-J,',',";."."S1ru"';'j#vr"i:,%ft;;;t,"n-to rnrorm t]e aJTe(red Bidder(s). or

thegloundsfo'tfreDe'ffi?"iif'$?*eperiodofbidvalidity,the.Depar:trr1ent.willnotifyt]le1O.4 Notttlcatlon of Award

successrur eiaaer in J'trrig'l"v

"*"":g *':::-tf.lft::k::t;:"**.f*f H":X1*::Ttfi:lt*1

its bid has been ac|epted Tlle noulicatjon ol awalo wlx (o

ro.s gifilTi* contract-Asreemen-t ' wl']'- l'L::: iL?.11.?ti";Tttff";r1",:AffiHn':T"111i'"?i*

"u-u^titn" contract agreemenl (format enclosedl ouly nrre(

contJact agreement

;l t$,"i,T:il3TnTilll'ol-Xl'*-u ::-".T"'s""'"::**',dslTT:il:"d,*i tlt'f '"'-.... ,..nn,."'

cl complete 3'6 6lfurn'lnit wlth all addendum contained in tncluomg' irD U!L' r'

Soecrfrcations' Price Schedule etc

10'6 Pte - eward Fotmetttt""" ;, ,n" bid, the nane of the accredlted representative(s) or the.^Bidder (with a

1061 On acceptanphotograph and srgnature atlested)' who *cl"ro i" 1""nt"Jiit rot r

"rtirrg Instruclions from the

Lo.6.z l'::l.ruXt'I";"Jili:m:g:x*.:tlTfiil';" (in the casF :l lr:";'*:,i'#1.'J*:autiorted '"pti"*tJo"" "i

trte fir m -with

a valid power of atlomey rl,rll append pn

",g""t"t*-a.ir" "-ti*ied' at tt'e time of ex!"Yu""

:t X*r::T"tiie agreemenr or start the work or does

10.6.3 lli''J"Bjl*::,u:"*"--mt#'T$.ilf"ti""i: n"i'r" ," uiaa,ie, he shal.^srand deba.rred lrom

pu'ti"iputi]rgii.."u;;';.-b.ddGinaddition."ij.i"'',i".""ia".EstIr,toneyTsecuriqyDepositandotier action under va-rious clauses of agreement'

10.7 locortupt

or :B$*fjjff::::for the purposes of this provisron, the terms set rofth belowlas follows:

it "cot"tpt' pruiti"Ji"t"" tit" ;ntti"g' gi""ig' 'tt""i"ittg ot sotictting of -ar]'thing

of value to

inlluence ihe action of a pubLic omcial in .n" ;?;.;;;;;i p.**. - ': ::::::::xecutlon; and

l) 'Fraudulcnr pracrr'e'. means " Tl:l:l'^":::i;;;; oi f^'tt it' o'a"' to Tn"-'ll: a procLrremenr

p'o'""ii it'" o"'udon ora conuacr':"T{fl'1f;*i:''"$t.?:[*fi:'r3;1ff'"i:";:*;'::

'J#l;ffi:::#ll'"".i:L::fifi?l'*"';"*;;;;;;;;;f,reeLdopen.competition|o.7.2Anyellort#:;i;"d.;.;;.i'.n'tre,,c.tt'eb"p".t-."iintheDepartment.s.bidevaluation'bid

"ornp-'"ot'"J' ti"iJt-t"o*d decisions-may resrrlt in reiectron otthe Bidder's bId

10'7.3 The Llepafiment will reject a prolosal r"t -a**i''Ji'a'"it-*tt""" '"al -the Bidder recommended for

award has engaged in corupt or fraudtl*"t pt"tii*" i" "l-peting

for the contract in question'

slsnatute of luthodzed representetlve " '

Page 16: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

theto

Sg lcisl C ;l'"'Appendlx - 1

tender document,issue and receive

/Mls

S. No. Nalne of tie A11 Partner Signature of Partner w'rth SealI

2.3

Name and Designation of the person Autiorized

5 Attested Signature of tlte Authorized Representadve

To,

Subject Tender for'

ReL : - Your NIB No.......

Deai St ,

2.

3.

6.

l.

To be Prepared on Stamp Paper of Rs.100/ duly attested by Notary

Tende! Letter

The Superintending Engineer,(Central Store)

Ground Water Department,Jodhpur 342 001

Appendlx - 2

........201.7

Narne designation and signature ofAurhorized representauve of Lhe trrm

Appendix- 3

4.

5.

Having carefully examined all the parts of the bid documents and the addenda (if anvl for the execution ofthe above mentroned works / Supply of goods, having obtalned alt requisite rnformatron aflect-rng this tender,having visited the site ard being aware of all conditions and dilficulties likely to aflect the execution of theconhact, we, t}le undersigned, hereby olrer to execute tl1e work as described in t}Ie Bid Documents and tohand over the whole of tlle said works in conformity wlth the drawings, conditions of contract, technicalconditions and scope of work, for the sum indicated in the fnancial offer and such otler sum as mav beascertained in accordance with the Contr:act.we declare tlat we have read and understood and that we accept a]l clauses, conditions, descnptions,drawings of t}'e bid documents, and subsequent addenda (if any) without any change, reservations andconditions lf any change, reservation or condition has been made in our tender we here\\rith witidraw it.We undertake, if our tender is accepted, to commence the work and complete the work in t}Ie stipulated timeas per pedod delined in the conditions ofthe bid documents.lf our tender is accepted we will provide a secuity deposit in the required form in the sums as strpulated inthe bid documents.we agree to abide by this tender for the period of 90 days from tl1e date of opening ofthe bids and it shallremain binding upon us and may be accepted by you at any time before the expiry ofthat pedod, and not tomake any modifications in its terms and condilions which are not acceptable to you.Together wjth the tender we submit the earnest money of Rs as ..................

Datcd this

Unde*aklng by TendererI/ We undertake and confirm that "for moditcations/deviatons to Condilions of Contract / Technical Specilicauons noprice information is indicated in Envelope lI/ we understand tiat if this Undertaking is found to be incorect, our tender mav not be considered for Evaluarron rnfuture for financial evaluation, for which I/WE shall be liable for all consequencei and / or damages.

Signature wrth sealFull Name

Page 17: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

l/ WeAppendh - 4

the undersigned hereby certify t-hat I / We have read, understood all the terms andconditions given in the tender document, irrcluding tiose in the addenda issued by the Department and the sarne areacceptable to us \Mitiout arly deviations.lf this declaration is found to be incorect tien without prejudice to any other action that may be taken , my / our securitymay be forfeited in full and tie tender, if any to the extent accepted may be caicelled,

Signature with sealFUU Name

DesimacionAddress

(Authorized representative)Appeddtx - 5

Declaratlon under the Omchl Secret

I / We hereby declare that i / We shall treat t}le tender documents, drawings and other records, connected rvith tie work,as secret confrdentia.l documents aid shall not corDmunicate information derived tiere from to any person otier thaJl aperson to whom I / We am /are authorized to communlcate tie same or use the information in any manner prejudicial tothe safety of tie same.I / We understand that failure to observe the secrecy of the teoders wjll rende! the tender, Liable to summary rejection.

Signature with sealFull NameDesignation-

Address(Ar,h"r*"d r"p**.t'au*l

Appeudtx -6Declaratlon by the Bldder

il;;;.;;;t;;;;; ;;;;; J;";; ;iii.L"",r'"" ii"""p.|""y," r'ui'" **'remenr Act. 20r2. !hat:1. I/we possess the necessary professional, technical, hnancial and managerial resources and competence required by

the Bidding Document issued by the Procuring Entity;2. Llvte have fulftlled my/our obligation to pay such of t}Ie ta-\es payable to tlle Union and the State Covernment or any

lo.al authonues as specrlied rn the Brddmg Document;3. l/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our allairs administered by a court

or a judicial omcer, not have my/our business actrvities suspended an not t}Ie subject of legal proceedings for ary ofthe foregoing reasons.

4. I/we do not have, and our directors and oflicers not have, been convicted of any criminal ollence related to iny//ourprofessional conduct or the making of false statements or misrepresentatons as to my/our qualifications to enter intoa procurement contract within a pedod of tlree years preceding t]le commencement of this procurement process, orrrot have been otherv,,ise disqualified pursuant to debarment proceedings;

5. I/we do not have a conflict of interest as specified in tJre Act, Rules and the Bidding Document, which materiallyallects fair competitions.

Date: Place:

Signature witi sealFulI Name

Address(Authorized representauve)

Page 18: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

.rA,.,si S r'r'ii

Section - (cf

Bid Data Sheet(BDs)

Page 19: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

Section lI. Bid Dato Shcet

or amend the Provisions in thefft" ioflo*ittg "p".iflc

data for the goods to be procured shall complement, supplement'

lnstructionsio iliddels (ITB). whenever there is a conflict, the provisions herein shall prev' over tlose in ITB.

1. General lnfotmatlo4ITB Clause RefetenceITB 1.1 Th" Pl,-h""* t": S"p""ntending Engi&er, (Central Store), Ground Water Depdttment' Joanpur'

Roi(ist}..in llndid or anu other aqendt as declared bg the Gout

ITB 1.2 of GI Pipes size 80 rnm NB Ref no

OT 1 / 2016 -17 Item No. 1 Dtd A3.03.20172. Add.eas fot Communlcetlon

ITB 2 4: -Ht!'Y lftdustrial Area OPPosite

Hiidustan nidtatir, Ground Water Depctrtment, Jodhpur - 342 AAI , Rajo.sthan (lndia) Telephone:

91- 0291 2431942Facsimile oumber: 91- 0291 2631295' 2431942if".tto"t" *urf uaa.essi secsgudjdpnCpmail.comWeb site i- w

g- Perlod oI Rdte b"reement uLhich mag be exTended for

a period of 3 months rDitlT mutual dcceptanceITB 3.1

5. Bld Docuneftto,

at the address of the bidder through p9s1 / emailITB 5.5

a D---..d+l^n ^f Eldr

@iotfr Inuf acturer'sauthorizatronis:---'NotApplicable-------

ITB 6.1

ITB 6.3.2

iiB==- iion duing the course of cotLtroct

will be applicabLe.

ITB 6.5.5 Excise Duty E-lcmption clause applicab iry: Not apphcaDle

JEe etdd* ,s..quited to quote the price in Indian Rupees onlyITB 6.6

ITB 6.9 (ro!!11 vFnnlrc lror a( cenrro

; required to be

;;";iA ; ;;"h or in form of Barker's Cheque / Demand Dralt of Nationalied or ScheduledgJtt in i"uo,]. of Superintending Ergrneer (Centraj Store), 0 w D Jodhpur payable at Jodhpur'

in. eia Secu;ty is required to be de-posrted rn physical .form in t}le.offlce of tie Superintendrng

i"gi..". tc."ttlf Stor;), GwD, Jodhpur before'the closing date -and

time for submission of the

"aF.. eia'S..urity ror tiie Micro' Smait and Medium enterp;ises ofthe State of Rajasthan shall be

lndian Rs. 1400/-.

