Jaipur Development Authority: Tender Document
Jaipur Development Authority: Tender Document
Tender Document
For
Invitation to Bid
1. Section I - Instruction for Bidder
5. Section V - Annexures
Engineer (PHE-I)
Jaipur Development Authority
Jaipur
1
t;iqj fodkl izkf/kdj.k] t;iqj
jke fd’kksj O;kl Hkou] dejk ua- 302] r`rh;&ry] ukxfjd lsok dsUnz Hkou]
bfUnjk lfdZy tokgj yky usg: ekxZ] t;iqj&302004
Øekad tfoizk@vf/k-vfHk- (ih,pbZ&A)/2020-21/D-147 fnukad % 05-05-2020
fufonk lwpuk
fufon
fufonk esa Hkkx ysus oky
okyks dks fuEu 'krksZ dh ifw rZ djuh gksxhA
1- fufonk nkrk t;iqj fodkl
izkf/kdj.k dh osclkbZV
www.jda.urban.rajasthan.gov.in ij iathd`r gks ,oa fufonk esa Hkkx ysus ds
fy, cksyhnkrk dks vkosnu djus ds fy, nLrkost 'kqYd] vekur jkf’k] vkj-vkbZ-,l-
,y- izkslfs lax 'kqYd vkWuykbZu tek djuh gksxhA
2- vkWuykbZu fufonk izLrqr djus ds fy, fufonk nkrkvksa dk jktLFkku ljdkj ds
bZ&izkD;weVsa iksVZy www.eproc.rajasthan.gov.in ij iaftd`r gksA
¼,e-,y- tkWfxM½
vf/k’kk"kh vfHk;ark ¼ih,pbZ&A½
tfoizk] t;iqjA
2
JAIPUR DEVELOPMENT AUTHORITY
Room No. 302, CCC Building, Third Floor, Ram Kishore Vyas Bhavan, Indira Circle, JawaharLal Nehru Marg, Jaipur – 302
004
Telephone: +91-141-2569696 E.mail: [email protected]
Online Bids are invited up-to 6.00 PM of 18.05.2020 for “Operation & Maintenance of Rain water
harvesting structures at various locations under JDA, Jurisdiction, Jaipur” Estimated cost of 41.61
Lacs. The last date for Applying Bid and making online payment on JDA portal is up-to 6.00 PM of
18.05.2020. Details may be seen in the Bidding Document at our office or the State Public Procurement
Portal website www.sppp.rajasthan.gov.in, www.eproc.rajasthan.gov.in and
www.jda.urban.rajasthan.gov.in.
To participate in the bid, bidder has to be:
(M.L. Jangid)
Executive Engineer (PHE-I)
JDA, Jaipur
3
JAIPUR DEVELOPMENT AUTHORITY
Room No. 302, CCC Building, Third Floor, Ram Kishore Vyas Bhavan, Indira Circle, JawaharLal Nehru Marg, Jaipur – 302
004
Telephone: +91-141-2569696 E.mail: [email protected]
Bid No: - JDA/EE/PHE-I/2020-21/D-147 Dated: 05.05.2020
NOTICE INVITING BID
NIB No. : JDA/EE(PHE-I)/01/2020-21
Name & Address of the Name: Executive Engineer (PHE-I), Jaipur Development Authority
Procuring Entity Address: Room No. 302, CCC Building, Third Floor, Ram Kishore Vyas
Bhavan, Indira Circle, JawaharLal Nehru Marg, Jaipur – 302 004
Telephone: +91-141-2569696 E.mail: [email protected]
Subject Matter of Procurement Operation & Maintenance of Rain water harvesting structures at
various locations under JDA, Jurisdiction, Jaipur.
Job No. : 155/2019-20
Bid Procedure Potential Assessment Method Tender (eg. Single-stage Two part
(envelope) open competitive) eBid procedure at
http://eproc.rajasthan.gov.in
Bid Evaluation Criteria (Selection Potential Assessment Method L1 (eg.Least Cost Based Selection
Method) (LCBS)-L1)
Websites for downloading Websites: www.sppp.rajasthan.gov.in, www.eproc.rajasthan. gov.in,
Bidding Document, www.jda.urban.rajasthan.gov.in
Corrigendum's, Addendums, etc.
