Upload
hahanh
View
228
Download
0
Embed Size (px)
Citation preview
Short Notice Open Competative Bid
e-Tender
Bid Document
for
Complete Operation including Maintenance and
Production
Of
Sugar Factory
Situated at Chak, 23 F Kaminpura, Sriganganagar
(Rajasthan)
Duration
Two complete crushing season
2016-17and 2017-18
Rajasthan State Ganganagar Sugar Mills Limited
(A Public Undertaking of Rajasthan Goverment)
Index
Sl. No. Contents Page No.
Disclaimer
1 Introduction 3
1.1 Background 3
1.2 Brief description of Bidding Process 4
1.3 Schedule of Bidding Process 4
2 Instructions to Bidders 5
2.1 General 5
2.2 Eligibility of Bidders/Tenderar 6
2.3 Instruction to Submit Bids 7
2.4 Others 9
2.5 Amendment Of Bid Documents 11
2.6 Language Of Bid 11
2.7 Bid Currencies 11
2.8 Performance Security / Security Deposit 11
2.9 Period of Validity Of Bids 12
2.10 Signing Of Contract/Agreement 12
2.11 Manpower/ Staff 12
2.12 Payment Terms 13
3 Scope Of Work 14
4 Bids and costs Thereof 14
5 Site Visit and verification of information 14
6 Acknowledgement by Bidders 14
7 Right to accept or reject any or all Bids 15
8 Evaluation Process 16
9 Confidentiality 16
10 Tests of responsiveness 16
11 Clarifications 17
12 Fraud and Corrupt practise 17
13 Obligations of successful Bidders 18
14 Performance Parameters 19
15 Obligation of RSGSM 20
16 Common Obligation 21
17 Contract Period 21
18 Contract Unassignable 21
19 Confidentiality 21
20 Contractor's general indemnity 21
21 Force Majeure 21
22 Dispute Resolution & Arbitration 22
23 Jurisdiction Of Courts 22
24 Notices and Time 22
25 Annexure A- Compliance with the Code of Integrity and No Conflict of Interest 23
26 Annexure B - Declaration by the Bidder regarding qualification 24
27 Annexure C- Grievances and Redrassal during Procurement Process 25
28 Annexure D- Additional Conditions of Contract 28
29 Annexure E - Financial Bid 29
30 Annexure F -List of works defining scope of work ( Not Limited to) 30
31 List of Permanent Employee 34
32 List of Seasonal Employee 37
3
DISCLAIMER
The information contained in this Bid Document (the “BD”) or subsequently provided
to Bidder (Bidder), whether in documentary or any other form, by or on behalf of the
Rajasthan State Ganganagar Sugar Mills Limited (RSGSM) is provided to bidder on the
terms and conditions set out in this BD and such other terms and conditions subject to which
such information is provided.
This BD is not an agreement and is neither an offer nor invitation by the RSGSM to
the prospective Bidders or any other person. The purpose of this BD is to provide interested
parties with information that may be useful to them in the formulation of their Bid pursuant
to this BD (the “Bid”). This BD includes statements, which reflect various assumptions and
assessments arrived at by the RSGSM in relation to the Sugar Factory.
The RSGSM may, in its absolute discretion but without being under any obligation to
do so, update, amend or supplement the information, assessment or assumptions contained in
this BD.
The issue of this BD does not imply that the RSGSM is bound to select or to execute
an agreement with the selected Bidder, as the case may be, for the Purpose. The RSGSM
reserves the right to reject all or any of the Bids without assigning any reasons whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its bid including but not limited to preparation, copying, postage, delivery fees,
expenses associated with any demonstrations or presentations which may be required by the
RSGSM or any other costs incurred in connection with or relating to its Bid. All such costs
and expenses will remain with the Bidder and the RSGSM shall not be liable in any manner
whatsoever for the same or for any other costs or other expenses incurred by an Bidder in
preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding
Process.
1.1 INTRODUCTION
Background
1.1.1 Rajasthan State Ganganagar Sugar Mills Ltd. has set up and commissioned following
two units at Chak 23 F, Kaminpura, Sriganganagar (Rajasthan) in the financial year
2015-16
1.1.2
S.NO. Detail
1 Complete Sugar Plant of 1500 TCD expandable to 2500 TCD to
produce premium quality sugar alongwith bagasse based Co-
Generation Power Plant of 4.95 MW.
2 30 KLPD / 28.5 KLPD RS-GR-1 Multifeed Distillery Plant with
Biomass based Captive Power Plant of 1.2 MW .
1.1.2 The RSGSM intends to invite Bids from suitable Bidders, for award of Work related
to Operation , Maintenance and Production in SUGAR FACTORY UNIT ONLY
through a fair and transparent selection process in accordance with the procedure set
out herein. A bidder may bid for Sugar Factory only . Bidder whose bid found most
beneficial rates given for Sugar Factory will be considered .
4
1.1.3 The selected Bidder, who would be an entity that is either ( i ) a society registered
under the Societies Registration Act, 1860 (or other applicable laws) or (ii) a
company incorporated under the Companies Act, 1956 and 2013 or (iii) a partnership
firm registered under Partnership Act 1932.
1.1.4 The scope of work will broadly includes all activities related to operation,
maintenance, production, including skilled manpower to perform above activities .
1.1.5 Existing Manpower of RSGSM will invariably have to be utilised by successful
Bidder. It is pertinent to mention that salary/ wages/allowance etc. of the staff
(manpower) of RSGSM will be paid by RSGSM as usual. List of staff of RSGSM
is available at annexure H. The successful Bidder will have the full Right and
Responsibility to take work from staff of RSGSM. In case of dis-obedience by
staff of RSGSM, contractor will inform to G.M., Sriganganagar to take suitable
disciplinary action.
1.1.6 The RSGSM shall receive Bids pursuant to this BD in accordance with the terms set
forth herein as modified, altered, amended and clarified from time to time by the
RSGSM, and all Bids shall be prepared and submitted in accordance with such
terms on or before the date specified for submission of Bids (the “Bid Due Date”).
1.2 Brief description of Bidding Process
The RSGSM has adopted a single stage two part bid process (collectively
referred to as the "Bidding Process") for selection of the bidder for award of the
work. Tender form can be downloaded/ submitted from/through the website
eproc.rajasthan.gov.in Tender shall be accepted only online (e-procurement). D. D.
for e-tendering process fee of Rs. 1000/- would be in favour of M.D., RISL Jaipur.
Tender form fee Rs. 1000/- and D.D. of BID SECURITY (Bid Security) drawn in
favour of RSGSM Ltd., Jaipur must be submitted in the office of RSGSM Ltd., HO,
Jaipur before submission time of Tender. Tender without appropriate BID
SECURITY (Earnest Money) shall not be accepted. The Technical Bid & Financial
Bid shall be uploaded simultaneously. The Financial Bid of a Bidder who qualifies in
technical bid would only be downloaded. The date of opening of Price Bid will be
intimated by RSGSM seprately. This tender shall be processed through e-
procurement portal of Govt. of Rajasthan. The Bid shall be valid for a period of
not less than 120 days from the last date of submission of bids (the “Bid Due Date”).
1.2.2 In terms of the Bid, a Bidder will be required to deposit, along with its Bid, a bid
security of Rs. 2 lakh in form of DD (the "Bid Security"), refundable within 60
(sixty) days from the date of execution of agreemnet, except in the case of the selected
Bidder whose Bid Security shall be retained till it has provided a Performance
Security under the Agreement. Demand Draft should be payable at JAIPUR to the
RSGSM and the validity period of the demand draft shall not be less than 180 (one
hundred and eighty) days from the Bid Due Date.
1.2.3 Generally, the Lowest Bid shall be the selected. The remaining Bids shall be kept in
reserve and may, in accordance with the process specified in the BD, be awarded the
Work in case the Lowest Bid is withdrawn or is not selected for any reason. However,
in such an event the RSGSM may, at its discretion, annul the Bidding Process .
1.2.4. During the Bid process, Bidders are invited to examine the Site in greater detail, and
to carry out, at their cost, such studies as may be required for submitting their
respective Bids.
1.3 Schedule of Bidding Process
The RSGSM shall endeavour to adhere to the following schedule:
5
Event Description Date and Time
1. Sale of Bid Documents From 17-10-2016
2. Bid Due Date 2-11-2016 by 6.00 P.M.
3. Opening of Bids 3-11-2016 at 11.00 AM
4. Letter of Award (LOA) will be intimated seprately
5. Validity of Bids 120 days from the last date of
submission of bids
6. Signing of Agreement Within 15 days of award
of LOA
2. INSTRUCTIONS TO BIDDERS
A. 2.1 GENERAL
2.1.1 The RSGSM wishes to receive Bids to outsource Work related to Operation,
Maintenance and Production in both units e.i. Sugar Factory & Co-gen Plant through
a fair and transparent selection process. Bids will only be submitted through
Rajasthan Government e- procurement portal e.i. eproc.rajasthan.gov.in. The
services as per annexure F and G to be performed by the successful Bidder to start
with and may add other activities with the mutual consent.
2.1.2 Financial Bids of Technically Qualified Bidders will be downloaded from
eproc.rajasthan.gov.in and evaluated. Generally, the Lowest Bid is considered but
RSGSM has the right to accept other then lowest bid without assigning any reason.
