0% found this document useful (0 votes)
127 views

Tendernotice 1

The document is a notice inviting e-tender for the construction of a shed for two-wheeler parking at the administration building of RCF Thal. It provides important dates for the tender including the last date for downloading tender documents, submitting the e-tender, and opening the technical bid. It outlines the process for online bid submission and important contacts. The tender document includes 14 annexures providing details about the pre-qualification criteria, terms and conditions, GST requirements, modalities for e-tendering, HSE requirements, and other relevant information for bidders.

Uploaded by

Yogesh Shinde
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
127 views

Tendernotice 1

The document is a notice inviting e-tender for the construction of a shed for two-wheeler parking at the administration building of RCF Thal. It provides important dates for the tender including the last date for downloading tender documents, submitting the e-tender, and opening the technical bid. It outlines the process for online bid submission and important contacts. The tender document includes 14 annexures providing details about the pre-qualification criteria, terms and conditions, GST requirements, modalities for e-tendering, HSE requirements, and other relevant information for bidders.

Uploaded by

Yogesh Shinde
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 41

राष्ट्रीय केमिकल्स अँड फर्टि लाइज़सि मलमिटे ड

(भारत सरकार का उपक्रि)


Registered office: Priyadarshini, Eastern Express Highway, Sion, Mumbai-22.
Department: Civil Engineering [Factory] THAL UNIT.
THAL Unit Address: At Thal, Tal- Alibag Dist- Raigad, Maharashtra, 402208
CIN: L24110MH1978GOI020185
Fax No.: 02141-238091/238206
Phone: 02141-238057
E-mail: [email protected] Website: www.rcfltd.com

Notice inviting E-Tender for:

Name of work: Construction of shed for two wheeler parking for Administration building
at RCF Thal.

E-Tender ref. No.: TH/CVL/ADM/TW-PARK/2020 Dated: 07/08/2020

Important Dates

Last Date & Time for downloading of Tender documents : 21/08/2020 up to 10.30 hours.

Last Date & Time of Submission of e-Tender : 21/08/2020 up to 10.30 hours.

Date & Time of Opening of e-Tenders (Technical Bid) : 21/08/2020 at/after 14.30 hours.

Website for Online bid submission: https://eprocure.gov.in

KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED


AGAINST THIS TENDER
Contacts:
1. RCF Helpline Number: 022-25522760 (10.00 a.m. to 5.00 p.m.)
2. RCF THAL CIVIL DEPTT.: (Tel:02141-238057), e-mail: [email protected]

“BIDDERS SHALL ENSURE THAT ALL DOCUMENTS RELATED TO PRE-QUALIFICATION (TECHNICAL OR


COMMERCIAL) ARE SUBMITTED AT THE FIRST INSTANCE ALONG WITH THE ORIGINAL BIDS.”

TH/CVL/ADM/TW-PARK/ADM/2020 1|P age


THIS TENDER DOCUMENT CONTAINS:

Sr. No. Documents Item details Pages

1 NIT Instruction For Bidders 3-5

2 ANNEX – I Format – Process Compliance Form 6

3 ANNEX – II Format – Pre-qualification Details 7-8

4 ANNEX – III Bid Abstract – Terms & Conditions and Deviation sheet 9-10

5 ANNEX – IV Details regarding GST 11

6 ANNEX – V Modalities for e-Tendering & Special Instructions 12-19

7 ANNEX – VI Format for Solvency Certificate 17

8 ANNEX – VII Notice Inviting Bid General Terms & Conditions (GTCC) 18-25

9 ANNEX – VIII Format for Security Deposit cum Performance Bank Guarantee 26-27

10 ANNEX – IX RCF approved Banker’s list 28

11 ANNEX – X RCF Vendor data up-dation form 29-30

12 ANNEX – XI HSE requirement 31-35

13 ANNEX – XII Disciplinary Measures 36-37

14 ANNEX – XIII Tax Compliance related to GST 38-39

15 ANNEX – XIV Un-priced Bid 40-41

TH/CVL/ADM/TW-PARK/ADM/2020 2|P age


NOTICE INVITING E-TENDER (NIT)
Ref. No.: TH/CVL/ADM/TW-PARK/2020
INSTRUCTIONS FOR BIDDERS

This is a Notice Inviting Tender (NIT) for the job of “Construction of shed for two wheeler parking
for Administration building at RCF Thal” from contractors meeting the PQ criteria as specified in
the tender documents.
1.01 Item Description & Quantity:
Details about various items along with tentative quantities are given in Schedule of rates
attached with the tender document. The detail description of each item is to be followed as
directed by Engineer in Charge of M/s. RCF Ltd.
1.02 Completion period: The completion period shall be Two and half months from the date of
handing over of site. The tender documents and the letter of acceptance shall constitute the
contract pending execution of a stamped agreement. All costs, charges and expenses incurred in
connection with the finalization and preparation of the contract agreement including stamp duty
shall be paid by the contractor. Validity of the contract shall be one year from the date of issue of
LOI/Work order.
The tenderer’s shall note that the time of completion is the essence of the contract and all works
shall be completed in all respect within the specified period mentioned in the work order and no
excuses for delay shall be entertained.

1.03 EARNEST MONEY DEPOSIT (EMD): for Rs.20,000/- is to be deposited as per following
instructions, EMD other than ONLINE DEPOSIT shall not be considered:
ONLINE DEPOSIT: EMD to be deposited online in RCF’s account through payment gateway
available on our website at www.rcfltd.com under ‘Portals’  ‘EMD Payment’ (“Click here” for
EMD payment). Submit the acknowledgement/receipt of online EMD Payment along with your
offer. For any help refer to Help Menu which is available on LOG IN or SIGN UP screen. For any
help, please contact on helpline numbers mentioned in the NIT.

If exempted from submission of EMD, then upload a valid certificate issued by ‘National Small
Scale Industries Corporation (NSIC) or Udyog Aadhar Memorandum or any other body specified
by the ministry of MSME. The offer shall be rejected in absence of EMD. Please ensure ONLINE
DEPOSIT of EMD before tender opening date & time. If EMD payment is not received before
tender opening, your bid shall be rejected.

Please upload scanned copy of acknowledgement/receipt of online EMD Payment in Packet-1 of


part-I. The validity period for the Earnest Money Deposit shall be 120 days from the date of
opening of the tender. Earnest Money Deposit will not carry any interest. EMD deposited by the
unsuccessful tenderer will be refunded after acceptance of letter of intent/Work Order.

1.04 e-Tendering Procedure: The tendering shall be carried out through submission of online
tenders only. No offer in physical form will be accepted and any such offer if received by RCF will
be outright rejected. Tender documents can be downloaded from our website
www.rcfltd.com or website of CPPP https://eprocure.gov.in. Bids are to be submitted on
website https://eprocure.gov.in.
Note: Terms & conditions/price clause mentioned below shall over ride the
respective term of the General Terms & Conditions (Annexure- VI)

TH/CVL/ADM/TW-PARK/ADM/2020 3|P age


The bidders should have a valid digital signature certificate (Class-II or Class-III) issued
by any of the valid Certifying Authorities to participate in the online tender.

The bids shall be uploaded in 2 (Two) Bid System {Part-I: Techno-Commercial Bid and Part-
II: Price Bid} in electronic form only through e-tendering system on www.eprocure.gov.in
website.

A. Bids should be submitted as per following instructions only:


1. PART-I: TECHNO-COMMERCIAL BID: i.e. Un-priced Bid should contain following:-
Packet-1: Scanned copy of acknowledgement/receipt of online EMD Payment OR
Scanned copy of valid relevant NSIC/Udyog Aadhar Memorandum/MSME certificate
for submission of EMD.
Packet-2: Scanned copy of “Process compliance form” (Annexure-I) printed on bidder’s
letter head with duly signed by appropriate authority.
Packet-3: Scanned copy of “Pre-qualification Details” (Annexure-II).
Packet-4: Scanned copy of self-attested supporting documents against pre-qualification
criteria (Annexure-II) (i.e. Work Order copies with BOQ/scope/drawings of work and work
completion certificates, Annual turnover certificate issued by C.A. OR Profit & Loss
statements/Balance sheets certified by C.A. along with ITR acknowledgement, Bank solvency
certificate OR Credit ratings from reputed institutions such as CRISIL/ICRA etc. OR
Financial/Credit limits from banks as on date, PAN No., G.S.T. registration, P.F. registration,
ESIC registration etc. as applicable)
Packet-5: Scanned copy of duly filled “Bid Abstract for Terms and Conditions” (Annexure-
III).
Packet-6: Scanned copy of duly filled “Details regarding GST mentioning applicable GST
for each line item of BOQ along with HSN/SAC code no.” (Annexure-IV). If applicable %
GST is not submitted by bidder, same will be considered as 18% for offer consideration.
Note: e-Procurement system does not allow submission of documents after due date of tender.
Incomplete form or non-submission of documents to verify details may results into rejection of
your offer and no communication shall be done for submission of documents.

2. PART-II: PRICED BID


Price Bid i.e. BOQ given with tender to be uploaded after filling all relevant information like
Basic Prices etc. The priced BOQ should be uploaded strictly as per the format available with
the tender failing which the offer is liable for rejection (renaming or changing format of BOQ
sheet (file) will not be accepted by system)
Kindly quote your offer on blank fields in uploaded BOQ sheet. Please note that lowest bidder
(L1) will be decided based on the evaluated amount after considering all taxes & set-offs as
applicable.
Vendor should quote prices in BOQ only, offers indicating rates anywhere else
(scanned documents in Part-I) shall be liable for rejection.

TH/CVL/ADM/TW-PARK/ADM/2020 4|P age


B. OTHER IMPORTANT DOCUMENTS:
Documents required for verification of details submitted in Prequalification Criteria (Annex-II) to
be submitted in your ‘My Space’ option as per instructions given below. Bidders can take help
from RCF’s e-Procurement Helpdesk (022-25522760) in uploading of documents.
1. Annual Turnover Certificate: Scanned copy of Annual Turnover Certificate issued by
your Charted Accountant for prescribed financial period (last three financial years in single
certificate) to be uploaded in ‘Annual Turnover Certificate issued by C.A.’ folder under
financial details of My Space documents OR submit P&L statements/Balance sheets
certified by C.A. along with ITR acknowledgements of years in Balance sheet folders of
each year as mentioned in NIT.
2. Financial Soundness: A) Scanned copy of Solvency Certificate as per Criteria-3 of
pre-qualification (Annexure-II) to be uploaded in “Access of Credit Facility by Banker”
folder under Financial details of My Space documents OR B) Credit ratings from reputed
institutions such as CRISIL/ICRA etc. as per Criteria-3 of pre-qualification (Annexure-II)
OR C) Financial/Credit limits from banks as on date as per Criteria-3 of pre-
qualification (Annexure-II).
3. Work Orders: Scanned copy of successfully executed Work Order copies with completion
certificates as per details mentioned in Pre-qualification Criteria-1 (Annexure-II) to be
uploaded in Purchase Order-1/2/3 under my space documents.
4. Banker Details: Scanned copy of duly filled “Vendor data up-dation form” & scanned
cheque to be uploaded in ‘Banker Details’ folder of My Space documents, this information
is essential for payment transactions.
5. Miscellaneous Docs: Please submit scanned copy of ‘PAN Card, Provident Fund
Registration document (P.F. No.), ESIC No., G.S.T. Registration Certificate, Service
Accounting Code (SAC), HSN (Harmonized System of Nomenclature) code, Company
Registration Certificate etc. as applicable. Please upload each scanned certificate in
respective folder under ‘Certificate details’ of My Space Documents.
1.05 Taxes & Duties: As per “Instruction for Price bid- BOQ submission”.
1.06 Statutory Variation Clause: Any variation in statutory levies/taxes within the contract period
shall be to RCF’s account and beyond contract period to contractors account.

TH/CVL/ADM/TW-PARK/ADM/2020 5|P age


ANNEXURE- I
Process Compliance Form
(Tenderers are required to print this on their company’s letter head and sign, stamp before uploading in Packet-2 of Part-I bid)

To,
M/s. RCF Ltd.

Attention: C.M. (Civil)

Sub: Acceptance to the Process related Terms and Conditions for the e-Tendering.

Dear Sir,
This has reference to the Terms & Conditions for e-Tendering mentioned in the NIT No.:
TH/CVL/ADM/TW-PARK/2020

We hereby confirm the following –


1) The undersigned is authorized representative of the company.
2) We have carefully gone through the NIT, Tender Documents and the Rules governing the e-tendering as
well as this document.
3) We will honor the Bid submitted by us during the e-tendering.
4) We give undertaking that if any mistake occurs while submitting the bid from our side, we will honor the
same.
5) We are aware that if RCF has to carry out e-tender again due to our mistake, RCF has the right to
disqualify us for this tender.
6) We confirm that RCF shall not be liable & responsible in any manner whatsoever for my/our failure to
access & submit offer on the e-tendering site due to loss of internet connectivity, electricity failure, virus
attack, problems with the PC, digital signature certificate or any other unforeseen circumstances etc.
7) We agree and confirm that we have read, understood and accept the special instructions to the
contractors/bidders for the e-submission of the bids online through this e-Procurement portal of CPPP as
displayed under help for contractors.
8) We do authorize RCF LTD for seeking information/clarification from our/my bankers having reference in
this bid.
9) We hereby confirm that if any of the documents submitted by us are not as per the tender documents,
then the bid shall be rejected.

