office of the superintending engineer (t c) rajasthan...

17
OFFICE OF THE SUPERINTENDING ENGINEER (T & C) RAJASTHAN RAJYA VIDHYUT PRASARAN NIGAM LTD., HANUMANGARH. . ' . 3. 4. 5. 6. 7. 8. NO.: RVPN/SE/T&CIHMH/F. Purchasel 2018-191 D. L-r..f, DATE: D~ /04 J~ IF .. NOTICE INVITING LIMITED BID NO:- O,.,~o'Q,-l ~ NIB (Limited tender) are hereby invited from competent/experience firms/Contractors for execution of the work "Vacuuming and ~iltration of transformer oil of 100 MVA 220/132 KV transformer at 220 KV GSS Bhadra as per mentioned /Enclosed terms & conditions ~ S.No. Events Date & Time Location (i) Dateof taking Bid Documents 10.04.2018(10:00 AM ) to Office of the SE (T&C)RVPNSATIPURA, 16.04.18 (06:00 PM) Hanumangarh-33S512 (ii) Deposit of Cost of Bid Specification, Upto Office of the SE (T&C)RVPNSATIPURA, ProcessingFee& BidSecurity 16.04.18 (04:00 PM) Hanumangarh-335512 (iv) Lastdate & time of submissionof bid 16.04.18 (06:00 PM) Office of the SE (T&C)RVPNSATIPURA, Hanumangarh-335512 (v) Opening of Bid 17.04.18 (11:00 AM) Office of the SE (T&C)RVPNSATIPURA, Hanumangarh-335512 (vi) Validity of Bid 90 Days (vii) Officer Inviting Bid SE(T&C),RVPNL, HANUMANGARH Details of works' - BN. Name of work Approx. Bid Security Bid Completion No. Value of (in Rs.) specification Period work (Rs) cost (In Rs.) 1 Filtration of Transformer Oil along with Man 155660.00 3120.00 NIL 30 days and Machine at 220 KV GSS Bhadra TERMS AND CONDITIONS: 1. No conditional bids shall be accepted and will be rejected summarily forthwith. 2. The Nigam reserves the right to cancel the bid at any time without assigning any reasons. The Nigam does not bind him to accept the lowest or any bid or any part of the bid and shall not assign any reason(s) for the rejection of any bid or a part thereof. No refund of cost of bid specification is claimable under any circumstances by any of the bidder All commercial terms & conditions shall be as per Instructions to bidders and GCC and its further amendment, if any The "Procuring Entity" shall mean the "Purchaser/work order awarding authority. No interest shall be payable on Bid Security and Performance security. The prices should be for destination.it will be inclusive of all type of taxes, GST, WCT & transportation charges etc. BID SECURITY: (a) The bid security is 2% of the estimated value of Bid. In case of Small Scale Industries of Rajasthan it shall be 0.5% of value of the quantity offered for supply and in case of sick industries, other than Small Scale Industries, whose cases are pending with Board of Industrial and Financial Reconstruction; it shall be 1% of the estimated value of bid. The Small Scale Industries of Rajasthan shall furnish notary attested copy of acknowledgement of EM-II from the concerned District Industries Centre along with an affidavit in prescribed format at Appendix-VII of specification to claim the above bid security. The sick industries, other than Small Scale Industries, whose cases are pending before the Board of Industrial and Financial Reconstruction (BIFR) shall furnish documentary evidence duly attested by Notary to claim the above bid security.

Upload: others

Post on 21-Mar-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

OFFICE OF THE SUPERINTENDING ENGINEER (T & C)RAJASTHAN RAJYA VIDHYUT PRASARAN NIGAM LTD., HANUMANGARH.

.' . 3.4.

5.6.7.

8.

NO.: RVPN/SE/T&CIHMH/F. Purchasel 2018-191 D. L-r..f, DATE: D~ /04 J ~ IF

. . NOTICE INVITING LIMITED BID NO:- O,.,~o'Q,-l ~NIB (Limited tender) are hereby invited from competent/experience firms/Contractors for execution of the work"Vacuuming and ~iltration of transformer oil of 100 MVA 220/132 KV transformer at 220 KV GSS Bhadra as permentioned /Enclosed terms & conditions ~

S.No. Events Date & Time Location

(i) Dateof taking Bid Documents 10.04.2018(10:00 AM ) to Office of the SE (T&C)RVPNSATIPURA,16.04.18 (06:00 PM) Hanumangarh-33S512

(ii) Deposit of Cost of Bid Specification, Upto Office of the SE (T&C)RVPNSATIPURA,ProcessingFee& BidSecurity 16.04.18 (04:00 PM) Hanumangarh-335512

(iv) Lastdate & time of submissionof bid 16.04.18 (06:00 PM) Office of the SE (T&C)RVPNSATIPURA,Hanumangarh-335512

(v) Opening of Bid 17.04.18 (11:00 AM)Office of the SE (T&C)RVPNSATIPURA,Hanumangarh-335512

(vi) Validity of Bid 90 Days(vii) Officer Inviting Bid SE(T&C),RVPNL,

HANUMANGARHDetails of works' -

BN. Name of work Approx. Bid Security Bid Completion

No. Value of (inRs.) specification Periodwork (Rs) cost (In Rs.)

