RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

Similar documents
RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

RAICHUR POWER CORPORATION LIMITED. Procurement of LUBRICANTS for Conveyor Maintenance at YTPS

RAICHUR POWER CORPORATION LIMITED

RAICHUR POWER CORPORATION LIMITED. Procurement of Oil BDV Test Kit for YTPS

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA)

Tender. for. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Last Date of submission of Tender: up to A.M.

UV-Visible Spectrophotometer

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

GOVERNMENT OF KARNATAKA

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India Website:

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

TENDERER S COPY TENDER NO.: DLI/SALAL/RUNN/08_047 DT S P E C I F I C A T I O N FOR

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

COMMERCIAL TERMS AND CONDITIONS

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ]

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Certificate by Chartered Accountant on letter head

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Circular to all trading and clearing members of the Exchange

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

FORMAT OF BANK GUARANTEE AGAINST BID SECURITY, ADVANCE PAYMENT, SECURITY CUM PERFORMANCE GUARANTEE BID SECURITY (EMD) FORM

ANNEXURE - C TO OT E/ FOR CYLINDR, COVER AND ADJ.DISC CASTINGS CHECK LIST STANDARD COMMERCIAL TERMS & CONDITIONS S

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

BID DOCUMENT SECTION I

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

TENDER NOTICE NO: 11 of of LTPS

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

5.1 LETTER OF ACCEPTANCE

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

TENDER. : IITJ/SPS/COW/2/3(II)/ /12. NIT Issue Date : April 18, Last Date of Submission : May 10, 2013.

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

LAKWA THERMAL POWER STATION

Notice for inviting E-Tender for hiring of vehicles

Tender Notice. Qualification/ Eligibility Criteria and General Terms and Conditions

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Embassy of India Abidjan (Cote d'ivoire)

Maharashtra Centre of Excellence for Vegetables

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

Annexure-22 BANK GUARANTEE

TENDER NO: PROCUREMENT OF TRANSFORMER OIL AS PER SPECIFICATION ATTACHED

PEC University of Technology, Chandigarh

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

This non-judicial stamp paper forms an integral part of this agreement dated. executed between NAFED and

BALMER LAWRIE & CO. LTD., SBU LEATHER CHEMICALS 32, MANALI, CHENNAI 68. (Regd. Office: 21, Netaji Subhas Road, Kolkata )

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

Tender No.3558/H/2012/Roots Dated:

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

TENDER FOR SUPPLY OF PRE-PRINTED THERMAL PAPER ROLL USED FOR BRTS IBUS ETM MACHINE WITH BRANDING RIGHTS

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

TENDER FOR SUPPLY OF HAND BOOK

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

CEYLON ELECTRICITY BOARD EASTERN PROVINCE

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Tender. For. Bio Medical Waste Bins. At All India Institute of Medical Sciences, Jodhpur

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

PROFORMA OF POWER OF ATTORNEY BY THE JOINT VENTURE/ CONSORTIUM MEMBERS (Non Judicial Stamp of Rs.100/- duly notarized)

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

BHARAT ALUMINIUM COMPANY LIMITED

Tender. for. Indian Institute of Technology Jodhpur

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

BHARAT HEAVY ELECTRICALS LIMITED,

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

NOTICE INVITING TENDER PROCUREMENT OF HT STUD 36MM X 16 TENDER NO: W /WEB DATED: DUE DATE:

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

PROCUREMENT OF CONDUCTIVITY SENSOR. TENDER NO.W /CS, dt , Due dt DESCRIPTION QUANTITY ARTICLE CODE

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

MISHRA DHATU NIGAM LIMITED

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Transcription:

RAICHUR POWER CORPORATION LIMITED TENDER DOCUMENT Procurement of Executive desks for YTPS Tender No.EE (P)/ET/EE (PC/17-18/362/call-3 Dtd: 16.03.2018 Office of the EXECUTIVE ENGINEER (PURCHASE) RAICHUR POWER CORPORATION LTD YERAMARUS THERMAL POWER STATION YERAMARUS, RAICHUR-584 134

CONTENTS Sl. No. Description Page No. 1. Calendar of Events 3 2. Declaration 4 3. Pre-Qualification Requirements 5 4. Terms and Conditions of the Tender 6-13 5. Price Bid Proforma 14 1

CALENDAR OF EVENTS Name of Tender:Procurement of Executive Desks for YTPS Tender No.EE (P)/ET/EE (PC/17-18/362/call-3 Dtd: 16.03.2018 The following are the Calendar of bid events for two cover tender system. 1 Period of Completion 03 Months from the date of P.O. 2 3 4 Date of Publishing of Abstract Bid Notification and Brief Bid Notification in i) www.karnatakapower.com ii) www.eproc.karnataka.gov.in Last date for receipt of queries if any (through e-procurement cell) Last date and time for submission of technical bid cover-i along with EMD and Price bid cover- II through e-procurement cell. 16.03.2018 22.03.2018 16:00hrs. 02.04.2018 16:00hrs. 5 Opening of Technical bid (cover-i) 04.04.2018 16:00hrs. 6 Opening of Price bids (cover II) 04.04.2018 16:30hrs forraichur POWER CORPORATION LIMITED, Executive Engineer (Purchase) Yermarus Thermal Power station Yermarus, Raichur-584734 TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 2