Website for online Bid Website: www.jda.urban.rajasthan.gov.in
application participation and For participating in the Bid, the Bidder has to apply for this Bid and
payment * pay the Bidding Document Fee, RISL Processing Fee and Bid Security
Deposit, online only.
o Bidding document fee: Rs. 500/- (Rupees Five Hundred only)
o RISL Processing Fee: Rs. 1000/- (Rupees One Thousand only)
Requisite Bid Security Deposit
Estimated Procurement Cost INR 41,60,895.00/- (Rupees Forty one lakh sixty thousand eight
hundred and ninety five Only)
Bid Security Deposit Amount (INR) : 2% (Rs. 83,218.00/-) for A & AA class contractor
registered in other department and 0.5% (20,805.00/-) for D & Above
contractor registered in JDA.
Date/Time/Place of Pre-Bid NA
4
* Jaipur Development Authority has decided to receive Earnest Money Deposit (EMD) (Bid Security), Tender
Fee and RISL processing fee online through JDA Portal. The bid security options available in tender for
participants are as mentioned below:
A. Payment Options:
Option-1: Bank Guarantee (BG) against EMD / Bid Security
Bidder may opt Bank Guarantee (BG) against EMD (Bid Security), for which bidder requires to prepare BG before applying in the
tender. The details of BG requires to be fed on JDA portal before paying balance amount (Tender Fee + RISL Processing Fee). This
amount will be paid through Payment Gateway only, option to make balance payment through EFT (RTGS/NEFT) will not be
available.
If bidder does not opt for BG against EMD, options of making complete payment through Payment Gateway or through EFT (NEFT
/ RTGS) will be available.
Option-2: Electronic Fund Transfer (EFT: NEFT/RTGS)
If the bidder selects payment mode as EFT (NEFT/RTGS), “Paying Slip for EFT (NEFT/RTGS)” will be generated by the system for
the complete amount. The payment can be made from any Bank any Branch using this Paying Slip through NEFT/RTGS (Claim
against payment made through EFT in any other JDA bank account will not be acceptable and bidder stands disqualified from
participation in the bid applied for). After successful transaction through NEFT/RTGS, as per the standard procedures it may take 4
to 24 hours in process of confirmation of EFT through Auto-Process depending on the time of EFT done. Therefore, option to make
payment through EFT (NEFT/RTGS) will be available till 48 hours prior to closing date of bid participation.
Option-3: Payment Gateway (Aggregator)
The facility to make payment through Debit Card, Credit Card, Net banking etc., will be available. User can use this facility from
anywhere any time till the closing date & time of bid participation.
B. Bid Participation Receipt
After confirming payment, the bidder will get Bid Participation Receipt on the basis of which user will get the payment details along
with other details for bidding on e-Procurement portal of GOR.
• In case of BG as the remaining payment will be done through Payment Gateway, on successful transaction the “Bid Participation
Receipt” will be generated on real time basis.
• In case complete payment is done through Payment Gateway, on successful transaction the “Bid Participation Receipt” will be
generated on real time basis.
• In case complete payment is done through EFT (NEFT/RTGS), on confirmation of payment from ICICI Bank (Auto Process) “Bid
Participation Receipt” will be available on Login of Bidder on JDA portal.
Note:
Bidder (authorised signatory) shall submit their offer on-line in Electronic formats both for technical and financial proposal.
In case, any of the bidders fails to pay the Tender Fee, BSD, and RISL Processing Fee, online (subject to confirmation), its Bid shall not be
accepted.
To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Type III) as per Information Technology
Act-2000 using which they can digitally sign their electronic bids. Bidders can procure the same from any CCA approved certifying
agency, i.e. TCS, Safecrypt, Ncode etc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a new
DSC. Also, bidders must register on http://eproc.rajasthan.gov.in (bidders already registered on http://eproc.rajasthan.gov.in
before 30-09-2011 must register again).
JDA will not be responsible for delay in online submission due to any reason. For this, bidders are requested to upload the complete bid
well advance in time so as to avoid 11th hour issues like slow speed; choking of web site due to heavy load or any other unforeseen
problems.
Bidders are also advised to refer "Bidders Manual Kit" available at eProc website for further details about the e-Tendering process.
Training for the bidders on the usage of e-Tendering System (eProcurement) is also being arranged by DoIT&C, GoR on a regular basis.
Bidders interested for training may contact e-Procurement Cell, DoIT&C for booking the training slot.
Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days) e-mail: [email protected] Address : e-Procurement
Cell, JDA, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur
The procuring entity reserves the complete right to cancel the bid process and reject any or all of the Bids.
