LED VILLAGE CAMPAIGN PROJECT AT VILLAGE, DUNGARA

advertisement
Rajasthan Renewable Energy Corporation Limited
Project: LED VILLAGE CAMPAIGN PROJECT AT VILLAGE,
DUNGARA PANCHAYAT SAMITI- SAYALA, DIST.-JALORE
(RAJASTHAN)
Invitation for Financial Offers for supply and replacement of Domestic GLS
bulbs with 7 W LED bulbs.
NIB No 12/13-14
Tender Cost- Rs 200/EMD- Rs 18,000/Due Date- 05.09.2013 at 03.00 PM
Rajasthan Renewable Energy Corporation Limited
(Government of Rajasthan Undertaking)
E-166, Yudhishthir Marg, C-Scheme, Jaipur
Phone: 0141-2229055/ 2221650/ 2225859, Fax: 0141-2226028
E-mail: rrec_jai@yahoo.co.in
1
RRECL, E-166, YUDHISTHIR MARG, C-SCHEME, JAIPUR
(Government of Rajasthan Undertaking)
PHONE: 0141-2229055 / 2221650 / 2225859, FAX: 2226028
NIB No 12/13-14
Tenders are invited from reputed manufacturers/their
representatives/ reputed contractors for supply and
installation of 7 W LED bulbs at Dungara village,
Panchayat Samiti Sayala, Dist. Jalore (Raj). Tender details
available at website www.rrecl.com. Tenders will be
accepted till 3.00 PM, 05th Sept 2013.
GM(EC)
2
RAJASTHAN RENEWABLE ENERGY CORPORATION LIMITED
(Government of Rajasthan Undertaking)
E-166, Yudhisthir Marg, C-Scheme, Jaipur
To,
(Prospective Bidder)……………….
……………………………………….
……………………………………….
Ref.: NIB No 12/13-14
Date:
SUBJECT: INVITATION OF BID FOR SUPPLY, REPLACEMENT OF EXISTING
DOMESTIC GLS INCANDESCENT BULBS BY 7 W LED BULBS.
Sir
1.
2.
3.
Please find enclosed bid document for the above cited subject work.
The date for the Bid receipt and opening will be as per NIT. However, in the event of the
day of receipt and opening of tender being declared a holiday, the due date of receipt and
opening of tenders will be the following working day at the same time.
The bidders are requested to go through the detailed bid document.
Kindly acknowledge the receipt of the Bid Document.
General Manager (EC)
RRECL, Jaipur
Encl:
1. General Information
2. General Terms and Conditions
3. Technical Details
4. Format for guaranteed technical particulars to be submitted by bidder.
5. Document for Price bid
3
1.0 GENERAL INFORMATION
1.1 LETTER OF INVITATION
This Tender is for Financial Bids for supply, Replacement of Existing GLS incandescent bulbs
by 7 W LED bulbs at Dungara village, Panchayat Samiti Sayala, Distt. Jalore (Rajasthan).
1.2 BACKGROUND INFORMATION
To promote the efficient use of energy and its conservation, Govt. Of India enacted the Energy
Conservation Act 2001 and subsequently Bureau of Energy Efficiency was established in 2002.
Section 15 (d) of EC Act 2001 stipulates the state Government to recognize any agency in the
State level as the designated agencies. For Rajasthan RRECL is the State Designated Agency.
The central nodal agency BEE has launched a ‘LED village campaign’ project to promote the
usage of energy efficient lights in the rural areas. Under this scheme the incandescent bulbs are
proposed to be replaced with the energy efficient 7 W LED bulbs/lights.
In Rajasthan Dungara village under Sayala Panchayat Samiti, Distt.-Jalore has been selected as
the forth village for the implementation of the above scheme.
1.3. LOCATION OF THE VILLAGE AND CONNECTIVITY
Dungara village, comes under Panchayat Samiti Sayala, Distt Jalore (Raj), is well known place.
1.4. SCOPE OF WORK
(a) Supply and replacement of Domestic GLS incandescent bulbs with 7 W LED bulbs.