ITB 6.10

Cost of Bid Do.utnent and Processing Fee :

The Bld Document Fee: lndian tls iooT- is require(l to be deposited rn form of BaJlker's cheque

I o"-"ra Draft of Nationalized or Scheduled Bank in favour of Supedntending Engineer (central

btor"), C.w.o., ;oahpur payable at Jodhpur' The bidding doa'nent shall be prouided to the mrcro'

,,ioti'ona ^"aiiuu,

.it rp:

ITB 6.T1

i-tt. bia uali<liw pe;od shall be 90 days.ITB 6.12a. DeEIUR sls

E dd.* h"* tlt. .ptt"" of submitting their bids electJonically : No

Requnecl Bid Document Fee (i-r case of downloaded bid document from website

LiG' l/ soop..aiastlran eou inlt , & Bid Security (in both cases rthether bids documents are

;ffi!".d"d - p*"lt.""n) are to be deposited in Ph)'sicat form along \ritfi other documents as

mentioned in lT-B 7.1 within the closing'tjme for submission of the same as mentioned in tie NIB

and Conditions ofthe tender. : : : ;= :

ITB 7.I

tTB 7.2 Th. Flt"t.oi,et (Env.bpe - 1) shal be marked as'TECHNICAL BID" alrd the 2'o cover tr-)lveroPc -ii sr,a[ te mattea u" "i'Rco gtD' alongwith additional identification marksr ' supply of cl Pipes

size 80mm NB" OT- t/CSr/CWD/2017 18lt N

ITB 7.4 F- brd ""b-t""i"" p"aposes, the Purchaser's addrcss is: Supennteftdrng Englneer loetvraL nlorel'

Glrourtd Water Depiamlrt, New Power House Road, Heaug Industial Area' opposite Hiftdustan

Rodiator, Jodhpur 342 001 ' Rajasthon (India)

ih" i"uiri"" i6. t'" ".bmi""ion

of bids i., Date'I Rtd on.ntnp and bwe|ugllo!

Th. btd "p"n-g shall take place "tt S"p"f"k"dt, Eagine"r (Ceatrol Storcl' Cround Wotcr

DeoarTmeit, Nei Pouer Housi Rood, Heaug In lusti.c.l Area, opposite Hindtstaa Radiotot' Jodhpur

J4'2 A01 Ratasthua llalio)Dale t2 05.20I7'ti(r": IsiJU Hrs fIST'l

St"g" o, p*i of Bid : Sngle Stage (Single Part) i e both Technical snd financial bids will be

ooened on the same date ald time si

ITB 8.1

9. Dveluatlon and Compartson oftsrds

-D.-..t

i..,r eference shol/ l-re a bid evaluation faclol

-

ITB 9.3ITB 9.1.3 @in the Section - Evaluation and Qualification

criteria and also in ITB 4 tollowmg criteda will also considered fol deciding tl)e qualification of

bidder.{al Deviation in Delivery schedule: Not Applicablerb) Deviatiun in payment schedule: Not ApplicaLle

i;i t. ;;;bilriy l" *r. p"rii"...'" couiriry of spare parts and atter-sales seffices for the goods

offered in the bid : Not ApPlicable(dl the zuatantee / warranty of the goods offered; Not

10. Av/erd of Contract

-_..--...-..The m.Yimrrm hcr..ntaPe bv wntcn may be is:25/o

Page 20: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

' .-,,, C+_41,

Section - (df

Qualification and Evaluation Criteria

/t -

\

Page 21: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

Qualification and Evaluation Criteria

IhisSectiorrcomplemenLs|hel|1's|n.K||o||'stoBidders.lfconlqins|heCl.teric'|hattheP.,'rchqse'rmuause|oeualuate a bid and determine *nJi;:r""'iiaz., ii ti. l"quir.a q""iniliii No other criteria stwll be used'

'' Domestlc Preferelce

i.iitii*"".. r" state Untts aod Placement ofSupply orders

It) Purchase and Price prelerence in procurement from micro small and medium enterprises siluated in

Rajasthan *ilt ue given as'p:; ii;[il;;i;;'N; nlrarnordF&AR/20l' dt lelI20rs- Published in

Gazette Extraordrnary, Ptiv (C)(ll)' dt19'II2Oi3So--"-oJ tn" important points of the notification

are as under :

(a) In order to seek prlce preference or purchase preference or both under the above notilication' an

application,""p;i;;J;;;itJsubmitt"duvthelocalenterprisestotheGeneralManaser'Dislrict Indust.es Departmenr. The certirrcale tnpp""i* - B point no 7(iii) | issued by the Dlc

upon the .pprl"tttol"""il' '"ql-tit"i io rc "'lr'-iti"d

uy-"""h biiders to avail the price preference

"i p"-ft"""'p*f"rence or both under the above- notification'

(b)Every-i"to,"turrtt]ii'Ja]t-"t't"'pti""shallberequiredtosubmitanaffidavitasperformat

,", ;':r:}1,::::::" "?,:.""'l:il.,i!'ltu th" mi.ro,,s-au or mcdium enterprises, as the,case mav be

for requtsrLe procuremenr' the procuring entity may apptoach lhe appropriate aulhorlty unoer

InduslriesDepartmenL,norbelowtherankofDistrictindu"r,je.otficer.inordertoensureLhaLthe said enterpnse, from which the procurement t"-io U" ^^a"'

possess€s necessary production

capacity in quantrties and qualitative terms' as reqrrired in the bidding document'

Note: tn addition to ^Oi*iiihl 6*"". of in" rvri".o, S-ti-t.ii"ttt".pti"" of Rajasthan belongs to SC or

sT category r-r" Jir'""ulr,'ii" Jo"l]-",lt and information as desired in Appendix - B pornt

(u) ," """:h:(;1""" of the locat bodies are not found. competitive even after grant of price prele'ence,

andthebidding""t"tpii""-i'o"toutsidethe.statelsaliude"dlowest'thenpurchasepreferencetorocal enterprises sha' be given in the following -"iiJi" ""u.i..i

to fullillment of all required

specificarions and conditions of Lhe bid :-

(a) Opporlunrty "nt" b" giut'' to local enterprisel 11*ppt{

80% of the "iq t"::l:y:'''

(b) Order fot zox qut''iti'i' shtil t" giut" to tt'e otigi'lttio*est bid outside ent-erprises sub:ect to

its commitment However' where State "tt"tp*"" u* toi avaitabte on parallel contract' entire

purchase shall oe made from lowest outside.unit subiect to its commltmenr'

(c) out of this 8o'l/o , rniilt"In "i oox would be t"qtiit'"J io be purchased from- the local micro &

smallenterprrses,incasetheyhaveals-oUla'n"i*itfti"i'l"OOy"'4%shallbeearmarkedforprocur€ment rt"rn it""i rnf"tcl'and srna ""i"'pti"""

owned by member of Schedule caste or

Schedule Tribe' i o^or ^6r r^ rh. ma*imum linrit of 2O'/a,(d) The remaining quantity' out of the.above ::::i:""d

807o and to the maximum

shall be procured irom"t'he local medium enterprises in c-ase tlt:l ht":'15o'!i1:'^'

(e) To exercis-e thi" t;ilT #;;;t;;f'e-i"relrceio'aoz" of the bid quantitv' in such a situation' a

counler o er would be given to the local enterpnse, which has quoted the,minimum rate among

the local bidder enterprises, to malch-the overall lowest (Ll) rate received ln such case' prlce

preference"h"il;;;;;;;;"'.ppri"^ur"^.,an"tro"*."ipiic!lltprice;wouldberequiredtobe

t,] il':'":il,n" b*::: I-",."-"llll"-'?:l:"^:,::fi"':1,:ffi:".:1'";",';;I:f:l'L*"." not have the

capacrty to providc the entire bid.quantityl,T-:^'ut" counter offer shall be made to the next'

lowest bidder of the eligible local bidder ""t"'pt"Jl"ii tnti otder t r tne ?:t"tl?' t be supplied

is met.'fhe "ottttt"t fo-t the supply ot gooa" to ti'-"''f',,Ii"to' Srntff tld Y:dtY en-terprises of the

Rajasthan s,^,"^i^y r"'gi"""i; ih" :11:j^..1t$:l"2tyr:tJ;flit"ln'oil*' in part ror

pricurement ol goods ' in thc manner provloeo 1r

l.l.lwhiletaburatingthebidsoflocalenterprises,the_^elementofRajasthanvalu-e,Addedraxshallbeexcluded from the rates quoted by these enterprrses];;;;;" tri" "J"i9ll ",{.-"::j:'t

rax shall be

includedintheratesofenterprisesfromoutsideRalasthanforevaluation.purposeonly,providedthat the specifications and all other requirements are in accordance with the bid

LI.2 In case a bi<lder offering to supply the goods in r a"t1"t lo""t"d in Rajasthan and the bid price ale

equal to the rates orferel by locai enterpris"" of ntlnlif.^ri *i1it" q,',.fity ""a-speciflcations

of the

soods are the same, l;;i.;t;;;.;;i*J sirrn ue gii,"n pu."h^se preference over such dealer'

2. evaluation crit:t*l:I"^"::"t"ll"lation of a bid may take into account, in addition to.the Bid Price quoted

and other cntena -"",i"""J1"in" lrB and BDS , rr"ing trr-" totto*i"c .t1t-"1]:^i1d^ T:thodologies'

{a) Dclivery scned-ule' i;; d;;" specified in the iiJt of Goods are required to-b'e delivered within

the acceptaole time range (afler lhe *'ti""t lnl utfoit Ltt" final date' both dates inclusivel

specified tn ,.n""i.nai,,oi" }elared Lo o.r*".v-s.n"Jur". No credir will be given to delivcrics

beforetheearliestdate,andbidsofieringdeliveryafterthefinaldateshallbet'eatedasnon.responsive ^^.,---t..ha.11 c occeotable.

(b) Deviation ln payment schedule No DeuiatiorL to |he pqAment schedule acceptat

rcl tr,e auailauilitfii ii::';#il;;";*"iry.r "p.'" prrL and after-sales services for the soods

Page 22: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

i.L tr-!:j {ili p;

Section - (e)

Bidding Forms

(lt-

Page 23: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

Bld Form

To

The Superintending Engineer(Central Store),Ground water D€partment,New Power House Road,Jodhpur - 342 001Subjict: Tender for "supply of Gt Pipes size 80 mm NB'

ReI:

Dear Sir,

1'Havingcarefullyexaminedallthepartsofthebiddocumentsandtheaddenda(ifany)fortheexecutlonof the"above mintioned works / supply of goods, having obtained all requisite information affecting this

tender, having visited the site and-being-aware of all conditions and difficulties likely to affect the

execution ol the contract, we, the undersigned, hereby offer to execute the work / supply of goods as

described in the Bid Documents and to hand ovel the whole of the said works in conformity with the

drawings, conditions of contract, technical specifications and scope of work, for the rate indicated in the

financial olfer .