2.1.3. The Bidders are required to deposit the following amount in the manner prescribed
below against each item in the office of RSGSM, Nehru Sahkar Bhawan, Jaipur :- S.
No.
Details of Fee/
Bid-Security
Amount Mode of Payment Payable in Favour of
1 Tender Form Fee 1000/- Demand Draft from any scheduled
bank.
RSGSM, Ltd.Jaipur
2 Bid-Security (2%
of estimated cost)
2.00 lacs
Rs. 2.00 lacs through DD for Sugar
Plant.
RSGSM, Ltd.Jaipur
3 E-Tendering
Process Fee
1000/- Demand Draft from any scheduled
bank.
Managing Director,
RISL, Jaipur
The DD of the above stated amounts are to be deposited by the Bidders mandatorily in
the office of RSGSM, Head Office, Jaipur upto 2-11-2016 by 6.00 PM positively.
2.1.4 After the issuance/ Uploading of NIB, any amendments/ corrigendum/ addenda shall
be issued/ uploaded only on the e-procurement website i.e. www.eproc.rajasthan.gov.in of
the State Government. No request for intimation of such amendments/ clarifications/
corrigendum/ addenda by E-mail/ letters shall be considered.
2.1.5 Instructions to Bidder for E-Tendering Process:-
I. The probable Bidders intending to participate in this tender are required to get
themselves registered on the website www.eproc.rajasthan.gov.in. Digital Signature
Certificate (DSC) Type-II is required under Information Technology Act-2000. The
6
Digital Signature, which will be used for signing the online bids, can be obtained by
the Bidders from the agencies authorized by Controller of Certifying Authorities
(CCA). The Bidders already having valid Digital Signature Certificates are not
required to obtain fresh DSC.
II The bids shall be submitted online in the format on the above mentioned website
with digital signature.
III The Bidders must ensure that scanned copy of all the documents essential to be
enclosed have been attached with the bid form to be submitted online. All the
attachments should be in PDF format.
IV RSGSM shall not be responsible in any manner for any delay/ failure on the part of
Bidder in online submission of the bids within stipulated date and time.
V All the columns of the lists/ formats / attachments must be filled completely, clearly
and in readable form and submitted online.
VI RSGSM shall not be responsible for any failure of bidder in online submission of the
bids which may occur due to improper understanding/ compliance of the instructions
for online submission.
2.2 ELIGIBILITY CRITERIA FOR THE BIDDER
2.2.1 Bidder must have the experience of maintenance and complete factory operation of
at least minimum one 1500 TCD capacity sugar factory and co-gen plant for at least
one successful and satisfactory complete crushing season of minimum 120 days in
India.
2.2.2 The bidder should be registered with the competent authorities so as to meet
statutory requirements of CPF etc.
2.2.3 The average annual turn over of the bidder should be 1.0 crore immediate previous
three financial years, with proof of latest audited balance sheet and certificate from
Chartered Accountants.
2.3 Earnest Money Deposit(Bid-Security):-
2.3.1 Bid-Security is to be furnished on the estimated cost of Rs. 100 lacs @ of 2% of the
estimated value i.e. Rs. 2.00 lacs through DD from any scheduled bank.
2.3.2 Tender without Bid-Security, Tender Fee of Rs. 1000/- and processing fee of
Rs.1000/- shall not be accepted.
2.3.3 Last Date & time of downloading of Tender : 2-11-2016 by 6.00 PM
2.3.4 Tender documents can be obtained by way of download only from the official website
www.eproc.rajasthan.gov.in (Rajasthan states e-procurement portal) (for each
downloaded tender application form a D.D. from any scheduled Bank amounting to
Rs. 1000/- shall be enclosed alongwith the tender documents) in favour of Rajasthan
State Ganganagar Sugar Mills Ltd. Payable at Jaipur.
2.3.5 Last date & time for submission
(online uploading) of Tender : 2-11-2016 by 6.00 PM
2.3.6(A) Tender alongwith all the documents to
be uploaded online only on the website: www.eproc.rajasthan.gov.in
(B) Tender to be addressed to: General Manager
Rajasthan State Ganganagar
7
Sugar Mills Ltd., 4th
floor, Nehru
Sahkar Bhawan, Bhawani Singh
Road, Jaipur – 302006.
2.3.7 The Bid must be valid for one hundred twenty days (120) from the last date of
submission of Bids.
2.2.8 Tender through Email / Fax / Telegram/Postal/ Personal Delivery will not be
accepted. RSGSM, assumes no responsibility for any failure in uploading the tender
online by the Bidder.
2.3.9 This Notice of Tender is an integral part of the enclosed bid document.
2.3.10 Bidder are advised to quote strictly as per the terms and conditions of the tender
documents and should not make any deviations / exceptions. Technical Bids shall be
opened on 3-11-2016 at 11.00 AM in presence of the Bidder or their authorized
representatives who wish to be present, at the address mentioned above.
2.4 INSTRUCTIONS TO SUBMIT BIDS
2.4.1 Each Bidder shall submit its bids by uploading online on the website
www.eproc.rajasthan.gov.in for complete Maintenance and Operation of 1500
TCD SUGAR PLANT with 4.95 MW co-gen power plant.
2.4.2 The Bidder must submit (upload online) their Bids in Two Documents separately as
mentioned below.
DOC – I : TECHNICAL BID
DOC – II : FINANCIAL BID
2.4.3 DOC – I : TECHNICAL BID
To contain the following:
Complete set of Bid document duly signed on each and every page and stamped.
It is again emphasized that a bidder must upload whole bid document duly
signed each and every page. In absence of bid document on eproc site, bid will
not be considered.
Note: Under no circumstances, should Bidder enter any price in Technical Bid.
Financial Bid (Price offer) shall be uploaded through soft copy provided in the e-
procurement website.
DOC – I
TECHNICAL BID including of credentials in Proforma as under
A. General information :
1. Name of the firm :
2. Nature of the firm:
3. Year of establishment :
4. Company Registration No.:
5. Registered Address:
6. Correspondence Address :
With Tel. & Fax No. & E-mail
7. Address of Branches if any :
8. Name & address of Directors & Keypersons, in case of Limited Company
8
Name & Address of partners, in case of partnership firm along with
Deed and MOU. Telephone, Fax & E-mail for correspondence.
Name, Address, Telephone, Fax & E-mail for correspondence. of proprietor,
In case of sole proprietary firm:
10. Permanent Account Number :
11. Registration No. of PF.
12. VAT,CST & Service Tax Regestration Certificate (Valid as on Tender Date)
13. Excise Registration No.:(if required)
14. Works Contract Registration under section 7 and 11 of Contract Labour Act 1970
15. A copy of Latest Income Tax Return :
16. Name of banker Telephone, Fax & E-mail with full address:
17. Type of account and account No.: A scaned copy of cancelled cheque should be
uploaded.
18. Company profile with reference to work performance as under:
a) Nos. of sugar plants where maintenance
& operation work completed.
b) Performance certificates shall be
enclosed.
DUE FOR SUBMISSION ON : 2-11-2016 by 6.00 PM
2.4.4 DOC – II : FINANCIAL BID
To Contain the following:
„Financial Bid Proforma‟ (Financial bid should be submitted online in soft copy as
available in online bid document, in the format available on the e-procurement
website. In no case the financial offer/ rates should be revealed/ filled in any of the
scanned document.)
2.4.5 The „Technical bid' (DOC – I) shall be opened on dated 3-11-2016 at 11.00 AM in
presence of Bidder or their authorized representatives who wish to be present at the
time of opening.
Financial bids of those Bidders who qualify on the basis of detailed evaluation of
technical bids will be opened later on a date to be specified. The date and time of such
opening shall be intimated to Bidder and the Bidder or their one authorized
representative shall be allowed to attend.
2.4.6 Amounts should be quoted in figures and words . Rates should be quoted Monthly
lump sum as per Price Bid Form including all taxes, duties except service tax. Service
tax will be shown seprately in Price Bid. During comparison of rates , service tax will
be excluded. A period of 15 days prior to starting Cane Crushing and 15 days after
closure of Cane Crushing will be treated as Cane Crushing Period and payment for
these days will be made on the Rates decided for Cane Crushing Period.
2.4.7 The Bidder shall quote his price in English both in figures as well as in words. The
amounts of Bid offered by the Bidder shall be in the „Financial Bid Proforma‟ of the
Bid document and duly signed by the Bidder.
2.4.8 All scanned copies of entries in the Bids shall either be typed or be in ink, erasures
and over-writing are not permitted and may render such Bids liable to summarily
rejection. All corrections and alterations shall be duly attested by the Bidder with date
and seal.
2.4.9 All pages of the Bid document shall be initialed with seal at the lower right hand
corner or signed with seal wherever required in the Bid Documents by the Bidder or
9
by a person holding power of attorney (copy to be enclosed with DOC – I of Bid)
authorizing him to sign on behalf of the Bidder before submission of Bids. All
signatures in Bids documents shall be dated as well.