(b) Collection and disposal of the existing GLS incandescent bulbs in an acceptable
environmentally safe method.
(c ) Periodic monitoring of the installation and assessment of the performance for 3 years from
the date of installation and submission of the report to RRECL. (Thrice a year)
(d) Trouble free maintenance of the system for three years.
2.0 General terms and conditions of the tender
1.
2.
3.
4.
5.
6.
7.
Tender No.
NIB No 12/13-14
Estimated cost
09.00 lacs
Due on
05.09.2013 at 03.00 PM
Earnest Money
Rs 18,000/Tender processing fee
Rs 1000/Tender document fee
Rs 200/The tender cost will be deposited at RRECL head office if tender
document is downloaded from web site.
These conditions should be read very carefully by the tenderers while filling in their quotation/
tender.
2.1
The last date of receipt of the tender is as indicated above. Tender shall be accepted up to
3.00 P.M. on this date. Tenders received after due date and time will not be considered.
The tenders of such firms shall only be considered who have deposited the prescribed
fee of the tender document which will not be refunded. The financial bids shall be
opened on the same day at 4.00 PM.
4
2.2
2.3
No mobilization advance will be given.
The tenders should be submitted to the Chairman & Managing Director, RRECL, Jaipur
and placed in a sealed cover. The words “Tender for LED Village Campaign” be
mentioned on envelope. The separate envelope is to be attached for earnest money and
tender processing fee. On receipt of earnest money only envelope having details of
financial offer will be opened.
2.4
SUBMISSION OF THE BIDS BY THE TENDERER:
Envelop-I:- Shall contain “Earnest Money, tender processing fee and tender cost”,
superscripting “Earnest Money, tender processing fee and tender cost”. This envelop
should be sealed and stamped.
Envelop-II: - Shall Contain Financial Bid This envelop should be sealed and stamped.
The two sealed envelopes should be put in a third envelop duly sealed & stamped and
should reach the office of the undersigned by the date mentioned in NIT.
Sample of 7 W bulb is also required along with tender for technical evaluation on
non refundable basis.
2.5.
EARNEST MONEY:
Earnest Money for Rs 18,000/- & tender processing fee Rs 1000/- shall be submitted in
the form of DD/ Bankers cheque in favour of CMD, RRECL, Jaipur. The Bids without
earnest money shall be rejected.
The Firm should be certified manufacturer/ their authorized representative/ reputed
contractors.
The firm should be able to demonstrate at RRECL as a part of technical evaluation the
suitability of their LED bulb in regards to lux level & quality of illumination.
2.6
VALIDITY
The bidder shall specifically mention the period of validity of the tender/offer. The period
validity shall not be less than 90 days as specified in the Notice Inviting Tenders. If any
bidder withdraws his tender before the said period or makes any modifications in the
terms or conditions of tender which are not acceptable to the client, then the client shall
without prejudice to any other rights or remedies shall forfeit the said amount of earnest
money.
2.7
PRICE
(a)
The unit rate of each item of equipment/accessories listed in the schedule of requirement
inclusive of design, supply, delivery, erection, testing & commissioning, maintenance for
three years at Dungara village, Panchayat Samiti Sayala, Distt. Jalore. The rates quoted
shall be on firm prices base. The price should be inclusive of all duties & taxes.
All taxes and duties will be shown separately.
The tenderer reserves the right to order the final quantity for the unit rate quoted on the
tender by the bidder shall consider as valid.
The bidder shall acquaint with the work and working conditions at site and locality. No
claim shall be entertained on this issue after the offer has been submitted.
The cost of preparing the proposal of negotiating the contract including a visit to the site
or office etc. will not be reimbursed as a direct cost of the assignment & RRECL is not
bound to accept any of the proposals submitted.
(b)
(c)
(c)
(d)
5
(e)
Any accessories/item which may not have been mentioned in the specification but are
required for satisfactory commissioning the work shall be deemed to be included in the
contract and shall be provided by the bidder without extra charges later on.