1 Filtration of Transformer Oil along with Man 155660.00 3120.00 NIL 30 daysand Machine at 220 KV GSS Bhadra

TERMS AND CONDITIONS:

1. No conditional bids shall be accepted and will be rejected summarily forthwith.2. The Nigam reserves the right to cancel the bid at any time without assigning any reasons. The Nigam

does not bind him to accept the lowest or any bid or any part of the bid and shall not assign anyreason(s) for the rejection of any bid or a part thereof.No refund of cost of bid specification is claimable under any circumstances by any of the bidderAll commercial terms & conditions shall be as per Instructions to bidders and GCC and its further

amendment, if anyThe "Procuring Entity" shall mean the "Purchaser/work order awarding authority.No interest shall be payable on Bid Security and Performance security.The prices should be for destination.it will be inclusive of all type of taxes, GST, WCT & transportation

charges etc.BID SECURITY: (a) The bid security is 2% of the estimated value of Bid. In case of Small Scale Industriesof Rajasthan it shall be 0.5% of value of the quantity offered for supply and in case of sick industries,other than Small Scale Industries, whose cases are pending with Board of Industrial and FinancialReconstruction; it shall be 1% of the estimated value of bid.

The Small Scale Industries of Rajasthan shall furnish notary attested copy of acknowledgementof EM-II from the concerned District Industries Centre along with an affidavit in prescribed format atAppendix-VII of specification to claim the above bid security. The sick industries, other than Small ScaleIndustries, whose cases are pending before the Board of Industrial and Financial Reconstruction (BIFR)shall furnish documentary evidence duly attested by Notary to claim the above bid security.

In lieu of bid security, Departments' of the Rajasthan State Government and Undertakings,Corporations, Autonomous bodies, Registered Societies, Cooperative Societies which are owned orcontrolled or managed by the Rajasthan State Government and Government Undertakings of theCentral Government may furnish valid bid securing declaration in the prescribed format at Appendix-Iof specification. Every bidder, if not exempted, participating in the procurement process shall berequired to furnish the bid security as specified in the notice inviting bids.

(b) The bid security may be given in the form of banker"s cheque / demand draft /cash(c) The bidder shall furnish prescribed Bid Security by DD/ Banker.s cheque/cash payable in the nameof Accounts Officer (T&C), RVPN ltd., Hanumangarh payable at Hanumangarh up to stipulated date &time, and obtain a receipt / acknowledgement thereof. No other mode of deposit shall be accepted.

9. DOCUMENTS TO BEUPLOADEDWITH THE BIDa) Proof of depositing Bid Security receipt (DD/Banker"s Cheque) or a bid securing declaration (in

prescribed format at Appendix-I by Departments' of the Rajasthan State Government andUndertakings, Corporations, Autonomous bodies, Registered Societies, Cooperative Societies whichare owned or controlled or managed by the Rajasthan State Government and GovernmentUndertakings ofthe Central Government for exemption.

b) Power of Attorney duly attested by Notary for authorized signatory to sign the bid document.c) Copy of acknowledgement of EM-II (if registered under MSMED Act 2006 for the items/services

'covered under this bid) from the concerned District Industries Centre duly attested by notary alongwith an affidavit in prescribed format at Appendix-II.

d) Name & correspondence address of the bidder along with phone /Fax No. & e-mail addresse) Appendix-Ill-Compliance with the Code of Integrity and No Conflict of Interest.f) Appendix-IV- Declaration by the Bidder regarding Qualifications.g) Appendix-I- Format of Bid securing Declaration

10. BID FORMAT, SUBMISSION AND OPENING OF BIDS(a) The manually received bids will be opened in the office of the Superintending Engineer (T&C)

Hanumangarh on stipulated date & time in the presence of such bidders or their authorizedrepresentative, who choose to be present. The Purchaser does not permit submission of late bidsafter the due date & time.

(b) In case, the date fixed for opening of the bids be declared as a public holiday, the bids shall beopened on the next date on which office re-opens after such holiday(s).

11. VALIDITY OF OFFERS:Bids shall be valid for a minimum period of 90 days after the date of opening ofbids. Bids mentioning a shorter validity period than specified are likely to be ignored.

12. PRICES:a) The prices should be for destination.it will be inclusive of all type of taxes, GST,WCT &

transportation charges etc. Any change in the rates of taxes shall be Bourne by the contractor.13. The estimated rates are also inclusive of all types of taxes, GST,WCT and transportation charges etc.14. The successful bidder shall have to execute the contract documents/ agreement for the proper

fulfillment of the contract. He shall furnish such executed stamped agreement free of charge to thepurchaser

15. Any action on the part of the bidder to revise the rates/prices at his own instance after the opening ofthe bid may result in rejection of the bid and also debar him from submission of bids to the RVPN Ltd.at least for one year.