2.4.10 RSGSM may issue Addenda/corrigendum to the Bid documents prior to the date of
submission of the Bid to clarify documents or to reflect modifications in the design or
contract terms. All such addenda/corrigendum issued shall form part of Bid
documents and the RSGSM may, at its discretion, extend the deadline for the
submission of bids for reasonable time to take the amendment/s into account in
preparing the bids.
2.4.11 The Bid price quoted shall be inclusive of all costs including insurance, taxes, duties
etc. and any claim whatsoever for enhancement of Bid price quoted on any account
shall not be entertained. However, the Taxes as have formed part of the Bid shall be
paid on actual basis. Any increase/ decrease in rate of taxes after the due date of
submission of Bid, shall be given effect to.
2.4.12 The price should be quoted as per Price Bid Format and shall be valid up to the
completion of the Contract Period. The price should be firm and there shall be no
increase/escalation in Rates till completion of the Contract Period.
2.4.13 A period of 30 days will be taken into consideration for the purpose of calculation for
the part of month. Otherwise a month means a calender month.
2.4.14 The information given in the Bid documents and the plans and drawings forming part
thereof is merely intended as general information without any undertaking on the part
of the RSGSM as to their accuracy and without obligation relative thereto upon the
RSGSM. Before submitting Bids, the Bidder are advised to inspect the site of work
and the environments and be well acquainted with the actual working and other
prevalent conditions, facilities available, rules and regulations of Central and State
Government Acts governing the operation of the sugar plant & Co-gen. Plant etc. No
claim will be entertained later on the grounds of lack of knowledge.
2.4.15 The enclosures to be attached along with DOC- I of the Bid shall include the
following besides other such enclosures which may have been specified elsewhere in
the Bid documents.
2.4.16 The details i.e. name of each plant, capacity of the plant in TCD or KLPD, date of
Commencement of work , Co-generation plant with capacity, boiler capacity with
pressure and temperature. TG set capacity with working pressure & temperature,
major details of boiling house equipment etc. must be attached along with successful
performance certificate.
2.4.17 Valid PAN, TIN, Excise registration No., Service Tax Registration No., Sales
Tax/VAT Registration No. Certificates in true copies / photocopies duly attested by a
competent authority are required to be submitted.
2.4.18 Power of Attorney or Authority letter of the person who has signed the Bids. .
2.4.18 Any other documents required in terms of this notice.
2.5 OTHER
2.5.1 The Bids shall be filled complete in all respects and shall be together with requisite
information in the manner detailed above. Any Bids incomplete in any respect and
violating any of the instructions shall be liable to be rejected. If the space in the Bids
or any schedule or Performa is insufficient, pages may be separately added and
numbered.
10
2.5.2 The power to acceptance of Bids will rest with the RSGSM and it is not binding on
the RSGSM to accept the lowest Bids or any of the Bids. The RSGSM reserves the
rights to reject any or all the Bids without assigning any reason thereof.
2.5.3 The overall responsibility for satisfactory performance of the staff/workers supplied
shall be strictly of the Bidders only and they will ensure the proper workmanship .
They shall have to undertake guarantee for the same as stipulated in the BID/
Agreement.
2.5.5 Conditional Bids and Bids which are incomplete and otherwise considered defective
and not in accordance with the Bid conditions, etc. are liable to be rejected.
2.5.6 If the Bidder deliberately gives wrong information in his Bids, the RSGSM reserves
the right to reject such Bids at any stage or to cancel the contract, if awarded and
forfeit Bid security .
2.5.7 Canvassing in any form in connection with the Bids is strictly prohibited and the Bids
submitted by the Bidder who resort to canvassing are liable for rejection.
2.5.8 The Bids submitted by a Bidder shall become property of the RSGSM who shall have
no obligation to return the same to the Bidder.
2.5.9 The RSGSM shall not be liable for any expenses incurred by the Bidder in the
preparation and submission of the Bids irrespective of whether the Bids is accepted or
not.
2.5.10 Other facilities, if any, provided by the RSGSM to the Bidder beyond the provisions of
Agreement, charges of such facilities shall be recovered from the Bidder.
2.5.11 The Bidder shall have to carefully study and understand the conditions, etc. If there is
any doubt about the meaning of any terms, conditions then it should refer to in Pre
Bid Conference and get clarification. The decision of DIC of RSGSM regarding
interpretation of the conditions shall be final and binding on the Bidders.
2.5.12 Bidders are hereby explicitly warned that the Individuals signing the Tender must
specify as follows:-
a. Whether signing as sole proprietor of the firm.
b. Whether signing as registered active partner of the firm.
c. Whether signing for the firm as an authorized signatory.
d. In case of companies and registered firms whether signing as secretary, manager,
Partner, Director, etc. will submit an authorization from the company to do this. A
copy of any document under which such authority is given should be forwarded with
the bid, if a copy has not already been sent to the RSGSM already.
2.5.13 The Bidder shall not Assign or Sublet his contract .
2.5.14 The Bidder should Sign the Bid Form at the end of each page as token of his
acceptance of all the terms and conditions of the Bid.
2.5.15 Bids shall be submitted online only.
2.5.16 In the event of any breach of conditions of the contract at any time on the part of the
Bidder, the contract may be terminated summarily by the Director In-charge with
such conditions as may be deemed fit.
2.5.17 All legal proceedings, arising out of this contract shall be subject to the jurisdiction
of the courts situated at Jaipur City only.
2.5.18 In case of any dispute arising out of any matter related to the bid/contract/
agreement, the matter will be referred to Sole Arbitrator appointed by Director In-
Charge, RSGSM whose decision shall be final and binding on both the parties. The
place of arbitration shall be jaipur. The fees and other expenses of the arbitrator shall
be borne by both parties equally.
11
2.5.19 (i) The RSGSM reserves the right to accept any bid not necessarily the lowest,
reject any bid without assigning any reasons.
(ii) If the Bidder resiles from his offer or offers new terms after opening of the bid,
his Bid-Security is liable to be forfeited.
(iii) The submission of more than one bid under different names is prohibited.
(iv) Any relationship or business connection that may exist between the Bidder and
any official of the Rajasthan State Ganganagar Sugar Mills Ltd., should be
declared. If this information is found to have been suppressed, then Contract, if
any, entered into may be cancelled forthwith without notice and compensation
and any amount which may have been deposited shall be forfeited.
2.5.20 Prospective Bidders requiring any further information or clarification on the bid
documents may notify in writing at the E-mail address [email protected] or
may be faxed at 0141-2740676.
2.6 AMENDMENT OF BID DOCUMENTS
2.6.1 At any time prior to the deadline for submission of bids, the RSGSM may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the bid documents by amendment/ corrigendum/addenda.
2.6.2 The amendment, which shall be part of the Bid Document, will be notified only online
on the E-procurement portal i.e. www.eproc.rajasthan.gov.in.
2.6.3 In order to afford prospective Bidder reasonable time to take the amendment/s into
account in preparing their bids, the purchaser may, at its discretion, extend the
deadline for the submission of bids.
2.7 LANGUAGE OF BID
2.7.1 The bid prepared by the Bidder, and all correspondence and documents relating to the
bid exchanged by the Bidder and/or the RSGSM, shall be written in the English
language.
2.8 BID CURRENCIES
2.8.1 Prices shall be quoted in Indian Rupee only.
2.9 PERFORMANCE SECURITY/ SECURITY DEPOSIT
2.9.1 Successful Bidder shall have to deposit Performance Security ( Security Deposit) of
an amount equal to 5% of total contract price including taxes, duties as quoted. The
amount deposited against Bid security will be adjusted in this account. The Security is
to be deposited by way of DD/ BG (from any scheduled bank) in favour of The
Rajasthan State Ganganagar Sugar Mills Ltd., within 15 days from the date of issue of
LOI. The LOI issued to the successful Bidder shall form the part of the agreement.
Non submission of performance security ( Scurity Deposit ) shall lead to cancellation
of the BID and forfeiture of EMD/BID Security.
The performance Security will be refunded after completion of contract period duly
successful and satisfactory performance during crushing season 2016-17 and 2017-18
. If the Bidder fails to deposit the required security amount within the period
specified, such failure will be treated as breach of the terms & conditions of the bid
and will result in the forfeiture of the Bid security of the tender at the discretions of
the Director -In-Charge for reasons to be recorded.
12
2.9.2 Any Bid submitted without Bid security will be rejected.
2.9.3 Bid security of unsuccessful Bidders will be discharged or returned promptly upon
signing of the agreement with the successful Bidder, but in any event not later than
hundred twenty (120) days after the expiry of period of bid validity prescribed by the
purchaser.
2.10 PERIOD OF VALIDITY OF BIDS
2.10.1 Bids shall remain valid for a period of one hundred twenty (120) days from the date of
submission of Bids. Bids which are submitted with a validity period shorter than 120
days or fail to mention the validity period shall be treated as non- responsive and shall
be rejected.
2.10.2 The RSGSM may solicits Bidder‟s consent to an extension of the period of bid
validity. The request and the responses there to shall be made in writing (or by email).
However, Bidder can refuse the request to extend the period of validity without
forfeiting his bid security. A Bidder agreeing to the request to extend the validity
period however will not be permitted to modify his bid.
2..10.3 The RSGSM will notify the successful Bidder in writing by letter, or by email the
acceptance of the bid(LOA).