2' we declare that we have read and understood and that we accept all clauses, conditions, descrrptlons,

<lrawings , specifications of the bid documents, and subsequent addenda (if any) without any change'

r""".u.-tio.r" and conditions lf any changc, reservation or condition has been made in our tender we

herewith withdraw it.

3'weundertake,iiourtenderiSaccepted,tocommencetheworkandcompletetheworkinthestipulatedtine as per period deltned in the conditions of the bid documents

4. If our tender is acceptect we will provide a security deposit in the required folm in the sums as stipulated

in the bid documenIs

5'Unlessanduntiltheformalagreemcntispreparedandsigned,thistender,togethe'withyourwrittenacceptance thereof shall constitute a binding contract between us'

6. We agree to abide by this tender for the period of 90 days from the date of opening of the bids and it

shall remain binding upon us and may bi accepted by you at any time before the expiry ol that period'

and not to make anli m-odifications in iis terms and conditions which are not acceptable to you'

7. Toeether with the tender we submit the earnest money of Rs

Dated this day. " "2017

Name, Designation and Signature of

Authorized representative of the firm

SCHEDIILE ' I1. TETDER FoR[aThe Tenderer has to lill in all tender forms (if applicable) in this document and to submit them duly signed

and stamped, They shail be used for the evaiuation of his offer, the assessment whether his tender is

substantial and for his pre-qualification

TheTenderershallneitheraddnordeletethetcxtsoftheforms.Thismightleadtothelejectiono'thetender. The papers shall remarn bound in the tender document issued to the Tenderer. The supporting

papers as inaicatea in the tender document shouid be submitted online, in the same older as they appeal

hereafter,1 Telrder forms and eupporting Papers required

Designation What to do? Supporttng PaPerE

Statement having read TenderDocumenl and addenda

To be hlled in,signed and stamped

General information about thetenderer

To be filled ro,signed and stamped

*Power of attorney, attested by notary on nonjudicial stamp paper of Rs 100,/-

'Earnest money, tender fee and processing fee

in required form*Sales Tax clearance certificates (STCC) as

detailcd in tender document

Tender Letter, Dcclaration andUndertakings

To be filled in,sisned and stamped

Pre - Qualification Schedules Not Applicable

Page 24: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

SS (aisl Gdl*-"

2. STATEME T HAVIIG READ THE TENDER DoCUMENTSWe declare that we have read and understood and that we accept all clauses, conditions, descriptions,drawings, technical specifications of the tender documents and subsequent addenda (if any) without anychange, reservations and conditions.

Tender documents purchased from GWD

Section Part Total Dases*

Section (a) Notice of Invitatron ofTenders (NIBI

Section (b) Instructions to Bidders, (lTB)

Section (c) Bid Data Sheet {BDS)

Section {d) Qualihcation and Evaluation Criteria

Section (e) Bidding Forms

Section (f)General Conditions of Contract

Special Conditions of Contract

Section (g)Appendix including Technical Specifications andDrawinss etc.

Section (h)Annexure and forms related to Rajasthan Transparencyin Public Procurement Rules / Acrs

Signature of authorized representative......SCHEDuLE - 2 PRE - QuAuucATrot{ SCHEDULES

Details of Experience related to supply. Not Applicabie2.r

2.2 Delailsof Unirsowned b1 rhe Bidder / U\\ned by other than rhe Bidder: Not Applicable

STGNATURE oF AUTHoRTZED REpREsElyrATr!'E.............,......

Schedule - 3 Deviations from Technical Specification

All deviations from Technical Speciftcations shall be illled in by the Bidder, clause by clause, in thisSchedule. It may be noted that the Specifications given in the Appendix - 'C' of Bid Document are theminimum acceptable; the bidders are free to quote standards that are better / higher than the ones referredto in the Bid Document.

Clause Ref. of Bid Document orTechnical Specification

Specitication Deviation Standard to whicb offeredmaterial / equipment confirma

The bidder hereby certifies that the above mentioned are the only deviations from Technical Specifications ofthe Bid and he accepts all the remaining scope and specifications contained in the Bid document.

*To BE F&LED IN BY THE TENDERER

Sion e n, rc nf al t h nnzerl

Page 25: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

8E 1c7t1 ':;"13 '

Section - (f|

General Conditions of the Contract (GCC)&

Special Conditions of the Contract (SCC)

/rt

Page 26: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

5F fcls )

FORM: SR- 16PHONET - (0291) 2431942 E Mail: !q!sgw-dldlr!@C!n-.-af!,aSg Website - http: / /phedwater.rajasthan.gov.in

GOVERNMENT OF R.A"'ASTHANoFFrcE oF THE SUPERTNTENDING ENGTNEER (CENTRA! STORE), G.W.D, JODHPUR

CONDITIONS OF TENDER AND CONTRACT FOR OPEN TENDER(GENERAL CONDITIONS OF THE CONTRACT - GCCI

(including l'orm SR- I 1, Tender Form SR from - 15 and clarification/GuideLines for submission of tender)No. OT- 1/CST/CWD/2o17 l8Item No.3 dated 03.04.2017.

NOTE : Tenderers should read these conditions carefully and comply str-icdy while sending their tenders.1. Tenders must be enclosed in a properly sealed envelope according to the directions given in tle tender notice.

a. The bidders who are interested in bidding can purchase the download the tender documents fiomhttp: / / sp pp. raiasthan. gov. in /

2. "Tenders by bonafide dealers" : Tenders shall be glven only by bonafide dealers in the goods. They sha[,tierefore, furnish a declaration in the SR FORM- 11 (copy enclosed).

a. (t) Any change in the conslitution of tie frrm, etc. shall be notified forthwith by the contractor in writingto the Purchase Officer and such change shall not relive any former member of the firm, etc., fromany liability under the conhact.

(tl) No new partner/partners shall be accepted in the lirm by the contractor in respect of tle contractunless he/they agree to abide by all its terms, conditions & deposit \triti the Purchase Oflicer awritten agreement to this efTect. The contractors receipt for acknowledgement or that of any partnerssubsequently accepted as above shali bind all of the them and will be sufficient discharge for any oIthe purpose of the contract.

4. sales Tax Registration & Clearance Certlllcate : No Dealer who is not registered under the Sales Tax Actprevalent in the State where his business is located shall tender. The Sales Ta,x Registratron Number should bequoted and a sales tax clearance certificate from the Commercial Taxes Oflicer of tlle Circle concerned shall besubmitted without which tie tender is liable to rejection.

5- Income Tqx Clealance Certlflcate : Tenderers $,i11 have to submit 6.n Income Ta\ Clearance Certificate fromthe lncome Tax OIIicer of tie circle concerned along$'ith the tenders without $'hich tender may not beconsidered. IDELETED) (See Amendment Sheet)

6- Tender forms shall be filled in ink or types. No tender filled in pencil shall be considered. The tenderer shallsign the tender form at each page and at tle end in token of acceptance of all tlle terms and conditions of thetender.

7. Rate shall be written both in words and figures: There should not be errors and/or over \r'ritings. Corrections ifany, should be made clearly and initialed with dates. The rates should mention element of t}Ie Rajastian StateSales Tax and Central Sales Tax separately.

8. AII rates quoted must be FOR destination and should include all incidental chaiges except Octroi,Central/Rajasthan Sales Ta-\ which should be shown separately. In case of Iocal supplies the rates shouldinclude all taxes etc- & no cartage or transpofiation charges 1n'jll be paid by the Covernment and the delivery oft}Ie goods shall be given at the premises of Purchase OIficer. Goods to be purchased are for t1le purpose of ollicialuse, hence Octroi is not payable. The rates, therefore, should be exclusive of Octroi and Local Ta-x. In case goodsto be purchased aJe for the purpose of resale or use as manufacture of any goods for sale, the rates shall beinclusive of Octroi and local tax. In the fomer case a certlficate in the prescribed form rvill be furnished along$.itlthe supply order.

9. (i) ComDarison of Rates : ln compa-ring the rates tendered by fiIms outside RaJasthan and those inRajastlan but not entitled to Pice Preference under the Rules, the element of Rajasthan Sales Tax shall beexcluded whereas that of Central Sales Tai{ shall included.(ii) While comparing the rates in respect of iirms witiin RaJasthan, tlle element of Ralasthan Sales Tax shall

be included.10. Ptice Pteference :- Purchase and Price preference in procurement from micro, small and medium enterprises situated in

Rajastian will be given as per Notification No. F.lIB)FD/GF&AR/201, dt. 19.11.2015' Published in Cazefte Extraordinary, Pt. lV[C]0IJ, dt. 19.11.2013.

I 1. valldltv i - Tenders shall be valid for a period of 90 days from tle date of opening of tender.f2. The approved supplier shall be deemed to have carefully examined the conditions, specifications, size, make &

drawings etc. of tie goods to be supplied. If he has any doubts as to the meaning of any portion of theseconditions or of tle specilication, drav"lng etc., he shall, betore signing the conhact, refer the same to thePurchase Oilicer and get clarifications.

13. The contractor shall not assign or sub-let his contract or any substantial part tlereol to any other agency.14, Spectflcation

(i) A1l article supplied shall strictly confor-rn to tle specifications, trade mark laid down in the tender formand where-ever articles have been required according to ISI Specificatlons, those artrcles should confomstricdy to those specifications and should bear such marks.

(it The supply of articles marked \ritl asterisk/at seial number , shall in addilion, conforrn stricdy tothe approved samples and in case of other material where there are no standard or approved samples,tie supply shall be of the very best quality and description. The decision of the PurchaseOmcer/Purchase Committee whether tlle arlicles supplied conform to the specihcations and are inaccordance wi0l the samples, if any shall be final arld binding on the tenderers.

(n1) Warrantv/Guerantee clause : Ttle tenderer wouicl give guarantee that the good s / stores/ article s wouldcontinue to conform to the description and {luality as specified for a pe od of lAs per SCC) from thedate of delivery of the said good s / store s/ aiticles to be purchased that nrt withstanding the fact that tllepurchaser may have inspected and/or approl,ed the goods/stores/articles, if during the aforesaid periodof _days/months, tie said goods/stores articles be discovered not to conform to the desc ptio4 &quality aforesaid or have detennined (and the decision oI the Purchase Ofncer in that behalf will be final& conclusive), the purchaser wrll be entitled to reject the sald goods/stores/articles or such porlionthereof as may be discovered not to conform to the said description & quality, on such rejection thegoods/ afiicles/ stores \r'ill be at the seller's risk and all the provisions relaling to rejection of goods etc.,shall apply. The tenderer shall if so called upon to do, replace the goods etc. or such portron thereof asis rejection by the Purchase Offrcer, otherwise the tenderer shall pay such damage as may aise byreason of t1le breach of the conditron herein contained. Nothing herein contarned shall prejudice any

Page 27: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

20.

17.

2t.

19.

26.

27.24.

tenderer shall also replace machinery and equipments in case it is found defective which cannot be putto operation due to mairufacturing defect etc.