16. Rates should be quoted in sealed cover above/below in the schedule enclosed.17. The bidder shall be required to furnish copies of the work orders, of same nature, issued by the order

autho Mk-'-L18.

19. If the work is not completed within the specified time, penalty @ 0.5% per week and part thereof andmaximum @ 10%of work order value shall be imposed.

20. As the tender is limited, no tender specification cost will be taken.21. Tender should be opened on the Next day

in the presenceof the tenderer or their representative, who may wish to attend.22. The undersigned reserve the rights to reject any or all tender without assigningany reasons.23. The quantity of P.O. / W. O. maybe increase/ decreaseup to 20%asper requirement.24. 90 % payment shall be paid through RTGSby the AO (T&C),RVPN,Hanumangarh, after satisfactory

completion of work for which firm should produce the bill in triplicate in the name of consignee.Remaining 10%will be refunded after 06 months completion of work if found satisfactory.

25. This tender is also available on www.rvpn.co.in ,http://sppp.rajasthan.gov.in any extension of bidopening will be floated on website only

26. As per Nigam's Order No. RVPN/CAP(P&C)/AO(P&C-II)/GST/D.1449 dated 06.11.2017 bidder shall besubmitted a certificate asAppendix -VII ..\t~

Encl.:- As above.,I... Copy submitted I forwarded to the followings for information & necessaryaction please:

1. The Zonal Chief Engineer (T&C), RRVPNL,Jodhpur2. The Executive Engineer (T&C) RRVPNL,Hanumangarh.3. The Accounts Officer (T&C), Hanumangarh, to attend the opening of the tender.4. The Assistant Engineer (T&C) RRVPNL,Hanumangarh.5. Mis. A. P.Associate, Udaipur.6. Mis. Techno Associate, Udaipur.7. Mis. Archer Tec works, Udaipur.8. Notice Board.

~Superintending Engineer (T& C),

RRVPNLHanumangarh

~--Superintending Engineer (T & C),RRVPNLHanumangarh

------------------------------------------------------ -----

OFFICE OF THE ASSISTANT ENGINEER (T&C)RRVPNL HANUMANGARH"H" Schedule

NAME OF WORK:- VACCUMMING AND FILTERATION OF OIL ALONGHWITH MAN AND MACHINE FOR 220/132KV 100 MVA TRANSFORMER AT 220 KV KV GSSBHADRA

"I

Sr. No. Description Qty. Quoted Rate in Rs. Total amount

Vaccumming of transformer and1 filteration of oil alongwith man and

machine and filling oil in transformer

220/132 KV 100 MVA BHEL make(i) transformer with filtration machine 46000 LITER

having capacitvof 10000LPH

providing the tank of capacity (Aprox.20000 to 25000 liter by the

(ii) contractor on per day rent basis 01 Nos. for 10daysincluding loading/unloading andtransportation charges ,

TOTAL

<tJ \. ~~fV1..---Assistant Engineer (T&C)RVPNLHanumangarh

EX~~~C)RVPNLHanumangarhRVPNHMH

, .SCOPE OF WORK

1. The work of filtration of transformer oil along with Man and Machine is to be executed as per provision of thesespecification ofRVPN as detailed below:-

(i)

(ii)

~ (iii)

(iv)

(v)

(vi)(vii)

(viii)

(ix)(x)

(xi)

(xii)

The high vacuum filtration machine, having capacity 10000 LPH or more, fully automatic type, twostage, ultra high vacuum & oil flow meter with tantalizer, truck/trolley mounted along withoperators, BD value check machine (up to 100 KV), LT power cable (up to 25 meters, if requiredmore, the same shall be arranged by RVPN), pipes for filtration and vacuum, cleaning material suchas cloth, duster, jute, cotton waste soap etc. along with necessary T&P and assorted size offlanges/couplings shall be arrange by the contractor. 'The scope shall include the transportation of oil drums ( in case oil is supplied loose ) from thesubstation store up to the tank, filtration of oil in transformer as well as in separate tank as the casemay be and carrying out the vacuuming of transformer tank after equalizing the OLTC tank andmain tank if required. Circulating the oil through filtration plant till the required value of BDV andwater content as per ISS-335/1866 (with latest amendments )as the case may be, are achievedAfter processing the oil up to the required BDV value the same shall be filled up/top up in thetransformer tank, OLTC chamber & conservator up to the mark. Then again start the filtration forachieving the required values of BDV and Water content as per ISS-335/1866 (with latestamendments) as the case may be, in transformer tank. Thereafter air must be released from all airrelease points of transformer & then carrying out the atmo sealing operation of conservator &fitting the silica get breather. The temperature of the oil during filtration shall be maintained as perdirection of Work-In-Charge.The oil tank of capacity (Approx.) 20 to 25 KL shall be arranged by the contractor on per day rentbasis including transportation charges.Before starting the work, the oil sample will be drawn &the measurement ofBDV &Water contents(PPM) shall be measured.All the work related to filtration of oil shall be carried out as per the direction of Work-In-Charge.The contractor shall be fully responsible in case of occurrence of any accident fatal/non fatalcaused by his equipment or due to non-compliance of safety precautions. He shall also beresponsible for any wastage of oil occurred due to his negligence in handling the work.The contractor shall make every effort to minimize the wastage of oil. The maximum permitted .ceiling of wastage is 1%. The recovery on account of wastage of oil beyond the permissible limitsof 1% shall be affected at the store issue rates.Required electricity for the work shall be provided by RVPN free of cost.The permission to work for carrying out the filtration round the clock shall be arranged by the Work­In-Charge.The value of transformer oil after filtration shall be get checked from RVPN Oil testing lab atJodhpur, and if required the complete process of filtration be repeated till receiving satisfactoryresult from Lab.The contractor shall be fully responsible for completing all activities involved in work mentionedabove for the work(s) assigned to him. ~