2.10.4 The Letter Of Intent (LoI/LoA)/acceptance of bid will constitute the formation of a
contract, until the contract/agreement has been effected.
2.11 SIGNING OF CONTRACT/AGREEMENT
2.11.1 At the time of issue of LOI, the RSGSM will send the successful Bidder the „Form of
Contract‟ provided in the Bid Document, containing all clauses of Terms and
Conditions between the parties.
2.11.2 Unless extended within fifteen (15) days of acceptance of LOI, the successful Bidder
shall sign with date and seal the Contract/agreement jointly with the RSGSM and
return it to the RSGSM or if deemed proper the purchaser may call the successful
Bidder to sign the agreement at Purchaser Head Office at Jaipur. The signing of
agreement shall take place only after submission of the required document not
submitted with the bid. On behalf of the successful Bidder the agreement shall be
signed only by the authorized signatory in whose favour the valid authority has been
issued (copy need to be attached).
2.11.3 The „Agreement‟ between the RSGSM and successful Bidder shall be effective from
the date of signing it by the successful Bidder and RSGSM.
2.12 Manpower /staff :
2.12.1 All persons engaged by the firm directly or indirectly shall be employees of the firm
and it is obligatory on the part of the firm to cover all their employees under workman
compensation Act, by group insurance or otherwise.
2.12.2 The contractor will be responsible for deduction of Employees provident Fund as per
Act of 1952 and any other such liability from their employees and RSGSM will not
be responsible for any monetary claim or payment to the employees of the firm or to
any other statutory authorities under the employees provident fund, Family pension
Fund or any other liabilities.
2.12.3 The contractor will be liable to comply with the provisions of The Contract Labour (
Regulation and Abolition) Act 1970 and Rules made there under by Government of
Rajasthan, 1971 and other labour laws in force as may be applicable in future also.
13
2.12.4 In the event of any accident/causality etc. of the employees of the firm, RSGSM will
not be responsible and Firm will ensure all safety measures for its employees.
2.12.5 The contractor shall ensure that the age of their employees will not be less than 18
years in any case..
2.12.6 In case due to shortage of manpower, some maintenance /operation jobs are not
likely to complete in time, then RSGSM will have the right to out source the same
to the third Party at the cost and risk of the contractor firm/company.
2.13 Accommodation
2.13.1 Loadging and boarding facilities for manpower will be arranged by the bidder
himself. RSGSM shall not be responsible for any kind of arrangement for residence to
manpower. But, in case, where RSGSM provides residence facility in its premises, a
sum of Rs. 1000 per month per person shall be charged on account of rent, electricity
and water etc. subject to availability. Use of heavy electicity consuming equipments
like Heater, A.C. etc. will not be allowed.
2.13.2 All other arrangements for food etc. will be made by the Bidder .
2.14 Payment terms
2.14.1 The Bidder will have to quote lump sum rate as per Price Bid Format. However,
payment will be made on monthly basis and in equal instalment. An invoice for each
monthly instalment will be submitted to RSGSM by 7th date of succeeding month.
2.14.2 The contractor will submit the invoice for payment once in a month after completion
of month. The contractor will have to submit a certificate regarding deposition of
PF,ESI etc. liabilities of previous month alongwith current bill/invoice.
2.14.3 Ninety Five (95)% payment will be made within seven days after submission of
invoice/bill alongwith above required certificate. Balance Five (5) % will be made
after satisfactory performance of workers and fulfillment of outcome parameters
during season and finalization of R.T. (8) C .
No interest will be paid on so deducted amount from the bills.
2.15.4 All TDS/TCS as applicable will be deducted / collected at source.
2.14.5 No advance payment shall be made.
2.14.6 Apart from above circumstances, if any issues regarding payment or compensation
will arise, the same will be settled by GM, Sriganganagar. The decision of GM,
Sriganganagar will be final and be acceptable to the contractor.
2.14.7 The Law relating to procurement "'The Rajasthan Tarnsparency in Public
Procurement Act, 2012" {hereinafter called the Act} and the "Rajasthan Public
Procurement Rules, 2013" {hereinafter called the Rules} under the said Act have
come into force which are available on the website of state public Procurment Portal
http:/sppp.raj.nic.in. Therefore, the Bidders are advised to acquaint themselves with
the provisions of the Act and the Rules before participating in the Bidding process. If
there is any discrepancy between the provisions of the Act and the Rules and this
Bidding Document, the provisions of the Act and the Rules shall prevail.
14
3.0 Scope of Work Sugar Factory
Part -1 Operation
All manufacturing / production activities starting from
repairing and maintenance , cane crushing, production of white sugar up to stacking of sugar
bags, boiling house, boiler, turbine, ESP, ETP, RO, CPU operations, export of power to state
Electricity grid etc. Tractor Trolley and Drivers for ash handling to dumping yards will be provided by the Contractor. RSGSM will only pay for it within monthly lumpsum approved rate. Press mud will also handled by bidder and arrangement of tractor/Dozer will be made by himself. Means, all arrangements related to work of operation and maintenance of Sugar Mill will be made by the Contractor.
Part-II Maintenance
All mechanical / electrical/instrumentation/ DCS type of
services including routine maintenance, trouble shooting, preventive/predictive maintenance,
overhauling services during season and off season.
Detail of Operation and Maintenance services, not limited to, is available at annexure F.
Part III Manpower
A successful Bidder shall depute skilled manpower to perform activities mentioned
in part I and II keeping into consideration that existing Manpower of RSGSM will invariably
have to be utilised by successful Bidder. It is pertinent to mention that salary/
wages/allowance etc. of the staff of RSGSM will be paid by RSGSM as usual. List of staff of
RSGSM is available at annexure H. The successful Bidder will have the full Right and
Responsibility to take work from staff of RSGSM. In case of dis-obedience by staff of
RSGSM, contractor will be free to inform to G.M., Sriganganagar to take suitable
disciplinary action against such employee. The successful Bidder will have to provide a list
of skilled manpower to be engaged, at the time of execution of agreemnet.
An indicative list of works (but not limited to) defining scope of work is given at
annexure F of this Bid Document.
4.0 Bids and costs thereof 4.1 The Bidder shall make a single Bid.
4.2 The Bidders shall be responsible for all of the costs associated with the preparation of
their Bids and their participation in the Bid Process. The RSGSM will not be responsible or
in any way liable for such costs, regardless of the conduct or outcome of the Bidding Process.
5.0 Site visit and verification of information
5.1 Bidders are encouraged to submit their respective Bids after ascertaining for themselves
the plant and machinery of Sugar Mill and Distillery at site and other site conditions like-
location, surroundings, climate, availability of power, water and other utilities, access to site,
handling and storage of materials, weather data, applicable laws and regulations, availability
of cane , molasses, grains in adjacent areas, means of transport and any other matter
considered relevant by them.
6.0 Acknowledgement by Bidder
15
6.1 It shall be deemed that by submitting the Bid, the Bidder has:
(a) made a complete and careful examination of the BD;
(b) received all relevant information requested from the RSGSM;
(c) accepted the risk of inadequacy, error or mistake in the information provided in
the BD or furnished by or on behalf of the RSGSM relating to any of the
matters referred to in Clauses of this Bid Document.
(d) agreed to be bound by the undertakings provided by it under and in terms
hereof.
6.2 The RSGSM shall not be liable for any omission, mistake or error in respect of any of
the above or on account of any matter or thing arising out of or concerning or
relating to the BD or the Bidding Process, including any error or mistake therein or
in any information or data given by the RSGSM.
7.0 Right to accept or reject any or all Bids/ Bids
7.1 Notwithstanding anything contained in this BD, the RSGSM reserves the right to accept
or reject any Bid or Bid and to annul the Bidding Process and reject all Bids, at any time
without any liability or any obligation for such acceptance, rejection or annulment, and
without assigning any reasons therefore. In the event that the RSGSM rejects or annuls all
the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh Bids
hereunder.
7.2 The RSGSM reserves the right to reject any Bid and/ or Bid if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Bidder does not provide, within the time specified by the RSGSM, the
supplemental information sought by the RSGSM for evaluation of the Bid or
Bid.
If such disqualification/ rejection occurs after the Bids have been opened and the
Lowest Bidder gets disqualified/ rejected, then the RSGSM reserves the right to:
(i) invite the Bidder with the next Lowest; or
(ii) take any such measure as may be deemed fit in the sole discretion of the
RSGSM, including annulment of the Bidding Process.
7.3 In case it is found during the evaluation or at any time before signing of the Agreement,
or after its execution and during the period of subsistence thereof, that one or more of the
qualification conditions contained in this BD have not been met by the Bidder, or the
Bidder has made material misrepresentation or has given any materially incorrect or false
information, the Bidder could be disqualified forthwith if not yet appointed as the
Concessionaire either by issuance of the LOA or entering into of the Concession
Agreement, and if the Bidder has already been issued the LOA or has entered into the
Concession Agreement, as the case may be, the same shall, notwithstanding anything to
the contrary contained therein or in this BD, be liable to be terminated, by a
communication in writing by the RSGSM to the Bidder, without the RSGSM being liable
in any manner whatsoever to the Bidder and without prejudice to any other right or
remedy which the RSGSM may have under this BD, the Bidding Documents, the
Agreement or under applicable law.