DECLARATION (To be given by the supplier at the time of submission of the completed tender) Name of Tender: Procurement of Executive Desks for YTPS Tender No.EE (P)/ET/EE (PC/17-18/362/call-3 Dtd: 16.03.2018 I /We have read the terms and conditions of the tender documents and related matters carefully and diligently and that I/We have submitted the tender having studied, understood and accepted fully the terms & conditions and implications for the agreement. The requirement of the tender agreement as stated above will be fulfilled by me/ us to the entire satisfaction of the purchase committee of the Raichur Power Corporation limited, Yeramarus. (SIGNATURE OF THE SUPPLIER WITH SEAL) TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 3

PRE-QUALIFICATION REQUIREMENT Name of Tender:Procurement of Executive Desks for YTPS Tender No.EE (P)/ET/EE (PC/17-18/362/call-3 Dtd: 16.03.2018 1. The bidder should be a reputed manufacturer/ authorized dealer of Furniture (Godrej /Stellar/Durian/Neel Kamal/featherlite/equivalent and shall submit documentary evidence for the same. 2. The bidder should have successfully suppliedexecutive Desk/Executive Tables to any govt. Organizations/PSUs/ Public ltd. Company/ any Power Plant/Reputed Industries. In proof of the same bidder shall submit the copies ofpurchase orders total value not less than Rs.1.75Lakh. 3. The bidder should have minimum average turnover of Rs. 3.50 Lakh in his/their name during any two financial years of the last five preceding years (2012-13,2013-14, 2014-15& 2015-16, 2016-17). As a proof of this, the bidder should furnish Balance sheet and profit and loss account, duly certified by a Chartered Accountant. forraichur POWER CORPORATION LIMITED, Executive Engineer (Mechanical) Yermarus Thermal Power station Yermarus, Raichur-584734 TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 4

TERMS AND CONDTIONS OF THE TENDER Tender Name: Procurement of Executive Desks for YTPS Tender No.EE (P)/ET/EE (PC/17-18/362/call-3 Dtd: 16.03.2018 1. DEFINITION OF TERMS: a. The expression Goods where used in these conditions shall unless there be something either in the subject or context represent to Supply ofexecutive Desks for YTPS for Yeramarus Thermal Power Station (YTPS). b. The Corporation/Company means Raichur Power Corporation Limited (RPCL) a JVC of KPCL, BHEL & IFCIL having registered office at No. 22/23, Sudarshan Complex, Sheshadri Road, Banglore-560 009, Karnataka State. c. YTPS means Yeramarus Thermal Power Station, to where the Instruments are to be delivered/ unloaded by the agency. d. Engineer means the Chief Engineer (Mechanical) of Yeramarus Thermal Power Station (YTPS) or any engineer any authorized officer nominated by Chief Engineer (Mechanical) and is the authority to receive the Instruments at YTPS store. e. The Agency/Contractor means the Agency to whom this work is awarded on successful bidding. f. Notice in Writing or Writing Notice shall mean a notice written, typed or printed characters sent (unless delivered personally or otherwise proved to have been received) by registered post to the last known private or business address or registered office of the ordinary course of post it would have been delivered. g. Premises of Company means, YTPS project situated in Raichur District Karnataka State. h. Whenever in this contract the words Directed, Required, Ordered, Desired, considered Necessary, or like words are used, it shall be understood that the directions, requirements, permissions, orders, desiring, etc., of the Chief Engineer (Mechanical;) or other authorized Officers words Approved, Acceptable, satisfactory to the Chief Engineer (Mechanical), YTPS. RPCL unless any other meaning is otherwise intended. i. Calendar Month means English calendar referred for the purpose. 2. INSTRUCTIONS REGARDING E- PROCUREMENT: a. The bid is to be submitted in the Government of Karnataka e-procurement platform www.eproc.karnataka.gov.insystem only. b. Bidders, who have not registered in e-procurement portal, may do so by registering through web site www.eproc.karnataka.gov.in c. The bidders can access bid documents on the web site, fill them and submit the completed bid documents in to electronic tender on the website itself within the stipulated date. The blank bid documents can be accessed through e-procurement portal web site www.eproc.karnataka.gov.in d. Bidders shall attach scanned copies of all the certificates pertaining to the qualification requirement as mentioned under Pre-qualification Requirements clause. Whenever required, bidders shall furnish the original TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 5