(f) The unit rate of the equipment and accessories listed in schedule of requirement shall
include the followings. The bidder must quote for each item contained in the schedule of
requirement.
i. Cost of material/equipment.
ii. All charges for containers and packing.
iii. All Charges necessary to effect free delivery of material/equipment and other T & P
items at the work site including loading and unloading of equipment at site.
iv. All charges such as freights, insurance, customs, excise clearing charges etc.
v. Sales Tax or any other tax on equipment/ T & P’s covered in scope of work.
vi. Erection Charges in respect of all items required to complete the entire work under each
item.
v. Testing in factory, site tests on equipment & accessories, commissioning charges,
charges for the type/routine tests on equipment and accessories shall be borne by the
firm.
vi. Maintenance for trouble free operation for three years after installation.
2.8 PENALITY/ DAMAGES FOR DELAY IN DELIVERY
If the firm fails to complete the work within the stipulated delivery period of the purchase
order/contract, the same is liable to be rejected and if accepted, the bidder shall be liable to
pay following percentage of the value of a cost of work which the tenderer has failed to
complete for period of delay as stated below:
(a)
(b)
(c)
(d)
1.
2.
3.
4.
2.9
Delay up to one fourth period of the prescribed delivery period = 2.5% of the cost of
delayed work
Delay exceeding one fourth but not exceeding half of the prescribed delivery period = 5%
of the cost of delayed work
Delay exceeding half but not exceeding three fourth of the prescribed delivery period =
7.5% of the cost of delayed work
Delay exceeding three fourth but not exceeding the period equal to the prescribed delivery
period = 10% of the cost of delayed work
Fraction of a day in reckoning the period of delay in commissioning shall be eliminated if
it is less than half a day.
The maximum amount of agreed liquidated damages shall be 10%.
The above liquidated damages clause is subject to any force majeure situation beyond the
control of the tenderer.
To invoke the benefit of provision of force majeure, sufficient notice of one week should
be given.
WITHDRAWAL/ MODIFICATION OF THE OFFER
Earnest money shall be forfeited in case of withdrawal/ modification of an offer within the
validity period as required in Notice inviting Tender/ Tender Specification after opening
of tender.
6
2.10 INSTRUCTIONS
(a)
(b)
(c)
(d)
(e)
(f)
(g)
Incomplete/ conditional bidders and bidders not submitted on lines indicated above are
liable to be straightway rejected.
No request for extension of the above mentioned due date shall be entertained.
Bids shall be accepted only from reputed manufacturer or their reputed contractor who
have deposited or submitted the bid processing fee of Rs 1000/- & EMD by DD/ bankers
cheque in the name of CMD, RRECL.
No printed General Conditions of sale attached with the tender shall be accepted.
Any deviations to the Clauses in the tender specifications must be clearly and separately
indicated otherwise it shall be presumed that the offer is in line with the requirements of
tender.
The firm will have to produce invoice/gate pass of the manufacturer for major items of
material to be installed against supply & erection of work for genuineness of the material.
The firm will be responsible to achieve the desired lux level and uniformity in the
households and all the testing equipment shall be arranged by the firm at his own cost to
check the same in the presence of representative of the client.
2.11 ALTERATION:
RRECL reserves the right to waive off or to issue any amendments to the terms and
provisions of the work order/Purchase order as an emergency demands. For details not
covered in the specifications, relevant I.S Code shall be followed.
The design shall comply with all statutory requirements, safety codes, regulating bodies,
whether or not explicitly specified in this document. Any observations noticed shall
immediately be brought to the notice at the time of submission of tender.
2.12 TEST CERTIFICATES AND INSTRUCTION BOOK ETC:
(a)
(b)
(c)
(d)
i.
ii.
(e)
The manufacturer/agency shall furnish to RRECL following documents along with the
consignment.
Printed Pamphlets/Catalogues: 4 Copies for each item.
Drawing of all the equipments.
Any other relevant information to be incorporated at the time of placing the purchase
order 4 copies.
The manufacturer/agency shall furnish the required certificates along with consignment of
material.
Type Test Certificate
Routine Test Certificate
The bidder will carry out necessary testing for the uniformity of lighting levels achieved
on completion of the work.