. ~. V

II)C

APPENDIX-II

Format of Affidavit for MSME Unit.

(On non-judicial Stamp Paper of Rs.50/-attested by Notary Public/ First Class Magistrate)

I, Sk: Aged Year residing at

_____________ ProprietorlPartner/Director of M/s. do hereby solemnly affirm and declare that:

(a) My/Our above noted enterpriseMis. has been issued acknowledgement of Entrepreneurial Memorandum Part-II by theDistrict Industries Center, . The acknowledgement No. is dated and has been issued for manufacture of following items:

(i)

(ii)

(iii)

(iv)

"(b) My/our above noted acknowledgement of Entrepreneurial Memorandum Part-II has not been cancelled or withdrawn by the IndustriesDepartment and that the enterprise is regularly manufacturing the above Items.

I

(a) My/our enterprise is having all the requisite plant and machinery and is fully equipped to manufacture the above noted items.

(b) The Present status of the firm is as per acknowledgement of Entrepreneurial Memorandum Part-II issued on date by the DistrictIndustries Center, _

Place Signature of ProprietorlDirectorAuthorized Signatory with Stamp and date

VERIFICATION

~_' ,I, S/o Aged Year residing at, _

________ ProprietorlPartner/Director of M/s. verify and confirm that the contents at (a), (b),(c) &(d) above are true and

correct to the best of my knowledge and nothing has been concealed therein. So, help me God.

DEPONENT

APPENDIX-I

Bid-Securing Declaration

Date: _

Notice Inviting Bids No.: _

To: Superintending Engineer (T&C), RVPN Hanumangarh

We, the undersigned, declare that: We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration. Weaccept that we will automatically be suspended from being eligible for bidding in any contract with the Procuring Entity for the period of time of[Procuring Entity to indicate here the period of time for which the Procuring Entity will declare a Bidder ineligible to be awarded a Contract if theBid Securing Declaration is to be executed.] starting on the date that we receive a notification from the Procuring Entity that our Bid SecuringDeclaration is executed, if we are in breach of our obligation(s) under the bid conditions, because we:

a) Have withdrawn our Bid during the period of bid validity specified in the Form of Bid; or

b) having been notified of the acceptance of its Bid by the Procuring Entity during the period of bid validity, fail or refuse to execute the ContractForm, if required, fail or refuses to furnish the performance security, in accordance with the Instructions to Bidders (hereinafter "the ITB"),~ .

c) Have not accepted the correction of errors in accordance with the ITB, or

d) have breached a provision of the Code of Integrity specified in ITB; We understand this Bid-Securing Declaration shall expire if we are not thesuccessful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) thirty days after theexpiration of our Bid.

Signed: -:--------:----:-----c:----:----,-­[insert signature of person whose name and capacity are shown]

In the capacity of: ._--", ,.-'--,---___:_--,-,.----,----[insert legal capacity of person signing the Bid-Securing Declaration]

Name: __ ~---~--__,_____:_-~~~~-~~___:_­[insert complete name of person signing the Bid-Securing Declaration]

Duly authorized to sign the bid for and on behalf of: _[insert complete name of Bidder]

Dated on day of -, [insert date of signing]

'"'