With regards,

Signature with company seal


Name –
Company / Organization –
Designation within Company / Organization –
E-mail Id:
Tel no.:
Mobile no. :

TH/CVL/ADM/TW-PARK/ADM/2020 6|P age


Pre-qualification Details (to be submitted in packet 3 of part-I) ANNEXURE- II

(NOTE: Please fill the details in front of each criteria mentioned below and upload this Annexure in packet 3 of part-
I). Please upload signed & stamped copies of supporting documents in packet 4 of part-I. Incomplete form or non-
submission of documents to verify details may results into rejection of your offer, no communication shall be done
for submission of documents)

NAME OF THE BIDDER:


……………………………………………………………………………………………………….
Sr. Pre-qualification Criteria for tender ref no.: TH/CVL/ADM/TW-PARK/2020
Experience of having successfully completed similar works i.e. “Civil works including structural
steel works” during last seven years ending 31st July 2020 satisfy minimum one criteria mentioned
below:
a. Criteria 1: Three completed works each costing not less than Rs.4.64 Lakhs
b: Criteria 2: Two completed works each costing not less than Rs.5.80 Lakhs
c. Criteria 3: One completed work costing not less than Rs.9.27 Lakhs

(Fill details as per any one criteria mentioned above i.e. a or b or c and submit W.O. copies, Scope/BOQ/Drawings of work &
Work Completion certificates issued by client in packet-4 for verification)
 All values mentioned above are to be compared with total gross work done value of work experience/work
orders.
 In case, Bidder submits the work order(s) issued by Private Limited, Partnership or Proprietary firms, then
1 the Bidder shall also submit the TDS certificate(s). In case the TDS certificate is not available, the bidder
must submit the proof of payment received.
 Only completed work orders shall be considered for tender evaluation. Work orders which are partly
completed / those whose tenure is not completed on 31st July 2020 shall not be considered for technical
pre-qualification.
Sr. W.O. No. & Date WO/PO Value (Rs.) Name of Customer

Turnover during last three financial years ending 31st March 2019 (Required minimum Avg.
Turnover of Rs.3.48 Lakhs)
(Please submit Turnover Certificate issued by your C.A. (mentioning bidder’s PAN and address) for following
Financial years in packet-4 for verification OR submit P & L statements/Balance sheet certified by C.A. along
with ITR acknowledgements of following Financial years in Balance sheet folders of each year.
Sr. Financial Year Amount (Rs.)

1 2016-17
2
2 2017-18

3 2018-19

Average Turnover for 3 years =

SIGNATURE WITH STAMP OF TENDERER

TH/CVL/ADM/TW-PARK/ADM/2020 7|P age


(NOTE: Please fill the details in front of each criteria mentioned below and upload this Annexure in packet-3 of
part-I). Please upload signed & stamped copies of supporting documents in packet-4 of part-I. Incomplete form or
non-submission of documents to verify details may results into rejection of your offer, no communication shall be
done for submission of documents)

NAME OF THE BIDDER: ……………………………………………………………………………………………………….

Pre-qualification Criteria for tender ref. no.:


Sr.
TH/CVL/ADM/TW-PARK/2020

A) Bank Solvency Certificate


(Minimum Rs.4.64 lakhs) of Name of Bank:
nationalized/scheduled bank (mentioning Certificate date:
bidder’s address) issued within last one
Solvency Value:
year from the scheduled date of
3 submission of bid OR
B) Credit ratings from reputed institutions
such as CRISIL/ICRA etc. OR
C) Financial/Credit limits from banks as
on date.

Provident Fund Registration No: (PF No):


P.F. No. is in the Name of:
4 Address of Firm as per PF no:

GST Registration No : (GST No):


GST No is in the Name of:
5 Address of Firm as per GST no:

ESIC Registration No: (E.S.I.C. No):

6 E.S.I.C. No. is in the Name of:


Address of Firm as per ESIC no:

PAN No.:

7 PAN No is in the Name of:


Address of Firm as per PAN no:

SIGNATURE WITH STAMP OF TENDERER

TH/CVL/ADM/TW-PARK/ADM/2020 8|P age


ANNEXURE-III
Tender ref no.: TH/CVL/ADM/TW-PARK/2020
BID ABSTRACT FOR TERMS & CONDITIONS
(KINDLY FILL THIS SHEET AND SUBMIT IN PACKET-5 OF PART-I)
BIDDER’S NAME:
NOTE: Please note that any blank field left in the preceding confirmation box will be treated as Agreed only for
offer consideration.
BIDDER CONFIRMATION
NO. DESCRIPTION (Please put √ in front of your
confirmation)
Agreed
1 VALIDITY PERIOD OF CONTRACT: One year from the date of issue of LOI/Work order.
Disagreed
DEFECT LIABILITY PERIOD (WARRANTY PERIOD): 12 (twelve) months from the date of Agreed
2 handing over the work to Engineer after satisfactory execution of work in opinion of Engineer.
Disagreed

MUTUALLY AGREED DAMAGES (M.A.D.) CLAUSE: As mentioned in NIT, subject to Agreed


3 maximum of 10% of the basic contract value of the work.
Disagreed

SECURITY DEPOSIT AND PERFORMANCE GUARANTEE CLAUSE: As per clause no 15.0 Agreed
4 and 16.0 of General terms & Conditions of contract.
Disagreed
Agreed
5 FIRM PRICE: Price shall remain firm throughout contract period.
Disagreed
Agreed
6 COMPLETION PERIOD: AS PER NIT CLAUSE NO. 1.02 (REFER PAGE-3).
Disagreed
Agreed
7 BID VALIDITY: 120 days after the date of opening of technical bid.
Disagreed
Agreed
8 HSE ANNEXURE: Annexure-XI of NIT.
Disagreed
Agreed
9 DESCIPLINARY MEASURES: Annexure-XII of NIT.
Disagreed
CLAUSES RELATED TO GST: Declaration from vendor for Tax compliance related to GST Agreed
10 (Annexure-XIII of NIT). Disagreed
Agreed
STATUTORY VARIATIONS: All statutory variations during contract period shall be to RCF’s
11 account and beyond contract period to your account. Disagreed
Acceptance of all terms and conditions of NIT along with GTCC.
12 (IF DISAGREED, PLEASE ATTACH DEVIATION SHEET (FORMAT GIVEN), TO THIS PACKET i.e. Agreed
PACKET 5) Disagreed

WHETHER THE PARTY IS REGISTERED UNDER MICRO/SMALL/MEDIUM ENTERPRISES ACT 2006 Yes
13 (IF YES, PLEASE FURNISH THE PROOF)
No

WHETHER THE PROPRIETOR OF “MSME” ENTERPRISE IS FROM SC/ST CATEGORY Yes


14 (IF YES, PLEASE ATTACH CAST CERTIFICATE ISSUED BY COMPETANT AUTHORITY)
No
Whether your company is kept on holiday, Delisted or blacklisted by ANY GOVERNMENT
15 DEPARTMENT/ FINANCIAL INSTITUTION/ COURT OF LAW/OTHER CENTRAL OR STATE LEVEL Yes
PSU’s. If yes then kindly furnish details_____________________________________ No

16 Whether HSN Code and GST Percentage mentioned in Annexure IV. Yes
No

SIGNATURE WITH STAMP OF TENDERER

TH/CVL/ADM/TW-PARK/ADM/2020 9|P age


Format of Deviations sheet
For tender ref no.: TH/CVL/ADM/TW-PARK/2020
(Deviations from Terms & Conditions of this Bid document)
Note: Deviation sheet to be submitted if disagreed to terms and conditions
(KINDLY FILL THIS SHEET AND SUBMIT IN PACKET-5 OF PART-I i.e. WITH ANNEXURE-III)

Note: The bidders who are accepting all the terms & conditions of the Bid document shall clearly
mention “No deviation” in the tabular form below. Please note that any blank field left in the preceding
sheet will be treated as “No deviation” for offer consideration.

(If considered imperative & unavoidable, then only the bidder should stipulate here the deviations to
Terms & Conditions of the Bid. The deviation which shall be not acceptable to RCF shall be
considered substantial deviations & non responsive bid & shall be rejected by RCF without assigning
any clarification. The deviations indicated elsewhere in the offer shall be considered null & void.)

Bid Document Deviation to clause Reasons for deviation

SEAL & SIGNATURE OF THE TENDERER

TH/CVL/ADM/TW-PARK/ADM/2020 10 | P a g e
ANNEXURE-IV

Details regarding GST

Bidder shall submit following details as per applicability:

1. GST registration Number (15-digit GSTIN):

2. Separate GST registration number for each business in the same state:

3. State wise GST registration Number (having different business in different state):

4. Undertaking / indemnification for not liable for GST registration:

5. Declaration for composition scheme under GST indicating GST registration number:

6. HSN (Harmonized System of Nomenclature) code for good being supplied by vendor for each enquiry
being floated each and every line item.

7. Service Accounting Code (SAC) of classification of Services under GST for each and every line item for
which enquiry is being floated.

8. GST applicable for each and every line item for subject work is as follows:

Sr. No. Item Description as per BOQ HSN/SAC Code No. Applicable GST (%)
1)
SGST = %

CGST = %

OR

IGST = %

OR

UTGST = %
OR
UNREGISTERED
2)

3)

Up to
all
items
of BOQ
TH/CVL/ADM/TW-PARK/ADM/2020 11 | P a g e
ANNEXURE-V
A. Modalities & Special instructions for e-Tendering:
The following steps noted below shall be the general methodology for carrying out the process of
procurement through the route of e-tendering:

1. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the
valid Certifying Authority approved by Government of India for participation in e-Tendering event at
the time of submission of offer. The cost of digital signature will be borne by respective tenderer.
2. Offer against the NIT has to be submitted online on e-Tender website mentioned in the NIT with
valid digital signature certificate. The bidders shall be required to submit their offers in 2 separate
parts- (a) ‘Technical & Un-priced Commercial Bid’ and (b) ‘Price Bid’.
3. Submission of on-line Bids/Offers electronically against E-tendering: All interested bidders
are requested to register themselves on www.eprocure.gov.in with their digital signature certificate
with the user ID for participation in the tender. Kindly refer bidders manual kit available on
bidders section on above mentioned website for details procedure for bid submission or Bidders can
take help of our Helpdesk Center (022-2552 2760) for registration and bid submission procedures.
4. The Un-priced Technical Bids and Price Bid have to be submitted online only. However, documents
which necessarily have to be submitted in originals like EMD instrument if applicable have to be
submitted offline.
5. It is advised that the bidder uploads small sized documents (preferably up to 5 MB) at a time to
facilitate in easy uploading into e-tendering site. Standard documents required for tenders can be
uploaded in ‘My space’ facility in your account.
6. The Part-1 of the online offer, EMD if applicable, Pre-qualification details & Technical Bid, shall be
opened as per the date and time mentioned in the NIT.
7. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial
acceptability including the pre-qualification criteria. The offers not fulfilling these criteria as per the
NIT shall be rejected outright.
8. The offer which meets the NIT requirements, technically (including pre-qualification criteria) and
commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of all
techno-commercially acceptable tenderers shall be at par.
9. Price bids shall be opened of participants who fulfill the pre-qualification criteria and techno-
commercial requirement of NIT. The offers will be evaluated as per the evaluation procedure given
in BOQ (Price Bid sheet). Please read instructions given below before submission of Price Bid i.e.
BOQ (spread sheet).

B. INSTRUCTION FOR PRICE BID – (BOQ) SUBMISSION


Please read following instructions before filling & submission of BOQ sheet.
1. Please note that e-procurement system accepts Microsoft Excel 97-2003 format only, any
modification in file format or changing name of file will results into non-acceptance of your offer by
e-Procurement System.
2. Kindly fill data in fields of ‘BOQ Sheet’ as per following Instruction only:
Bidders Name: Kindly put complete name of bidding firm/company

TH/CVL/ADM/TW-PARK/ADM/2020 12 | P a g e
Select Excess/Less: Kindly put excess or less correctly and check the value at end of the BOQ
sheet. No claims can be made due to wrong entry. Kindly verifying the amount of quote submitted by
you before saving this BOQ sheet.
Percentage Price: Kindly put valid numeric value as percentage without any +/- sign or % sign so
the proper entry in BOQ can be made. Kindly check the quoted value of work to confirm your offer.
Taxes & Duties: Rates mentioned in the BOQ are excluding GST. All the duties, octroi, customs
duty of any kind, fees etc. pertaining to this contract shall be entirely borne by the Contractor. The
Contractor shall submit the tax invoice/ Bill showing tax elements separately. Income Tax shall be
deducted at source from Contractor’s bill as per Government rules.
G.S.T. shall be payable extra as per the tax rates along with HSN/SAC code mentioned in
unpriced bids by respective parties.