2.13 GUARANTEE:
7 W LED bulb shall be guaranteed for a period of 3 Years from the date of taking over the
installation by the client against unsatisfactory performance and/or break down due to
defective design, workmanship of material. The equipments or components, or any part
thereof, so found defective during guarantee period shall be forthwith repaired or replaced
free of cost, to the satisfaction of the RRECL.
7
2.14 MAINTENANCE:
After completion of the installation, maintenance/service for the equipment furnished under
the specifications shall be provided free for a period of 3 years. The service shall include
quarterly examination of the installation during regular working hours by trained
employees and shall include all necessary supplies and genuine standard parts to keep the
lighting in proper working order. The call regarding complaint should also be attended
immediately.
2.15 COMPLETENESS:
Any accessories/item which may not have been mentioned in the specification but are
required for satisfactory commissioning of the work shall deemed to be included in the
contract and shall be provided by the bidder without extra charges later on.
2.16 SECURITY DEPOSIT
Security Deposit @ 5 % of the order value shall be submitted by the successful bidder in
the form of DD payable to the CMD, RRECL.
2.17 Taxes
The bidders shall have to submit a valid ‘VAT’ clearance certificate from the concerned
Commercial Taxes Officer and the ‘PAN’ issued by Income Tax Department.
2.18 BANK GUARANTEE:
The firm shall bound to submit the bank guarantee of ‘Nationalized Bank’ for the amount
of 5% of contract value in addition to security deposit for a period of three years for
maintenance from the date of completion/ taking over of the system by the client. The
security and bank guarantee shall be released after satisfactory completion of guarantee
period including free Maintenance.
2.19 JURSDICTION:
All legal proceedings in connection with this contact shall be subject to the territory of
local civil courts at Jaipur only.
2.20 INSURANCE:
Comprehensive insurance cover for men, machinery and all parts shall be arranged by the
firm for entire period of Contract. The firm shall make his own arrangement to receive and
store the material at site. The settlement of claims with the insurance company, railway
authorities etc. for any loss/ damage occurring during transit and storage at works site shall
entirely be the responsibility of the firm. In case firm fails to provide such an insurance
cover, the client would get the material insured at the cost of recoverable from firm.
8
2.21 PAYMENTS:
RRECL will pay only 80% of the actual (ordered) total cost to the firm. Remaining 20% share will
be collected by the firm from the beneficiary as beneficiary share. The payment to the firm (80 % of
cost) will be made as per following:
(a) 75% of (80 % cost) payment shall be released against receipt of material on pro-rata basis.
(b) 10% of (80 % cost) payment shall be released on installation of material at site on pro-rata
basis.
(c) 10% of (80 % cost) payment shall be released after complete testing & commissioning and
handing over the installation to the department (RRECL).
(d) Remaining 5% (80 % cost) shall be released subject to receipt of performance guarantee of
‘Nationalized Bank’ valid up to warranty period.
2.22 EVALUATION OF BIDS (PRE-QUALIFICATION, TECHNICAL AND FINANCIAL):
Bidder must submit a company profile of the manufacturing activities, understanding of
Photometry and LED Technology. Bidder must submit system of input, process and final
inspection system with a list of major Photometric and Electrical Test equipment, such as
illumination measurement equipment Spectro Photometer, etc.
The Bidder must submit a basic note on:
1. Company’s experience in product manufacture.
2. Understanding of Photometry.
3. Maintenance and product replace ability features.
4. Adjustability of Photometric Beam pattern.
TECHNICAL EVALUATION:
The RRECL does not bind himself to accept the lowest rate or any bid and reserve the right of accepting
the whole or part of the bid & bidder shall be bound to perform the same at the quoted rates.
2.23 Variation in the quantity: There can be upward/ downward variation up to 25% in the
quantity and the bidder has to abide by the decision of RRECL for supplying the material at the
unit rate quoted by the bidder.