(v) In case of machinery and equipment speciied by the Purchase Officer the tenderer shalt be responsiblefor carying-out annual maintenance and repairs on the terms & conditions as may be agreed. Thetenderer shall also be responsible to ensure adequate regular supply of spare parts needed for a specillcqrpe of machinery ard equipments whether under their aonual maintenance and repairs rate contractor otherwise. ln case of charge of model he will give sufncient notice to the F.uchase OIIicer who maylike to purchase spare parts from them to maintain the machinery and equipments in perfect condition.

Iuspectlon :-(a) The Purchase OIIicer or his duly authorised representative shalt at all reasonable tlme have assess to

the suppliers premises & shall have the power at all reasonable time to inspect & examine the material& worlananship of the goods/equipment/machineries during manufactudng process or alter wards asmay be decided.

(b) The tenderer shall furnish complete address of the premises of his ofice, godown and workshop whereinspection can be made together with name and address of tie person who is to be contacted for thepurpose. ln case of those dealers who have newly entered in business, a letter of introduction from t-heirbankers will be necessary.

SElrlPles: - Tenders for articles marked \r'ithin the schedule shall be accompanied by two set of samples of thearticles tendered properly packed. Such samples if submitted personally will be received in the ollice. A receiptwill be given for each samples by the officer receiving the samples. Sa$ples if sent by train etc. should bedispatched freight paid & the RR or GR should be sent under a separate registered cover. Samples forcatering/food items should be given in a plastic box or in pol)'thene bags at the cost of the tenderer.Each samples shall be marked suitably either by written on the sample or on a slip or durable paper securelyfastened to the sample the name of the tenderer and serial number of the item, of which it is a sample in tleschedule.Approved a samples would be retained free of cost up to the period of six months aJter the expiry of the contract.The Government shall not be responsible for any damage, wear and tear or loss during testing, examination etc.during the period these samples are retained.

Each sample shall be collected by the tenderer on the expiry of stipulqted period. The Covemment shall in noway make arangements to return t}le samples. The samples uncollected vrithin 9 months after expiry oIconbact shall be forfeited by tie Government and no claim for their cost etc. shall be entertained.

Sanples not approved shall be collected by the unsuccessful tenderers. The Covernment wili not be responsiblefot any damage, wear alld tear, or Ioss dufing testing, examinaton etc. duing the period these samp' :j areretained. The uncollected samples shall be forfeited and no claim for their cost etc. shall be entertained.Supplies when received shall be subject to inspectron to ensure whether they conform to the Speci.fcations orv/iti t}Ie approved samples. Where necessarla or prescribed or practical, tests shall be carried out in CovernmentLaboratories, reputed testing house like Shri Ram testing House, New Delhi and the like and the supplies will beaccepted only where the a.rtrcles conform to the standard ofprescribed specifications as a result of such tests.Drawl of SaEoleq r- ln case of tests, samples shall be drawn in four sets in the presence of tenderer or hisauthorized representative and properly sealed in their prcsence. One such set shall be given to them, one or tworvill be sent to the laboratories and/or testing house and the third or tourth wiD be retained in the ofirce forrelerence and record.Testlog Charges :- Testing cha-rges shall be bome by the Government. In case urgent testing is desired to beaarallged by the tendered or in case of test results showing that supplies are not up to tlle prescribed standa-rdsor specfications, the testing charges shail be payable by the tenderer.Relectlon:-

(il Articles not approved du ng inspection or testing shall be rejected and wjll have to be replaced by tietenderer at his own cost within lhe time fi-red by the Purchase Ofllcer.

(ii) If, however, due to exigencies of Covernment work such as replacement either in whole or in part, isnot considered feasible, tl1e Purchase Officer after givbg an opportunity to the tenderer of beilgheard, shall for reasons to be recorded, deduct a suitable alnount fiom the approved rates. Thededuction so made shall be final.

The rejected articles shall be removed by tie tenderer within 15 days of intimation or rejection, after whichPurchase Omcer shall not be responsible for any less, shortage or darnage and shall have the right to dispose oIsuch articles as he thinks fit, at t}le tenderer's risk and on his account.The tenderer shall be responsible for tie proper packing so as to avoid damage under normal conditions oftransport by sea, rail & road or air ard delivery of tile material in good condition to the consignee at destin6' )l-I.In the event of any loss, damage, brealage or leakage or any shodage the tenderer shall be liable to make goodsuch loss & shortage found at the checking/inspection of the matedals by tie consignee. No extra cost on suchaccount shall be admissible.The contract for the supply, can be rcpudiated at any tirne by t}Ie Purchase Omcer, if the suppiies are not madeto his satisfaction aJter giving an opportunity to the tenderer of being heard and recording of lhe reasons forrepudiation.Direct or indirect canvassing on the part of the tenderer or his representative will be disqualification.

(i) Deltverv Pertod I The tenderer whose tender is accepted shall arrange supplies within a period of _from tie date of supply order/bv _ as under i- (Aa per SCCI

22.

23.

24.

S. No, Items Quantity Dellvery Perlod

(ii)

(in)

Extent of quaotity: Repeat Orders: If the orders are placed in excess of the quantities shown in tendernotice, the tenderer shall be bound to meet the required supply, Repeat Orders may also be placed onthe rate and conditions given in the tender provided tlat tie repeat orders are up to 2570 of the quartityodginally purchased and the period is not more than one month from the date of expiiy of last supply, Ifthe tenderer fails to do for the balance supply by Iimited tender or otherwise aid the extra cost incurredshall be recoverable from the tenderer.lf the Purchase Oflicer does not purchase any or the tendered art-icles or purchases less than thequantity indicated in the tender form, the tenderer shall not be entitled to claim any compensation.

'Ege$-!4glqq :- f see q.mendrnent sheet dt pdge - 72){al Tender shall be accompitnied by an eamest money of Rs. 5600/- qrithout which tenders will not be

considered. The amount should be deposited in eitier ol the following iorms in favour ofSuperlntendlng Englneer (Central Storel Ground Water Department, Jodhput ln the omce of theS n lc.ntrol Sfnr.l (:ulTI .I^dhnnr ln Dheei.ol F^rh lr.f^r. Itrr d.i. oid +lh, f^' -l^aln' -f itte

Page 28: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

30.

SE {c,:. Cfln!1. Refund of earnest moneyi - The earnest money of unsuccessful tenderer shall be refunded soon after

final acceptarce of tender.2. Partlal exemptlon from Darnest Money:-

(a) The Micro, Small and Medium Enterprises situated in Rajastian registered with the Director of Industfles,Rajasthan, Jaipur shall make payment of bid security @ 0.5% ofthe value ofstores intended to be olTered inrespect ofitems For which they are registered. Such units are required to furnish a certificate from Dircctor ofIndustries Rajasthan and an attested copy of acknowledgement of EM II with an affidavit in the formatmentioned in appendix 'B' at Sr- No.7[iv). If tle affidavit is furnished in another format, the same shall berequired to be furnished in proper format before opening ofprice bid otlen /ise price bid shall not be opened.

b. In case ofMicro, Smalland Medium Enterprises situated in Rajasthan, the Bidder shall submit an undeftakingin respect ofthe production capacity ofthe items to be supplied or any other such evidence along with the Bidin the form given at Sr. No. B[c) ofappendix 'B'.

c. The registration certificate as per GCC 29(2)[a) above should be for manufacturing ofBided ltem.d. The 0.5% bid security ofsuccessful Bidders fMicro, Smail and Medium Enterprises situated in Rajasthan] shall

be adjusted towards perlormance securiry.3. The Central Government & Government of Rajasthan Undertakings need not furnish any amount of

earnest money.4. The earnest money/secudty deposit lying with the Department/Omce in respect of otler tenders

awalling approval or rejected or on account of contracts being completed will not be adjusted towa-rdsearnest money/security money for the faesh tenders. The earnest money may however, be taken intoconsideration in case tenders are re invited.

Folfelture of earnest monev : The earnest money will be forfeited in the following cases :

(i) When tenderer withdra\r's or modifres the offer after opening oftender but before acceptance of tender.(n) when tenderer does not execute the agreement if any, prescnbed within the specified time.(iii) When the tenderer does not deposit the secu ty money after the supply order is given.(iv) When he fails to commence the supply ofthe items as per supply order within tlle trme prescribed.(1) Agreement and Securltv Deposlt / Performance Securlty:-

(i) Successful tenderer will ha\'e to execute an agreement in the Form 17 within a period of 7 daysof receipt of order & deposit security equai to 57o ofthe value of the stores for which tenders areaccepted within 15 days from the date of dispatch on which the acceptance of the tender is(ommuni( ated Lo hrm.

(ii) No interest wi1l be paid by the department on the security deposit money.(iii) The earnest money deposited at the time of tender will adjusted towards secuity amount. The

security amount shall in no case be less than the earnest money,(iv) The form of security money shall be as below :-

1. Cash/Bank DraJt/Bankers Cheque/Receipted copy of Challan.2. Post Office Saving Bank Pass Book duly pledged.3. National Saving Certificate, Defence Savings Certrficates, Kisan Vikas Patras or any otier

script/instrument under National Savings Scheme for promotion of small savings, if thesame can be pledged. These certificates shall be accepted at surender value.

(v) The security money shall be relunded wthin one month of the final supply of the items as perpurchases order in case of one time purchase and two months in case delivery is staggered,alter the expiry of contract on satisfactory completion of the same or after the expiry oI thepeiod of guarantee if any, whichever is later and after satisfied there are no dues outstandingagainst the tenderer.

{:2) i) Performance Security for the micro, small and medium enterprises of Rajasthan State shallbe@1%oftlle amount of the quantity ordered for supply of goods.

ii)Central Government & Govemment of Rajasthan's Undertaking will be exempted from furnishingsecurity amount-

(3) Forfelture of Securlty Deposit I Security amount in 1ull or part may be forfeited in the follo$rng cases

a) When any terms and conditions ofthe contract is breached.b) When the tenderer fails to make compiete supply satisfactorily.c) Notice of reasonable time will be given in case of fodeiture of secudty deposit. The decision of the

Purchase Officer rn this regard shall be final.(4) The exf)enses of completing and stamping the agreement shall be paid by the tenderer and the

department shall be furnished free of charge with one executed stamped counter part of the agreement.i) All goods must be sent freight paid through Railway or goods transport. It goods a-re sent freight to-pay

the freight together with depa-rtmental charges 57o of t]le freight will be recovered from the supplier'sbill.

ii) RR should be sent under Regrstcred cover through Bank only.iit In case supply is desired to be sent by the hrrchase Officer by passenger train, the entite railway freight

will be bome by the Department.iv) Remittance charges on payment made shall be borne by tie tenderer.Insurance :

(i) The goods will be detvered at the destrnatlon godown in per{ect condition. The supplier, if he so desires,may be insure the valuable goods against loss by thelt, destructron or damage, by Iire, flood, underexposure to whether or other[.ise viz. (war, rebellion, riot etc.]. The insurance cha-rges will be borne bythe supplier and State w1ll not be required to pay such charges, if incurred-

(ii) The articles may also be got insured at the cost of the huchaser, if so desired by the Purchaser. In suchcases, the inslrrance should invariably be witl Life Insurance Corp. of India or its subsidia-ries.