3. Please note that lowest bidder (L1) will be decided based on the evaluated amount
after considering all taxes & set-offs as applicable.
4. Please save your BOQ sheet (Price bid) without changing name and format and upload
this completed BOQ sheet in Finance Envelope (Part-II).
5. For any queries and help please contact RCF Helpdesk Number-022-25522760 or contacts given on
first page of Tender documents.
C. Benefits to Micro and Small Enterprises:
Micro and Small Enterprises shall be entitled for benefits, subject to terms and conditions, as under:
a) Qualifying Criteria for MSEs, SC/ST vendors, Women owned MSE’s :
i. MSE bidders must submit registration certificates from any of the following (or any other
body specified by the Ministry of MSME):
 National Small Industries Corporation (NSIC)
 District Industries Centres (DIC)
 Coir Board
 Khadi and Village Industries Commission(KVIC)
 Khadi and Village Industries Board(KVIB)
 Directorate of Handicrafts and Handloom
 Aadhar Udyog Memorandum
ii. SC/ST owned enterprises ( i.e. SC/ST proprietorship, or holding minimum 51% shares in case of
Partnership/Private Limited Companies) shall additionally submit relevant SC/ST certificates
issued by any of the following:
 District/Additional District Magistrate /Collector/Deputy Commissioner/ Additional
Deputy Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/Sub-
divisional Magistrate / Taluka Magistrate / Executive Magistrate/ Extra Assistant
Commissioner
 Chief Presidency magistrate / Additional Chief Presidency magistrate / Presidency
magistrate
 Revenue Officer not below the rank of Tehsildar
 Sub-divisional Officer of the area where the individual and/or his family normally
resides

TH/CVL/ADM/TW-PARK/ADM/2020 13 | P a g e
iii. Women owned MSEs (i.e. Woman proprietorship, or holding minimum 51% shares in case of
Partnership/Private Limited Companies) bidders must additionally submit certificate from any of
the following:
 Aadhar Udyog Memorandum
 National Small Industries Corporation (NSIC)
 Certificate /document mentioning women as owner of MSE
iv. The registration shall be valid as on date of placement of order. A self- attested photocopy of the
relevant certificate shall be submitted as a support document.
v. The registration must be for the items/category of items /services relevant to the tendered
items/category of items/services.

(b) Purchase Preference for MSE: Not Applicable due to Works Contract.
i. For Non Divisible tender: If it is observe that the L1 bidder is a Non- MSE bidder and that there is
a MSE bidder (Who is not L1) who has quoted within a price band of L1 + 15%, The Complete job
shall be awarded to such an MSE who is within the price band of L1 + 15%, subject to such MSE
bringing down their price to match the L1 price.
(I) In case There are more than one MSE bidder within the L1 + 15 %, The L1 price shall be offered to
that MSE, who has quoted lowest among the MSE bidders and in case they decline to match their price
to L1, It shall be offered to the subsequent MSE bidder (if any) in L1 + 15% band.
(II) In case the lowest quantity MSE bidder has not quoted within L1 + 15 % band such an offer would
not be made for matching of Price and the original L1 bidder shall be awarded the complete job.

In support of the bidder being a MSE the Udyog Aadhar Memorandum (UAM No.) shall be
submitted, in absence of which the Purchase Preference for above shall not be considered.

ii. For Divisible tender: In tenders, where the L1 (evaluated price) bidder is a non-MSE, up to 25% of
the tendered quantity shall be allowed to be supplied by participating MSEs provided that the tendered
quantity is divisible into two or more orders and adequate for the purpose; all qualifying bidders have
agreed for acceptance of part-order quantity and participating MSE matches the L1rate.
A share of 20% out of this 25% shall be allowed to be supplied by participating MSEs owned by
Scheduled Cast/Scheduled Tribe entrepreneurs. In the case of an SC/ST owned MSE failing to participate
in the tender or not meeting the tender requirements, this 20% sub-target shall be met by other
participating MSEs. 3% from within the 25% target shall procurement from MSEs owned by women.
The above shall be subject to that the participating MSE (including SC/ST) bidders shall have quoted a
price within +15% of the L1 bid price and further that they shall agree to match their quoted price with
the L1 price.

In case that two or more MSEs are within the L1 +15% band, all such MSEs will be offered the
opportunity to match the L1 rate and 20% of the order will be shared equally by them.

Where the MSE is SC/ST owned, they shall be exclusively awarded a share of 20% of the above 25% in
addition to equally sharing the balance 5% with other non-SC/ST MSEs.

In case of more than one SC/ST MSE matching the L1 price, they shall equally share 20% of the order,
and additionally share the balance 5% with other non-SC/ST MSE bidders.

TH/CVL/ADM/TW-PARK/ADM/2020 14 | P a g e
(c) Exemption from Earnest Money Deposit (EMD)/ Tender cost for MSE:
i) Tenders shall be provided free of cost and tender documents are downloadable from the
websites of RCF (http://www.rcfltd.com) and the Central Public Procurement (CPP) Portal
(http://www.eprocure.gov.in/epublish/app) or can be obtained from the Office of Dy. General
Manager (Civil).
ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.
iii) No exemption shall be allowed for the submission of Security Deposit / Performance Bank
Guarantee, if applicable in the particular tender.
iv) However, any amendments in the MSE policy which may be issued subsequently shall be
applicable.

Note:
i) Bidders shall declare the Udyog Aadhar Memorandum (UAM) number on Central Public
Procurement Portal (CPPP). Bidders fail to submit the UAM number on CPPP shall not be able to
avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs order,
2012 issued by MSME.
ii) The above benefits shall be allowed to only manufacturing Micro and Small Enterprises and not
to traders / agents for supply of material/stores. This includes the procurement of items from the
list of specifically reserved 358 items for MSE as per the Policy.
iii) Bidders registered under the “services” category shall not be considered for supply of
material/stores.

D. Trade Receivables e-Discounting System (TReDS):


As an initiative of Government of India & RBI towards Make in India, Skill India & Financial Inclusion,
to provide a platform for bill discounting for MSME vendors, Rashtriya Chemicals and Fertilizers
Limited (RCF) has entered into an association / agreement with following 3 (three) financial institutions :
1. Receivables Exchange of India (RXIL), which is a joint-venture between National Stock
Exchange and SIDBI;
2. A Treds, a joint-venture between Axis Bank and Mjunction Services; and
3. Mynd Solution which runs M1 Exchange
Contact details are given below:

Name of
Exchange Contact Name Contact No. Email-id
RXIL Mandar Hukeri 9819611681 [email protected]

A Treds Ms. Deepa Rath 9980771532 [email protected];


Mr. Hitesh Popli 9930061225 [email protected]
M1 Exchange Jacob Raphael V 7506197628 [email protected]
Nieshant Nagda 9870337378 [email protected]

MSE vendors can register on a digital platform which connects MSME sellers and their Buyers to
multiple financiers. It enables MSME sellers, under an efficient & transparent bidding mechanism, to sell
their invoices to financiers, thus unlocking working capital / generating liquidity quickly, without
impacting their relationship with Buyers.

TH/CVL/ADM/TW-PARK/ADM/2020 15 | P a g e
Benefits to MSME Seller:

1. Timely & Cheap finance without any collateral / loan / debt and no recourse to the MSME Seller
2. MSME Seller can get payments in less than 48 hours from submitting invoice on the platform,
thus improving cash flows
3. Online & transparent bidding mechanism coupled with Buyer credit profile ensures most
competitive rates and significant reduction in cost of funds for MSME.
4. Funding is without recourse to Seller; thus, payment once received through Platform cannot be
recalled by the Financier

Steps Involved for registration at Platform:

1. Acceptance of Offer Letter


2. One-time Submission of KYC and On-boarding documents
3. Verification of Documents by individual agencies (each of above) as per RBI guidelines
4. Execution of Agreement with by individual agencies (each of above)
5. Registering of MSME seller
6. Activation of User ID and Password for MSME seller
7. Issuance of User ID and Password to MSME seller
8. Commencement of transactions on Platform

A dedicated customer Management Team will be available for all the “TReDS Platform” by these
platforms for any related queries. RCF will not entertain any queries related to any of these platforms.

Payments to be taken through “TReDS” or directly from RCF is a sole discretion of the vendor. RCF
shall not intervene in the vendor’s decision to place their invoices on “TReDS” Platform or directly
taking payments from RCF.

“TReDS” option shall only be given to the MSME vendors and any other vendor “NOT” registered as
MSME with RCF, cannot avail this facility.

TH/CVL/ADM/TW-PARK/ADM/2020 16 | P a g e
ANNEXURE - VI

(FORMAT FOR SOLVENCY CERTIFICATE)


(On Bank’s Letter Head)
______________________________________________________________________
REF NO:………………… DATE:……………,,,,,,,,,

To Whomsoever Concerned

This is to certify that to the best of our knowledge and information, M/s
___________________________ (Bidders name with complete address), a customer of our Bank, is
respectable, and is capable of executing orders to the extent of Rs_________
(Rupees________________________). M/s _________________ have been our customer since
______ to date and has been granted the following limits, at present, against various facilities granted by
the Bank:
……………………… ……………..
……………………… ……………...
This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any of its
officials.

This certificate is issued at the specific request of the customer.

Yours faithfully,
(Bank Official’s signature & stamp)

TH/CVL/ADM/TW-PARK/ADM/2020 17 | P a g e
ANNEXURE- VII
RASHTRIYA CHEMICALS & FERTILIZERS LTD.
(Government of India Undertaking)
THAL UNIT- FACTORY CIVIL DEPARTMENT
GENERAL TERMS AND CONDITIONS OF THE CONTRACT (GTCC)

Sealed percentage rate e-Tenders are invited from experienced contractors for the above work. Rashtriya
Chemicals and fertilizers Ltd, Thal unit (A Govt. of India Undertaking) is having its factory at Thal near Alibag
around 100 Km from Mumbai. Therefore contractor should be well conversant with the site conditions
before quoting.

1.0 AMENDMENT TO NIT:


At any time prior to the deadline for submission of bids, RCF or its nominee or its consultants may for any
reason, whether at its own initiative or otherwise or in response to any clarification requested by a
prospective Bidder, modify the NIT by amendment. The amendment will be notified in writing to all
prospective Bidders who have received the NIT and the amendment will be binding on them. In order to
afford prospective Bidders reasonable time to take the amendment into account in preparing their tenders,
extension of time as may be reasonable, will be given for submission of tenders.

2.0 OPENING OF BIDS:


Any bid received after the opening of bids will be treated as ‘Late bids’ and will be ignored.

3.0 NEGOTIATIONS AND PRICE ADJUSTMENTS/ESCALATION:


RCF reserves the right to conduct negotiations with Contractors to have the possible reduction from the
original offer or if the condition so warrants. RCF reserves the right to divide the work in appropriate parts
by negotiating with the bidders. The bidders shall attend the negotiation meeting in time upon intimation
to them by RCF.
The Contractor’s accepted offer shall remain firm and subject to no escalation whatsoever during the
entire contract period of the work.

4.0 The tender documents consist of the following:


a) Notice Inviting Tender.
b) Special Conditions, Drawings etc., if any.
c) Schedule of Quantities & Rates.

5.0 Canvassing in connection with tender is strictly prohibited. Tenders submitted by contractors who resort to
Canvassing will be rejected outright.

6.0 Right of acceptance of tender will rest with M/s Rashtriya Chemicals & Fertilizers Ltd.; THAL, Unit THAL, who
do not bind themselves; to accept the lowest or any tender and reserve to themselves the right to reject any
or all tenders or to accept any tender in part only without assigning any reason or giving any explanation
therefore.

7.0 Tenderers who do not fulfill all or any of these conditions or are incomplete in any respect are liable to be
rejected. Tender containing conditions not covered and/or not contemplated by the General Terms &
Conditions of contract and/or special conditions or expressly prohibited therein are liable to be rejected.

8.0 Two sets of drawings and one set of tender documents whenever required shall be furnished free of charge to
the successful tenderer [hereinafter called the 'Contractor']. He shall keep one set of drawing on the works
and the Engineer-In-Charge shall at all times have access to the same [One set of tender documents
consisting of N.I.T., General Terms & Conditions of Contract, Contractors labor & health Regulations,
Drawings, designs and the detailed specifications will be kept for the inspection in our office and the Tenderer
can see the same on any working day during normal working hours; till the closing date of tenders.]

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 18
9.0 SAFETY REGULATIONS:
The tenderer shall have to observe all the safety rules as required and shall provide safety wears for his/their
workmen at his/their cost. He and his employees should undertake to scrupulously observe all security
arrangements of the factory/township issued from time to time.