No contractual obligation whatsoever shall arise from the bidding document/ bidding process unless and until a formal contract is signed
and executed between the procuring entity and the successful bidder.
Procurement entity disclaims any factual/ or other errors in the bidding document (the onus is purely on the individual bidders to verify
such information) and the information provided therein are intended only to help the bidders to prepare a logical bid-proposal.
The provisions of RTPPA Act 2012 and Rules 2013 thereto shall be applicable for this procurement. Furthermore, in case of any
inconsistency in any of the provisions of this bidding document with the RTPP Act 2012 and Rules thereto, the later shall prevail.
(M.L. Jangid)
Executive Engineer (PHE-I)
JDA, Jaipur
5
Annexure: 3
As part of NIB Document
JAIPUR DEVELOPMENT AUTHORITY, has decided to receive Bidding document fee, RISL Processing
Fee and Bid Security Deposit (BSD) through online mode only for which the bidder has to get registered
himself on JDA portal www.jaipurjda.org.
In case of RTGS / NEFT / Transfer the bidder is required to deposit the requisite amount in the
dedicated bank account number as mentioned above and has to get the UTR / Reference number from
the bank. This number requires to be updated whiling applying the bid on JDA portal.
While participation in the bid, a receipt will be generated through the system showing the submission
details as per Annexure-4. The bidder is required to fill the instrument numbers for various heads on e-
Procurement portal www.eproc.rajasthan.gov.in as mentioned in the receipt.
More details about Registration Process, Terms and Conditions and FAQ along with contact detail is
available on JDA website www.jaipurjda.org under eServices>>JDA Tender
6
Section A-1
Instructions to Bidders
7
JAIPUR DEVELOPMENT AUTHORITY, JAIPUR
List of the drawing to be supplied by the contractor NIL. But the contractor
shall have to arrange at his own cost drawings required for the work after depositing
necessary cost within JDA.
8
Schedule “I” List the material to be supplied by the department:
Nil
Validity of Bid: - 120 Days.
9
Section A-2
10
Section A-3
Special Conditions of Contract
11
SPECIAL CONDITIONS OF CONTRACT
1. The department shall hand over the complete Rain water harvesting structures with all ancillary
units to the contractor on award of contract. The contractor shall be required to furnish a
Bank guarantee amounting to 5% of contracted amount. The Bank guarantee shall be valid
for a period of six months beyond the period of contract for operation and maintenance for the
safety and security of various components of scheme and appurtenance handed over. The
department reserve the right to operate all Bank guarantee or part thereof to meet out any
losses against handed over properties in case of damage/theft/mishandling etc. and if the same
are not recouped by the contractor. The contractor shall hand over the entire scheme and
appurtenances in working condition on completion of contract.
2. Performance Guarantee : Performance Security shall be solicited from the successful
bidder. The contractor shall be required to furnish a performance security amounting to
5% of work order amount. This amount shall have to be deposited by the contractor
within 10 days after the award of the work. If the contractor doesn’t start the work at time
or fails to fulfill the conditions of the contract and the directions given by engineer in
charge, this amount shall be forfeited. This performance guarantee will be released with
the running bills as per the account rules.
3. Contractor shall have to maintain and keep the complete structure well functional for Three
years including cleaning of media, silt chamber, water catcher, oil & grease chamber etc.
Also includes replacement of filter media as required.
4. While keeping the Storm water harvesting structure operational during the rains care shall be
taken that initial runoff during first rains does not enter the structure as it may be having
high turbidity.
5. Quantity of work can be increased or decreased. However, no guarantee is given about the
actual quantity of work.
6. No extra charges for higher size of excavation in collapsible strata will be paid by the JDA.
The tenderers shall have to make their own arrangement for completing the work and no
claim in this respect will entertained.
As material are collected and the construction of each section of work is completed it will be
checked by Engineer – in – Charge or his authorized representative and the representative of
the contractor will assertion from the engineer from time to time that what part and portion
he wishes to check over and pass out. Such approval shall in no way release the contractor
of his responsibility regarding completion of work, as per required specification until the
contract being completed.
8. The electric connection if required for construction and testing purpose shall be arranged by
the contractor at his own cost.
9. The contract shall deploy the trained person to asses the functionality of the
structure during the rain time and the photographs and details should be submitted
periodically to the OIC.
10. Proper maintenance should be done by the agency otherwise the structure shall be got
maintained by other agency on his risk and cost.
The contractor shall not work after the sunset & before sunrise without specific permission of
the Engineer in-charge.