Pevments:(i) Advance payment wrll not be made except in rare & special cases. In case of advance pa)'raent being

made, it will be against proof of dispatch & to the extent, as prescdbed in financial powers byrail/reputed goods transport companies etc., and prior inspection, if any. The balance if any wil be paidon receipt of the consignment in good condition with the ceftiiicate to that effect endorsed on theinspection note given to the tenderer.

(it Unless other_wise agreed between the partres payment for the deliverf of the stores will be made onsubmission of bill in proper form by the tenderer to the Purchase (Jfficer in accordance with GI'&AR a.Iremittance charges will be borne by the tenderer.

{iii) In case of disputed items, 10 to 259/0 of the amount shall be \{'ith held and wiII be pard on settlement oft}1e disDute.

31.

31.

31.

33.

Page 29: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

36.

il The time specified for delivery in the tender form shall be de€med to be essence of the contract and

the successful tenderer sniirarranl"e ""ppfi* *t}ti" trt" period on receipt of the ru:m order ftom the

Purchase office!.ii) Ltqutdated Demages: - ln case of extensron in tie delivery Deriod with liquidated damages the

recovery shall be maoe on rrttllsJ oi-iouo*i"g p"t""tttug"s oi value of stores which tie tenderer has

failecl to suPPIY;1) (a) Delay up to one fourth penod of the prescribed delivery period 2%ok

(b| n.tuy "'*litatttg

one iourth but not exceeding hall of tie 5/oPrescribed Period

(c) belay "*.a"dittg

half but not exceeding three fourth of the 7'/zlo

Prescribed Period(d) ,",uV "*itJa:'e

thtte fourtl ofthe.prescnbed Deriod loo/o

2) Fraction of a d.v ;;;;;;;;"riod of delay in supplies ihall be eliminated if it is less tianhall a daY.

3) The maximum amount ofliquidated damages shall be 10olo'

4) lf the supplre, t.qui"s ao Jxtens'on -of-tiie in completion of contractual supply on accounr

of occurrence "l ."v it"'ai""tt, fte shall apply in writing to the authority' which has-placed

the supply otder, fJr the sarne immediately on occurrenie of the hindrance but not after the

stipulated date of completjon of supply'5) Delivery p"..u --"]'' {" t"i";;J';ih or without tiquidated- damages if the delay in the

suppty of gooos ls o"n account of hindrances beyond the control of the tenderer'

Recoverles ; Recoveries or riqt,ia"ii ?ui-ogt", "tt"tt ttppry' "treakaoe reiected articles shall ordinary be

made from b ls. Amount -uy "r.o t. *i,t,t.t"a to ttr" .*,"ni uf.hort sLifply,-breat<ages rejected anicles & in

case of failure in salisfactory ..pt"".-"nt by tlle supplier_ alongwiti amount of Lquidated damages shar.,be

recovered from his dues ar1d """,.rAtV

a"po"it avaitaUti vritft tht department. ln case recovery is not possible

.""o"i""-uu rr. t"r.en under Rajasthin Pbn Act or any ottrer law in force'

Tenderet's must made therl o\PrI arangements to obtain import licen-se' if necessary'

lf a tenderer imposes conditrons, *ht;";';;; fultr;n to or in conflict with the condilions mentroned hereil:I'

his tender is liable to ".,^-".1',"j.iaioi"f;t;;* none of such conditions will be deemed to have been

accepted unless specifically menboied il tl]e letfer of acceptance of tender issued by the Frrchase ollicel'

The purchase oflicer reser"r'es *"-;!n1 to accept alry tinder not necessar y the lowest lej:ct anl tender

without ar| anglng any reasons & accfrt tender lor al) or any one or, 1or

e of the al llcles for whlch tenderer has

bpen gIven ot itst ibut. items of stores to more than one lrm/suppller'in" ii]a"r* J"ll r"ini"t tt

" touo*rng oocumenrs at rhe tme of execu tloD of agreefient:

r) Altested copy o[ Pannershlp Deed in case of PartnershrP l-lrms'

ii) Resistrauon Number & t"* ;;-t;;J;u;;;;J ;f partnership firm is registered with Regisbar or

Firms.,i nAJiess ot re"rdence and omce, telephone number in ca,se of sole proprietorship'

i"i il"g"tuuon tssued by Retsrstar of Companies in (ase ofCompany

lf anv dispute arises oul ol the 'onua(1 with regard lo the interpletalion mean1ng ard breach of the terms of

il;:i";#;;G;.ti* J"n b. ';;;Jl;;v-i; p"'ti'" t" the Head.of the DeDartment who will appoint hrs

senior mosr deputy as th" s.b ;;;;;i;;-oi"tn" ai"p,,t who will noi be relat;d to this contract and whose

fft"iilJ ;i#.!itff$ if necessarv arises to the institute mav be anv or the parties (coverrment or contractor)

shdl"have to be lodged in courts situated in Rajastlan and not elsewhere'

SIONATURE OF TENDERER

AMENDMENT SIIEET

1'PurchaseandPricepreferenceinprocurementfrommicro,smallandnrediumenterprisessituatedin' it;i;ilt; and cosi of bidding iocument , bid secllty 2nd performance security to the such

enterprises will be given as pe;Notification No F l (BJFD/GF&AR7201' dt rg'I12OI5 - Published in

Gazette Extraordinary, Pt. lV tc)0f), Ot ls ff zof3 Somi of the important points of the notification

37.38.

40.

42.

are as under:2. Clause : I

i)u)

iii)

iu)v)v4

Additional GuidelinesTh" t".d*" *" b"ing invited by single cover (Slngle Parll system

The BIit document mag oe puihorsed Jroi the office, qnd mqg olso be

iiiiiiaia f* the iebstte hrtp: / / s?pp.raraqthan.sov.rn / , - However tender lee

^ a L" p.ta Jeparately fo. "t,"h

f,oiiGiEli bid documents before the closing date

and limc for submtssion of Lhe tender'iil" i,..t ""t*

t. be marked as -lechnical Bid" shall contains the information about

rcrral.". ".g.

experience & past performance in the execution of similar contract

capabilities with respect to pe."on^t'el equipment and construction or manufacturing

facilities, Iinancial status u.ro "npu"ity'and

any other information considered

relevant for "pre qualilication" of the tenderer'ih"

"""o.ta cover'marked as "Financial Bid" shall contain price quotation'

The lirst cover will be opcned firstit" """o.ta

cover coniaining price quotation will be opened only of the tenderer

found to be qualilied to execute the tender'Tender Document Fee, o]nd EMD ls requlred to be depostted ln Phgslc(ll Forn

i.i"i. *"-iL"tig daie oLntt tiit 7"' suDmlsslon of ihe tender lolthout whlch

sibmttted tenders oJ such tenderers r/,lll not be oPened'

lncome Tax Clearance c",tiiiltt" : Deleted lvia" n'o Circular No F'

1 /.\ /oi- /l..!F!,^n/tno?lql03\ daterl l7-05.2003.GCC:5

vll)

Page 30: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

$P {c;r; rl wf}

SR rORM : 11

I/We declare that I

Authorised Dealer/ Dealer/ Sole

have tenderer.

GOVERIIMENT OF RA"'ASTHAN

GROUND WATER DEPARTMENT. JODHPUR

DECLARATION OF TENDERERS

am/we are bonafide

Selling/Marketing Agent/Manufacturers/Whole Sellers/Sole Disrributors/rn the goods/ stor€s /equipment for which l/We

If this declaration is found to

taken, my/our security may be forleited

be incorrect then without prejudice to any other action that may be

in full and the tender if any to the extent accepted mav be cancelled.

SIGNATURE OF TENDERER

rrc)

Page 31: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

SB irl:' ' c'' ';

Financial Bid lApplicable for Physical Tender onlv)

GOVERNMENT OF R.A"IASTHAN

GROUND WATER DEPARTMENT, JODHPUR.

TENDER FORIU

I. Tender for (Name of the articles for which the tender is submittedl.

Il. Name and postal address of the firm submitting thetender.

IIL Address to:

IV. Reference:

V. The tender fee amounting to Rs.

SR FORM _ 15

. The period can be extended with mutual

-,-_ drawn on (Name of the Bank)

deposited vide cash receipt No. __ dated

VI. We agree to abide by all the conditions mentioned in Tender Notice Numberdated _ issued by and also the furtherconditions of the said Tender Notice given in the attached sheets (all the pages of which has beensigned by us in token of our acceptance of the tender mentioned there in).

WL The rates for the following items are as undcr: -

s.No. Name of articles with specification

Rate lRs.)

(Only basicpricel

NetPrice Quantity

I 2. 3. 4. 5.

(Rupees ) has been

. All other levies €xcise duty, CST, VAT, Octroi {if anyl, cartage, packing etc. may be shownseparately. Any discount e.g. quantitative discounts and others may also be mentioned isdetails.

Goods will be transported/Job will be completed and delivered up to destination within a period offrom the date of issue of order-

Note:1

VIIt

IX

X

XIXII

Encl. :

The rates quoted above are valid up toagreement.Bank Draft/Bankers Cheque No.

I Challan No. & Date for Rs. !o coverdated

Earnest Money is enclosed.The Sales Tax Registration Number & Sales Ta:< Clearance Certillcate are submitted herewith.

The certificate of bonafide dealers in prescribed form is also enclosed.

SIGNATURE OF TENDERER

/l ) \

Page 32: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

r!1 rr ;t) GSfl

The Clarilication & Guidelines for submission ofTenders to the Terms & Conditions for oDen tender

1. Tender offers should be prepared in duplicate and should be submitted as under in a thrcr srrongcover properly sealed and supersc.ipted "Tender Notice No. _ Item No. _ due on

The canvassing envelops in it with documents as shown below in each: "Technical Bid"1. ENVELOPE NO. l: -

i) Technical detaiis of the offer.ii) Sales Tax registration number & latest Sales Ta-r clearance certificate from the Sales Tax/

Commercial Taxes Officer concern should be submittediii) All the forms, Schedules, Appendix, Annexures, Afftdavit, Undertakings as per applicabiiity

for a Bidder duly filled except prjce bid or any document disclosing prices offered are to besubmitted along with al1 the sections of the bid document duly signed by the bidder.

iv) The detailed information as per note belou,,.i) This envelope must be super scribed with ENVELOPE NO. 1 "Technical Bid" Tender Notice

earnest money documents.2, ENVELOPE NO. 2: - to be marked as "Financial Bid"

il It should contain the rates.(Price quoration)NOTE :- i) This envelope should be super scribed with ENVELOPE NO. 2 ,,Financial Bid,,

NOTE :

NOTE :-

Item No- Due on _ Containing technical offer and

Tender Notice No. Item No. ,__ Due on _ containinq financialoffer and terms and conditiorrs.