9.1 Certain areas may be considered/notified as hazardous due to inflammable gases in surrounding
atmosphere. In such cases the Tenderer shall have to take all safety precautions while carrying out work
and procure safety permits from the officer concerned.

10.0 The contractor shall have to make his own arrangement for housing his workmen, both skilled and unskilled
and his other supervisory staff engaged on the works and on no account his workmen will be allowed to reside
inside RCF premises.

10.1 No temporary Hutment/Go-down of the contractor shall be permitted inside the factory/township area as per
the prevailing rules. In case the contractor wants any temporary Office / Go-down, he has to put written
request to the Management as a special case and it will be decided on the merit of the case.

11.0 The tenderer is advised to visit and study the site of work and drawings and Specifications & schedule of rates
from all aspects before tendering. Any temporary bypasses, turn arounds, approach roads etc. that the
tenderer may consider necessary to facilitate the execution of the work under this contract shall have to be
constructed and maintained by him at his own cost and the same shall be deemed to have been included in his
tendered rates. No claim for damages or compensation will be entertained on this ground.

12.0 Submission of tender will be conclusive evidence to the fact that the tenderer has fully satisfied as to the
nature and scope of the work to be done, procedure for issue of materials, conditions of contract, factory
operations, conditions, local precautions to be ensured, security rules to be followed and all other factors
affecting the performance of the contract and the cost thereof.

13.0 The work shall be executed under the guidance of the Engineer-In-Charge who may be the Chief Manager
[Civil] or any of his authorized representatives to ensure that all works are carried out in every detail to the
specifications and approved drawings. The Engineer In-Charge will issue such instructions and directions to the
contractors as he may be deemed fit and the contractor shall abide by and carryout such directions and
instructions.

14.0 Tenderer must note that the validity period of bids is 120 days from the date of opening of technical bids. No
tenderer can withdraw or revoke his tender or revise his tendered rates within the said period of 120 days. If
any tenderer withdraws or revokes his tender or revise the tendered rate for any item of work within the
aforesaid period of 120 days his/their Earnest Money Deposit is liable to be forfeited. Offers with less bid
validity shall be rejected outright.

15.0 SECURITY DEPOSIT:


On acceptance of tender by the Company, the Earnest Money Deposited by the Contractor with his tender
will be retained by the Company as part of the Security Deposit for the due and faithful fulfillment of the
contract by the contractor. The balance amount, of the Security Deposit as mentioned below shall be
submitted in the form of bank guarantee within 15 days from acceptance of LOI or work order by the
contractor from approved list of banks in the format prescribed by RCF. No interest is payable on the
amount of Security Deposit.
The total Security Deposit shall be worked out as 10% of the contract value.
However, successful tenderer shall submit Security Deposit at 20% of the contract value if difference between
the quotes of L-1 and L-2 is more than 20%, provided there are 3 or more techno-commercially qualified
bidders.
The Bank guarantee & EMD against security deposit will remain with RCF for a period of 12 Calendar months
from the final date of satisfactory completion and taking over of the work by RCF as a part of defect liability.
In case the bank guarantee is given for the full amount of S.D., the Earnest Money deposited by the
Contractor shall be released immediately.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 19
16.0 PERFORMANCE GAURANTEE
The Security deposit submitted as per above clause as a part of defect liability shall be converted into
performance guarantee and will be remain with RCF for a period of 12 months after satisfactory execution of
work in opinion of Engineer. The Contractor shall ensure that the entire work carried out by him remain intact
for a period of minimum 12 months from the date of completion of entire work. If any defects are noticed in
the work or performance is found unsatisfactory, the same shall be rectified by the contractors free of cost. In
case of failure to do so, Bank Guarantee shall be en-cashed or performance guarantee recovered amount will
be forfeited & the work will be got done at risk & cost of the contractor. Bank Guarantee of less validity period
than specified will not be accepted. The Bank Guarantee should be from the Bank out of RCF approved
Bankers as per the list attached at Annexure-IX. The above Bank Guarantee shall be valid for 15 calendar
months (12 months Guarantee period + 3 months claim period) from the date of completion of work.
Performance guarantee will be released to the contractor after expiry of 12 calendar months from the date of
completion of work.

No claim for interest or any other compensation shall be entertained in respect of any amount of Earnest
Money Deposit or Security Deposit or any amount retained by RCF’s hand owing to any dispute between RCF
and the contractor or in respect of any delay on the part of RCF making any interim or final payments.

17.0 VARIATION IN SCOPE OF WORK AND EXTRA ITEM


The quantity of individual items of work mentioned in the schedule is subject to any variation on either
side. No extra shall be paid on this account. Payment shall be made as per actual quantum of work done
under respective items.

17.1 Any item which is not included in the schedule enclosed along with work order and it is to be executed by
contractor, contractor shall submit the extra item rate analysis as follows in advance i.e. before execution of
extra item, giving proper justification of rates & documentary proof of reasonability of prices.

17.2 (i) FOR ITEM RATE CONTRACT:


In case rates cannot be analyzed then the rates shall be fixed on Raigad PWD-DSR 2015/16 for the relevant
year for building works.
(ii) FOR PERCENTAGE RATE CONTRACT
If the item is available in PWD DSR 2015/16, then the same will be paid to the contractor at relevant PWD-
DSR with deduction of 8% against VAT in applicable items & subsequently 15% escalation and applying the
quoted percentage, which the contractor has agreed for attached schedule.

17.3 If it is not possible to analyze / evaluate extra items as said in sub-para above, then extra items shall be
worked out and paid on the direct material as per the prevailing market rates supported by vouchers and direct
labour cost supported by documentary evidence with 10% (ten percent) premium on both direct materials cost
and direct labour cost to cover profits and overheads.

17.4 The methodology of bid-evaluation: In case if there is an error in calculation with respect to rate and the total
value, then such total value for that line item, and / or if there is an error in arriving at grand total of all totals
of individual line items, then such grand total for all items quoted by the bidder will be taken in to
consideration for the purpose of evaluation. Similarly, if an amount is expressed in figures as well as words,
the amount given in words will prevail.

17.5 In case of item rate tenders, the tenderers shall enter the rates in prescribed form in figures and as well as in
words. If the rates written in figures and words differ, the rates given in words shall be taken as correct.

18.0 MATERIAL:
18.1 Tenderer shall have to make his/their own arrangement for procurement of all materials like reinforcement
steel, cement, construction chemicals etc.
18.2 Cement shall be ISI mark, 53/43 grade OPC/PPC.
18.3 Following material will be supplied by RCF at RCF Stores: NIL
18.4 All the other required materials are in the scope of the contractor.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 20
18.5 Tor steel for reinforcement & structural steel shall be ISI mark.
18.6 The contractor should submit relevant test certificates to RCF for cement, Tor steel & structural steel etc.
from the stockiest from whom they purchase the material.
18.7 The contractor should make proper entry of these materials at factory security Gate & handover
photocopy of entry challan stamped by Security immediately to the concerned civil engineer in-charge, for
record.
18.8 The contractor should get the material checked physically by RCF Engineer, as soon as contractor unloads
it at his store.
19.0 For Structural steel used in the job measurements will be recorded on the basis of linear measurements and
weight calculation as per standard sectional weight.
In controlled concrete, tenderer shall have to take into consideration the loss in the transport of cement and
accordingly design the mix.
Successful Tenderer shall maintain entry/Issue & Consumption Register for Cement, Steel and Other Materials
at his store. The Register should be available to the Engineer In-Charge for verification at any time.

20.0 The Engineer-In-Charge at his discretion, require any building material going to work, to be tested periodically
in any one of the laboratories approved by him and arrangement for taking the specimen at his/their cost. In
respect of RCC items, casting of specimen cubes and getting the same tested in approved laboratory
periodically as directed by Engineer In-charge in accordance with IS 456 and all charges for testing shall be
borne by the contractor.
20.1 Contractor shall not be allowed to quarry any materials from the land belonging to Rashtriya Chemicals &
Fertilizers Ltd.

21.0 COMPLETION OF WORK


21.1 The tenderer's responsibility under the contract shall commence from the date of handing over site or from
the date of award of LOI/Work Order whichever is applicable. The tender documents and the letter of
acceptance shall constitute the contract pending execution of a stamped agreement. All costs, charges and
expenses incurred in connection with the finalization and preparation of the contract agreement including
stamp duty shall be paid by the contractor.

21.2 The tenderer’s shall note that the time of completion is the essence of the contract and all works shall be
completed in all respect within the specified period mentioned in the work order and no excuses for delay
shall be entertained.

21.3 MUTUALLY AGREED DAMAGES


Time is the essence of the contract. If the tenderer’s fails to complete the work and clear the site on or before
the schedule date of completion or if he has not achieved progress as set out in the time schedule, he/they
shall be without prejudice to the right and remedy of the Company be liable on account of such failure to pay
the compensation as liquidated damages and not by way of penalty a sum equivalent to [1%] one percent of
the basic contract value of the work for delay of each week or part thereof, subject to a maximum to 10%
(Ten percent) of basic contract value.

22.0 PAYMENT CONDITIONS


A) “ON ACCOUNT” PAYMENT:
Payments for the Running Account Bills shall be made within 30 days after duly checked and certified by the
Engineer. Necessary deduction shall be made from “ON ACCOUNT BILLS” for recovery against Material issued
by RCF, Income Tax and all other such applicable taxes.

B) FINAL BILL PAYMENTS


On satisfactory completion, of the work & after removing all scaffolding, Surplus Materials, Cleaning the site
area, disposing rubbish as directed by EIC and submission of performance bank guarantee; the Contractor shall
submit the final bill within 30 days from completion date of work. The payment of Final Bill shall be effected
only after duly checked & certified by EIC & after adjusting all the dues of the contractor to RCF within a period
of 30 days.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 21
C) Initially Measurement and abstract should be submitted by E-mail and one printout in excel format. After
checking, contractor shall submit the tax invoice (Bill) in duplicate for forwarding to accounts for payment
purpose. Payments will be made through E-Payment. For that contractor has to submit the vendor data up-
dation form duly signed.
Tenderer’s should quote rates including all the duties, fees, etc. imposed by State, Central Govt. /Local Body
except GST, which should be paid Separately as per prevailing government rates, in connection with this work.
GST No & PAN No. should be mentioned in all the bills submitted by the contractor.

D) The successful tenderer’s shall have to keep experienced / qualified (Degree/Diploma) Supervisor throughout
the contract period for Supervision and monitoring of work.

23.0 INSURANCE & LIABILITY


The successful tenderer’s shall indemnify RCF against the Claims which may be made under the
Workmen's Compensation Act and/or payment of Wages Act or any status or rules and regulations and
modified as otherwise as in force for the time being for or in respect of any damages or compensation
payable in consequence of any accident or injury sustained by the workmen or other person whether in
the employment of the contractor or not. Until the plant shall be deemed to be taken over, the contractor
shall also be liable for and shall be deemed to have agreed to indemnify the Company (RCF) in respect of
damages to any property of RCF or of others, occasioned or their or representatives or work or materials
or otherwise. The contractor shall observe provision of employee’s state Insurance Act in respect of labor
& staff engaged at site. All employees of contractor should be covered under Group Insurance Scheme &
labor license, P.F., minimum wages, Health, Safety, Welfare, ESIC etc. as applicable.

24.0 DISPUTES AND ARBITRATION


In the event of any dispute or difference arising under this contract, the same shall be referred to the sole
arbitration of a person appointed to be the arbitrator by CMD, RCF. It will be no objection that the arbitrator is
in service of RCF that had to deal with the matters to which the contract relates or that in the course of his
duties as an employee of RCF he had expressed views on all any of the matter in dispute or difference. The
arbitrator shall give a reasoned or speaking award. The award of the arbitrator shall be final and binding on
the parties to this contract. In the event of the arbitrator dying, neglecting or refusing to act or resigning or
being unable to act for any reason, it shall be lawful for the CMD, RCF to appoint another arbitrator in place of
outgoing arbitrator, in the manner aforesaid. The venue of arbitration shall be at in Mumbai. The work under
contract shall continue during arbitration proceeding unless matter is such that work cannot be continued until
the decision of arbitration is obtained.
The contract shall be deemed to have been entered into at Mumbai and all course of action in relation to the
contract will thus deemed to have been arisen only within the Jurisdiction of Bombay High Court.

25.0 FORCE MAJEURE


Neither RCF nor the contractor shall be considered default in performance of its obligations hereunder, if such
performance is prevented or delayed because of war, hostilities, revolution civil commotion, strike, epidemic,
accident, fire, wind, flood, earth quake or because of any law, order procuration, regulations or ordinance of
any Government, or any sub-division thereof, or because of any Act of god, provided it shall be noticed
promptly in any case not later than 14 days with sufficient proof of the same.

25.1 Regarding entry to the factory area, the contractor may please note that they will have to submit all the entry
Challans duly stamped and signed by Security office/In charge at main gate for all materials and tools brought
inside the factory area in connection with the work order.