12. The contractor/firm or company while executing the above work will adopt all safety
measures on his cost to safe guard from any loss of life and damage of public and private
property. If any loss and damage occurred than they will pay full compensation from their
own pocket. All the consequences will bear by them and JDA will not be responsible in any
case.
12
13. Water for construction purpose shall have to arranged by contractor himself at his own cost.
If the water is supplied by the JDA at the rate 1% of total value of item of construction/pipe
line laying work or metered connection of commercial rates shall be recovered from each
running bill.
14. The contractor will be fully responsible for structural safety stability and water tightness of
the structures.
16. The contractor/firm or company will display necessary signboards & lights from safety point
of view during nights at site of work on his own cost as directed by the authorized Engineer
In charge.
17. The surplus earth & damaged materials will be immediately removed from the site of work &
dumped as per instruction of Engineer in Charge.
18. No extra payment will be made to the contractor on account of clearance of all kind of utility
services falling in the alignment of the water harvesting structures.
19. Steel if it is arranged by the contractor, a testing certificate shall be produced by contractor
for whole lot.
20. Electric and water connections, if needed, shall be arranged by the contractor himself.
21. The contractor/firm/company is bound to get the workmen insured against accident from
Insurance Company on his own cost.
22. The contractor/firm or company will take utmost care to safeguard the water mains; Electric
& Telephone cable existing surface drains water connections etc., while executing the work.
23. The tenderer shall provide at the site all material he shall be required to use for
timbering/shuttering shoring excavation of trenches and which he shall bring to the site,
prior to start of excavation for approval of the authorized Engineer in Charge, without any
extra charges.
24. The material collected at site & paid provisionally shall remain under the watch & ward of the
contractor till it is consumed fully on the work.
25. Contractor shall provide sufficient number of boards at site of work indicating 'JDA AT WORK"
at his own cost as required by engineer-In charge, and make arrangements for traffic
management by deputing his own staff if found necessary.
a. The due payment for the work allotted shall be payable as below:
The operation and maintenance cost quoted by the tenderer shall be payable on
quarterly basis, on presentation of the bill by the contractor along with document
required as per of Scope of work.
27. The contractor will pay compensation to the house owner or to the owner of any adjoining
property or any other works for the damaged sustained on account of this work while in
progress or complete from his own pocket.
28. The detail on Glow sign board for Storm water harvesting structure is to be cleaned
time to time as per direction of EIC.
29. Penalty of Rs. 1000.00 per day per structure will be levied if the contractor fails to
properly clean and maintain the structure. After three days if contractor fails to
clean the structures it will be get cleaned by some other agency at the cost of
contractor.
13
case extra payment shall be allowed by the department on such works either for dismantling or
repairing and reconstruction of old structures.
32. The work will be carried out strictly as per direction of Engineer In charge.
33. The rates quoted by the tenderer shall be firm for the contract period. No price escalation shall
be admissible during contract period.
34. COMPLETION OF THE CONTRACT :
On the date of Contract Completion or if the Contract is terminated, all the material and
equipment placed under the Contractor's responsibility shall be handed over to JDA or any
agency, organization specified by it, at no cost, in good working order/condition, except for
normal wear and tear. JDA may perform any inspections tests or expert appraisals he shall
consider necessary with a view to checking that the property is in good working order. If the
works are not found in working condition or acceptable condition, the contractor will replace /
repair / rectify the same at his own cost to the satisfaction of JDA or Engineer In charge.
At the end of O&M period, the Contractor shall be entitled to receive an Operation and
Maintenance Completion Certificate within twenty-one (21) days, of the completion of the
Contract.
The delivery of such Completion Certificate will relieve the Contractor from his responsibility as
regard to the Operation and Maintenance and confirm that the Contractor has fulfilled all of his
obligations under the contract.
14
Section A-4
Specifications of Work
15
SCOPE OF WORK
(Description of work included here is for complete work including labour, repairs and providing
all types of material for maintenance & repairs).
1.1. All the components of Rain Water Harvesting Structures including Water Catchers, Oil & grease
chamber, Silt chamber, filter media and other components should be cleaned at least on
quarterly basis and once before Monsoon and as per requirement during Monsoon season and
as and when required in O&M period.
1.2. Beside cleaning all the layers of filter media and then refilling in the well, the top layer of
filter media should be replaced once during Mansoon season.