7.4 The RSGSM reserves the right to verify all statements, information and documents
16
submitted by the Bidder in response to the BD. Any such verification or lack of such
verification by the RSGSM shall not relieve the Bidder of its obligations or liabilities
hereunder nor will it affect any rights of the RSGSM thereunder.
8. EVALUATION PROCESS
8.1 The RSGSM shall open the Bids on 3-11-2016 at 11.00 A.M. IST on the Bid
Opening Due Date, at the place specified in the presence of the Bidders who choose to
attend.
8.2 The RSGSM will subsequently examine and evaluate Bids in accordance with
the provisions.
8.3 Any information contained in the Bid shall not in any way be construed as
binding on the RSGSM, its agents, successors or assigns, but shall be binding against
the Bidder if the Work is subsequently awarded to it on the basis of such information.
8.4 The RSGSM reserves the right not to proceed with the Bidding Process at any time
without notice or liability and to reject any or all Bid(s) without assigning any
reasons.
8.5 If any information furnished by the Bidder is found to be incomplete, or contained in
formats other than those specified herein, the RSGSM may, in its sole discretion,
exclude the relevant information of the Bidder from consideration or reject whole bid.
9.0 Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation
for the qualified Bidders shall not be disclosed to any person who is not officially
concerned with the process or is not a retained professional advisor advising the
RSGSM in relation to, or matters arising out of, or concerning the Bidding Process.
The RSGSM will treat all information, submitted as part of Bid, in confidence and will
require all those who have access to such material to treat the same in confidence. The
RSGSM may not divulge any such information unless it is directed to do so by any
statutory entity that has the power under law to require its disclosure or is to enforce or
assert any right or privilege of the statutory entity and/ or the RSGSM or as may be
required by law or in connection with any legal process.
10. Tests of responsiveness
10.1 Prior to evaluation of Bids, the RSGSM shall determine whether each Bid is
responsive to the requirements of the BD. A Bid shall be considered responsive only if:
(a) it is received as per format .
(b) it is received by the Bid Due Date including any extension .
(c) it is signed on each and every page of BD.
(e) it contains all the information and documents (complete in all respects) as
requested in this BD;
(f) it contains information in formats same as those specified in this BD;
(g) it contains certificates from the Auditors,
(h) it contains Bid Security as specified, Bid Form Fee and e- Tender Process Fee.
(i) it does not contain any condition or qualification;
17
10.2 The RSGSM reserves the right to reject any Bid which is non-responsive and
no request for alteration, modification, substitution or withdrawal shall be entertained
by the RSGSM in respect of such Bid.
11. Clarifications
11.1 To facilitate evaluation of Bids, the RSGSM may, at its sole discretion, seek
clarifications from any Bidder regarding its Bid. Such clarification(s) shall be
provided within the time specified by the RSGSM for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be in writing.
11.2 If an Bidder does not provide clarifications sought within the prescribed time,
its Bid shall be liable to be rejected. In case the Bid is not rejected, the RSGSM may
proceed to evaluate the Bid by construing the particulars requiring clarification to the
best of its understanding, and the Bidder shall be barred from subsequently
questioning such interpretation of the RSGSM.
11.3 Proprietary data :-
All documents and other information supplied by the RSGSM or submitted by an
Bidder to the RSGSM shall remain or become the property of the RSGSM. Bidders
are to treat all information as strictly confidential and shall not use it for any purpose
other than for preparation and submission of their Bid. The RSGSM will not return
any Bid or any information provided along therewith.
11.4 Correspondence with the Bidder
Save and except as provided in this BD, the RSGSM shall not entertain any
correspondence with any Bidder in relation to the acceptance or rejection of any Bid.
12. Fraud and corrupt practices 12.1 The Bidders and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process. Notwithstanding
anything to the contrary contained herein, the RSGSM may reject an Bid without
being liable in any manner whatsoever to the Bidder if it determines that the Bidder
has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice in the Bidding
Process.
12.2 For the purposes of this Clause , the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the actions of any
person connected with the Bidding Process (for avoidance of doubt, offering
of employment to, or employing, or engaging in any manner whatsoever,
directly or indirectly, any official of the RSGSM who is or has been
associated in any manner, directly or indirectly, with the Bidding Process or
the LOA or has dealt with matters concerning the Concession Agreement or
arising therefrom, before or after the execution thereof, at any time prior to
the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the RSGSM, shall be deemed to
18
constitute influencing the actions of a person connected with the Bidding
Process); or (ii) save and except as permitted under sub clause (c) engaging in
any manner whatsoever, whether during the Bidding Process or after the issue
of the LOA or after the execution of the Agreement, as the case may be, any
person in respect of any matter relating to the Work or the LOA or the
Concession Agreement, who at any time has been or is a legal, financial or
technical adviser of the RSGSM in relation to any matter concerning the
Work;
(b) “fraudulent practice” means a misrepresentation or omission of facts or suppression
of facts or disclosure of incomplete facts, in order to influence the Bidding Process;
(c) “coercive practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any person or property to influence any person‟s participation or
action in the Bidding Process;
(d) “undesirable practice” means (i) establishing contact with any person connected with
or employed or engaged by the RSGSM with the objective of canvassing, lobbying or
in any manner influencing or attempting to influence the Bidding Process; or (ii)
having a Conflict of Interest; and
(e) “restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full and
fair competition in the Bidding Process.
13. OBLIGATIONS OF SUCCESSFUL BIDDER:
13.1 To carry out production, preventive maintenance activities as detailed in the Anex-F
and G, but not limited to.
13.2 To Check all agreed quality parameters and to take necessary steps to ensure that
production of sugar is within agreed parameters.
13.3 All tools and tackles shall be physically handed over to successful Bidder by RSGSM
as required by their Personnel for providing the services. RSGSM shall provide all
tools and tackles to SUCCESSFUL BIDDER and SUCCESSFUL BIDDER shall
maintain and responsible for the loss of tools. In case any special tools and tackls are
required at any moment of time, SUCCESSFUL BIDDER and RSGSM will discuss
and mutually agree on that.
13.4 To work in close co-ordination with the representatives of RSGSM and shall jointly
endeavor to operate within stipulated quality parameters & downtime percentage. The
review of those would be carried out regularly.
13.5 Successful bidder will be responsible for any damage of machinery during operation,
if occurred due to negligence of its staff. If machinery is damaged due to
manufacturing defects, then loss will be borne by the RSGSM or supplier of
Machinery, as the case may be.
13.6 SUCCESSFUL BIDDER would be completely responsible for the safety of its
employees and shall take all steps required under the laws or otherwise in this
direction, RSGSM shall not be responsible for any claim or compensation for the staff
engaged by SUCCESSFUL BIDDER.
13.7 SUCCESSFUL BIDDER shall follow and comply with all the legal requirement
related to the services being provided by it and its employees including the laws
related to provident Fund, Factories Act, ESI and Minimum Wages Act.
19
13.8 SUCCESSFUL BIDDER shall follow all the instruction mentioned in the Bid
document.
13.9 Maintenance of all equipment / equipment accessories installed and required for the
operation of the plant will be the responsibility of SUCCESSFUL BIDDER even if it
is not mentioned in the list/ annexure.
13.10 Performance parameter for Sugar operation: - SUCCESSFUL BIDDER would be
responsible to give following performance targets in respect of various main
parameters :
SN Performance
parameters
For the season 2016-17 For the season 2017-18
1 Stoppage 2.00% Maximum 2.00% (Maximum)
2 Loss of Sugar 1.95% Maximum 1.95% (Maximum)
3 Capacity Utilization Not less than 90 % of
Plant Capacity but
minimum 100 % after
completion of full load
trial given by SSE.
100% (Minimum)
4 Power Export (daily) 57400 KWH 57400 KWH
5 Quality of Sugar M-30 colour (white
colour) with
minimum 70%
medium and large
size grain.
M-30 colour (white
colour) with
minimum 70%
medium and large
size grain.
6 Sugar Recovery Actual after deducting
process loss of sugar e.i.
1.95 % Maximum.
Actual after deducting
process loss of sugar e.i.
1.95 % Maximum.
7 Molasses Production
% cane
4.5 4.5
8 Reduced Mill
extraction
95.5 95.5
9 Steam Consumption
% cane
39.5
After completion of full
load trial given by SSE.
39.5
10 Power Generation
KWH
4950
if power generation is
below than 90% of
capacity then it will be
treated as breach of
parameter.
4950
if power generation is
below than 90% of
capacity then it will be
treated as breach of
parameter.
20
Note- SUCCESSFUL BIDDER would be responsible to give performance targets in respect
of stoppage , Loss of sugar & Capacity Utilization and power generation, failing
which the penalty of Rs. 2,00,000 per parameter will be recoverd from the
SUCCESSFUL BIDDER.
13.11 Stoppage :-
Maximum 2% stoppage will be admissible other than sugar cane shortage, General
Cleaning, Failure of Power supply or any reason which is not related to technical
faults.
13.12 Loss of Sugar :-
Maximum 1.95% loss is admissible on account of loss of sugar in Bagasse press
mud, moiasses and unknown.