26.0 CONSTRUCTION WATER:


26.1 Water for construction purpose will be provided by RCF free of cost at one convenient point for the work site
chosen by the EIC from where any further extension required will have to be done by the successful tenderer
at his own cost.
26.2 The successful tenderer shall make necessary arrangement for distribution of water in his working area as
may be required by him. It may be clearly understood that the successful tenderer shall not be entitled to any
payment of compensation on account of any interruption or breakdown in water supply.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 22
26.3 The point of supply and the quantity of water supplied shall be entirely at the discretion of the RCF’s Engineer-
In- Charge.

27.0 CONSTRUCTION POWER:


Electric power for construction at 400/230 V, 3 phase, 4 wire will be made available free of cost at one
convenient point near the work site. If required, the successful tenderer will be responsible for providing at
his own cost suitable cabin to receive power supply and to lay any service lines, fixtures and other installations
as may be required to give any test certificate as required by RCF for wiring connections, etc. done by him.
Contractor must indicate his power requirement at the time of giving the quotation. Supply of power to the
contractor is subject to condition governing power supply to the contractors.

27.1 It should be noted that the normal working time within the factory area is between 8:00 AM to 5:00 PM and
the successful tenderer is expected to complete the entire execution of work within the intended time period.
In case of emergency/urgent works at the discretion of the Engineer-In-Charge, the contractor will have to
work round the clock and to complete the job in time.

28.0 The contractor shall, on instructions of the Engineer, immediately dismiss from the works any person
employed thereon who may misbehave, cause any nuisance or otherwise in the opinion of the Engineers, is
not fit person to be remained on the work and such person shall not again employed or allowed on the works
without the prior written permission of the Engineer.

29.0 In case of critical jobs to be urgently executed, the Contractor has to work in shifts or over and above the
normal working hours and he shall have to comply, with the instructions; of the EIC, in respect of working
beyond the normal working hours in writing. No compensation or extra rates shall be payable for working
beyond the normal hours. Contractor has to obtain prior permission to work beyond normal working hours
from CISF FACTORY security. Application for this should be routed through the Engineer-In-Charge.

30.0 The successful tenderer shall not deposit materials on any site which may cause inconvenience to public. The
Engineer-In-Charge may request the contractor to remove any material, which is considered by him to be a
danger, at contractor's own cost.
30.1 The contractor shall keep the site clean and free from rubbish to the satisfaction of the EIC. All surplus
materials, rubbish etc. will be removed to the place fixed by the EIC and nothing extra will be paid for it. The
contractor should take out all the empty paint/chemical drums/tins with proper gate-pass.
30.2 The contractor will be responsible for safety of all his material and RCF shall not entertain any claim for
compensation/damage for theft/loss thereof.

31.0 The Contractor will have to follow all the State & Central Govt. Laws including labour laws i.e. P.F, Pension,
Gratuity, Payment of Wages etc. The contractor has to follow all the legal obligations applicable to them. After
expiry or termination of contract the contractor shall take away all the employees with him. RCF shall not take
any responsibility as regards employment of contractor’s workers after expiry or termination of contract.
32.0 The successful tenderer shall return all released surplus materials to RCF Stores after getting it properly
weighed / measured / counted on a return note to be issued by the EIC just after the work is over. Released
material means the materials released from existing structures of RCF Factory area while doing the
dismantling, additions, alternations or renovation of structures. Surplus materials; means materials issued by
RCF whether chargeable or non-chargeable and which is balance after the actual consumption and completion
of work.

33.0 All labour, transport, tools, plants etc. required for this job shall be arranged by the successful tenderer.

34.0 In case the contractor is not able to adhere to the time schedule and the delay is holding the schedule or
the other works, in such case RCF will be at liberty to get the job executed through another means/agency
at the risk and cost of the contractor who was executing the job and the contractor shall have to bear the
Mutually agreed damages as specified in the contract.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 23
35.0 The successful tenderer may have to execute the work anywhere in the Factory/township area if require other
than the specified area given to him at the time of awarding the work. No extra amount shall be paid on this
account.

36.0 LAWS PERTAINING TO LABOUR:


36.1 This contract shall be governed by the various labour laws for the time being in force. The contractor shall
comply with all Central, State and Municipal laws and Rules and legislation in force from time to time and
shall be solely responsible to comply with all obligations and payments there under. No compensation will
be entertained for the liabilities arising out of any provisions of any Act, Laws, Rules and legislation, in force
from time to time. In case RCF has to pay any charges for non-compliance of any Act, Enactments, laws,
Rules and Legislation in force from time to time, by the contractor, the same shall be recovered from the
contractor.
36.2 Contractor shall submit all the relevant documents showing compliance of all the relevant Acts, Laws, Rules
and legislations as when called by RCF.
36.3 If the work entails employing more than 19 (Nineteen) contract workers, the contractor should obtain a
licence from competent authority as per provisions of The Contract labour (Regulations and Abolition) Act,
1970.
36.4 The contractor shall be liable for payment of all claims of damages, compensation or expenses payable as a
result of any accident or injury or death sustained by workmen employed or used by him in the execution
of this contract, which he is liable to pay by rule, law or order of Government. The expenses, if any
incurred by RCF on the above will be realized from the contractor from any amount that may be due from
RCF to the contractor. If any accident or injury or death is sustained by any worker, the contractor should
immediately inform RCF of the same in writing giving full particulars about the injured person for preparing
the accident report and giving the necessary first aid.
The contractor shall cover the workmen deployed at RCF Thal site under ‘Group Personal Accident
Insurance’ and no expenses on this account shall be borne by RCF.
36.5 The contractor shall give the address, phone no and the name of the contact person of its local office in
order to give the job order. The contractor shall attend the job immediately on giving the message at the
said address.
36.6 The contractor shall ensure that at all times the persons appointed by him to serve in the company's
premises are physically fit and are free from any disease, injury or illness, contagious or otherwise, in order
to ensure that a healthy, hygienic and clean services are maintained.
36.7 The contractor shall comply with the provisions of the Minimum Wages Act, 1948 and ensure payment of
minimum wages, as declared by appropriate Govt. from time to time, to the labours engaged by him.
36.8 The contractor shall ensure that the person or persons appointed or to be appointed by them for service in
the Company's premises do not suffer from any legal disqualification for service by reason of his age or any
law or statute in force from time to time or any other reason whatsoever.
36.9 The contractor's workmen shall be in neat and clean uniforms and with proper safety appliances while on
duty at all times.
36.10 The employees of the contractor shall be liable to be searched by the Company's Security Force and shall
have to strictly observe the Company's directions relating to cleanliness, wearing of identification badges
etc.
36.11 No employees of the contractor shall be allowed to stay on the premises of the Company beyond the
authorised working hours.
36.12 All staff employed by the contractor shall be the Contractor's employees for all intents and purposes. After
expiry/termination of the contract, the contractor shall take out all his employees from RCF Site. RCF shall
not take any responsibility regarding employment of Contractor's employees.
36.13 The contractor shall have Provident Fund (P.F.) account No. duly obtained from competent authority under
the Provident Fund & M. P. Act, 1952. The contractor shall deposit monthly P. F. contributions within 15
days of the end of every calendar month and shall submit the list of such employees along with details of P.
F. contribution deducted from the salary of the employees along with monthly P. F. challans.
36.14 Contractor shall comply with provisions of Interstate Migrant Labour Act & prior approval of concerned G.M.
shall be taken before deployment of Interstate Migrant Labour at site.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 24
36.15 EMPLOYEES STATE INSURANCE CODE NO. & COMPLIANCE OF PROVISIONS OF E.S.I. ACT:
The Contractor must have his independent E.S.I. Registration No., under Employees State Insurance
Scheme. The contractor shall cover their labours under the said Act drawing wages up to Rs.21,000/- p.m.,
under his Code No., and shall deposit regularly ESI Contributions as applicable. For those contract workers
not covered under the ESI Scheme, the provisions of the Employees Compensation Act, 1923 will be made
applicable to them. Contractor has to ensure the compliance of the same.
36.16 The contract workers not covered under wage agreement are to be paid Minimum Wages by the contractor
as will be declared by the appropriate government from time to time.
36.17 The bills of the contractor will be certified and passed for payment only after production of P.F. challans
and all other documents required to be maintained under various labour laws.

37.0 TERMINATION OF CONTRACT:


The default on the part of the contractor shall be treated as breach of contract and in that case RCF
reserves the right to terminate the contract and forth-with forfeit earnest money deposit and /or security
deposit and get the job done by third party in part or in full at the risk & cost of the contractor. RCF also
retains the option of de-barring the contractor from participating in future tender for any specific period.
Payment for the work completed at the time of termination of the contract shall be ascertained based on
the measurements taken and the proof of work done and /or material used by the contractor.

38.0 The above said provisions shall prevail over those in General Directions & Conditions of contract and
Contractor's Labor & Health Regulations.

39.0 The work has to be carried out in occupied condition of buildings and also at a considerable height. The
successful tenderer, has therefore to take care of SAFETY of workmen while carrying out the execution of work
with least in-convenience to the occupants.

40.0 While executing the work in Plant Area SAFETY PERMIT is to be obtained from Shift In-Charge and the same is
to be renewed in each shift. No work is to be carried out without SAFETY PERMIT and without using Safety
Appliances.

41.0 As decided by the EIC for some of the materials to be utilized for this work should be of ISI Mark and the work
is to be carried out strictly as per ISI Specifications.

42.0 Empty cement bags and empty paint/chemical/bitumen drums, are to be taken back by contractor with
proper gate pass or to be deposited in RCF scrap yard as directed.

SIGNATURE OF CONTRACTOR
WITH SEAL
Chief Manager (Civil)

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 25
ANNEXURE –VIII
FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE
GUARANTEE
(To be submitted on Rs. 500/- non judicial stamp paper)
Bank Guarantee No. __________ dated ________
M/s Rashtriya Chemicals & fertilizers Ltd,
………………….,
…………………..
…………………..
Dear Sirs,
In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, Thal Unit [hereinafter referred to as
‘RCF’, which expression unless repugnant to the context and meaning thereof shall include its successors
and assigns], having agreed to exempt, M/s __________________________________having its
registered/principal office at ______________________________________________ [hereinafter referred to
as ‘Supplier / Contractor’ which expression unless repugnant to the context and meaning thereof shall
include its successors and assigns], from depositing with RCF a sum of Rs.___________ towards security /
performance guarantee in lieu of the said Supplier / Contractor having agreed to furnish an irrevocable bank
guarantee for the said sum of Rs. _________ as required under the terms and conditions of Contract / Work
Order / Purchase Order no. ______________________ dated __________ [hereinafter referred as the
‘Order’] placed by RCF on the said supplier / contractor, we,
____________________________________________ [hereinafter referred to as ‘the Bank’ which
expression shall include its successors and assigns] do hereby undertake to pay RCF an amount not
exceeding Rs. ______________ [Rupees _________________ ] on demand made by RCF on us due to a
breach committed by the said Supplier / Contractor of the terms and conditions of the Order.

1. We ____________ the Bank hereby undertake to pay the amount under the guarantee without any demur
merely on a demand received in writing from RCF stating that the Supplier / Contractor has committed
breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with the terms and
conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bank by RCF shall
be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amount due and
payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by the said
Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so demanded
by RCF forthwith and without any demur. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs. ______________ [Rupees _________________ ].

2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained shall
remain in full force and effect during the period that would be taken for the performance of the said Order and
that it shall continue to be enforceable till all the dues of RCF under or by virtue of the said Order have been
fully paid and its claim satisfied or discharged or till RCF certifies that the terms and conditions of the Order
have been fully and properly carried out by the Supplier / Contractor and accordingly discharge the
guarantee.

3. We ________________ the Bank, undertake to pay to RCF any money so demanded notwithstanding any
dispute or disputes raised by the said Supplier / Contractor in any suit or proceedings pending before any
court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The
payment so made by us under this Guarantee shall be valid discharge of our liability for payment there under
and the said Supplier / Contractor shall have no claim against us for making such payment.

4. We ________________ the Bank further agree that RCF shall have full liberty, without our consent and
without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the Order
or to extend time of performance by the said Supplier / Contractor from time to time or to postpone, for any
time or from time to time, any of the powers exercisable by the RCF against the said Supplier / Contractor
and to forbear or enforce any of the terms and conditions relating to the Order and shall not be relieved from
our liability by reason of any such variation or extension being granted to the said Supplier / Contractor or

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 26
for any forbearance, act or omission on the part of RCF or any indulgence by RCF to the Supplier /
Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for
this provisions have effect of so relieving us.

5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the principal
debtor and the BANK hereby waives all rights of surety ship.

6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees __________________] and
shall remain in force up to _______________ and thereafter till the expiry of the extended period, if any,
(hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at any time from
the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from all liabilities
under this guarantee thereafter.

7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch)
_________________________________________.

8. This guarantee will not be discharged due to change in the constitution in the Bank or the said Supplier /
Contractor or the provision of the contract between Supplier / Contractor and RCF.