certificates to the RPCL authorities, failing which, the bidder will be disqualified. e. Conditional bids, incomplete bids, bids without EMD, bids not properly uploaded and bids submitted late shall be rejected. f. Bidders shall refrain from altering/modifying/revising the price bids after the date and time fixed for submission of bids in the calendar of events even though if it is accepted by the portal. Date and time stamp of the portal shall be final in deciding the time and date of submission of bid. Decision of the Corporation in this regard is final and acceptable to all the bidders. 3. SCOPE OF SUPPLY: Supply of Executive Desks for YTPS as per the Specification indicated in the schedule to Store of Yeramarus Thermal Power Station within the delivery period to be stipulated in the order from RPCL, as per procedure indicated in the tender. 4. GENERAL TERMS AND CONDITIONS OF TENDER: a. It shall be the responsibility of the Tenderer to furnish all the particulars which are required for due consideration of the tender though not mentioned in the specification. b. Tender validity shall be 180 days from the date of opening. c. The tenderers are advised to pursue all the clauses in the specification and the instructions before quoting. d. The right to reject any or all tenders without assigning the reasons is reserved by the Chief Engineer (Mechanical) RPCL. e. The agency should give clearly in his tender the place of residence and postal address. The delivery at the above name, place or position in the post box regularly maintained by the post office or sending by letter registered for acknowledgement or other communications shall be deemed sufficient proof thereof. f. The agency should upload signed tender document as a confirmation for acceptance of tender terms and conditions. g. The documents furnished through e-portal shall be accepted only after verification with the originals. The tenderer shall produce the originals for verification. h. It is not binding on the RPCL to accept the lowest or any other tender. i. If any tenderer withdraws his tender before the said period or makes any modifications in the terms and conditions of the tender which are not acceptable to the Corporation, then the Corporation shall without prejudice to any other rights to remedy, be at liberty to forfeit 100% of the earnest money deposit. j. Tenders with arbitration clause will not be accepted. k. Post bid correspondence will not be entertained. 5. EARNEST MONEY DEPOSIT (EMD) a) Deposit the EMD for Rs.3500/- (Rupees Three Thousand five Hundred Only) through e-portal only. TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 6

b) Tenders must be accompanied by Earnest Money Deposit (EMD) & should be paid online through e-procurement portal using any of the following payment modes: i. Credit Card ii. Direct Debit iii. National Electronic Fund Transfer.(NEFT) iv. Over the counter (OTC) (only through designated branches). c) Tenders must be electronically submitted (online through internet) within the date and time published in e-procurement portal. The tenders will be opened at prescribed time and date in the e-procurement portal, in the presence of the Tenderers who wish to attend at the Office of the Executive Engineer (Purchase) RPCL, YTPS, and Yermarus 584134. Raichur, District. d) If the bidder withdraws his bid before the expiry of the bid validity period prescribed in the bid specification or if the successful bidder fails to submit the contract performance guarantee as specified in the bid and or fail to enter into a contract with the Corporation in the form prescribed with related requirement within 30 days of the date of letter of award, the EMD will be forfeited as liquidated damages. e) The EMD furnished by unsuccessful bidders will be returned, only after the award of contract and entering in to agreement with the successful bidder. f) For the successful bidder, the EMD will be returned, only after he enters into contract agreement and furnishes the contract performance guarantee (Security Deposit) in an acceptable form. g) No interest is payable to the bidders for the Earnest Money Deposit amount. 6. ISSUE/SUBMISSION/SCHEDULE AND OPENING OF TENDER: As per the calendar of events indicated in the e-portal. 7. REJECTION OF TENDER:Tender is liable to be rejected immediately, if the tender is: i. Not in the prescribed form ii. Not accompanied by the requisite EMD. iii. Not meeting the Pre-qualifying requirements indicated in the tender. iv. Not properly signed by the tenderer. v. From any black listed firm or contractor. vi. From the tenderer whose past performance is not satisfactory/failed supply the ordered quantity and EMD forfeited. vii. Not in conformity with the tender terms and conditions. 8. PRE-QUALIFICATION REQUIREMENTS: The Bidder shall meet the following pre-qualification requirements supported by authentic documents: a) The bidder should be a reputed manufacturer/ authorized dealer of Furniture (Godrej /Stellar/Durian/Neel Kamal/featherlite/equivalent and shall submit documentary evidence for the same. b) The bidder should have successfully supplied Executive Desk/Executive Tables to any govt. Organizations/PSUs/ Public ltd. Company/ any Power Plant/Reputed Industries. In proof of the same bidder shall submit the copies of purchase orders total value not less than Rs.1.85Lakh. c) The bidder should have minimum average turnover of Rs. 4.00 Lakh in his/their name during any two financial years of the last five preceding years TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 7