The tenderer should be a manufacturer/authorized dealer and firms of repute registered withDGS&Di CSPO/NS IC/SSI/Central and State covernment Department and Undertakings.The tenderer should quote complete details like make, brand name, technical specifications,drawings / literature of the offered supply and should produce a certilicate of procurement ofgoods in support of genuineness of the product supplied.

Page 33: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

SR FORM-l7

AGREEMENTlsee Rule-68)

''.reinafter called "the approved supplier"'An agreement matle t}is

-

d ay of

-

Ueween . - .; lfe

which elTression shall, where tne context so admits' be deemed to include his heits successors' executors &

administrators of the one p* * *" o"""-*ent of the state of Rajasthan (hereinaJter called "the Governmenf'

which expression shall, where tle ";;; "" admits' be cleemed to include his successors in olllce and assigns)

$$:"::fi"til.""ed supprier has agreed .ith the cover'rnent to supply to the

-

of the state of Rajasthan

at its Head ollice as well as at brancles ofhces throughout Rajasthan, all tlose articles set forth in t]'e schedule

appended hereto in the manner ""t

io* t" the conditions of the tender and contract appended herewith and at

tie rates set forth in column

-

of the said schedule

And whereas the approved supplier has deposited a sum ofRs -- in _-

a. Cash/Bank Draft/Chalan No / Banker Cheque No

-

dated

-b. Post Ofhce Saving Bank Pass Book duly hypotiecate(l to the Departmental autiority'

c. National Saving Certrricate Toetence Saviag Certifrcates' Kishan Vikas Patras' ot any otier script /

instlument under Natronal Saving Schemes for promotjon of small savings' if the same cai be pledged

under the relevant rule l'nt ""i"ttttt" beini accepted at surrender value) as security for the due

pedormance ot t" trott*ii;;;;;; *nti1 n"" been formallv transferred to ttre departrental

authority.

lilY*n:fi:?="jJJJFii?"0^*.,,,,o ,,. pid. bv g:g:"::T::: *i,l"Fl,; ",;;;; ;;:;;-"1.1,r*"J#?iTi..ur - tfr. S.hedule heleto appended lhe approved suppler wlrl

in.................. -td .. . . ... " th;;;;i - Gt rn.alr""t ""'r"tirt in the condrtions of the tender and conract'

{21 The conditions of the tender ""J """L." r*

"pen tender enclosed to the tender notrce No'

i"t"a .............. and also opened t'ok::';li;;;t"";;ii r'" J"'*"a to be taken as pait ol this agreement & are

liT**:i,*::*:'*::LTiT.'"Tffi"f;it r.,,"." Nos, ......... issued bv tie covernment & appended to this

agreement shall also tlom part-of.this agreenrenl . shall duly supply tie said articles in theioj,ul tn" Covernmenl do hereby agree dlal f the apptoved suppuer

manner aforPsaid obsFrve & u'"p ti? "tiiit-t?-"o""titiont' t.hi covernment will through pay or cause

to be paid to the approved "ttppri'ui tft" time and tle manner set forth in the sard conditions' the amount

Davable for each alld every conslgnmentiiliirt" -.a. "r

p"l-eni will be as specilied belowr

l. ......................2. ...........,........

s. rhe <ieriv3nv ;;Ji;;;ii;;;;;& ;"'p'i"a *-"r'- th: ry"9q ll::'q berow ftom the date of supplv orde'

' f/,!1,:ffiTj"::T#::,T$:#'I;;3Hil'""1#lt;m":u"lit,'o'o"';:*'' "n" oe made on the basis

Ai;;.;i'il;;;;?;ur*' f-eiioJot tl'e prescribed deliv-ery petiod '2 s'h

{b} DelaY exceedng o"" 'otiiiTtti^"oiJ*t""aing

half of ti.re prescribed delivery period -5%

i" j o"i.v **"tu"; t"t I ::"l".l,ATi:lil,T.i oT'i"u _, o*

N"," , (ir f1).d?":]Tr'ff;"i#3ff;fii;:".ffi ;.i;ii ;;;;;es shar tre eriminated iI rt

is less than halJ a daY'

t1f T1* rll"*rilrt* "*ount'of eureed Lrruidaterl damages sntt ot to"j";rraru.,.,al

supply on account of occuffence of'1i",'ii;";,il'll'fi,::'U.lhn m;U";!Hii:,{Tllli$,"il;;;;;;,,;;;'d" sr.rppry order, ror rhe sa'e

unmediately on occu..i"!"Jf'ili'n-at.ice-but not after ttre stiDulated date of completion of supply

t2l Delivery periocl may u" "#"iJ'"i,tr ", *thout Liquidated i.iLg"" ir t}t" delay in the supply of goods is on

, * "*;:":"j;:,1'J::il[f'":]'#:$Ui"tiit""]:{::"J:,y*'"

the nterp'etatron or *r)s asreemenr srra' be

decided by the Gout"1rne"t a"d f,tcrslon of the Government shall be final'

ln witness whereof the partles hereto have set their hands on the _-__------- day of --_---:---' 200

SIGNATURE OF THEA?PROVED SUPPLIER

DATE :

WITr{E.sS

Name :

Address:

SIGNATURE FOR AND ONBEIIALF OF CTOVERNOR

IDESIGNATION)

Page 34: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

SB 1c;s1 i: 'r i*

Special Terms and ConditionsOr

Special Conditions of Contract

(scc)

zlq':/tt\",,

Page 35: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

reduced quantity11. INSPECTION:

^. it *itt U" in accordance with clause No 15 of GCC'

b. The inspection will also be carriecl out at the consignee premises by

SPECIAL TERMS AXD CONDITIONS1. RATES:

i Th€ rates should be FOR Oflice of the Superintending Engineer ( Central Store) , Ground Water

Department, Jodhpur and are to quoted in Rs Per meter'ii The rates should- be quoted FOR delivery at consignee store including excise duty, Royalty,

CST/VAT,Packing&Fonvarding,Loading,-Unloading,transportation,insurance,Stackingetc'inthe prescribed Form SR - 15 (for Physical Tender)

iii If any tenderer quotes that tireir .it"" "." exclusive of excise duty, VAT, packing & forwarding,

ioading, insuranc., t...rsfo.1utiotl' unloading and stacking etc ' the same shall be loaded for

comp#son of prices. The tenderer should clearly mention the quantum in term of percentage

amount, which lre to be taken into consideration while comparing their prices'

iv VAT & Surcharge on vAT should be indicated and may be deposited by the deptt. as per govt'

ruling.v Rates once quoted shall remain firm and fixed'

2. DISCOUNT: ihe discount, iI any, should be quoted un-conditional. In spite of this, if any conditional

discount is offered, the same wiil be accountcd in evaluation ignoring the tenderel's condition(s).

3. PERIOD Oi. RATE CONTRACT: One year from the date of execution of contract'

4. EX.-ENSION OF RATE C6NTRACT: Period of Contract may be extended for a further period of 3

monLhs with mutual accePtance.5. VAUDITY OF TENDER: The tender shalt be valid for a period of 90 days flom the date of opening of

tender.6. DIRECT DEMANDING OFFICERS ID.D.O'8| : S.E.(C/S), GWD, Jodhpur';. shall be consignee's Store Office of the Superintending

Engineer (Central Store), GWD, Jodhpur'8. DELwERY PERIOD, 'f'n.-st]ppty is to be cxecuted within 30 days from the date ol issuance of the

q. EX;ENT OF OUANTITY: REPEAT ORDER: This shall be in accordance with GCC clause No.28(ii)

""d ,8(itl a"""ttty ..lt be ilt"."as"d up to 25% of quantity originally purchased'

10. SUPPLY ON TRTAL BASiS :Department may initially piace-"upply order on trial basis tor the

the autiorized

rePresentative (s) of the Department'c. The tenderer wili ha.re to rJplace the material which is rejected dudng inspectron

12. PAYMENT: Payment wilt normally be made within 30 days alter receipt of material in good condition'

13. ACCEPTANCE OF Supp;i: The" supply will be accepted oniy on the working days and during the

oflice working hours.14. DIVIDING QTIANTITIFS AMONG MORE THAN ONE BIDDER AT THE TIME OF AWARN (PARALT'EI'

RATE CONTMCTI , e, u frilJiGltt t5. q*-tities of thc subject matter of proclrement shall be

p.o..rr"a r.o- ,n"iidder ihosebld is accepted. However, when itis considered that the quantity ofthe

subject matter of procurement to be procured in very large and it may not be in the capacity of the

bidder, whose bid is accepted, to deli;er the entire quantity or when it is. considered that the subject

matter of procurement to be procured is of critical a;d vitai nature, in such cases, the quantity may be

divided betwcen thc bidder, whose bid is accepted and the second lowest bidder or even more bidders

in that order, in a fair, transparent and equitable manner at the rates of the bidder. counter offer to first

lowest bidder (L1), in ordei to arrive at;n acceptable price, shall amount to negotiation. However, any

counter offer thereafter to second lowest bidder (L2), third lowest bidder (L3J etc. , [at the rates

acceptedbyLl)incaseot.splittingofquantities,aSpre.disclosedinthebiddingdocuments,shallnotbe deemed to be negotiation. ln cise oi purchase preference to state enterprises parallel rate ccntract

willbeconcludedasperGCClausel0&asperpointno'lofQualificationandEvaluationcriteriamentioned in Section (d) ofthe bid document'

1s. EARNEST MoNEy/ iliD SFIURITY: Earnest Money amounting to Rs. 5600/' is to be deposited as

per clause No. 29 of GCC in prescribed form16. TENDERS By BoNAFTpE D;AL;R: The tenders sha.ll be given by the_bonafide dealer in the goods'

Th"y "h;ll

th*"f"." f"..ri"h . d""l'"tutiott in the SR Form - 11 (enclosed with GCC)

17. MAKE & DETAILED spEar,IA;iIoN oF pRoDUcr: The tenderer will clearly mention the specific

makc along with detailed speciftcation'18. ciiengt"ee, This will U! f.. lz months from the date of supply of each co.nsignment and in

accordancewithclauset+liiilotocc.Guaranteecerti{.icatewillhavetobeprovidedbythetendeleralong with sUPPIY

19. STRICT COMPLIANCE OF DEPARTMENTAL . TENDER DOCUMENT CLAV. SES AND

IUSTRUCTIONSJT " teia".e-. *il .st.i.tiy comply with all the instructions as given rn the annexure

(classification and guidelines for submission oi tinder) enclosed with the Tender Document tFoRM

sR-16).oisiUins, If any dispute arises in the rate contract, it.will be.brought into.the-notice of Chief

oent, Jodhpur whose decision will be final aDd binding'Enginccr, Ground WaLer Departmenl Joclhpur wnose oeclslon wr

SUPERTNTENDING ENGINEERICENTRAL STORE)

20.