9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of
dispute between RCF and the Bank and the Bank hereby agrees to address all the future correspondence in
regard to this bank guarantee to Chief Finance Manager, Rashtriya Chemicals and Fertilizers Limited, Thal
Unit, Tal-Alibag, Dist-Raigad, State-Maharashtra. INDIA.

10. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the
undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the
Bank.

11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its currency except
with the previous consent of the RCF in writing.

SIGNED AND DELIVERED ON THIS _______________ DAY OF _______

Yours faithfully,
For and on behalf of _____________________. (bank)
Signature of Authorised Official of bank
Name of the Official:
Designation of the Official:
Name of Bank:
Branch:
Address of Branch:
Telephone / Mobile No :
Fax No:
Email Id

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 27
ANNEXURE –IX
LIST OF RCF APPROVED BANKS FOR BANK GUARANTEES
A) Nationalized Banks (20 Nos.) B) Other Private Banks (14 Nos.)
1 State Bank of India 1 Axis Bank Ltd.
2 Allahabad Bank 2 Catholic Syrian Bank Ltd.
3 Andhra Bank 3 City Union Bank Ltd.
4 Bank of Baroda 4 HDFC Bank Ltd.
5 Bank of India 5 ICICI Bank Ltd.
6 Bank of Maharashtra 6 IDBI Bank Ltd.
7 Canara Bank 7 Kotak Mahindra Bank Ltd.
8 Central Bank of India 8 South Indian Bank Ltd.
9 Corporation Bank 9 Tamilnad Merchantile Bank Ltd.
10 Dena Bank 10 The Federal Bank Ltd.
11 Indian Bank 11 The Jammu & Kashmir Bank Ltd.
12 Indian Overseas Bank 12 The Karnataka Bank Ltd.
13 Oriental Bank of Commerce 13 The Karur Vysya Bank Ltd.
14 Punjab & Sind Bank 14 YES Bank
15 Punjab National Bank C) Foreign Banks (13 Nos.)
16 Syndicate Bank 1 American Express Bank Ltd.
17 UCO Bank 2 Bank of America National Trust & Saving Association
18 Union Bank of India 3 Bank of Tokyo - Mitsubishi UFJ Ltd.
19 United Bank of India 4 Barclays Bank PLC
20 Vijaya Bank 5 BNP Paribas
6 Calyon Bank
7 Citibank N.A.
8 Deutsche Bank
9 Development Bank of Singapore (DBS)
10 Hong Kong & Shanghai Banking corporation Ltd.
11 JP Morgan Chase Bank
12 Royal Bank of Scotland
13 Standard Chartered Bank

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 28
ANNEXURE-X VENDOR DATA UPDATION FORM Date:
Both New Vendors and Existing Venders may please note that all details listed below are required and will used for making all payments POs / WOs,
refund of EMDs / SDs, forwarding the details of payments by email, issue of TDS certificates, Works Contract TDS Certificate, C Form for CST
purchases etc.
Sr Title Sub Titles Purpose to be used for
Title (Whether Company / M/s / Mr / Mrs
I NAME
/ etc.)
Name ( As it appears on the Bank
*
Cheque)
Type (Whether for Purchases or Services) will be filled by RCF

RCF Vendor Code * will be filled by RCF

II ADDRESS House/ bldg. Number *

Street *

Street

City / Postal Code *

District / State *

Country

Region Code will be filled by RCF

District / State (If the state from which


SUPPLY supplies are going to be made is different
III * To be given, if applicable.
STATE from the State given above, then specify
the Place / State for C- forms.)

Emails of persons to contact for issues


* To be given/filled by all vendors
related to C-forms etc.

Other Region Code will be filled by RCF


COMMUNIC
IV Contact person *
ATION
Telephone incl. ext. STD Code Tel No Extn
Mobile Phone *
Fax STD Code Tel No
Email *
Standard communication method by email only
ACCOUNT
V If also a RCF's Customer? Yes / No
CONTROL
Group Key will be filled by RCF
GST Reg No. (enclosed scanned /
TAX
photocopies of registration certificates)
VI INFORMATI Mention the registration number here
ON
PAN NO. (enclosed scanned / photocopy
of PAN card) * Mention the PAN number here

Signature:

Place: Name:

Common Seal

Designation:
Date:

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 29
DETAILS
VII Bank Key will be filled by RCF
OF BANK
Bank Account No. of Vendor *
Name of Bank *
Name of Branch *
Bank IFSC Code *
Bank Branch Code (Only for SBI
accounts)
Bank Address *
Bank City *
9 Digit code appearing on MICR
*
cheque
Telephone No. of Bank STD Code Tel No Extn
Fax No. of Bank STD Code Fax No.
Type of Account (for SB A/c=10,
*
Current A/c=11 or CC=13 )
Region will be filled by RCF
REFEREN Industry (whether PSU, Air
VIII
CE DATA Force, Military, Govt, others)
Micro / SSI Status
(Whether Micro , Small,
Medium Enterprise under Micro ,
Small and Medium Enterprises * Yes / No
Development Act, 2006 – if yes
then enclosed scanned / photocopies of
the certificate (like part-II Certificate)
WHETHER THE PROPRIETOR
OF “MSME” ENTERPRISE IS
FROM SC/ST CATEGORY * Yes / No
(PLEASE ATTACH CAST (If Yes then you have to submit cast certificate issued by competent
CERTIFICATE ISSUED BY authority)
COMPETANT AUTHORITY)
1 It is mandatory ( Compulsory) to fill relevant data for item marked " * "
2 Enclose a cancelled cheque / a photocopy of the cheque.
3 Enclosed a Part-II Certificate indicating the registration under Micro/Small/Medium Enterprise.
3 Enclose a photocopy of Pass Book first page containing name and address of Account Holder
4 We hereby authorize RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of which are given
above.
5 We hereby authorize RCF Ltd to deduct bank charges applicable for such Direct Bank Payments

Signature:
Common Seal
Place: Name:

Date: Designation:

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 30
ANNEXURE-XI
HSE REQUIREMENT

SAFETY INSTRUCTIONS TO FOLLOW HSE (HEALTH, SAFETY AND ENVIRONMENT) SYSTEM &
REGULATIONS

All the contractors/ suppliers/ transporters shall follow and comply the following Safety
instructions for safe execution of the allotted jobs. This will be applicable to all service
contracts, work orders and purchase orders which require installation work at site.

General Instructions:
1. Group insurance policy of contract workers i.e. ‘Workmen compensation policy’ / ‘Group accident
insurance policy’ and ESIC (Employee state insurance scheme) is compulsory for entire period of
work covering all type of risks involved.
2. Contractor shall arrange necessary Gate Entry Passes in advance as per CISF requirements.
3. Contractor workmen will follow the rules and regulations prevailing at RCF from time to time.

PRE-EMPLOYMENT MEDICAL EXAMINATION (BEFORE ENGAGAEMENT) OF CONTRACT


WORKERS
The contractors shall get the Pre-Employment Medical Examination of his workmen done from RCF
doctors at First aid inside the factory premises.

Training:
1. One hour training on work place safety shall be mandatory to each new contractor employee at fire
and safety department. Gate passes of such employees shall be stamped as Safety trained
employees. Contractor to ensure that workers have received this mandatory training. This training
will be valid for one year. On the job trainings / pep talks shall be imparted before starting the job on
work site by concerned supervisor/ Safety officers.
2. PEP (Preparation Tool Box talk) talk must be given every day by Contractor Supervisor.
3. Contractor to keep record of safety training and any other test undergone by their staff & ensure
validity (One year). New/Fresh staff only may be sent for training.

General Safety Instructions:


1. Contractor shall not carry out any work without valid Safety Work Permit issued to him. All the
conditions of the permit shall be understood & complied by him.
2. Work Permit shall be always available with contractor’s supervisor at worksite or hanged at work
site.
3. Contractor shall arrange adequate supervisors. No job shall be carried out without supervision.
4. Tested & certified equipment, tools & tackles shall be used & list with all necessary details shall be
submitted to RCF officials. All equipment shall be having visible identification marks with valid test
certificate.
5. Strict adherence to the Safety work permits for each hot, confined space, height job, excavation job
& other jobs taken by Plants & Services is must. The instructions written on it shall also be strictly
followed at site by contractor employees.
6. Contractor shall seek temporary electrical connections through RCF Electrical department only. The
cable used for temporary connection should be without any joints & plug tops shall always be used.
7. For the critical jobs, Job hazard analysis (JHA) shall be made.
8. Contractor shall ensure that his employees understand the use of fire hydrants, extinguishers &
emergency communication system available in the plants through RCF Safety training.
9. Contractors whose Safety Records are not satisfactory shall be viewed seriously and necessary
action (viz. Warning, monetary penalty, suspension/stoppage of work, cancellation of
Registration/Contracts) shall be taken by RCF.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 31
10. Contractor will ensure and maintain housekeeping at work place. Scrap generated on the job will be
returned to scrap yard as per the instructions of RCF officials.
11. Contractor shall provide appropriate PPE (Personnel Protective Equipment) such as hand gloves,
safety shoes, safety helmet, safety goggles, double lanyard full body harness, dust masks, ear
plugs, face shields & other necessary PPE to all workers. These PPE should be as per BIS
mentioned below:

SN BIS codes Information


1. IS: 2925 - 1984 Industrial Safety Helmets
2. IS: 47701 - 1968 Rubber Gloves for Electrical Purpose
3. IS: 6994 - 1973 [Part-I] Industrial Safety Gloves [Leather & Cotton Gloves]
4. IS: 1989 - 1986 [Part-II] Leather Safety Boots & Shoes
5. IS: 5557 - 1969 Industrial & Safety Rubber Knee Boots
6. IS: 6519 - 1971 Code of Practice for Selections, Care & Repair of Safety Footwear
7. IS: 11226 - 1985 Leather Safety Footwear Having Direct Molding Sole
8. IS: 5983 - 1978 Eye Protectors
9. IS: 9167 - 1979 Ear Protectors
10. IS: 3521 - 1983 Industrial Safety Belts & Harnesses

Safety precautions for compressed gas cylinders:


1. Oxy-acetylene sets/ Oxygen/ LPG cylinder sets to be used for pre-heating & cutting jobs shall be
provided with IS 11106 specified regulators having double diaphragm pressure gauges & flash back
arrestors on both end (Cylinder end as well as torch end).
2. Gas cylinders shall be kept upright and secured firmly with chain.
3. All gas cylinders should be handled using trolley.

Safety precautions during cutting/welding job:


1. Welding machine manual shall be available at site and rated capacity of machine shall be clearly
visible. Earthing shall be returned back from job to welding machine.
2. In addition to normal PPE, personnel working shall wear welding shield with safety helmet attached
& cut resistance hand gloves.
3. Contractor employee shall ensure that water hose or water filled bucket kept near work place.
4. Sparks shall be confined by Non-asbestos Fire/ Welding blanket. The area shall be cordoned off. No
combustible material to be kept in the nearby area.
5. Working personnel should clearly understand about hazards involved and safe working procedure to
mitigate and prevent hazards.
6. Each cylinder must be with proper pressure Gauge.
7. Area cordoning shall be ensured.

Safety precautions during Radiography:


1. Contractor shall ensure that radiography is conducted by competent radiographer. Radiographer
shall carry radiographer’s license along with personal dosimeters (Chest & waist), Survey meters,
lead apron, trefoil symbols and adequate PPE’s.
2. Area cordoning shall be ensured.

Safety precautions during Slag blasting:


1. During slag blasting job contractor employee shall wear full body protection suit/ leather jacket, air
lined mask, dust mask, cut resistant hand gloves, ear plugs, safety shoes, safety helmet with chin
strap, Safety goggles.

Safety precautions during hydro jet cleaning:


1. During hydro jet cleaning, person shall wear cut resistant suit, hand gloves, face shield, safety
shoes, safety helmet with chin strap, safety goggles.
TH/CVL/ADM/TW-PARK/ADM/2020 Page | 32
2. Hydrojet machine pressure relief valves should be calibrated with certificate available.

Safety precautions while using electrical appliances:


1. Contractor shall ensure all electrical appliances have industrial type end connections (three pin)
available in all plants. All electrical hand tools shall have ELCBs/RCCBs. All electrical cables shall
have sound & intact insulation & shall be free from joints.
2. Contractor shall ensure only flame-proof electrical fittings are used in hazardous areas as per
instructions by Engineer-In-Charge designated by RCFL for the job.
3. Clearance for power supply should be taken from electrical engineer from concerned plant. After
completion of Job, Extension board, light fittings should be returned immediately.

Safety precautions for working at height:


1. For height jobs, contractor employees shall wear safety helmet, safety shoes, safety goggles,
cotton/cut resistance hand gloves & double lanyard full body harnesses with both the lifelines
anchored at different supports. Scaffold shall be as per IS 4014-1:1967. Life line shall be provided as
Standby arrangement.
2. Work to be done under strict supervision.