(2012-13,2013-14, 2014-15& 2015-16, 2016-17). As a proof of this, the bidder should furnish Balance sheet and profit and loss account, duly certified by a Chartered Accountant. 9. RIGHTS OF RPCL: a. RPCL reserves right to seek for any additional details/ documents required at any point of time during and after the process of bidding. If the agency fails to furnish such details their offer is liable for rejection. b. It reserves right to modify, change; cancel any or all the tenders without giving any reason thereof. 10. TERMINATION OF CONTRACT: a. If the contractor fails to supply the order quantity with in the delivery period the Corporation reserves the right to terminate the contract by giving a months notice. b. If, any of the documents/ information furnished by the bidder is found to be false after award of the contract their EMD and SD will be forfeited and their contract will be terminated. 11. PRICES: Rates quoted should be inclusive of all statutory components such as taxes, duties, levies, transportation charges etc., up to destination. The added above statutory components shall be indicated in the format annexed to price bid format. The rate quoted should be firm for the entire period of contract. 12. ACCEPTANCE OF THE PURCHASE ORDER : The successful Tenderer shall clearly confirm the acceptance of the purchase order within 10 days of receipt of the purchase order by him. In case of failure to do so the EMD amount will be forfeited. Purchase order be withdrawn / cancelled at the discretion of RPCL. 13. AGREEMENT: An agreement shall be executed by the successful tenderer within 30 days after receipt of the purchase order on stamped duty paid attested purchased in Karnataka state only worth of Rs.200/- before effecting the supply. However in case any supplies are made the payment will be released only after entering into agreement. EMD will be forfeited if the supplier fails to supply the materials after acceptance/placing of purchase order/letter of intent. All the correspondence and minutes held after opening of the Tender and till finalization of the order shall form the part of the agreement. Six copies of agreement duly bound shall be submitted. 14. SECURITY DEPOSIT: Security deposit of 10% of the total value of the order in the form of Demand draft or Bank Guarantee in favor of Raichur Power Corporation Limited, Yermarus 584 134, District Raichur, issued by any Nationalized / Scheduled Bank valid for the entire period of contract shall be furnished before effecting supply.the Bank guarantee shall be as per the performa prescribed by the purchaser. The Security Deposit shall be released only after satisfactory completion of Guarantee period / Contract. TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 8

The supplier shall extend the validity of bank guarantee furnished towards Security Deposit beyond the stipulated period in case defects are noticed during the guarantee period. The bank guarantee shall be valid till such time the defective materials are replaced and performance of the same is found satisfactory for a further period of 12 / 18 months from the date of replacement of material. 15. GUARANTEE: The materials supplied shall be guaranteed for satisfactory performance for a period of 12 months from the date of commissioning or 18 months from the date of dispatch, whichever is earlier against manufacturing defects/bad workmanship. In case the materials are found defective during the above guarantee period, the supplier shall replace the materials free of cost to the purchaser at site. 16. QUANTITY: The quantities shown in the schedule are only indicative, approximate and are liable for extreme variation. Raichur Power Corporation Ltd., reserves its right to vary the quantities in the schedule to suit its actual requirement. The contractor is obliged to supply the additional quantity at the agreed contract price and also the contractor shall not have any cause of action for additional claim, if the quantity is decreased. RPCL reserves the right to award, whole or part of the quantity, should the situation so warrant. 17. DELIVERY : Prior dispatch the supplier shall seek dispatch clearance from RPCL. The delivery of the material covered by the Purchase order shall be completed as per delivery schedule indicated in the purchase order, on F.O.R. destination. All the consignments shall be booked in the name of Executive Engineer (S&P), RPCL, Yermarus 584 134, district Raichur, Karnataka. Payment of demurrage / Wharfage etc. will not be payable by RPCL on any account. RPCL reserves the right to place the orders for the items/quantity indicated in the tender, on one or more firms to suit R.P.C.L s requirements. 18. INSURANCE: No materials shall be dispatched without being covered for transit risks with the underwriters. The insurance charges will be at tenderer s cost as the materials are to be supplied on F.O.R destination basis. Materials shall be dispatched securely packed so as to avoid damages/losses during transit. 19. PAYMENT: Payment shall be made only after receipt and acceptance of all the materials as per purchase order at our site within 60 days. Payment will not be released till Tenderer execute the agreement and furnish the Security Deposit amounting to 10% of the total value of the order. Bill shall be prepared in quadruplicate in favour of General Manager (F) RPCL, Bangalore with a copy each to consignee i.e., Executive Engineer (stores), RPCL, Yermarus. IF ANY OTHER FORM OF PAYMENT IS INSISTED THE CORPORATION RESERVES THE RIGHT OF LOADING THE ADDITIONAL COST TO ARRIVE AT THE LANDED COST WHICH MAY PLEASE BE NOTED. Whatever may be the other conditions for the rates quoted by the tenderer it is only the conditions in the schedule or order that will bind the Executive Engineer TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 9