3.0 TECHNICAL DETAILS:
3.1 General: The existing GLS incandescent lamps are being replaced with the energy efficient 7 W
LED bulbs with an objective that energy efficient technology is promoted in rural areas. The
technical specifications and the product quality therefore have to be proven and reliable. Beside
this three years trouble free maintenance coverage has to be provided by the successful bidder.
3.2 All the LED lamps installed at the village should be marked “Not for Sale” on every lamp to
prevent interchange ability.
3.3 The GLS lamps intended for replacements should be collected in proper packaging and it is to be
ensured that the same are not reused in the households. The package is to be handed over to
RRECL/ disposed off in an environmentally safe manner which is to be submitted by the bidder
for approval by RRECL.
9
4.0 GENERAL REQUIREMENTS FOR 7 W LED BULB.
(i) LED lamps of OSRAM/ PHILIPS/ CREE make shall be used for the purpose.
(ii) The luminaire casing/ housing shall be of Stainless sheet steel SS304 grade or aluminium having
high conductivity preferably to grade 5000 or similar to high conductivity heat sink material.
(ii) The electronic components used shall be as follows:(a) IC (Integrated circuit) shall be of industrial grade or above.
(b) Metallic film / Paper/Polyester Capacitor shall be rated for a sustained operating temperature of
105ºC.
(c) The resistors shall be preferably made of metal film of adequate rating. The actual rating versus
loading shall be by a factor of 3.
(d) The junction temperature of the Switching devices such as transistors and MOSFETs etc. shall
not exceed 125ºC (allowing thermal margin of 25 ºC).
(e) The protective cum adhesive coating used on PCBs should be clear and transparent and should
not affect colour code of electronic components or the product code of the company.
(f) The construction of PCBs and the assembly for components for PCBs should be as per IS
standards.
(g) The electronics covered for this equipment shall pass all the tests called for in the above
specification. The tenderer shall indicate the deviation or compliance otherwise the offer shall
not be considered for evaluation.
(h) The infrastructure for Quality Assurance facilities as called for in the above specification must be
available at the manufacturing facility. In house testing facility for Quality Assurance should be
present. The compliance shall be indicated clearly in the tender itself.
(iii) The connecting wires used inside the luminaire, shall be low smoke halogen free, fire retardant ebeam cable and fuse protection shall be provided in input side.
(iv) Care shall be taken in the design that there is no water stagnation anywhere. The entire housing
shall be dust and water proof having IP65 protection as per IEC 60529.
(v) The LED Module(s), Driver gear, etc. shall be designed in such a way so that temperature of heat
sink shall not exceed 150C above the ambient temperature.
(vi) All the material used in the luminary shall be halogen free and fire retardant confirming to
UL94.
(vii) Lumen maintenance of 70% for at least 25000 hours for Interior applications and 35000 hours
for exterior applications. Data sheet showing lumen maintenance in the LED shall also be
submitted.
(viii) Annual Maintenance Contract (AMC) of three years to be provided by the manufacturer/
supplier.
10
5.0 TECHNICAL REQUIREMENTS FOR REPLACING A BULB OR CFL WITH 7W LED
IN A RETROFIT SITUATION FOR HOME LIGHTING
Supply Source
180 - 240 volt. However, conditions for voltage fluctuations
should be considered and the system should be robust
enough to withstand such variation in supply source.
Total Harmonics Distortion (THD) Should be less than 15%
Lamp Efficacy
Should not be less than 50 lm/W
Lamp Requirement
The lamp should be similar in shape to the existing
incandescent lamp. Higher viewing angle allows more light
distribution in a room.
Usage
Continuous
Power Consumption
7W
Power Factor
Greater than 0.90
Life Expectancy
About 50,000 burning hours at a 350C ambient temperature
with 70% lumen maintenance
Control Circuit
Compatible to LED
Base
Pin Type similar to GLS bulb.
Colour Rendering Index
Minimum CRI of 70 %
Correlated Colour Temperature
4000 – 60000K
Preferred make of LED lights: Phillips/Osram/Cree
6.0.GUARANTEED TECHNICAL PARTICULARS (TO BE SUBMITTED BY THE BIDDER)
FOR BOTH LED BULBS/ LIGHTS.