Safety precautions for confined space job:


1. Contractor shall ensure that confined space entry permit is pasted at all the entry/exit points along
with Class I permit (if required) before entering the vessel.
2. Contractor shall ensure that his employees know the hazards that may be faced during entry and
ensure accurate count of authorized entrants in a register.
3. Contractor shall ensure that a person remains near the vessel entry point, to keep watch, till all the
persons inside have come out.
4. Contractor shall ensure that cross ventilation, air hose and 24 volt lamp without cable joint are made
available before entering vessel & shall ensure that rescue and other emergency services
procedures are made and are taken care off. He shall also ensure that authorized entrants are using
all necessary PPEs.
5. Contractor shall be aware of alternate light/power source arrangement in case of power failure.

Safety precautions for working at fragile roof:


1. Maintenance/ civil personnel should provide roof ladders/crawling boards.
2. Work should not be started without approved safe job procedure & Job hazard analysis (JHA).
3. Working personnel should be clearly informed and instructed about hazards involved and safe
working procedure to mitigate and prevent hazards.
3. Personnel working on roof should use necessary PPE’s such as safety helmet, safety shoes, safety
goggles, cut resistance/cotton hand gloves & double lanyard full body harnesses with both the
lifelines anchored at different supports.
4. Only a minimum required number of employees should work on roof at a time.

Penalties/ Disciplinary actions for Safety violations for contract employees:

1.0 Purpose: This procedure classifies violations and establishes uniform application of disciplinary
action for safety violations by workers including Contractors, subcontractors, consultants and their
supervisors. This is based on review of existing penalty rates to bring effectiveness in work place
safety.

2.0 Scope: This Procedure applies to workers including Contractors, subcontractors, consultants
and their supervisors who conduct and perform work activities and services in all RCF’s Operating
Areas at Thal unit.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 33
3.0 General Requirements and Responsibilities: All concerned mentioned above at all times
must comply with the following requirements;
 Maintain full responsibility for all environmental, safety, security and health compliance
matters.
 Shall take prompt action on safety compliance as per RCF’s Safety Procedures, Rules and
Regulations.
 Responsible for correcting environmental, safety, security and health violations and/or unsafe
conditions present in his/her operation.
 Ensure that all work activities and/or services are always carried out safely to prevent injuries
and damage to properties.
 Safety record at the RCF will be a criterion used to judge performance and determine whether
or not persons/ groups mentioned as above qualifies for future contracts at RCF.
 ‘Stop Work Authority’ to be used to assist RCF in ensuring the safety and protection of
personnel, plant and equipment at all times
 Keep a constant check on the approved method of working to prevent environment, safety,
security and health violations.
 Promote accountability for environment, safety, security and health practices and regulations
in accordance with the RCF’s procedures.
 Initiate immediate corrective actions towards unsafe acts or safety conditions so as to prevent
or mitigate future recurrence.

4.0 Definitions:
4.1 Violations: All unsafe acts, offences, breach of procedures or standards as classified herein.

4.2 Disciplinary Actions: Penalty, termination of Contract(s) for Contractors, subcontractors,


consultants and their supervisors shall be applicable as follows:
Penalty (Rs.)
Safety Violation By Contractor Employee
SN
At Work Place 1st time violation
(Calendar Year)
1 Working without wearing safety helmet 1000
2 Working without wearing shoes 1000
3 Working without wearing safety goggle during handling of hazardous 1000
chemicals, acid/alkali etc.
4 Working without wearing Safety belt (double lanyard full body harness) 2000
for height jobs above 2 meters.
5 Working without wearing face shield during cutting, welding, grinding 1000
activity and during maintenance work on acid/alkali lines and
equipment’s.
6 Not using PPEs, tools/tackles as mentioned in Safety Work Permit 1000
7 Working without valid test certificate for lifting/ lowering tools/tackles 3000
8 Working without appropriate electric plug-pin, RCBO 2000
9 Working without a valid Safety Work Permit 3000
10 Gas cylinder without flash back arrestor 1000
11 Gas cylinder without trolley 500
12 Unauthorized personal entering into Cordon off area 500
13 Faulty wire/ cable laying on ground or using snapped cables 500
14 Improper hand or power tools/ tackles 1000
15 Smoking at work place area. 1000
TH/CVL/ADM/TW-PARK/ADM/2020 Page | 34
Safety violations by Transport contractors
1 Faulty HAZCHEM displayed on Tanker 500
2 One PVC / Tychem Suit set if available 500
3 Both PVC /Tychem suit set are not available 1000
4 Fire Extinguisher without Hydro Test. 1000
5 TREM card not available 500
6 Hazardous chemicals transportation Training of driver by authorized 500
agencies. (Training card not available with driver)
7 Sleeping below the tanker 5000

* Note:
1. In case if anyone found violating for the second time, penalty of 1.5 Times will be
imposed.
2. In case of 3rd time violation – 15 days away from job for specific contractor labour/
supervisor of contract(s) based on violation will be imposed.

5.0 Health of contractor employees:


Contractors have to obtain fitness certificate and show it to the RCF supervisors prior to
commencement of work. It is to be ensured that no contract workers are allowed to enter the
premises with major health issues or after having any drug/ alcoholic drinks.

All executing departments like Civil & other related departments lining up contracts will
communicate to respective contractors for existing work orders/purchase order contracts.

OMs/HODs of respective plants and service departments will check and ensure implementation of
these penalties in true spirit and ensure safety compliance in their respective areas.

Pre-employment medical examination (before engagement) of contract workers:


Contractors will have to submit a certificate of fitness in respect of workers to be engaged inside the
factory/townships and no person/contract labour shall be employed without a valid certificate of fitness.
The contractors shall get the Pre-employment medical examination of his workmen done from RCF
doctors at first aid inside the factory premises.

Signature & Seal of the tenderer

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 35
ANNEXURE-XII
DESCIPLINARY MEASURES

Procedure for action against an Agency in case of corrupt / fraudulent/ collusive / coercive practices
and persistent poor performance / un-satisfactory performance.
Definitions:
A.1 “Fraud” is a willful act or omission, intentionally committed by an individual either acting independently or in
group(s) - by deception, connivance, suppression, cheating or any other fraudulent or illegal means, thereby,
causing wrongful gains to self or any other individual and / or wrongful loss to others. This also includes abetment
of any act mentioned above. Many a times such acts are undertaken with a view to deceive / mislead others,
leading them to do or prohibiting them from doing a bonafide act or take bonafide decision which is not based on
material facts.
Ä.2 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of value to
improperly influence the actions in selection process or in contract execution. “Corrupt Practice” also includes any
omission for misrepresentation that may mislead or attempt to mislead so that financial or other benefit may be
obtained or an obligation avoided.
A.3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a scheme or arrangement
designed to establish bid prices at artificial noncompetitive levels and to deprive the Employer of the benefits of
free and open competition.
A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any
agency or its property to influence the improperly actions of an agency, obstruction of any investigation or auditing
of a procurement process.
A.5 “Moral turpitude” means to be a conduct contrary to justice, honesty, modesty or good morals and contrary to
what a man owes to a fellowman or to a society in general.
A.6 “Party/Contractor/Supplier/Vendor/Consultant/Bidder/Licensor” shall mean and include but not limited to a
public limited company or a private limited company, a joint venture, Consortium, HUF, a firm whether registered
or not, an individual, a co-operative society or an association or a group of persons engaged in any commerce,
trade, industry etc is herein referred as “Agency”
A.7 “Company/Organization/Employer/Purchaser” is herein referred as “RCF Ltd”.

1.0) HOLIDAY LISTING OF AN AGENCY: -


In the following circumstances, an Agency can be put on 'holiday list', for a minimum duration of one year and up-
to a maximum period of three years by RCF Ltd: -
a) In case of non-performance or poor performance, unsatisfactory performance, no response consistently with
respect to delivery, not meeting delivery schedule, poor quality and workmanship despite repeated request to
improve performance.
b) In case of problems at the Agency end such as labour, financial, legal etc. which are not likely to be resolved by
the Agency in next one year.
c) Litigation, including arbitration proceedings, against or by the Agency, which is likely to have an adverse impact
on the company, till the dispute is settled.
However, before an Agency is put on holiday, the shortcomings will be brought to the notice of the Agency, in
writing, and proper notice specifying the grounds therein will be given in writing of the intention of RCF Ltd to put
them on Holiday if the Agency does not rectify the breaches within a specified period of time. One weeks’ time will
be given to the Agency to offer their explanation. If the explanation is not found to be satisfactory or no
explanation is received from the Agency within the stipulated time period, action / approval for putting the Agency
on holiday shall be taken by the company without any further notice. Such action would be in addition to other
remedies that would be exercised by RCF Ltd. The name of the Agency put on holiday will be displayed on
company website and the Agency shall be put on Holiday in all units of the company.
Depending on the severity of the default by the Agency, RCF Ltd can also De-list the Agency in addition to Holiday.
In the mean- time, further tenders will not be issued to such an Agency. Offer of such an Agency shall not be
considered in RCF tenders.

2.0) DELISTING OF AN AGENCY: -


Necessity may arise for deletion of the name of an approved Agency for a number of reasons. Some of which
could be:

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 36
a) Fall in credit rating of the Agency.
b) Death of the proprietor, in case of single proprietary firm.
c) Bankruptcy/insolvency of the Agency.
d) Splitting/merger/closure/ change in constitution of the Agency.
e) Directive of Board/ Govt. Financial institution/ Court.

Period of De-listing shall be for a minimum period of one year. How-ever RCF Ltd at its discretion can delist the
Agency for a maximum period of five years. Name of the De-listed Agency will be displayed on company website
and will be on De-listed list in all units of the company. In the mean-time, further tenders will not be issued to
such an Agency.

3.0) BLACKLISTING OF AN AGENCY: -


An Agency may be black-listed by the company where: -
a) There are sufficient and strong reasons to believe that the Agency or his employee have been guilty of unethical
or malpractice(s) including formation of cartel, bribery, corruption and fraud including substitution and in execution
of PO/WO, smuggling, pilfering, unauthorized use of or disposal of Company’s property / materials issued for
specific work or

b) Agency continuously refuses to pay Company’s dues without showing adequate reasons or

c) Agency (Director/Owner of the Agency, proprietor or any partner(s) or representative of the Agency) have been
convicted by a court of law for offence involving moral turpitude in relation to business dealing(s) or

d) Security considerations including suspected security considerations to the Company is envisaged.

In all the above cases from (3a to 3d) a Show Cause notice as to why the Agency should not be Blacklisted will be
sent to the Agency. The notice will specify clearly the grounds for considering the Agency for blacklisting and one
weeks’ time will be given to the Agency to offer their explanation. If the explanation is not found to be satisfactory
or no explanation is received from the Agency within the stipulated time period, action / approval for blacklisting
shall be taken by the company without any further notice. Period of blacklisting will be minimum for five years.
In case if an Agency is registered for more than one item of supply /work, the decision regarding blacklisting
would apply to all the items of supply /works /units of the company.
All the running contracts/other works with the Agency will be terminated immediately after blacklisting. Name of
the blacklisted Agency will be displayed on Company website in all units of the company. No further tenders shall
be issued to such an Agency.
In-case the Agency is put on Holiday list or on blacklist or gets delisted, EMD and SD, if any, submitted by the
Agency shall stand forfeited. EMD/SD/PBG/available balance of other contracts of the same Agency shall also be
considered for forfeiture, for the recovery towards any risk and cost amount, if applicable.

Note:
1. Agency shall note that all the points mentioned or stated above under Clause 1.0, 2.0 and 3.0 are only
illustrative and not exhaustive. This does not prevent RCF Ltd from taking action against Agency for any other act
that may not have been mentioned or stated above but the same falls under the gamut of fraudulent activity and
considered as such by RCF Ltd.
2. If it is observed during bidding process / bid evaluation stage or during execution of contract or after execution
of contract but during defect liability period that the Agency has indulged in corrupt/fraudulent/collusive/coercive
practices, the Agency shall be banned for future business dealings with RCF Ltd for a period specified in the above
referred clauses and the EMD/SD/PBG as the case may be, submitted by the Agency stands forfeited.
3. In case if an Agency has been put on holiday list or on blacklist or has got delisted in any other PSU or by Govt.
Of India, offer of such an Agency shall not be considered in RCF tenders.

Signature & Seal of the tenderer


TH/CVL/ADM/TW-PARK/ADM/2020 Page | 37
ANNEXURE-XIII

Declaration from vendors for tax compliance related to GST


1. Vendor/Supplier/Contractor/Contractor shall ensure timely submission of invoice(s) as per rules/ regulations of
GST with all required supporting document(s) within a period specified in Contracts/ LOA to enable RCF to
avail input tax credit. Further, returns and details required to be filled under GST laws & rules should be timely
filed by supplier with requisite details.

2. Vendor/Supplier/Contractor would promptly pay GST, as per law, for the supplies made to RCF Ltd and would
upload returns within the prescribed time to enable RCF Ltd., to avail the input tax credit [ITC].