(Purchase), RPCL Yermarus 584 134, District Raichur, and if the successful supplier wishes that some other conditions quoted by him also be accepted, he shall specifically raise the issue as soon as the purchase order is received by him and get the same accepted or clarified. 20. PENALTY: i. Penalty at the rate of 0.5% of the value of order will be levied for delay in supply of the materials for every week subject to a maximum of 5% value of the order. ii. EMD and Security deposit will be forfeited if the Tenderer fails to supply the materials within the stipulated period. If the successful Tenderer fails to supply the materials before the expiry of the stipulated delivery period, the purchaser reserves the right to cancel the order and forfeit the SD/EMD without prejudice to the claim for damages caused to purchaser on account of failure on the part of the supplier. If the supplier fails to supply the materials within the stipulated delivery period, RPCL at its discretion can reject the materials supplied beyond the stipulated delivery period and the contractor has to make arrangements to take back the materials at his own cost & risk. RPCL will not be responsible for the loss/damage to these materials. 21. LIQUIDATED DAMAGES: Please note that if the materials are not delivered /dispatched within time specified above, the PO may be cancelled and the materials will be purchased at your risk. In addition a penalty of 3% of order value will be levied on you by way of liquidated damages. 22. QUALITY: Quality of the materials shall be clearly specified in the tender with relevant ISI& ISO/Standards and the supply shall be as per offer / detailed specification. The supplier should furnish the test certificate of the material free of cost. Supplies not in confirmation to accepted/approved quality shall be liable to be rejected. The supplier shall arrange to collect the rejected materials and replace the same with approved quality materials at his risk and cost within the period of being informed in writing. 23. INSPECTION The equipment shall be offered for inspection prior to dispatch. The supplier shall make necessary arrangement to perform the inspection before dispatch. 24. REJECTION OF DEFECTIVE MATERIAL: If the materials or any portion thereof, is found defective, or fails to fulfill the requirements of the contract, the purchaser shall give the supplier notice setting forth such defects or failure, and the supplier shall forthwith make good the defective material, or alter the same to make it comply with the requirement of the contract. Such replacement shall be carried out by the supplier within a reasonable time. Should he fail to do so with the requirement of the contract / fail to do so within reasonable time the purchaser may reject and replace, at the cost of the supplier, the whole or any portion of the material, as the case may be which is defective or fails to fulfill the requirement of the contract. TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 10

If the materials supplied are found to be substandard and get rejected, the name of such supplier will be circulated to all the power station. 25. FORCE MAJEURE CLAUSE: If at any time during the continuation of the contract, the performance in whole or in part or any obligation under this contract shall be prevented of delayed by reason of act of god such as war, fire, flood, earthquake, acts of Civil Commotion, acts of Govt. etc.,( herein after referred to as eventuality), then provided not in writing of such happenings of eventuality is given, within 15 days of occurrence thereof either party shall on the reason of such eventuality can terminate this contract without have any claim for damage against the other in respect of nonperformance or delay in performance of the contract, provided such occurrence of eventuality has prevented or delayed the execution / performance of contract for a period exceeding 60 days.power cut imposed by the government, if any shall not effect supply of materials by the successful tenderer. Under any condition, the tenderer shall make his own alternate arrangements to adhere to the delivery schedule. 26. GRANT OF EXTENSION OF TIME: In the event the contractor is hindered in the execution of supply for reasons beyond his control which could result in non-completion of supply within the completion period, the corporation may, at the request of the contractor in writing extend the completion period and the contract period by such period as it consider reasonable under the circumstances, provided that such request shall be made within 07 days of occurrence of the cause necessitating the extension and/or the expiry of the completion period.in this regard, the decision of Executive Engineer (Purchase)/RPCL, is final and binding on the contractor/agency. 27. INSTITUTION OF SUITS: Any suit or any proceedings arising in any respect under this contract shall be subject to Jurisdiction in law courts at Raichur only. It is agreed thatno other court shall have jurisdiction to entertain any suit or proceedings even though part of the cause of action might arise within the jurisdiction of any such courts. Arbitration in this contract is not acceptable. Any of the terms and conditions mentioned here under general terms and conditions specifically not commented or not mentioned in your offer shall be construed as accepted and considered for incorporating while processing the offers for ordering. Any of the terms and conditions mentioned here under general terms and conditions specifically not commented or not mentioned in your offer shall be construed as accepted and considered for incorporating while processing the offers for ordering. EXECUTIVE ENGINEER (PURCHASE) RAICHUR POWER CORPORATION LTD YERAMARUS THERMAL POWER STATION YERAMARUS, RAICHUR-584 134 TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 11