S. No. Parameters
1
LED Operating Current
2
Output Luminous Flux of luminaire
3
Beam Angle of luminaire
4
Avg. Lux Level of luminaire
5
Uniformity
6
Photometric Curve
7
Material of Luminaire & Diffuser
8
Dimension
9
Weight
10
Conformity with IP-65 Fixtures
11
LED Life
Guaranteed Value
11
7.0 TENTATIVE QUANTITY OF LED BULBS/ LIGHTS AND LED STREET LIGHTS
INCLUDING SPARE:
QUANTITY LED Household bulbs/lights
-
2000 Nos
8.0 Financial bid details
IMPORTANT: IN SEPARATE ENVELOPE MARKED FINANCIAL BID FINANCIAL BID
SCHEDULE OF WORK FOR
SUPPLY, REPLACEMENT OF EXISTING GLS
INCANDESCENT BULBS BY LED BULBS/ LIGHTS AND THEIR MAINTENANCE AT
VILLAGE, DUNGARA PANCHAYAT SAMITI- SAYALA, DIST.-JALORE (RAJ.).
Amount to be quoted by the bidder ……………………..
Earnest Money Rs 0.18 lacs
Due on: 05th Sept 2013 (Accepted till 03.00 PM)
Completion Time Limit: 2.5 Months
Sr. No.
Description
Qty. Rate in Rs.
SUPPLY, REPLACEMENT OF
1.
EXISTING GLS INCANDESCENT
BULBS BY 7 W LED BULBS.
2.
3.
Tax detail as applicable
-----------------------------------------------Total
------
Amount in Rs.
Lump Sum Rates
------------- -----------------------------
Notes: (1) Make of all items should be mentioned
(2) The prices should be inclusive of all items required for system completion and
successful Commissioning even if not explicitly mentioned.
12
Annexure A: Compliance with the Code of integrity and No
Conflict of interest
Any person participating in a procurement process shall –
(a)
not offer any bribe, reward or gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
(b)
not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial
or other benefit or avoid an obligation;
(c)
not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the
transparency, fairness and progress of the procurement process;
(d)
not misuse any information shared between the procuring Entity and the Bidders with an
intent to gain unfair advantage in the procurement process;
(e)
not indulge in any coercion including impairing or harming or threatening to do the
same, directly or indirectly, to any party or to its property to influence the procurement
process;
(f)
not obstruct any investigation or audit of a procurement process;
(g)
disclose conflict of interest, if any; and
(h)
disclose any previous transgressions with any Entity in India or any other country during
the last three years or any debarment by any other procuring entity.
Conflict of Interest:The Bidder participating in a bidding process must not have a Conflict of Interest.
A Conflict of Interest is considered to be a situation in which a party has interests that could
improperly influence that party's performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations. i. A Bidder may be considered
to be in Conflict of Interest with one or more parties in a bidding process if, including but not
limited to:
a.
have controlling partners/ shareholders in common; or
b.
receive or have received any direct or indirect subsidy from any of them; or
c.
have the same legal representative for purposes of the Bid; or
d.
have a relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about or influence on the Bid of another
Bidder, or influence the decisions of the Procuring Entity regarding the bidding process;
or
e.
the Bidder participates in more than one Bid in a bidding process. Participation by a
Bidder in more than one Bid will result in the disqualification of all Bids in which the
Bidder is involved. However, this does not limit the inclusion of the same subcontractor,
not otherwise participating as a Bidder in more than one Bid; or
f.
the Bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the Goods, Works or Services that are the subject of
the Bid; or
g.
Bidder or any of its affiliates has been hired (or is proposed to be hired) by the procuring
entity as engineer-in-charge consultant for the contract.
13
Annexure B : Declaration by the Bidder regarding Qualifications
Declaration by the Bidder
In relation to my/our Bid submitted to……………………………………………………for
procurement of…………………………………… in response to their Notice Inviting Bids
No…………………………………………………..
Dated
………………………………….
I/we hereby declare under Section 7 of Rajasthan Transparency in Public Procurement Act,
2012, that:
1.