3. All necessary adjustment vouchers such as Credit Notes / Debit Notes for any short/excess supplies or revision
in prices or for any other reason under the Contract shall be submitted to RCF Ltd., as per GST provisions.

4. In the event of default on his part in payment of tax and submission / uploading of monthly returns, RCF is
well within its powers to withhold payments, especially the tax portion, until Vendor/Supplier/Contractor
corrects the default and / or complies with the requirements of GST and produces satisfactory evidence to that
effect or upon GST appearing on the Company GST portal.

5. If, as a result of any delay or default on his part, RCF Ltd., is rendered unable to avail ITC, he would, at his
own cost, get the shortcoming rectified in the return to be filed immediately thereafter.

6. In case GST credit is delayed/ denied to RCF reversed subsequently as per GST law, due to non/delayed
receipt of goods and/or services and/or tax invoice or expiry of timeline prescribed in GST Law for availing
such ITC, non-payment of taxes or non-filing of returns or any other reason not attributable to RCF, GST
amount shall be recoverable from Vendor/Supplier/Contractor along with interest levied/ leviable on RCF.

7. In the event of delay getting ITC to RCF Ltd., due to reasons attributable to the Vendor/Supplier/Contractor,
RCF Ltd., reserves the right to recover interest at 12% on the tax credit so available for the number of days
the ITC was delayed. RCF may recover such amount from the Security Deposit or any such Deposit / Credit
Balance / future payments. Accordingly, RCF will raise Invoice/Debit note on the Vendor/Supplier/Contractor.

8. RCF Ltd., reserves the right to suspend I cancel I terminate the contract in the event of frequent / multiple /
repeated defaults by the Vendor/Supplier/Contractor in complying with the above requirements as per GST
and Vendor/Supplier/ Contractor shall be put under Holiday list as mentioned in the Contract

9. In case the short coming is not rectified by the Vendor/Supplier/Contractor and RCF ends up in reversal of
credits and / or payments, Vendor/ Supplier/Contractor is fully liable for making good all the loss incurred by
RCF as a result of default.

10. Advance payments  Vendor/Supplier/Contractor should issue Receipt vouchers immediately on receipt of
advance payment and subsequently issue supplies along tax invoice after adjusting advance payments as per
Contractual terms and GST Provisions.

11. Anti-profiteering  Vendor/Supplier/Contractor agrees unconditionally that any benefit arising, either directly
or indirectly, out of implementation of GST is mandatorily passed on to RCF Ltd.

12. Anti-profiteering / Re-negotiation  As far as the un-executed portion, as on 30th June, 2017, of the Contract
is concerned, it is lawful for the Company to renegotiate the compensation payable for the balance part of the
contract and the Vendor/Supplier/Contractor is under an obligation to pass on the benefit arising, either
directly or indirectly, out of implementation of GST.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 38
13. Any GST liability arising on RCF under reverse charge before actual receipt of goods and or services and/or
invoice thereof would be subject to recovery of interest leviable for the period between the date of such
liability and actual date of eligibility of ITC based on receipt of goods, receipt of invoices and other conditions
specified in GST law, as applicable.

14. In case the GST rating of vendor on the GST portal/Govt. official website is negative/black listed, then the bids
may be rejected by RCF. Further, in case rating of bidder is negative/black listed after award of work for
supply of goods / services, then RCF shall not be obligated or liable to pay or reimburse GST to such vendor
and shall also be entitled to deduct/recover such GST along with all penalties/interest, if any, incurred by RCF.

15. To make the ITC is available to RCF promptly, the vendor / contractor undertakes to upload scanned copy of
invoice with the supporting documents in the portal specifically designed for the purpose in RCF website within
3 days of dispatch/ or 7 days completion of service from his end. Non-compliance of the same shall attract the
penal clauses as may be reasonably decided RCF.

16. Any late delivery i.e. delivery after the due date attracts payment of damages by the vendor/contractor as
agreed mutually. It is agreed by the Contractor that such damages become recoverable by RCF with
applicable GST thereon.

17. Any reference in the NIT to CENVAT / VAT / Service Tax and the clauses relating thereto may please be
ignored.

Signature & Seal of the tenderer

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 39
Validate Print Help PERCENTAGE BOQ ANNEXURE-XIV

Tender Inviting Authority: CHIEF MANAGER (CIVIL), RCF THAL


Name of Work: Construction of shed for two wheeler parking for Administration building at RCF Thal.
Tender No.: TH/CVL/ADM/TW-PARK/2020
Bidder
Name :

UNPRICED BID
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be
rejected for this tender.
Bidders are allowed to enter the 1)Bidder Name 2) Select (excess or less) and 3) Values only).
NOTE:-In addition to below value, GST will be paid extra as given by contractor in Technical Bid (or as per prevailing Govt. norms) over grand total.

TOTAL BASIC
Sl. Estimated TOTAL AMOUNT
Item Description Quantity Units COST WITHOUT
No. Rate In Words
GST
1 2 4 5 6 27 23
1 Item Description
Earthwork in excavation by Manual means/ Mechanical means (Hydraulic Excavator)/ in
foundations of buildings, footings, columns, plinth beams, walls machine / equipment
foundations isolated pits, pavements, trenches for pipelines / cables, pipe sleepers drains
etc., to the required levels and grades in both dry and wet conditions,including dewatering,
INR Twenty Seven
ramming of bottoms, getting out including dressing of sides and excavated earth with lift up
Thousand Four
1.01 to 1.5 M and disposal of surplus excavated materials within a lead of 50 M including 110.00 Cu.M 249.55 27,450.50
Hundred & Fifty and
stacking, leveling and dressing etc., complete as per direction of Engineer-in-charge in all
Paise Fifty Only
kinds of soils,hard murrum as defined in IS : 1200 including providing temporary supports to
all service lines such as overhead and underground water sewage and drain pipes, cables
etc and shoring and strutting wherever necessary, complete in all respects as per direction
of Engineer- in- Charge.
Removal and carriage of surplus excavated earth, debris, dismantled materials etc., from the INR Twelve
site of work to other areas anywhere within the factory upto 3 KM / plant battery limits Thousand Three
1.02 60.00 Cu.M 205.74 12,344.40
beyond the initial lead of 50 M and spreading and leveling including loading and unloading as Hundred & Forty Four
per the direction of Engineer-in- Charge. and Paise Forty Only

INR Forty Nine


Providing dry trap rubble stone soling 150 to 200 mm thick including filling the voids, hand Thousand Seven
1.03 60.00 Cu.M 829.28 49,756.80
packing & compacting etc. complete as directed. Hundred & Fifty Six
and Paise Eighty Only

Providing and laying plain cement concrete M-10 (1 cement: 3 fine aggregate :6 graded stone INR Nine Thousand
aggregate 20 mm nominal size), manual / machine mixed and manual / mechanically Six Hundred & Eighty
1.04 2.00 Cu.M 4844.91 9,689.82
vibrated in foundations, plinth, under floors, screeding as per EIC etc., including all Nine and Paise
necessary cost of centring and shuttering, cover blocks & curing etc. complete. Eighty Two Only
INR Two Lakh Thirty
Providing and laying plain cement concrete M-15 (1 cement: 2 fine aggregate :4 graded stone
One Thousand One
aggregate 20 mm nominal size), manual / machine mixed and manual / mechanically
1.05 42.00 Cu.M 5504.03 231,169.26 Hundred & Sixty Nine
vibrated in foundations, plinth, under floors, screeding as per EIC etc., including all
and Paise Twenty Six
necessary cost of centering and shuttering, cover blocks & curing etc. complete.
Only
Providing and laying reinforced cement concrete of grade M- 20 (using 20 mm, nominal
gauge graded stone aggregate) machine mixed and mechanically vibrated and finished to a
INR Forty Five
fair face but including the cost of centering, shuttering, cover blocks and excluding
Thousand Two
1.06 reinforcement in foundation and plinth for: rafts, footings, bases of columns, pedestals, 8.00 Cu.M 5656.30 45,250.40
Hundred & Fifty and
beams, walls, columns, machine and equipment foundations, pile caps, box sections, pipe
Paise Forty Only
supports, cable trench, drains etc., complete in all respects as per direction of Engineer -in-
Charge.
Supplying, cutting, bending, hoisting, placing in position and binding with 18 SWG INR Sixty One
annealed wire, TMT Fe-500 steel reinforcements as per relevant IS code for all R.C.C. Thousand Eight
1.07 works including all necessary handling at all heights and depths complete in all respects 1.00 MT 61848.70 61,848.70 Hundred & Forty Eight
and as per direction of the Engineer-in Charge (Fe 500 steel of TATA/SAIL/Jindal/RINL make and Paise Seventy
only to be used) Only
Supplying, de-rusting by mechanical cleaning fabricating, erecting, hoisting and fixing in
position structural steel work in rolled steel joints, channels, angles tees, flats, plates, lattice
members built up / compound sections in columns, portals, girders, beams, bracings,
INR Three Lakh Forty
trusses, purlins, rafters, staircase, steps, hand-railings, walkway, cat ladder with cages, toe
Four Thousand Four
plates, side walling, trestles, Conveyor gantries etc. including gusset plates, anchor plates
1.08 4.50 MT 76545.28 344,453.76 Hundred & Fifty Three
etc., including site and shop fasteners, riveting, bolting, welding at shop or work site at all
and Paise Seventy
heights etc. & including one coat of red-oxide primer and over it two coats of oil painting of
Six Only
approved quality and shade etc. complete. (All material supply is in contractor’s scope
including paints (As per TS). (only ISI marked steel to be used). Nut-bolts to be paid extra in
respective item.
Suppying, fabricating and fixing in position M.S. holding down bolts assembly cosisting of
INR Two Thousand
bolts, heads, nuts, wasgers etc. and the like including embeding in cement concrete/R.C.C.
1.09 25.00 Kg 95.00 2,375.00 Three Hundred &
works as per approved drawings complete in all respects including one coat of anticorrosive
Seventy Five Only
paint over a coat of approved quality primer.

TH/CVL/ADM/TW-PARK/ADM/2020 Page | 40
INR Ten Thousand
Providing and constructing second class burnt brick masonry in cement mortar 1:6 (1 One Hundred &
1.10 cement : 6 coarse sand) including striking joints, watreing etc. complete in foundation and 2.00 Cu.M 5091.94 10,183.88 Eighty Three and
plinth. Paise Eighty Eight
Only
INR Three Thousand
Providing at all heights 12 mm thick cement plaster on brick work, exposed surfaces of RCC
Two Hundred &
1.11 lintels, beams etc., complete in all respects and as directed with cement plaster mix: 1:4, 20.00 SQ.M. 163.98 3,279.60
Seventy Nine and
including necessary scaffolding, curing etc. complete.
Paise Sixty Only
Providing & applying two coats of waterproof cement paint of approved manufacturer to INR One Thousand
1.12 plastered surfaces or any other area inlcuding M.S. pipe scaffolding if necessary, cleaning 20.00 SQ.M. 52.18 1,043.60 &Forty Three and
and preparing the surface, watering for two days etc. as directed. Paise Sixty Only
Supplying & fixing of 0.5 mm thick meta colour corrugated sheets i.e. 0.45mm base metal
thickness and 0.50mm total coat thickness of minimum yield strength of 550 MPa and as per
the below mentioned technical specifications including corner piece, ridge, gutters etc.
INR One Lakh Thirty
1.13 PPGL- pre painted galvalume steel sheet zinc coating : AZ 150 200.00 SQ.M. 650.00 130,000.00
Thousand Only
Paint coating : regular modified polyaster painting
Painting thickness (top) : 25 micron
Painting thickness (bottom) : 5-7 micron
Providing and fixing in position PVC 160 mm dia rainwater pipe ISI marked (straight portion
only with collar) including necssary fittings such as clamps, making connection water tight INR Twenty Four
1.14 40.00 RMT 600.00 24,000.00
with solvent, making holes in masonry/RCC wall including M.S. pipe scaffolding etc. complete Thousand Only
as directed by EIC.
Providing and fixing in position half round PVC 160 mm dia pipe ISI marked including INR Twenty Eight
1.15 70.00 RMT 400.00 28,000.00
necssary fittings and M.S. pipe scaffolding etc. complete as directed by EIC. Thousand Only
INR One Thousand
Providing and applying two coats of flat oil paint of approved colour and shade to internal/
Four Hundred &
1.16 external concrete/ plastered surface including scaffolding if necessary, cleaning, preparing 20.00 SQ.M. 74.54 1,490.80
Ninety and Paise
the surface (excluding primner coat) etc. complete.
Eighty Only
INR Nine Lakh Eighty
Two Thousand Three
Total in Figures 982,337.00 Hundred & Thirty Six
and Paise Fifty Two
Only

Quoted Rate in Figures

Select - Zero Only

Quoted Rate in Words

INR Zero Only

Signature Not Verified


Digitally signed by SANJAY BABANRAO
SAHANE
TH/CVL/ADM/TW-PARK/ADM/2020 Date: 2020.08.07 12:18:05 IST Page | 41
Location: eProcure-EPROC

You might also like