13.14 Capacity Utilization :-
Minimum 90% capacity utilization before full load trial and after trial 100 % in the
season 2016-17 and in 2017-18 minimum 100 % capacity utilisation parameter should
be achieved at the end of crushing season excluding the stoppages/slow rate due to
cane shortage /Strike/bad weather/general cleaning or any other reason which is not
related to the technical faults. The party shall also ensure trouble free serviced to
crush at least 1500 tonnes sugarcane per day.
13.15 Quality of sugar :-
The quality of sugar will be of M-30 colour (white colour) with minimum 70%
medium and large size grain.
13.16 Power Exports :-
. Power to be exported to RVVNL for 24 hours per day subjects to stability of voltage
in state grid.
No power will be exported during stoppage of mill house, power house, Boiler House
and the period of break down will be considered as dead period for power export.
13.17 Penalty :
SUCCESSFUL BIDDER would be responsible to give performance targets in respect
of stoppage , Loss of sugar , Capacity Utilization and power generation , failing
which the penalty of Rs. 2,00,000 per parameter will be recoverd from the
SUCCESSFUL BIDDER.
14. Obligations of RSGSM
14.1 SUCCESSFUL BIDDER will only provide services to undertake production and
maintenance activities at the site. Successful Bidder will be provided all other things
like the Raw material, consumables, spare parts, tools and tackles.
14.2 RSGSM shall provide all necessary drawings/flow charts, schedule of all machinery
etc. to SUCCESSFUL BIDDER as and when required.
14.3 RSGSM shall arrange the inspection and certification for equipment like boiler, safety
valves, pressure vassels, weight bridges , cranes and chain blocks.
14.4 To Provide all consumables viz. like welding rods, special electrodes, Oxy-Acetylene
gas cylinders, cutting & grinding wheels and discuss standard consumption quantity.
14.5 To provide all tools and tackles required for doing the maintenance activities along
with hand tools for each technician in all streams
(mechanical/electrical/instrumentation).
21
14.6 To provide canopy / covers materials for protecting instrumentation from dust and
foreign materials.
14.7 To provide all spares / impulse tubing / glands /packing / hardware / materials
required for providing the services.
14.8 to provide mutually agreed spare parts for the equipment.
14.9 In the event of instability of State grid, the power may not be exported and planarity for
such period will be applicable.
14.10 In case of work of operation of the sugar Mill is not carried out with in time schedule,
penalty will be imposed on the monthly operation charges.
14.11 SUCCESSFUL BIDDER shall ensure that consumption of consumable items &
chemicals are at per with Sugar Industry norms.
14.12 In case SUCCESSFUL BIDDER fails to the work satisfactorily, RSGSM will get the
work done on the risk and cost of SUCCESSFUL BIDDER from other sources.
15. COMMON OBLIGATIONS :
15.1 Inventory levels for spares and consumable will be prepared after mutual discussions
and quality check of all spares and consumables will be done jointly by both the patrties.
16. CONTRACT PERIOD :
16.1 The contract period is for two crushing season commencing from date of order to till
crushing season 2016-17 ends and from the date of order to till crushing season 2017-18
ends. If performance will be found not as per performance parameters in first crushing season
2016-17, the RSGSM will may terminate the agreement and Security Deposit will be
forfeited. But if performance will be found satisfactory then period of contract can be
extended upto 50 % under repeat order clause as per RTPP Rules, 2013.
17. CONTRACT UNASSIGNABLE
17.1 SUCCESSFUL BIDDER shall not directly or indirectly assign, transfer or sub-
contract the work to other agency contemplated under this assignment.
18. CONFIDENTIALITY
18.1 All information/ date supplied by RSGSM or derived there from, are strictly
confidential and shall not in any way either directly or indirectly be revealed by
SUCCESSFUL BIDDER.
19 CONTRACTOR’S GENERAL INDEMNITY :
19.1 RSGSM shall not be held responsible or liable for any loss, damage or expenses
resulting from the contractor‟s execution of the contract .
19.2 The contractor shall indemnify, defend and hold RSGSM from any and all claims,
action, loss, expenses, damages and liabilities with regard to person or property
resulting from any act, negligence or otherwise or misconduct of the contractor, or his
employees, representatives, agents including subcontracts.
20 FORCE MAJEURE :
20.1 Neither party shall be liable for any delay or failure on its part in performing any of its
obligations under this agreement resulting from any cause beyond its reasonable
control including but not limited to strikes or other concerted, acts of
workmen/employees, material shortages, lockout, fire, flood, explosion, riots, acts of
22
god, acts of Government and war or enemy action, any order of court or other judicial
authorities.
20.2 In case of occurrence of any such event the party which is thereby prevented from
performing its obligations shall advise the other party thereof by registered
mail/fax/courier within 15 days indicating the nature of the event and the commencing
dates together with documents if any, evidencing the occurrence of the event.
21 DISPUTE RESOLUTION & ARBITRATIION :
21.1 In the event of any dispute arising between parties in respect of this agreement, the
parties herto agree that such dispute shall be referred to the Head of RSGSM (DIC)
who shall attempt to resolve the dispute of difference in an amicable way .
22 JURISDICTION OF COURTS :
22.1 The Courts situated at Jaipur shall have exclusive jurisdiction in these Presents.
23 NOTICES AND TIME Any notice, or other communication given or made
under this Agreement shall be in writing and may be delivered to the relevant parties
or sent by first class prepaid letter/ courier or facsimile transmission to the address
specified in this agreement with necessary proof of document.
23
24
25
26
27
28
Annexure D : Additional Conditions of Contract
1. Correction of arithmetical errors
Provided that a Financial Bid is substantially responsive, the Procuring Entity will correct arithmetical errors during evaluation of Financial Bids on the following basis:
i. If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total
price shall be corrected, unless in the opinion of the Procuring Entity there is an
obvious misplacement of the decimal point in the unit price, in which case the total
price as quoted shall govern and the unit price shall be corrected;
ii. If there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected; and
iii. If there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to (i) and (ii) above.
If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Declaration shall be executed.
2. Procuring Entity’s Right to Vary Quantities
i. If the Procuring Entity does not procure any subject matter of procurement or
procures less than the quantity specified in the Bidding Document due to change in
circumstances, the Bidder shall not be entitled for any claim or compensation
except otherwise provided in the Conditions of Contract.
ii. In case of procurement of Goods or services, additional quantity may be procured by
placing a repeat order on the rates and conditions of the original order. However,
the additional quantity shall not be more than 50% of the value of Goods of the
original contract and shall be within one month from the date of expiry of last
supply. If the Supplier fails to do so, the Procuring Entity shall be free to arrange
for the balance supply by limited Bidding or otherwise and the extra cost incurred
shall be recovered from the Supplier.
3. Dividing quantities among more than one Bidder at the time of award (In case of
procurement of Goods)
As a general rule all the quantities of the subject matter of procurement shall be
procured from the Bidder, whose Bid is accepted. However, when it is considered that
the quantity of the subject matter of procurement to be procured is very large and it may
not be in the capacity of the Bidder, whose Bid is accepted, to deliver the entire quantity
or when it is considered that the subject matter of procurement to be procured is of
critical and vital nature, in such cases, the quantity may be divided between the Bidder,
whose bid is accepted and the second lowest Bidder or even more Bidders in that order,
in a fair, transparent and equitable manner at the rates of the Bidder, whose bid is
accepted.