I/we possess the necessary professional, technical, financial and managerial resources
and competence required by the Bidding Document issued by the Procuring Entity;
2.
I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and
the State Government or any local authority as specified in the Bidding Document;
3.
I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our
affairs administered by a court or a judicial officer, not have my/our business activities
suspended and not the subject of legal proceedings for any of the foregoing reasons;
4.
I/we do not have, and our directors and officers not have, been convicted of any criminal
offence related to my/our professional conduct or the making of false statements or
misrepresentations as to my/our qualifications to enter into a procurement contract
within a period of three years preceding the commencement of this procurement process,
or not have been otherwise disqualified pursuant to debarment proceedings;
5.
I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, which materially affects fair competition;
Date:
Signature of
bidder
Place:
Name
Designation:
Address:
14
Annexure C: Grievance Redressal during Procurement Process
The designation and address of the First Appellate Authority is …………………………………
The designation and address of the Second Appellate Authority is ………………………………
(1) Filing an appeal
If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the
Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines
issued thereunder, he may file an appeal to First Appellate Authority, as specified in the
Bidding Document within a period of ten days from the date of such decision or action,
omission, as the case may be, clearly giving the specific ground or grounds on which he feels
aggrieved:
Provided that after the declaration of a Bidder as successful the appeal may be filed only by a
Bidder who has participated in procurement proceedings:
Provided further that in case a Procuring Entity evaluates the Technical Bids before the opening
of the Financial Bids, an appeal related to the matter of Financial Bids may be filed only by a
Bidder whose Technical Bid is found to be acceptable.
(2) The officer to whom an appeal is filed under para (1) shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within thirty days from the date of
the appeal.
(3) If the officer designated under para (1) fails to dispose of the appeal filed within the period
specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved
by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the
Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority
specified in the Bidding Document in this behalf within fifteen days from the expiry of the
period specified in para (2) or of the date of receipt of the order passed by the First Appellate
Authority, as the case may be.
(4) Appeal not to lie in certain cases
No appeal shall lie against any decision of the Procuring Entity relating to the following
matters, namely:(a)
determination of need of procurement;
(b)
provisions limiting participation of Bidders in the Bid process;
(c)
the decision of whether or not to enter into negotiations;
(d)
cancellation of a procurement process;
(e)
applicability of the provisions of confidentiality.
15
(5) Form of Appeal
(a)
(b)
(c)
An appeal under para (I) or (3) above shall be in the annexed Form alongwith as many
copies as there are respondents in the appeal.
Every appeal shall be accompained by an order appealed against, if any, affidavit
verifying the facts stated stated in thc appeal and proof of payment of fee.
Every appeal may be presented to First Appellate Authority or Second Appellate
Authority, as the case may be, in person or through registered post or authorised
representative.
(6) Fee for filing appeal
(a)
(b)
Fee for first appeal shall be rupees two thousand five hundred and for second appeal
shall be rupees ten thousand, which shall be non-refundable
The fee shall be paid in the form of bank demand draft or banker's cheque of a
Scheduled Bank in India payable in the name of Appellate Authority concerned.
(7) Procedure for disposal of appeal
(a)
(b)
(c)
(d)
The First Appellate Authority or Second Appellate Authority, as the case may be, upon
filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and
documents, if any, to the respondents and fix date of hearing.
On the date fixed for hearing, the First Appellate Authority or Second Appellate
Authority, as the case may be, shall,(i)
hear all the parties to appeal present before him; and
(ii)
peruse or inspect documents, relevant records or copies thereof relating to the
matter.
After hearing the parties, perusal or inspection of documents and relevant records or
copies thereof relating to the matter, the Appellate Authority concerned shall pass an
order in writing and provide the copy of order to the parties to appeal free of cost.
The order passed under sub-clause (c) above shall also be placed on the State Public
Procurement Portal.
16
Memorandum of Appeal under the Rajasthan Transparency in Public
Procurement Act, 2012.
Appeal No....................of ............................