Tender Name: Supply of Executive Desk for YTPS. Tender No.EE (P)/ET/EE (PC/17-18/262/call-3 Dtd: 16.03.2018 Specification of Items Sl. No Item Code Name & Specification Unit Qty HSN Code GST (IGST, CGST, SCGST) 3980507032:Executive Desk/ Executive Table (Marquis Type) A) Supply of Executive desk Table (Marquis Type) of main desk top is made up of 18mm x 3 layers (i.e. 54mm) MFC (Melamine Faced Chipboard) top with maple colored melamine finish. The 3 distinct layers are highlighted by the twin color 2mm thick PVC clipping (maple- greymaple).dimensions are as under: 2000mm Width X 900mm Depth X 54mm thickness. The top shall be rested on 4 circular metallic connectors, two on either sides, which in turn rest on two pedestals on either sides. Also 2 metallic peninsular legs with adjustable PVC bush is fixed to the bottom of the main top for aesthetic look. 01 In built Accessories: Main desk comes with a 4 mm synthetic leather Desk Pad, black in color. Modesty panel: Modesty panel is curved in shape. It is made up of MS sheet with grey colored powder coating finish. It is fixed to the pedestals. Main Desk Pedestals One 3 drawer unit and one HDU: It is made up of 18mm thick MFC with maple melamine finish with PVC clipping. The front and back of both pedestals are in maple color while the side panels are in grey matching to the modesty. There is no provision for locking in the 3 drawer unit & HDU. Metal telescopic slides are used for smooth functioning of drawers. Drawer base is made up of 8mm MFC with melamine finish. Two Nickel- Chromium Plated metal pipes, (dia-89mm and height 120 mm) connect the pedestal to the main desk top. HDU has a shelf. NOS 4 11

C) Back Unit :Over all dimension of the back unit is 2000mm Width x 400mm Depth x 1190mmHeight. Back unit top panel is made up of 18mm x 2layers (i.e. 36mm) MFC top with maple coloured melamine finish. The 2 distinct layers are highlighted by the twin colour 2mm thick PVC clipping (maple & grey).back unit has 5 wooden hinged doors and one open shelf. Back unit doors are 18mm thick in maple. There is no locking provision in back unit. The side panels (18mm thick) are in grey colour. The back panel of cabinet is 8 mm thick MFC with melamine. Legs are made up of PVC in black colour. There is a background panel on the cabinet top back. There are 6 fixed plastic legs of 60mm under the cabinet Colours:. as per the drawing / sketches and as directed by engineer in charge complete with all lead & lift Make: NeelKamal/Durian/Godrej/Featherlite/stellar/Equivalent TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 12

3980507041 Executive Desk/ Executive Table (NUMERO UNO Type) A) Supply of Executive desk/table ( NUMERO UNO Type) - of size 2200mm (W) x 1190mm (D )x 750mm (H) top made up of 2 layers of 18 mm thick MFC with 3 mm PVC edging., side panels of MFC covered with 45 mm MDF profile at vertical edges. Connected to the top panel by mini fix & wooden dowels. Adjustable Stud. Also 2 nos. of 75 diameter epoxy black painted metal leg to enable ERU top panel to slot into it. Adjustable base of levelling available, modesty made up of 18 mm thick MFC with curved shape. Connected to Top & Side panels with mini fix fitting & Wooden dowels for storage mobile pedestal shall be provided with 2 Drawers (1 personal drawer + 1 filing drawer with central lock).top drawer is pencil tray 280 x 280mm. Carcass 18 mm thick MFC and 25 mm thick top panel with 2 mm PVC edging. Black Metallic handles 128 mm distance. 450 mm L runner. Castor of 50 mm diameter x 4 Nos, 02 B) ERU of size 1380mm(W) x 480mm(D) x 700mm(H) top work surface made up of 18 mm thick MFC with 3 mm PVC edging. Edging of 2 colour tone and for storage pedestal provided with 4 Drawers with central lock. Top drawer is pencil tray 280 x 280 mm. Carcass 18 mm thick MFC and 25mm thick top panel. Black Metallic handles 128 mm distance. 450 mm L runner. 55 diameters x 25 mm H Plastic adjustable glide. Connected to Top with diameter. metallic support tube of size 60 mm H x 75 Nos 01 C) Back unit is 2000mm Width x 400mm Depth x 1190mmHeight cabinet top unit made up of 25 mm thick MFC with 2 mm PVC edging, body shall be medium cabinet of Carcass 18 mm thick MFC with PVC edging & Back panel 8 mm thick. 55 mm diameter x 25 mm H adjustable plastic glide. Door with locks. Black metallic handles 96 mm distance. 1 fixed shelf connected to side panels with minifix fittings & 1 adjustable shelf. minifix fittings & wooden dowels. Fixing of Top panel Entire carcass connected with in the slut / groove provided on Top, bottom & side panels, doors- glass doors made up of 5 mm thick polished edges glass. Fixing using overlay glass hinges & a black metallic knob, wooden doors- 18 mm thick MFC with 2 mm PVC edging. Black metallic handles 128 mm. Square lock provided. Fixing using full overlay hinges. as per the drawings as directed by engineer in charge complete with all lead & lift Make: Godrej/Featherlite/Stellar/Durian/Nealkaml/Equivalent Note: Please Fill the Details of Specification & Make for Quoted Item & also GST and HSN code Signature of the Agency with Seal TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 13