Corporate Seal

'~1L

Appendix- III

Compliance with the Code of Integrity and No Conflict of Interest(I) Any person participating in procurement process shall-(a) Not offer any bribe, reward or gift or any material benefit either directly or indirectly in exchange for an unfair advantage in procurement processor to otherwise influence the procurement process;(b) Not misrepresent or omit information that misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation;(c) Not indulge in any collusion, bid rigging or anticompetitive behavior to impair the transparency, fairness and progress of the procurementprocess;(d) Not misuse any information shared between the procuring entity and the bidders with an intent to gain unfair advantage in the procurementprocess;(e) Not indulge in any coercion including impairing or harming or threatening to do the same, directly or indirectly, to any party or to its property toinfluence the procurement process;(f) Not obstruct any investigation or audit of a procurement process;(g) Disclose conflict of interest, if any; and(h) Disclose any previous transgressions with any entity in India or any other country during the last three years or any debarment by any otherprocuring entity.Conflict of interest.-The bidder participating in the bidding process must not have a Conflict of interestr~onflict of interest is considered to be a situation in which a party has interests that could improperly influence that party's performance of officialduties or responsibilities, contractual obligations, or compliance with applicable laws & regulations.A Bidder may be considered to be in conflict of interest with one or more parties in a bidding process if, including but not limited to:­(a) Have controlling partners/shareholders in common; or(b) Receive or have received any direct or indirect subsidy from any of them; or(c) Have the same legal representative for purposes of the bid; or(d) have.a relationship with each other, directly or through common third parties, that puts them in apposition to have access to information about orinfluence on the bid of another bidder, or influence the decisions of the procuring entity regarding bidding process; or(e) The bidder participates in more than one bid in the bidding process. Participation by a bidder in more than one bid will result in thedisqualification of all bids in which the bidder is involved. However, this does not limit the inclusion of the same sub-contractor, not otherwiseparticipating as a bidder, in more than one bid; or(f) The bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the goods, works orservices that are the subject of the bid; or(g) Bidder or any of its affiliates has been hired (or is proposed to be hired) by the procuring entity as engineer in-charge/consultant for the contract.

,-

, ,

APPENDIX-IV

Declaration by the Bidder regarding Qualifications

Declaration by the Bidder

In relation to my/our Bid submitted to for procurement of. ' .in response to their INotice Inviting Bids

No .. , dated , I/we hereby declare under Section 7 of Rajasthan Transparency in Public Procurement Act,2012, that:

I. I/we process the necessary professional, technical, financial and managerial resources an competence required by Biding Document issued by the

Procuring Entity;

2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified inthe Bidding Document;

3. IIwe are not insolvent, in receivership, bankrupt or being would up, not have my/our affairs administered by a court or a judicial officer, not have

my/our business activities suspended and not the subject of legal proceedings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not have, been convicted of any criminal offence related to my/our professional conduct or the

m¥ing of false statements or misrepresentations as to my/our qualifications to enter into a procurement contract within a period of three years

preceding the commencement of this procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