Page 36: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

Section - (g) t-E,-,5; 1-s,-

Appendix including Technical Specifications andDrawings etc.

/r-T )

Page 37: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

AFFIDAVAT(Stamp Rs. 10/ -)

s/o

,.. :/ {_ n,tf,

Appendix - A

Years_Age

datedby

IS

{u}

(b)

do hereby solemnly affirm and declare that:My/Our above noted enterprise M/sEnterpreneurial Memorandum Part -

has been issued acknowledsement

acknowledgement No and has been issuedmanufacture of following items:My /our above noted acknowledgement of Entrepreneurial Memorandum Part - ll has not beencancelled or withdrawn by the lndustries Department and that the Enterprise is regularlymanufacturing the above item.My/ our enterprise is having all the requisite plant and machinery and is fully equipped to manufacturethe above noted items.

Signature of Proprietor / DirectorAuthorized Signatory with Rubber

VERIFICATIONStamp and date

Proprietor of M/sverify and confirm that the contents at (a), (b) & (c) above are true and correct to the best

of my knowledge and nothing has been concealed therein So help me God.

DEPONENTAPPENDIX - "8"

INFORMATION TO BE SUPPLIED BY THE BIDDER

Resident Address is Proprietor / Partner/Director

the District lndustries Center Jodhpur.of

Thefor

(c)

i Name of Firm

4.

Address

iii Telephone No.a) 0fficeb) Residencec) Factorydl Faxel Email

a) In case ofPrivate Limited Co.

i Whether article of association andMemorandum enclosed or not.

ii List of present directors along with theircurrent & permanent address enclosedor not

bJ In case ofPartnership firmWhether copy of partnership deed incase of partnership firm along with theiraddress enclosed or not

i) Name of authorised power of attorreyholder

iD Address

iii) Teleohone No.ResidenceOffice

(a) In case ofLimited Companyi) Whether power of attorney duly

attested by Public Notary on non-judicial stamp paper authorizing thesignatory to submit the Bid and lettersand to sign the contract and otherdocument enclosed

Enclosed at page No.............Not enclosed/ Not applicable.Enclosed at page No. ............Not enclosed/ Not applicable

L"r,vJcv dL PdScI\r^+ ^-^l^^^l / \I^+ ^^^l:^^Ll^rruL crruuJcu/ rruL dPyrrLdurc

Enclosed at page No. ,,.,..,...,..Not enclosed/ Not applicable

Page 38: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

(b) In case of partnership firm whetherpower of attorney duly signed by allpartners enclosed or not.

Copy of Bid document duly signed in duplicateto be enclosed.Bid securitvAmount DepositedForm of Deposit (mention No. & DatelRegistration certifi cate

Enclosed at page No. .....,......Not enclosed/ Not applicable

Enclosed at page No. ...,........Not enclosed/ Not aPPlicable

0ut of State/ Within State

Micro, Small and Medium Enterprises situatedin Rajasthan / Large

Enclosed at page No. ,........,...Not enclosed/ Not applicable

dated- - - - - - - - - -a n d fac ts me nti on ed

i)

iil

iiil

Whether manufacturing unit is outsideRajasthan/ lnside RajasthanWhether Micro, Small and MediumEnterprises situated in Rajasthan orLarge unitIf Micro, Small and Medium Enterprisessituated in Rajasthan enclose notarizedcopy of registration certificate issued by

Director of Industries, Rajasthan,"ltis certilied that M/s

-was

inspected by

hy the enierprise are correct as per the recoil shown bJt the applicanL The enterprise is eligible for Price Preference

or Purchase Preference or both under notificatian doted November 19' 2015'fhis certificate is validfor oneyearfromthe date of its issue "

1Jlice SeaL

v)

(bl If Answcr of point no. (vil[a] is yes

please indicate caste category:SC / ST

[cJ If Answer of point no. [viJ(a) is yes

please submit the self -attested copy ofthe caste certificate of the owner of suchmicro, small enterprises of the State

issued by the competent authority :

,l kindlv indi.etp vorrr monthlv ouantitv

E n c I as u I e - ( 1 ) Ap p I i cotio n(2)(31

If Micro, Small and Medium Enterprises Enclosed at page No. . . ..

situated in Rajasthan. Please also Not enclosed/ Not applicable

enclose an attested coPY olacknowledgement of EM Il with an

affidavit as per clause 3.2 [a] in thefollowing/ormat:

FormatofAffidavit[on non judicial stanp paper ofRs 10/,

L....,,...................... ... --S/o.,.- .. ....,. .. Aged. . Yrs residing at - "Pro prietor / Partner/ D irector of M /s ,. .,.,. . ...do hereby solemnly affirm and declarethatr-

(a) My/our above noted enterprise M/s . . ,....- - has been. issued acknowledgement of

Enirepreneurial Memorandum Part II by the District Industries Centre " The

acknowledBementNo,is''.'''..'''dated.'''''''.''andhasbeenissuedfolmanufacfureoffollowingitems|.tiltii)(iiil

(b) i"ly/our above noted acknowledgement of Eltrepreneurial Memorandum part ll has not been cancelled

oi withdrawn by the Industries Department and that the enterprise is reSularly manufacturing the

above items.

tc) My/our enterprise is having all the requisite plant and machinery and is fully equipped to manufadure

the above noted items.Signature o f Proprietor/ Directo r

Authorized Signatory with Rubber Stamp and Date

VERIFICATION

L......................,.. .. S/o.. . . .' - - ... Aged.. .. Yrs . residing at

Proprietor/Partner/Director of M/s . .. . .. . .. ... ... .veriry and confirm that the contents at (a), (b) & [c) above

are true and correci to the best ofmy knowledge and nothing has been concealed tlerein so n"to -" t3$rorrNT

tf Large or Medium, notarized copy of Enclosed at page No. . .. ... . '

registration under Factory act to be Not enclosed/ Not applicable

enclosed.(a) Whether micro, small enterprises Yes / No

situated in Rajasthan is owned by themember of SC/ ST :

Signature(Full Nane of the oJncet)General Manager

D i str i ct I n d us tr i e s Ce ntreRubber Seal/Stomp

IVJ

vr)

Name of the owner , Caste certificate of theOwncr enclosed at Pg. No.......... .. . .. ...

Rs. lacs

Page 39: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

b) Total production capacity per month Rs.................................]acs ':r i;0r dllydl

[for information only (please mentionamount in lacs].

cJ In case of Micro, Small and Medium Enclosed at page No. ...............Enterprises situated in Rajasthan, please Not enclosed/ Not applicableattach an undeftaking in respect of theproduction capacity or any other suchevidence in the fol lowing fo r mTt::Item Annual CTpacity in

Qry. Ur) Value1

23

9 Please mention:aJ Your Sales Tax Registration Number for Copy enclosed at page No. .............../

Iocation of manufacturing place. Not enclosedRegistration No.

b) Whether notarised copy of STCC valid at Copy enclosed at page No. ....... ......./the time of opening of first envelope Notenclosedenclosed

cJ Percentage rate of CST/ Rajasthan VAT CST/ Rajasthan VAT .......................%applicable on commodity. Surcharge.............. ........................V0

d) Percentage rate of CST as applicable for C.S.T. ..................0/o

the Bidder and included in the rates.eJ Percentage rdte of excise dury applicable

on commodity. .. .......... ...... ....0/o

0 Percentage rate of excise duty as

applicable for the Bidder and included in ......................0/o

the rates.gl Percentage rate of Rajasthan VAT as RajasthanVAT...................4/o

rplicable for the Bidder and to be paid extra Surcharge ...................0/o

10 aJ ISI marking licence and its validity. Please Validityenclose notarised copy of the same. 0f EnclosedatpageApplicable and required in conditions ofthe tender)

bJ Mention location where material shall be Add|ess.........inspected, (This should be as per locationmentioned in valid BIS licence)Note: l0 (a) & (b) will be applicable ifthere is such conditions in the tender.

1.1. State whether all tests shall be carried out atthe factory. If not, name the place or laboratorywhere such tests shall be arranged by theBidder.Note: .1.1 will be applicable if there is suchconditions in the tender.

12. (i) Date of establishmcnt of unit/ factory/ mill:(ii) Type of Unit: SSI / Medium/ Large Scale Unit:(iii) RegistrationNo.:

(v) ttem for which registered:(vi) Location of works (Address)/Telephone No./Fax No

(iv) Registering Authority: Industries Deptt., Rajasthan/Other State/NSIC.

{vii) ProductionCapacity:(viii) OfferedCapacity:(ix) Experience (in years):

l9 '/-t

Page 40: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

A.

$g {e1ri c{€j

Appendix - C

C.OVERNMENT OF R.A"TASTIIANGROUND WATER DEPARTMENT, JODHPUR.

TENDER SPECIFICATION OF G.I. Pipes size 80 mm NBAPPLICATION The GI Pipes size 80 mm NB - HeaW are required for use in flushing olborehole through compressed air and may also be used as rising line for pumping the waterfrom the tubewell for pumping test oI the tubewell. These pipes wili be used by thedepartmental Development Units / Pump Units for Flushing / Pumping Test of tube wellsthrough highly compressed air. The pipes required to be used are to be jointed throughflange joint while lowering in lhe borehole for easy tightening and loosening of the pipes fromone point to another therefore the required pipes are to be screwed at both ends with taperthreads as mentioned in IS 1239-2004 (Amended up to date)SPECIFICATIONSThe GI Pipes size 80 mm NB required for above application should be Heavy Class as per IS :

I239-2OO4 (Amended up to date) with minimum technical specifications as under:1. Nominal Bore : 80mm2. Outside Diameter : 88.0 to 89.5 mm3. Thickness : 4.8 mm4. Mass of the tube : 9.90 Kg. / mtrs. (Plain Endec ,

5. Galvanizing :Tubes are to galvanized through zinc coatrng on the tubes in accordance with IS 4736.6. Marking : ISI Marking on each rube7. Length : In random length of 4 to 7 mtrs.8. Threads :Taper threads as mentioned in IS i239-2004 (Amended up to date) at both ends9. Tolerances : As per IS : 1239 - Pari - l(amended up to date)

B.

(i) Thickness :

(ii) Mass :

(iii) Length and other : As per IS : 1239 - Part * II Visual lnspection by the consignee.

(+) not limited (-)10%110% (Single Tube)

10. InspectionC. QUANTITY REOUIRED ! 35O MTRS.

SUPE

(.t. 1

NTENDING ENGINEER

Page 41: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

*E ir,,o; ,,"rldl"l

Section - (h)

Annexure and Forms related to RajasthanTransparency in Public Procurement (RTPP) Rules /

Act

f r'-

Page 42: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

FF{q$ fr.,, ",s.; tu l!"1*

Annexure ARTPP Rules: Compliance with the Code of Integrity and No Conflict oflnter€st

Any person participating in a procurement process shall-(a) not offer any bribe, reward or gift of any material benefit either directly or indirectly in

exchange for an unfair advantage in procurement process or to otherwise influence theprocurement process.not misrepresent or omit that misleads or attempts to misiead so as to obtain a financialor other benefit or avoid an obligation.not indulge in any collusion, Bid rigging or anti-competitive behavior to impair thetransparency, fairness and progress of the procurement process.not misuse any information shared between the procuring Entity and the bidders with anintent to gain unfair advantage in the procurement process.not indulge in any coercion including impairing or harming of threatening to do thesame, directly or indirectly, to any party or to its property to influence the procurementprocess.not obstruct any investigation or audit oI a procurement process.Disclose conflict of interest, if any; and.Disclose any previous transgressions with any Entity in lndia or any other countryduring the last three years or any debarment by any other procuring entity.