ANNEXURE - I FORMAT FOR PERFORMANCE SECURITY OR PERFORMANCE BANK GUARANTEE Note: To be executed on a non-judicial paper of Rs.100/- Guarantee No.: Amount of Guarantee: Guarantee cover period: from to Last date of lodgement of claim: This guarantee is made on this day of (month) (Year)by (address of the corporate office and branch of BG issuing bank) (hereinafter called the Bank which expression shall unless repugnant of the context or contrary to the meaning thereof include its successors in favour of Raichur Power Corporation Ltd, having it s Regd. Office at No.22/23 Sudarshan Complex, Sheshadri Road, Bangalore 560 009 (hereinafter called the Owner which expression shall include the successors, assignees). F WHEREAS the Owner has awarded the work of Supply ofexecutive Desk for YTPS vide. Purchase Order No., dated. to M/s. having its Registered Office at (hereinafter called the Contractor ) at the total cost of Rs. ( Contract Amount ) (Rupees Only). AND WHEREAS it is one of the terms of the Contract that the Contractor shall furnish to the Owner a Guarantee of a scheduled Bank which shall be for % of the Contract amount and shall be valid for the term the Contract and the entire period of defect liability in respect of the said work and till all claims of the owner are satisfied or discharged in terms of the Contract ( BG period ) AND WHEREAS the Bank has, at the request of the Contractor, agreed to give in favour of the Owner a Guarantee in manner hereinafter appearing, which the Owner has agreed to accept. THIS DEED WITNESSETH as follows: 1. In pursuance of the Contract and in consideration of having entered into the Contract with the Contractor, the Bank hereby guarantee to the Owner due observance and fulfilment by the Contractor, of the terms of the Contract relating to the Work and of the performance guarantee which is a part of the Contract and agrees and irrevocably unconditionally undertakes that if the Contractor fails to observe and fulfil the said terms of the Contract and / or the performance guarantee, then the Bank shall immediately pay to the Owner on demand such sum or, sums of money to the extent of Rs. (Rupee only) being % of the Contract amount. If the Contractor fails to comply with and fulfil all or any of its obligations contained in the Contract the Bank shall also indemnify the Owner against all losses and damages suffered by the Owner as aforesaid and against all costs, in connection herewith and against all costs, charges, expenses which may be incurred by the Owner in connection herewith. TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 14

The Bank shall pay the said amount without demur or protest or without recourse protest and without reference to the Contractor. Any such demand of the Owner placed on the Bank shall be final, conclusive and binding on the Bank as regards the amount due and payable by the Bank under this Guarantee. 2. This Guarantee is a continuing guarantee and not revocable except with the previous written consent of the Owner and same as aforesaid it will continue in force until the Contractor has maintained the schedule of delivery of the said work under the said contract and observed and fulfilled the said performance guarantee and all other terms and conditions of the said contract and all claims of the Owner are satisfied by the Contractor. 3. The Owner shall have the fullest liberty without affecting in any way the liability of the bank under this Guarantee from time to time to vary any of the terms and conditions of the said contract or to extend time of the Contract or the period for fulfilment and compliance with the terms and conditions contained in the said contract by the said Contractor or to postpone for any time and from time to time any of the powers exercisable by it against the Contractor and either to enforce or forbear from enforcing any of the terms and conditions contained in the said Contract or the securities available to the Owner and the Bank shall not be released from its liability under these presents by any exercise by the Owner of the liberty with reference to the matters aforesaid or by reason of time being given to the Contractor of any other forbearance, act or omission on the part of the Corporation or any indulgence by the Owner to the said Contractor or of any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect a releasing the Bank from its such liability. 4. This Guarantee shall not be affected by any change in the constitutions of the Owner by absorption with any other body or corporation and this guarantee will be available / or enforceable by such body or corporation. 5. All compositions and payments received by the Owner from or on behalf of the Contractor shall be regarded as payments in gross and in the event of the Contract being wound up, the Owner will be entitled to move against the properties of the Contractor in respect of the whole of the Contractor s Indebtedness to the Owner, without any right on the part of the Bank to stand in the Owner s place in respect of or to claim the benefits of such composition and payment or any security held by the Owner until the Owner shall have received the full amount of the claims against the Contractor. 6. In order to give effect of this Guarantee, the Owner will be entitled to act as if the Bank were the Principal debtor and the Bank hereby waives all and any of its rights of surety ship. 7. The Guarantee shall continue to be in force notwithstanding the discharge of the Contractor by operation of law and shall cease only on payment of the full amount by the Bank to Owner of the amount hereby secured and on the claim of the Owner against the Contractor in respect of the said Contract being satisfied. TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 15