Before the .....................................................(First/ Second Appeal Authority)
1. Particulars of Appellant:
(i) Name of the Appellant:
(ii) Official address, if any:
(iii) Residential address:
2. Name and address of the respondent(s):
(i)
(ii)
(iii)
3.Number and date of the order appealed against and the name and designation of the officer/
authority who passed the order (enclosed copy), or a statement of a decision, action or
omission of the Procuring Entity in contravention to the provisions of the Act by which the
appellant is aggrieved:
.......................................................................................................................................................
.......................................................................................................................................................
.......................................................................................................................................................
4. If the Appellant proposes to be represented by a representative, the name and postal address
of the representative:
.......................................................................................................................................................
......................................................................................................................................................
5. Number of affidavits and documents enclosed with the appeal:
.......................................................................................................................................................
.......................................................................................................................................................
6. Grounds of Appeal:
.......................................................................................................................................................
.......................................................................................................................................................
............................................................................................................(Supported by an affidavit)
7. Prayer:
.......................................................................................................................................................
.....................................................................................................................................................
Place...............................
Date...............................
Appellant’s Signature
17
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)
(ii)
(iii)
At the time of award of contract, the quantity of Goods, works or services originally specified in
the Bidding Document may be increased or decreased by a specified percentage, but such
increase or decrease shall not exceed twenty percent, of the quantity specified in the Bidding
Document. It shall be without any change in the unit prices or other terms and conditions of the
Bid and the conditions of contract.
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.
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 25% 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 quality of the subject matter
of procurement to e 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 at the ratesof the bidder, whose bid is accepted.
18
GENERAL TERMS AND CONDITIONS TO BE OBSERVED BY THE BIDDER
1. The following instructions must be carefully observed by all the bidders. Bids not
strictly in accordance with these instructions shall be liable to be rejected:
(a) The rates shall be quoted in figure as well as in words.
(b) Telegraphic bids shall not be accepted.
(c) The successful bidder shall be called upon to enter into an agreement. The contract
would be of the nature of individual work contract which is not subject to any sales tax
or furnishing of Form –D by the Department.
(d) RRECL reserves the right for any omission/correction in the Notice Inviting tender.
(e) Existing wire/cable is proposed to be used. However the bidder may include in the cost
any such wire/cable quantity that he foresees for modifications and system completion.
(f) No living accommodation for the staff of manufacturer/agency shall be provided by the
Department.
(g) Carriage of material to site shall be the responsibility of the firm at their own cost.
2.
No claim on account of fluctuation in prices due to any reason shall be considered.
3.
The firm shall sign on individual pages of the tender document as a token of
acceptance of the terms and conditions.
General Manager (EC)
RRECL, Jaipur
19
Annexure -1
Details to be furnished by the bidder (Use separate sheets for 7 W LED bulbs)
S.No Details required
To be filled by the bidder
1)
Name of the bidder
2)
Catalogue enclosed
Yes/No
3)
Experience of similar Projects
Yes/No
.Reference list enclosed
4)
General details
1)LED make
5)
6)
2) Luminaire casing SS304/ Alumunium.
3) Standard design PCB/testing facility
4)QA infrastructure
5) Protection class IP 65
6) Heat sink temperature not more than
preferably 15 deg above ambient.
7) Halogen Free material UL 94
8) Lumen Maintenance 70% for
atleast25,000hrs for indoor and 35,000
hrs for outdoors
TECHNICAL REQUIREMENTS
1) Supply Range 180 - 240 V
2) THD less than 15 %
3) Lamp efficacy - 50/watt
4) Rating watts
5) Power factor > 0.9
6) Life expectancy > 50,000 Hrs
7) Base Pin type
8) CRI Min 70%
9) CCT 4000 - 6000 deg K
GUARANTEED PARAMETERS
1)LED operating current.
2) Output luminous flux
3) Beam angle of luminaire
4) Avg Lux level of lumanaire
5) Uniformity
6) Photometric curve
7) Material of lumanaire /diffuser
8) Dimension
9) Weight
10) Protection Class
11) Life of LED lamps
Yes/No
Yes/No
Yes/No
Signature of the bidder
20
Download