Conflict of Interest:-

lc.)

(c)

(b)

(d)

(f)

tg)(h)

The Bidder participating in a bidding process must not have a Conflict of intetest.

A conflict of interest is considered to be a situation in rvhich a party has interests that couldimproperly influence that party's performance ol official duties or responsibilities,contractual obligations, or compliance with applicable laws and regulations.

i) A Bidder may be considered to be in Conllict of lnterest v"'ith one or more parties in abidding process if, including but not limited to:

a. Have controlling partners / shareholders in common; orb. receive or have received any directly or indirect subsidy from any of them; orc. have the same legal representative for purpose of the bid: ord. 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 anotherbidder, or influence the decisions oi the Procuring Entity regarding the bidding process;or

e. the Bidder participates in more than one bid in a bidding process. Participation by abidder in more than one bid will result in the disqualification of all bids in which thebidder is involved. However, this does not limit the inclusion of the same subcontiactor,not otherwise participating as a bidder, in more than one bid; or

f. the bidder of any of its affiliates participated as a consultant in the preparation of thedesign or technical specification of the Goods, works or services that are the subject ofthe bid; or

g. Bidder of any its alfrliates has been hired (or is proposed to be hired) by the ProcuringEntity as engineer-in-charge / consultant for the contract.

Anlrexure BRTPP Rules: Declaration by the bidder regarding Qualifications

Declaration bv the Bidder

ln relation to my / our Bid submitted Superintending Engineer (Central Store), GroundWater Department, Rajasthan, Jaipur ior procurement of ................... ............... inresponse to their notice inviting Bids No ....... ...... ................. I/rve hereby declare undersection 7 of Rajasthan Transparency in Public Procurement Act, 2012 that:

1. I/we process the necessary professional, technical, financial and managerial lesourcesand competence required by the Bidding Document issued by the Procuring Entity;

2. llwe have fulfilled my / our obligation to pay such of the taxes payable to the union andthe State Government of any local authority as specified in the Bidding document;

3. I/we are not insoivent, in receivership, bankrupt or being wound up, not have my / ouraflairs administered by a court or a judicial officer, not have my / our business activitiessuspended and not the subject of legai process dings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not have been convicted ofany criminaloffence related to my / our proiessional conduct of the making of false statements ofmisrepresentations as to my / our qualifications to enter into a procurement contractwithin a perrod of three years preceding the commencement of this procurement process,

or not have been otherwise disqualified pursuant to debarment proceedings;

5. I/we do not have a conflict of interest as specilied in the Act, Rule and the BiddingDocument, which materialiy affects fair competition;

Date:Place:

Signature of bidderName:

na<idh ^ti^h'

/c; ('

Page 43: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

RTPP RuleE! Grlevince Redtessed dudrlg procuremelrt ploceasThe designation and address of the flrst appellate authority is Adminishative DepartmentDepartrnent, Rajasthar Secretariat neai Statue Circle Jaipur

Annexure C

Oround Water

The designation and addrcss of ttre second appellate autlority is Finance Department Govt. ol Rajasthan1. Fllllng an appealIf 6ny Bidder or prospective bidder is aggrieved tlat any decision, action or omission of the procuring Entity is inconhavention to the provisions of t})e Act or the Rules or t}Ie Guidelines issued there under. he mav file ar aDDealto first Appellate Authonty, as specified in the BrddLng Document wrrhin a penod ot len days lrom tire dare of'suchdecision or action, omission, as the case may be, clesrly giving the specific ground or ground on which he feelsaggrieved:

Provided that after tie declaration of a Bidder as successfill the appeal may be filed only by a Bidder who hasparticipated in procurement proceeding:

Provided furtier that in case a Ptocudng Entity evaluates tie Technical Bids before the opening of tl)eFinancial Bids, an appeal related to the matter of Financial Bids may be flled only by a Bidder whose Technical Bidis found to be acceptable.

2 The oilicer to whom an appeal is filed under par:a (1) shalt deal with the appeal as expeditiously as possible aIrdshall endeavor to dispose it of\ rithin thirty days from the date ofthe appeal.

-

3 If the oflicer designated under para (11 fails to dispose of the appeal filed within the period specfied in para (2), orif the Bidder or prospective bidder or the Procudng Entity is aggrieved by tie order passed ly fte First AppeltateAuthority, the Bidder or prospective bidder of the Procuring Entity, as the case may be may fili a second appeal toSecond Appellate Authority specified in the Bidding Document in this behaif within fifteer clays from the expiry oftlle pellod spec led in Para (2) or olthe dale otreceipt of the order passed bv lhF Firsr AppelLate Authority. as-rhecase may be.App€al not to Ue lu certeln casesNo appeal shall lie against any decision of tl-re Procuring Entity relating to the following matters, nalnely:-dete.mination of need of procurement;provisions Limiting par.ticipation of Bidders in the Bid process;the decision of ivhether or not to enter into negotiations;canceUation of a procurement process;applicability of t}le provisions of confidentiaLty.Form ofAppealAn appeal under para (1) ot (3) above shall be in the annexed Form along witi as mary copies as there arerespondents in tle appeal.

4-

(al(b)(cJ

(d)(el

(b) Every appeal shall be accompanied by an order appealed against, if any, aJiidavit verifying tle facts stated in t}leappeal aml proof ofpayment offee.

(c) Every appeal may be presented to FiJst Appellate Authority or Second Appeltate Authority, as the case may be, inperson or through registered post or authorized representative.

6. Fee fot llllng appeal(a) Fee for first appeal shal be rupees two thousand five hundred and for second appeal shall be rupees the

thousand. which shall be non-refLrndable.(b) The fee shall be paid in the lorm of bank rlemand draJt or banker's cheque of a Scheduled Banl{ in lndia payable in

the naJne of Appellate Autho ty coDcerned.7. Procedure for dlsposal of eppeal{a) The First Appellate Authority or Second Appellate Autiority, as the case may be, upon fi1ing of appeal, shall issue

notice accompanied by copy of appeal, alhdavit and documents, if any, to the respondents and frx date of hearing.(bl On tle date hxed Ior healing, t})e First Appellate Authority or Second Appellate Autlority, as the case may beshalI,'

(') hear all tlre parties to appeal present before him; and(it) peruse or inspect documents, relevant Iecords or copies tiereof relating to tie matter.(c) After heaiing the parties, perusal of inspection of documents and relevant records or copies thereof relating to the

matter, the Appe[ate Autiority concemed shall pass an order in writitg and provide the copy of order to theparties to appeal free ol cost.

(d) The orde. passed under sub clause (c) above shal also be placed on the State Public procurement portal.FORM No 1

lsoe rute E3lMemorandum ofAppesl uuder the Rajasthan Transparency ln Publlc ProcureEcut Act, 2012

Appeal Nu ....... ... of . . . . . . . . . . . . . .

Before the (First /Second Appelate Authority)l. Particulars of appellantl

{i) Name of the appellant{ii] Olficial address, if any

2. Name and address of the respondent (s):tIl{iil(iii)

3. Number and date of the order appealed againstand name and designation ofthe olficer / authoitywho passed the order (enclose copy), or astatement of a decision, action or omission ofThe Procuring entity in contravention to the provisionsof dre Act by which appellant in aggdeved:4. If the Appellant proposes to be represented by a representative, tl1e name and postal address of the represenrauve;5. Number olamdavits and documents enclosed tvith the aDDeal:6. Crounds of appeul: .........................(Supported by an afldavit)7. Prayer:..............Place ; .-........................-.-Date ..............................

Page 44: Supply of Goods .- Procurement oI eI€¦ · 12.O5.2017 up to 1 .00 PM 9 Date and time of opening Of technical and hnancial bid 12.Os.2Ol,7 (at 3.30 PMI ln the office of the Superintending

l.

&r",",. r, Clj,l.l

Atrtrexure DRTPP Rules: Additional Conditions of Contract

Correction of arithmetical errorsProvided that a Financial Bid is substanrially responsive, the procuring Entity will correctarithmetical errors during evaluation of Financiai Bids on the following basis;(i) if there is 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 priceshall be corrected, unless in the opinion of the procuring Entity there is and obviousmisplacement oI the decimal point in the unit price, in which case the total price asquoted shall govern and the unit price shall be corrected;

{ii) 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

(iii) If there is 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 casethe amount in figures shall prevail subject to (i) and (ii) above.If the bidder that submitted the lowest evacuated Bid does not acceDt the correctionof errors, its Bid shall be disqualilied and its Bid Securit5r shail be forfeited of its BrdSecuring Declarations shall be executed.

Procuring Entity's right to Vary Quantities(r) At the time award of contract, the quantity of Goods, works or services originally

specified in the Bidding Document may be increased or decreased by a specifiedpercentage, but such increase of decrease shall be not exceed twenty percent, of thequantity specified in the Bidding Document. It shall be without any change in the unitprices or other terms and conditions of the Bid and the conditions of contract.

(ii) If the Procuring Entity does not procure any subject matter of procurement orprocures less than the quantity specified in the Bidding Documents due to change incircumstances, the Bidder shall not be entitled for any claim or compensation expectotherwise provided in the Conditions oI Conrract.

(iii) In case of procurement of Goods or services, additional quanrity may be procured byplacing a repeat order on the rates and conditions of the original order. However, theadditional quantity shall not be more tinarL 25yo of the value of Goods of the originalcontract and shall be wirhin one month from the date of expiry of last supply. lf theSupplier fails to do so, the Procuring Entity shall be free to arrange for the balancesupply by limited Bidding or otherwise and rhe extra cost incurred shall be recoveredfrom the Supplier.

3. Dividing quantities among more than one Bidder at the time of award lln case ofprocurement of Goods).

As a general rule all the quantities of the subject matter of procurement shallbe procured from the Bidder, rvhose bid is accepted. However, when it is consideredthat the quantity of the subject matter of procurement to be procured is very largeand it may not be in the capacity of the Bidder, rvhose Bid is accepted, to deliver theentire quantity or when it is considered that the subjecr matter of procurement to beprocured is of critical and vital nature, in such cases, the quantity may be dividedbetween the Bidder, whose Bid is accepted and the second lou'est Bidder or evenmore Bidders in that order, in a fair, transparent and equitable manner at the rates ofthe Bidder, whose Bid is acceptcd.

2.

c('