8. This Guarantee shall be in addition to and not in substitution for any other guarantee or security for the Contract given or to be given to the Owner in respect of the said Contract by the Bank (whether alone or jointly with others.) 9. The Bank further agrees that the Owner shall be the sole judge to decide as to whether the Contractor is in default of due and faithful fulfilment and compliance with the terms and conditions contained in the Contract and the decision of the Owner that the said Contractor is in default as aforesaid shall be final and binding on us, notwithstanding any differences between the Owner and Contractor or any dispute pending before any Court, tribunal, Arbitrator or any other authority. 10. These present shall be governed by and construed in accordance with Indian Law. 11. Subject to Clause 2.0 hereof this guarantee shall remain in force till completion period i.e., up to. 12. Any notice by way of request, demand or otherwise hereunder may be sent by post to the Bank addressed as aforesaid and if sent by post it shall be deemed to have been given at the time when it is delivered. 13. It shall not be necessary for the Owner to proceed against the Contractor before proceeding against the bank and the Guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Owner may have obtained or obtained from Contractor, shall at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealized. 14. Notwithstanding anything contained herein before, our liability under this guarantee is restricted to Rs. (Rupees only) and it will remain in force till. Unless a claim or demand in writing is made with us under this guarantee on or before all your rights under the said Guarantee shall be forfeited and we shall be relieved of liabilities there under. 15. Bank undertakes not to revoke this guarantee during its currency except with the previous express consent of the Owner in writing and agrees that any change in the constitution of the Bank or the Contractor shall not discharge our liability hereunder. 16. The Bank declares that it has the power to issue this guarantee under and the undersigned has full powers to do so on behalf of the Bank. Signature of the issuing Authority with seal CORPORATE SEAL For Bank FORMAT OF CONTRACT AGREEMENT ANNEXURE - II TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 16

For orders placed by RPCL to be executed on Rs.100 stamp paper purchased in Karnataka State This agreement entered into this day of (Month)(Year) between Raichur Power Corporation Ltd., a Company registered under Companies Act, 1956 having its registered office at No.22/23, Sudharshan Complex, Sheshadri Road, Banglaore-560 001 (hereinafter referred to as Owner or Raichur Power Corporation Limited (RPCL) which term shall include its successors and assignees) and M/s. having its registered office at (herein after referred as Contractor which term shall include its successors, assignees). WHEREAS 1. RPCL called a tender for the Supplyof Executive Desks for YTPS vide tender No. dated:. The offer of M/s. against subject tender and subsequent discussions was accepted by RPCL. 2. It was mutually agreed between RPCL and M/s. to enter into contract for Supply and an overall contract to ensure due performance of all the contractual obligations. 3. RPCL placed Purchase Order for Supply ofexecutive Desks forytps on M/s. vide Purchase Order No., dated. (herein after referred to as order). 4. The contractor having accepted the order was required 5. to execute agreement and to furnish security deposit of 10% of contract/order value in the form of Demand Draft/Bank Guarantee towards contract performance security for due and faithful performance of the contract. 6. The CONTRACTOR has furnished a Demand Draft/Bank Guarantee bearing No., dated: in favour of RPCL, Yermarus, Raichur District for a sum of Rs. (Rupees only) towards performance security from Bank, valid till and further agreed to renew it to the extent required to cover the full contract period including guarantee period under the agreement. NOW THIS INDENTURE WITNESSTH AS FOLLOWS: It is hereby agreed and declared by both parties as follows: That in consideration of the payments to be made to the Contractor by RPCL as hereinafter mentioned, the contractor hereby covenants with RPCL, that the Contractor shall and will duly supply the goods of the quality and description specified and all works and things be performed strictly in accordance with the conditions stipulated therein and those contained in the documents appended thereto under the signature of the authorised signatories of the Contractor and RPCL. TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 17

The following documents attached hereto shall form part and parcel of this contract. a) Purchase Order. b) Following Bid document uploaded through e-portal. Part I: Technical bid with General Conditions & Technical Specifications and Part II: Price Bid c) Firm s offer dtd.. d) Firm s letters dated e) MOM dtd. In witness whereof the parties M/s. and Raichur Power Corporation Ltd., Yermarus, Raichur District to this agreement have signed this indenture in the presence of the following witnesses. Contractor s Signature and seal M/s. for RAICHUR POWER ORPORATION LTD for (AUTHORISED SIGNATORY) Witnesses: 1. 1. 2. 2. (SUPPLIER WITH SEAL) TENDER No:EE (P)/ET/EE (PC/17-18/262 /call-2 Dtd:26.02.2018 18