5. l/we do have a conflict of interest as specified in the Act, Rules and the Bidding Document, which materially affects fair competition;

~~~

~

Date:

Place:

Signature of bidder

Name: Designation: Address:

, .

APPENDlX-VGrievance Redressal during Procurement Process

The designation and address of the First Appellate Authority is Board of Directors, RRVPNL(I)Filing as a appealIf any bidder or prospective bidder is aggrieved that any decision, action or omission of the procuring entity is contravention to the provision of theAct or the Rules or the Guidelines issued there under, he may file an appeal to First Appellate Authority, as specified in the Bidding Document with aperiod of ten days from the date of such decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which hefeels aggrieved:Provided that after the declaration of a Bidder as successful the appeal may be filed only by a Bidder who has participated in procurementproceedings:Provided further that in case a Procuring Entity evaluates the Technical Bids before the opening of the financial bids, an appeal related to the matterof financial bids may be filed only a Bidder whose Technical Bid is found to be acceptable.(2)The officer to whom an appeal is filed under para (I) shall deal with the appeal as expeditiously as possible and shall endeavor to dispose it ofwithin thirty days from the date of appeal.(3)If the officer designated under para (I) fails to dispose of the appeal filed within the period specified in para (2), or if the Bidder or prospectivebidder or the Procuring Entity is aggrieved by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the ProcuringEntity, as the case may be, may file a second appeal to Second Appellate Authority specified in the Bidding Document in this behalf within fifteendays from the expiry of the period specified in para (2) or of the date of receipt of the order passed by the First Appellate Authority, as the case maybe. .

(4)Appeal not to lie in certain casesNo appeal shall lie against any decision of the Procuring Entity relating to the following matters namely:-a) Determination of need of procurement;b) Provisions limiting participation of Bidders in the Bid process;c) the decision of whether or not to enter into negotiations;d) Cancellation of procurement process;e) applicability of the provisions of confidentiality.(5) Form of Appeal.-(a) An appeal under sub-section (1) or (3) of shall be in the Annexed along with as many copies as there are respondents in the appeal.(b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying the facts stated in the appeal and proof of payment offee.(c) Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as the case may be, in person or through registeredpost or authorized representative.(6)Fee for filing appeal.-(a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be rupees ten thousand, which shall be non-refundable.(b) The fee shall be paid in the form of bank demand draft or banker's cheque of a Scheduled Bank payable in the name of the AccountsOfficer(T &C),RVPN, Hanumangarh(7).lrocedure for disposal of appeal.-(a~e First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of appeal, shall issue notice accompanied by copyof appeal, affidavit and documents, if any, to the respondents and fix date of hearing.(b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the case may be, shall,- (i) hear all the parties toappeal present before him; and (ii) peruse or inspect documents, relevant records or copies thereof relating to the matter.(c) After hearing the parties, perusal or inspection of documents and relevant records or copies thereof relating to the matter, the Appellate Authorityconcerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost.(d) The order passed under sub-rule (3) shall also be placed on the State Public Procurement Portal.

~ ~

V

• I

APPENDIX-VIMemorandum of Appeal under the Rajasthan Transparency in Public Procurement Act,2012

Appeal No of Before the (First I Second Appellate Authority)I. Particulars of appellant:(i) Name of the appellant:(ii) Official address, if any:(iii) Residential address:

2.Name and address of the respondent(s):(i)(ii)(iii)

3. Number and date of the order appealed .d~nst and name and designation of theofficer I authority who passed the order(enclose copy), or a statement of a decision,action or omission of the Procuring Entity incontravention to the provisions of theAct by which the appellant is aggrieved:

4. If the Appellant proposes to be representedby a representative, the name of and postaladdress of the representative:

5.Number of affidavits and documents enclosed with the appeal:

6. Grounds of appeal:

........................................................... (Supported by an affidavit)7. Prayer:

..Place .

Date .

Appellant's Signature

'.' ...

APPENDIX-VII

(i) C'~"d .J1h~f~l~~: ~~~..,..;..in; the ~ie 'Of "fOf tl}~Pw:p'$~>,"' ,

{lil Gtr.t~ne~,<tk~t_, i~_.i~.whi~h ~~l . ::~Gn.It;' '_"l;ee:n~ ,,~~~,ei.~I;A~t)QI~~~~~»l,jed~~n~~ tll~~:~lf~~~IJtrl' J~w:ii:n~'.thif $e

:~ha:Ii§f01~~.t~;~S' Q:I1I1ls~ i·~~~b;Wiei;GMeQt: lamiJl;tb~,l4lm~ki.N~.:lf.*~r~~~t ~~t ~l th~"~iel'_Q 'dllf~oo'i,r a~. tlil. ,61~~. ~eflld.O$ij~d%'to:~ d.ti)$iittQ . t~the ra~te<t~ti:~jj~,.MJ,I~ ~1U,mI t~f~spPnda.tor'" "llmlnt ,_T t~'~h~t~f~e~~;g~,lli~, ,by (}1~Law. ~ ~

~

EMD DEPOSITED VIDE A-9 No: Dated: _

To,

M/s .

RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITEDT&C, HANUMANGARH

ADDRESS:

SUPERINTENDING ENGINEER (T&C)

RI.- V.P.N.LTD., SATIPURA,

Hanumangarh.

SPECIFICATION NO. RVPN/SEIT&C IBID (2018-19)

Work Name:-

EARNEST MONEY Rs

TENDER COST Rs

DATE OF OPENING

VALIDITY OF OFFER 90 Days from the date of opening of the tender.

t~ lc,CLRC Orderfor FHum!ltiono}'Fr.Oil

Certifi.ed Company

RAJ4m:HAN itA,1Y~ ~Y1JT PRASAJUIi NIG:,M LIMI1~~l(UN. [AO.J{)/)M20ao.SGCOJ6484)

tRegd Office: Vl'tiyutBha>vtlJ1~.J:y@£f N>Qgar, ./aipur.O$)O:Fl~fCROF TLiE $UPERll~:TIJNUfNGENG.JNEER(S~J?CJ(M.1\I. Bullejil),gGlfRVPN, Back .side·of Old Power House Prem ises ,

Near Ram Mand:ir, Bani park, Ja;ipur-06)Tele hOll~lFAX NQ;01H-2:108924, e-Mail: so 55 C )~n.~o.in ..... J

No. RVPN/SE/:S:Spe/TK/A.I/TN-50~3/C1RCID. 7~ Dated l r;:' Lilt;

An1SO:9001

ORDER

Sllbj~r:- Appr()va{: of Rares in respect of Filtration of Ttansformer Oil atongwith Man &Machi.ne under Central Lai;lour Rare Contra.ct (CLRCj against iN-5023.<'

The followiflg ~ates .in respect ef Filrrarion €If Traqsformer Oil aJlDHgwI,thMan & Machineand for provtding the l'ank of capaeity (a;ppt@x) 20 to 25 KL by the contracior on per dayrent basis incllildin,_gtrilnS'.pqrtation al1tl,rges under Centra! Labour Rate Contract (Cl.RC) arehereby approved f()t all the areas l.e, JaipJlr, Jodhpur, Ajmer, Btkaner, Kota, Udaipurand Bharatpuz with [tn.mediate effect as .detailed hereunder.

(i) For Filtrati~onof fresh Oib,,,,,S. N~me'Ofth-e-w-o-t:-k-~-F.1N7:,-altl--e-of the firm who have gu()ted'''I"-r{at~~-'in- -INo lowest rates Rsl litre ~I. Filtration of Oil aIDllg\~it{1Man I'MIS-ShaKliputra Industr:ial Service;~J 1.2T~ I

and Machine Beawar !t-T Vacuuming of Transformer & -----I M.IS Sh.a.l<..' t:i:p.tllraIndustria] 1.21 /11 Filtra:tiG>n of Oil alongwilh Mlitn . Services, Beawar «: /

and Machine ,_____ _

@ F~r FUtratjonofoil ill s'et;"ic~·ha~il1rB~}V~alue <.3;5k:y:~'~ . ..~ =r:S, Name of the work . Name of the firm who have auoted I Rates In!No' I . .. m low~$t ra~es . . ,_ .J~s/ljll'~c._I. Filtration ?fOll aJongwith Mall ~.~ifS.Shaktiputra rhdustrial/, 1 21 .

and Mae·lufle i SerVIces, i1eawar .,__Vacuumiu'g OrTI':arls{ofm~.w&- . MIS· Sha,kfrputra Industrial .Filtration of Oil aWITyw-i1:h Man S~rvic'es, B:eawa:r //and Machine .

.l ,212.II(tii) For Filtration of oil h.1service baving BDV value >3SKV but ~SQKV~ .,_._. .. _,IS, Nameo(th~ ~votk Nameohho flnnwho have quoted iRate,," m It No . lowest rates . ~ .... :,__._f\~!_~iIr_~. 1 Filtration ofO!l alongwi'th 'Ma~ M/~ Shaktiputr:a Industrial .

.

11 . and Machine ~·'.·..·.".·!f..~·its~'i.·s~).~.S:a·~.LBt:·..•(•.ep.·.ttu.:Wt'r'.·aar1·A.•d'..!.s.tl.')'.a.'.I-:-' __ ._..................... I .:....),....~... ~-2. Vacuuming ofTi':iU1sfo:rrt,e;"&_ l"~ 'I, 1\ u ,. ,

1Filtration ofOH ai0rn.g'}YithMaIl SerVIces, Beawar I \ ._l

" 1and Maehine __ . . _

Note§:

I.. TlTi;sCi)~t~acr.shanb¢ ~?\!erned by tb'eTeclinic&i and comrneraia! provI$.tons men.tio.ned inr~e sp~eHficatl(lmas .d'er>,uJedbeJ~w for finaliZ:i11g Geritrp{ Labcur' Rate Canttaet (CLRC) forFiltratl'on of Tta:nsf~rnlerGil akmg'wi1th ~1!fl &: Machine tHtOet the Tender Sp.eciflcaficmNO.RVFN!~E{$~PC1T'K./'d!TN-5Q.23 ;_ ,.-'(i)1nstrl!lQti~ns to Te.l'IdCI"'f".. G .' I

'" " --.- jCctron- .(ii)General ConditiClns. at'Contract ---SeGljol1~JI(iii)l'eehni?3.! 8p'eO!ifi~ati!Qnfor FUtfa:tiQI'l of Traosfl!)rme:r all al(mg\?'!ith Mm; & Machine

--SectIon-IlIA(!v)Safety aspects &; instrUctions to be c:(}lnpli-ecl Wrtn during filtration of oil ~_Section.Hl8

2. This Centr.ar Ubour l~a-reContract (CLRC) for Fiftration of Ttansferrner Oil uhl;ngwithMan & Macltine $n&H be valid for a period of OUAr year from the date of lS$ve of tbisorder,

3. The work of filtratjon dhr,ansforrnc'I' oil aJollgwifu m~ ~ machine, in different areas <canbe got carried p·utby the eempetent al,rt:hot:ity as PC'fDOl' without call of tenders 01'1 therates applicabl'c fOf,tna:t ai<eaas iuentioned above.