29
Annexure-F
Services
S.No. Description Responsibility of Contractor
Maintenance Operation
i. Mill House “ “
Cane Unloader No.1 “ “
Gear Box and motor “ “
Bridge Wheel “ “
Trolley Wheel “ “
Grab “ “
ii. Cane Unloader No.2 “ “
Gear Box and motor “ “
Bridge Wheel “ “
Trolley Wheel “ “
Grab “ “
iii. Chopper “ “
Knives “ “
Bearing “ “
iv Leveller “ “
Knives “ “
Bearing “ “
v Flibrizor “ “
Hammer “ “
Bearing “ “
Oil Cooling System “ “
vi Pusher “ “
Gear Box “ “
Bearing “ “
vii Cane Carrier “ “
Blades “ “
Drive & Non Drive Shaft “ “
Chain Link “ “
Gear Box “ “
Viii Main Rake Carrier “ “
Rake “ “
Drive & Non Drive Shaft “ “
Gear Box “ “
Ix Inter Rake Carrier No.1 “ “
Rake “ “
Drive & Non Drive Shaft “ “
Gear Box “ “
X Inter Rake Carrier No.2 “ “
Rake “ “
30
Drive & Non Drive Shaft “ “
Drive & Non Drive Shaft “ “
Gear Box “ “
Xi Inter Rake Carrier No.3 “ “
Rake “ “
Drive & Non Drive Shaft “ “
Gear Box “ “
Xii BC & RBC Chain “ “
8 Avr - -
Power Turbine No 2 Bm/4804/B(New) - -
1 H.P. Valve - -
2 L R Valve - -
3 Oil Filter - -
4 Heat Exchange - -
5 Cooling System - -
6 Pros - -
7 Alternator - -
8 Avr - -
Instrumentations - -
1 Mill House - -
2 Boiler House - -
3 Power House - -
4 Bolling House - -
5 Centrifugal House - -
6 Dcs System - -
7 Co-Generation - -
8 Laboratory -
A Trash Plate
Scrapper
Drive Side Gear & Pinion
FMG Gear Box
Lubricator
Juice Pump
B Boiler House
1 Boiler Cleaning
2 Valve
3 Pump
4 Fan
5 Baggasses Feeder
6 Economizer
7 Air Heater
8 Air Compressor
9 Wet Scrubber
10 D.M. Planta
C Boiling House
Quad Section
31
1 Quad Body
2 Valve
3 Hydraulic Testing
4 Pump
Clarifier House
1 Juice Sulphiter
2 Syrua Sulphiter
3 Limo Station
4 Vacum Filter
5 Clarifier
6 Sulpher Furnance
Pan Station
1 Valve
2 Mollasses Gear Box
3 Hydraullic testing
Crystalizer Station
1 Planetary Gear Box
2 Valve
Hot & Cold Over Head Tank & Pump
1 Valve
Mollasses Storage Tank & Pump
1 Valve
2 Pump & Gear Box
PanOondenstate oumo
1 Valve
Injection House
1 Pump
2 Valve
Service Pump
1 Pump
2 Valve
Rake
Drive & Non Drive Shaft
Gear Box
13 Baggasse Elevator
Rake
Drive & Non Drive Shaft
Gear Box
14 Rotary Screen
Gear Box
Pump
15 Belt Conveyer
Gear Box
Bearing
16 GRPF No 1
Roller
32
Crown Pinion
Drive Side Gear
Lubricator
17 GRPF No 4
Roller
Crown Pinion
Drive Side Gear
Lubricator
18 Mill N0 1
Roller
Crown Pinion
Trash Plate
Scrapper
Drive Side Gear & Pinion
FMG Gear Box
Lubricator
19 Mill N0 2
Roller
Crown Pinion
Trash Plate
Scrapper
Drive Side Gear & Pinion
FMG Gear Box
Lubricator
20 Mill No 3
Roller
Crown Pinion
Trash Plate
Scrapper
Driver Side Gear & Pinion
FMG Gear Box
Lubricator
21 Mill No 4
Roller
Crown Pinion
33
Staff posted at present in Sugar Factory PERMANENT EMPLOYEE
S.N ID T.N NAME OF EMP_ DESIGNATION DEPARTMENT
1 849 405 VED PARKASH FORMEN WORKSHOP
2 854 126 SANTOSH KUMAR SCALE MACHENIC WORKSHOP
3 856 39 ARVINDER SINGH FORMEN II WORKSHOP
4 859 61 SANJAY KUMAR TARNER I WORKSHOP
5 862 1280 BIRBAL FITER I WORKSHOP
6 863 115 LAL MOHAR TARNER I WORKSHOP
7 865 105 RAJ KUMAR FITER II WORKSHOP
8 868 1261 KISHAN SINGH TARNER I WORKSHOP
9 869 1487 OM PARKASH TARNER I WORKSHOP
10 870 384 ANOJ KUMAR TARNER II WORKSHOP
11 871 396 BHAGIRATH TARNER I WORKSHOP
12 911 388 RAMESH KUMAR TARNER I WORKSHOP
13 1019 367 GOPI CHAND FITER II WORKSHOP
14 1059 268 SANJAY KUMAR - 30 LABOUR WORKSHOP
15 874 359 RAM ASARE MOLDER INCH. FOUNDARY
16 875 1294 BASANT MOLDER I FOUNDARY
17 876 259 DHARMENDER MOLDER II FOUNDARY
18 877 417 SHAMSHER AALAM HELPER FOUNDARY
19 879 440 BRIJ LAL WELDER I GENERAL
20 936 1331 INDER JEET KHALASI JAMADAR GENERAL
21 937 1264 SUKHVINDER SINGH KHALASI GENERAL
22 938 1352 RAJ KUMAR KHALASI GENERAL
23 939 1188 KULWANT SINGH KHALASI GENERAL
24 958 276 LAKHI RAM - 25 KHALASI GENERAL
25 967 34 KARAM VEER KHALASI GENERAL
26 968 42 JAGDISH SAHARAN KHALASI GENERAL
27 976 383 MOMAN CHAND WELDER I GENERAL
28 979 382 ASHOK KUMAR WELDER II GENERAL
29 996 386 KRISHAN KUMAR WELDER I GENERAL
30 885 169 KRISHAN DEV PARSHAD FORMEN BOILER HOUSE
31 891 671 RAM ASARE FITER I BOILER HOUSE
32 896 328 JAI NARAYAN FITER II BOILER HOUSE
33 897 352 RAJ KUMAR HELPER BOILER HOUSE
34 905 569 PARAS BOILER ATT. BOILER HOUSE
35 907 1283 JAGDISH - 26 FITER II BOILER HOUSE
36 909 156 RAJ KUMAR LABOUR BOILER HOUSE
37 912 378 UTTAM CHAND FITER II BOILER HOUSE
38 913 402 GOMATI HELPER BOILER HOUSE
34
39 914 407 JANGIR SINGH FITER II BOILER HOUSE
40 915 430 PAPPU - 26 LABOUR BOILER HOUSE
41 916 263 RAMAYAN RAM LABOUR BOILER HOUSE
42 918 291 RAJ KUMAR LABOUR BOILER HOUSE
43 1869 1291 MAMRAJ LABOUR BOILER HOUSE
44 884 1511 ACHHE LAL HELPER MILL HOUSE
45 921 422 RAMAYAN FORMEN MILL HOUSE
46 922 1272 SURESH SINGH FORMEN MILL HOUSE
47 927 484 OM PARKASH FITER II MILL HOUSE
48 928 1189 CHHAJU RAM FITER I MILL HOUSE
49 935 310 LAXMAN FITER II MILL HOUSE
50 940 19 JOGINDER SINGH HEAD FITER MILL HOUSE
51 948 1301 BALVINDER SINGH FITER II MILL HOUSE
52 954 365 MAHENDER SINGH HELPER MILL HOUSE
53 964 408 PAWAN KUMAR HELPER MILL HOUSE
54 965 261 LAL CHAND HELPER MILL HOUSE
55 969 306 AJAY KUMAR LABOUR MILL HOUSE
56 1837 1483 AMARNATH HELPER MILL HOUSE
57 1875 1231 RAM GANESH PRASHAD HELPER MILL HOUSE
58 886 172 VYAS PARSHAD SONI HEAD FITER BOILLING
59 889 1425 LAL CHAND FITER I BOILLING
60 919 377 VINOD HELPER BOILLING
61 949 320 BHUPENDER SINGH FITER II BOILLING
62 951 1319 MAMRAJ FITER II BOILLING
63 957 58 SHYAM LAL LABOUR BOILLING
64 961 356 BAJRANG HELPER BOILLING
65 971 53 DEVENDER SINGH FORMEN BOILLING
66 975 293 DEENA NATH FORMEN BOILLING
67 978 1304 HANS RAJ FITER II BOILLING
68 995 337 NORANG LAL FITER II BOILLING
69 1001 638 MAHARAJ SINGH-64 FITER II BOILLING
70 1003 299 RAM VIRIKSH HELPER BOILLING
71 1649 260 BHARAT KUMAR HELPER BOILLING
72 1871 1252 SHISH PAL LABOUR BOILLING
73 1978 1275 VISHVNATH LABOUR BOILLING
74 898 1170 JAGDISH - 29 HELPER POWER HOUSE
75 910 351 GOPI RAM HELPER POWER HOUSE
76 1011 65 RADHAY SHYAM GUPTA FORMEN POWER HOUSE
77 1013 398 RAKESH SAINI ELECRITION POWER HOUSE
78 1014 15 GURCHARAN SINGH ELECRITION POWER HOUSE
79 1027 179 ROSHAN LAL SWEEPER JAMADAR SWEEPER
80 1029 183 GEETA DEVI SWEEPER SWEEPER