4. While awa.rding the work; ~¥ the 'fie.ldofficers as per delegation of po:wcrs, preference begivci!l to MIS Shaktiputra Industria] S'e:rviees, Beawar (who have quoted the I.o\.¥cst rates)for Eiltration of TraLlsformer oil an~ for V-acuuJUing of Transformer & FUtratiQH of 011alongwlth Man and Machine and (Dr providing the Ta.nk of capacity (appl'ox} 2~ t(} 25.,I?'011per day rent basis including transportation charges and if the fin'VleXflresses hl~In'1bd.ltyto acc.e19tthe work dilen the work may ,be:(\war\ltd 1;0the other registered contractor haVIngadequate facUities a.Ad 'tueeting the qua'[1zyi'ng, r~quiremen:ts as specH'i\'!d in the TenderSpecifi~at:fc:m clause no.l.0J section-II "Instructions to Tend~rers" o,n the a.bove app!',ov,edrates and term'S"& C¬ llfl:didons,

5. The above rates are incJusive of 111¢omeTa';, Service Tax, Sales':T~x, 111su,rar~e(harg~s,Works Contract Taxes etc,.of wnate,ver mttUF£t fcviable as p~l1Eao:-re:-li'hvs. ~"...---:--

Page:2 0/3 .I

y scale means basic pay (mcludmg grade pay) /fixed remuneratIOnote: Actual ~oarding 1 aCCommodation charges of hospital rate shall be applicable but these

~~ges can no~be more than CGHS packages rates, indicated as above.msured tU.kesjtreatment in higher category other than his entitlement, the reimbursement of cost of

treatment wlllJ:ie made according to his category as prevalent in the hospital.

6.17 Pre existing di$ase of employee and his/her dependents (as per section 3.10) will be covered underthis scheme. :

6.18 . Medical examfuation of the RRVPNL Employee or any member of his family shall not be acondition for is~ue of Mediclaim Policy.

6.19 A female emplbyee can get the Mediclaim coverage either for her parents or Parents in law in casethey are dcpen~ent 011 her and their monthly income is less than Rs. 20001- and they are residingwith her generally,

6.20 The policy has lbeen issued to Rajastha.n Rajya Prasaran Nigam Ltd. It is requir~~ from they s~uldbrought into notice of all the newly recruited employees regarding terms & condition of the policy.It is. also ex.pE'.~tedthat every newly recruited employee must have gone through the terms &conditions oftl~ policy.This Policy is a~ailable at website: www.sipf.r2jasthan.gov.inHIGH CLAIMS RATIO LOADING (MALUS) , ,The total premium payable at the time of renewal of the Group P?l!cy wIll. be !odadeddat tthhe

! --, incurred I' t' fi r the entire group Insure un er efollowinz scale depending upon the incurre calms ra 10 0 .' I '"<:> ,i, ' ., 1 .eccding three completed years excluding I ie ) curGroup Mediclairn Insurance Policy Jor tie PI, I' G' i\1'li"him Policv has not been illI 'd' tl d 'e of renewal wncre the lOllP I cc '-. _immediate y prece mg Ie a. . , ' . .' d f leteel vears excluding the yearforce for the three completed years, slich shol'tn pello. S 0 C~l11Plt _ ,

ilnmediately nreceding the date ofrencwal will h,~takellll1 to accourl " j'lner' '- r 1I.1t ..I 11C l!!.r.£!.L~~h\j_6.!:!!.t.i.Q..!!.!I_(kLl!!£_!Q-.!!!llUl!!..!£r , ~25%

Between 70% and 100% 550/()Between 101%and 115% 'In",;,Between i20% and 150ry<, 12U~"Betwe"m. 15I% and I75'~I" 150%Between IH, and 200 Cover to be reviev/ed

Over 200% . I f the Policy dependingNote: I' ble to the PremIUm at renewa 0H ' 1 (~lal'rll loadinQ (~v1'alus)will be app lca I d ,1 H11 - ' "-' , 1 (. Group llsure . f the entireol1'-theincllr;;;:d cla.ims RatIO for t 1~ en ne .d plus claims outstanding in respect 0

I .' Id mean clamls palIncurred c.::!.lIn wou . 'he relevant period. . ,group insured urder the ~~~~~~~~~T EXTENSION: (Wherever ;~d~~~bl:; family per yearMATElli~ITYIEX.~E~1 able under this clause will be up to Rs. 5 d fRsP 300000 per familyThe max,imum ?e?~ It a ~J~ This amount is including sum-assure 0 ."restricted to two hvmg chi ren,

, . d' t three'per annum. d h' olicy are categonze III 0 .The MaV'mitv benefits un er t IS P I d- I' -v . Rs 10000/-~-, .. d rma e IveI... .I Maximum lImIt un er no delivery: . Rs. 20QOO/-II Maximum limit tmder cae~arean 1 d

" :i dehvery re ;lte 1III \13::i [l''.umhr.:lt un er., ~tI7i1), 50000 _complications (Includmg child care ~~'a

:tf :~l~l'1:

.. 'j;,•• ~.~

6,217

8

2

9.2

- -----~- -----

Entitlement cat (iCategory yefZO_ry or boardin2/accommodation in the Homital :_Pa Scale'" Enftl . E'

" 1 ement. in nhtlement in Maximum ceiling ofGovt, Hospital Approved Boarding/Accommodation

Private Hospital Charges as per CGHSA Rs. 25000/~ & Pack~e RatesDeluxe Private Ward Rs. 30001- per dayaboveB Rs. 14000/- Cott1ge Semi PrivateJ and about but Ward Rs. 2000/- per day

les~ than Rs.250001_

C IBelow Rs, General Ward General Ward Rs, 10001- per day14000/_• Pa

f

RRvrNJ.. policy 16·17

LLRC Order fi .Fit. '

L"91 "'1od lNd'n

6, fie rates are FIRM. ,~

Page 30f3