81 1030 184 RAMESHWAR SWEEPER SWEEPER
82 1031 185 SHISH PAL SWEEPER SWEEPER
35
83 1032 186 SITA RAM SWEEPER SWEEPER
84 1033 222 SONU SWEEPER SWEEPER
85 1034 223 URMILA DEVI SWEEPER SWEEPER
86 1022 355 BHARAT KUMAR HELPER STORE
87 890 1433 TRILOK SINGH LABOUR CANE CREAR
88 1039 1292 MANGAT RAM PAINTER CIVIL
89 1893 32 RAJESH TRIPATHI LABOUR CIVIL
90 2063 314 PAWAN KUMAR LABOUR CIVIL
91 2082 20 HANS RAJ LABOUR CIVIL
92 2125 333 JITENDER KUMAR LABOUR CIVIL
93 2128 335 VIRAN SINGH LABOUR CIVIL
94 2131 12 DEEPAK INDORA LABOUR CIVIL
95 2163 21 KISHORE SINGH LABOUR CIVIL
96 2199 33 PAWAN SINGH CHOHAN LABOUR CIVIL
97 682 227 ASHA RANI LABOUR CIVIL
98 1025 26 SANTOSHI LABOUR CIVIL
99 1036 303 KASHMIR KOUR LABOUR CIVIL
100 1040 404 ANITA DEVI LABOUR CIVIL
101 1057 387 KULWANT KOUR LABOUR CIVIL
102 1058 403 KHUSHBU NISHA LABOUR CIVIL
103 1060 360 MAYA DEVI LABOUR CIVIL
104 1063 29 RASHMI - 30 LABOUR CIVIL
105 1064 324 SONA DEVI LABOUR CIVIL
106 1065 313 NIRMLA DEVI LABOUR CIVIL
107 1881 1157 ANGURI DEVI- 39 LABOUR CIVIL
108 2243 25 MANJU DEVI LABOUR CIVIL
109 27 SMT. RANI LABOUR CIVIL
110 30 VINOD KUMAR LABOUR CIVIL
111 1068 431 UPENDER KUMAR CHUNA BUTTA MET MENUFACTURE
112 1069 186 RAJ KUMAR LABOUR MENUFACTURE
113 1093 432 ANWAR SENTI OPRE. MENUFACTURE
114 1101 28 CHANDAN SINGH LABOUR MENUFACTURE
115 1103 323 HARPAL SINGH LABOUR MENUFACTURE
116 1999 1395 HARI SEWAK PEN LABOUR MENUFACTURE
117 2023 1321 RAM DHARI PEN LABOUR MENUFACTURE 118
2026 1179 BECHAI LABOUR MENUFACTURE
36
SEASIONAL EMPLOYEES IN SUGAR FACTORY S.N ID T.N NAME OF EMP_ DESIGNATION DEPARTMENT
1 1901 480 RAJA RAM COAL PLANT ATT. BOILER HOUSE
2 1935 1184 RAM TAPSYA BOILER-WATER ATT. BOILER HOUSE
3 1937 1067 JITENDER PARSHAD BOILER LABOUR BOILER HOUSE
4 1938 1489 SATYA DEV BOILER-WATER ATT. BOILER HOUSE
5 1956 99 RAMESHWAR FIREMEN BOILER HOUSE
6 1980 1432 NABBI FEED PUMP ATT. BOILER HOUSE
7 2003 1400 HARI HAR BOILER-WATER ATT. BOILER HOUSE
8 2004 1335 SUBHASH FIREMEN BOILER HOUSE
9 2124 332 MUKESH KUMAR BOILER LABOUR BOILER HOUSE
10 882 1268 SANWER MAL M.B. OIL MEN MILL HOUSE
11 883 1333 BHOLA MILL ENG. DRIVER MILL HOUSE
12 1874 1322 RAMESH KUMAR CANE UNLOAD OP. MILL HOUSE
13 1943 425 RAM AVADH CANE UNLOAD OP. MILL HOUSE
14 1946 1465 SHYAM DHARI MILL ENG. DRIVER MILL HOUSE
15 1947 1441 RAM VIRIKSH MILL ENG. DRIVER MILL HOUSE
16 1954 423 JANARDHAN CANE UNLOAD OP. MILL HOUSE
17 1957 96 INDER DEV TARBINE OIL MEN MILL HOUSE
18 1876 1518 SHYAM SUNDER BELT MAN/OIL MAN BOILLING
19 1936 1075 KISHAN LAL BOILER LABOUR BOILLING
20 880 1285 ROHTASH WALIA SWICH BORD ATT. POWER HOUSE
21 1951 1362 SOM NATH MOTER ATT. POWER HOUSE
22 2034 828 RAMAYAN MOTER ATT. POWER HOUSE
23 2035 T.B. RAMESH KUMAR TOKEN BOY TIME OFFICE
24 1863 1194 RAJESH KUMAR CANE CARRIER LABOUR CANE CREAR
25 2049 1141 DWARIKA PRASHAD CANE CARRIER LABOUR CANE CREAR
26 881 1503 RAJ KUMAR CIVIL LABOUR CIVIL
27 1023 VINOD KUMAR CIVIL LABOUR CIVIL
28 1024 BHARAT KUMAR CIVIL LABOUR CIVIL
29 1025 DEVANAND SRIVASTAV CIVIL LABOUR CIVIL
30 1866 1066 RAJ DEVI-39 CIVIL LABOUR CIVIL
31 1867 394 LAJWANTI CIVIL LABOUR CIVIL
32 2038 1060 URMILA DEVI CIVIL LABOUR CIVIL
33 2039 1246 BEILA DEVI CIVIL LABOUR CIVIL
34 2040 1071 KALAWATI DEVI CIVIL LABOUR CIVIL
35 2041 1072 MEERA DEVI CIVIL LABOUR CIVIL
36 2042 1073 SUDHA DEVI CIVIL LABOUR CIVIL
37 2043 311 SHIRIMTI DEVI CIVIL LABOUR CIVIL
38 2219 395 PARWATI DEVI CIVIL LABOUR CIVIL
39 1077 1287 SHYAM DEV SENTI OPRE. MENUFACTURE
40 1078 1497 SARNAM SINGH SENTI OPRE. MENUFACTURE
41 1080 1357 JUGAL CHOUDHARY JUICE SLFI. MET MENUFACTURE
42 1081 393 BABU LAL AWO OP. QURAD MET MENUFACTURE
43 1083 P.INC ARUN KUMAR PEN INCH. MENUFACTURE
44 1087 1410 LEKH RAJ AWO OP. QURAD MET MENUFACTURE
45 1088 1500 RAM SINGH SENTI FUGAL OP. MENUFACTURE
46 1091 P.INC MAAN SINGH PEN INCH. MENUFACTURE
37
47 1092 1192 GOPAL SALFER MET MENUFACTURE
48 1097 700 PAWAN KUMAR DORMET MENUFACTURE
49 1099 710 SANJAY KUMAR - 37 DORMET MENUFACTURE
50 1102 270 AMIT SENTI FUGAL OP. MENUFACTURE
51 1824 1293 MURARI LAL JUICE HEATER ATT. MENUFACTURE
52 1897 937 JAGDISH JAKHAR JUICE RECORDER MENUFACTURE
53 1918 L.CAM. RAJESH PARSHAD LAB CAMIST MENUFACTURE
54 1919 1412 JAI KARAN LAB ASSITANT MENUFACTURE
55 1921 269 ABHAY SINGH LAB BOY MENUFACTURE
56 1923 281 RAM CHANDER SENTI FUGAL MET MENUFACTURE
57 1924 1178 SHYAM NANDAN MEGMA PUMP ATT. MENUFACTURE
58 1925 302 RAM DHARI AWO OP. QURAD MET MENUFACTURE
59 1927 1456 PARAS RAM AWO OP. QURAD MET MENUFACTURE
60 1928 1077 MANOVAR MIYA LAB ASSITANT MENUFACTURE
61 1966 1210 HARENDER RAM JUICE SULFI MET MENUFACTURE
62 1968 1276 GULZAR MEGMA ATT. MENUFACTURE
63 1970 1462 CHOKAT SENTI FUGAL OP. MENUFACTURE
64 1973 338 BALDEV SENTI FUGAL MET MENUFACTURE
65 1974 1069 DHARMENDER LAB ASSITANT MENUFACTURE
66 1975 1348 PRADEEP GUPTA S.PEN MEN MENUFACTURE
67 1977 1288 TUFAN SINGH SENTI FUGAL OP MENUFACTURE
68 1986 1198 DOODH NATH J.S.MET MENUFACTURE
69 1988 829 NIGAI VECUME FILTER MET MENUFACTURE
70 1996 1084 MAKBOOL SENTI FUGAL OP. MENUFACTURE
71 2000 301 SUDESH S.PEN MEN MENUFACTURE
72 2001 1258 SATYA NARAYAN SENTI FUGAL OP. MENUFACTURE
73 2008 P.M. LALAN PRASHAD PEN MEN MENUFACTURE
74 2009 1181 GANDHI SINGH S.PEN MEN MENUFACTURE
75 2011 95 RAJDEV VECUME FITER FRESHMENT MENUFACTURE
76 2012 1057 MUKESH SRIWASTAV JUICE RECORDER MENUFACTURE
77 2013 1421 HARI SHANKAR JUICE RECORDER MENUFACTURE
78 2015 1234 PHOOL BADAN JUICE HEATER ATT. MENUFACTURE
79 2016 1445 KHADERU JUICE SALFIMET MENUFACTURE
80 2017 1070 NAND LAL WEPER SALE MET MENUFACTURE
81 2018 1385 KALAMUDDIN MEGMA PUMP ATT. MENUFACTURE
82 2021 1221 DHARAMDEV SENTI FUGAL OP. MENUFACTURE
83 2022 1076 JOBAD SENTI FUGAL OP. MENUFACTURE
84 2024 321 RAKESH SINGH S.PEN MEN MENUFACTURE
85 2025 1056 SURENDER SINGH PEN LABOUR MENUFACTURE
86 2030 1299 TAPPE LAL JUICE SALFITION MET MENUFACTURE
87 2032 1479 RAMESHWAR S.PEN MEN MENUFACTURE
88 2033 1078 MUNGLA RAM PEN LABOUR MENUFACTURE
89 2045 1218 DOODH NATH CANE CARRIER LABOUR MENUFACTURE
90 2050 1256 RAM NARAYAN PEN MEN MENUFACTURE
91 2123 331 KULDEEP KUMAR SENTI FUGAL OP. MENUFACTURE
92 2130 1021 NAND KISHORE PEN LABOUR MENUFACTURE
38