1.3. Repairing and restoration of all the structures, if damaged due to any reason should be done by
contractor at his own cost for smooth and efficient functioning of structures. Repair of any part of
the RWHS i.e. M.S. catcher, Ferro cement cover, damage of any wall of masonry/RCC,
Raising/lowering of silting chamber, sump well etc. shall be included in the scope of work and
for this work no extra payment to be made to the contractor.
1.4. If any M.S. catcher/RCC catcher has been damaged/theft during the contract period, the same
will be replaced by new catcher and for these work no extra payment to be made to the
contractor.
1.5. The contractor shall submit the photographs with date of structure before and after
cleaning of structures.
1.6. At the end of contract period, contractor shall hand over all RWHS in working condition as per
satisfaction of Engineer In charge.
16
SCHEDULE 'H'
SPECIAL CONDITIONS
1. If there is any typographical error or otherwise in the 'G' Schedule the rates given in the relevant
BSR on which schedule 'G' has been prepared, shall prevail.
2. The contractor shall follow the contractor labour regulation and abolition Act 1970 & Rule 1971.
3. The JDA shall have right to cause on audit and technical examination of the work and the final bills
of the contractor including all supporting vouchers, abstract etc. to be made within two years after
payment of the final bills and if as a result such audit any amount is found to have been over
paid/excess in respect of any work done by the contractor under the contract or any work claimed
by him to have been done under this contract and found not to have been executed the contractor
shall be liable to refund such amount and it shall be lawful ;for the JDA to recover such sum from
him in ;the manner prescribed in special condition no. 8 or any other manner legally permissible and
if it is found that the contractor was paid less then that was due to him under the contract in respect
of any work executed by him under it, the amount of such under payment shall be paid by the JDA
to the contractor.
4. Tax exemption/ Tax liabilities if any shall be applicable as per prevailing government rule and bidder
has to consider this while quoting the rates.
5. The contractor shall not work after the sunset and before sunrise without specific permission of the
authority Engineer.
6. Whenever any claim against the contractor for the payment of a sum of money arises out or under
the contracts, the JDA shall be entered to recover the sum by appropriating in part or whole of the
security deposit of the contractor. In the event of the security being insufficient or if no security has
been taken from the contractor then the balance of the total sum recoverable as the case may shall
be deducted from any sum then due or which a any time there contract with the JDA should this
sum be sufficient to recover the full amount recoverable, the contractor shall pay to JDA on demand
the balance remaining due. The JDA shall further have the right to effect such recoveries under
P.D.R. Act.
7. The rate quoted by the contractor shall remain valid for a period of 120 days from the date of
opening of the tenders.
8. By submission of this tender the contractor agree to abide with all printed conditions provided in the
PWD manual from 64 (Chapter 3-para 36) and subsequent modification.
9. No conditions are to be added by the contractor and conditional tender is liable to be rejected.
10. All transaction in the execution of this work and this tender will be liable to GST & other taxes levied
by GOR & GOI.
11. If any Bid withdraws his Bid prior to expiry of said validity period given at S.No. 7 or mutually
extended prior or makes modifications in the rates, terms and conditions of the tender within the
said period which are not acceptable to the department or fails to commence the work in the
specified period, fails to execute the agreement and fails to furnish performance guarantee the
department shall without prejudice to any, other right or remedy, be at liberty to forfeit the amount of
earnest money given in any form absolutely. If any contractor, who having submitted a Bid does not
execute the agreement or start the work or dose not complete the work and the work has to be put
to re-biding, he shall stand debarred from participating in bidding in JDA for Six Months in addition
to forfeiture of Earnest Money / Security Deposit /Performance Guarantee and other action under
agreement
12. Rules regarding enlistment of contractors provide that work upto five times limit for which they are
qualified for tendering can be allotted to them. Therefore, before tender the contractors will keep this
in mind, and submit the details of work. Bids with incomplete or incorrect information are liable to be
rejected.
13. Any material not conforming to the specifications collected at site shall have to be removed by the
contractor within a period of 3 days of the instructions, issued by the Engineer-Incharge in writing.
Failing which, such material shall be removed by the Engineer-Incharge at risk and the contractor
after expiry of 3 days period.
17
14. The material collected at site and paid provisionally shall remain under the watch and ward of the
contractor till it is consumed, fully on the work.
15. The rates provided in Bid documents are inclusive of all Taxes, royalty.
16. No extra lead of earth/material shall be paid over and above as specified in 'G' schedule.
Source/borrow pit area for earth shall have to be arranged by the Contractor at his own cost.
17. Undersigned has full right to reject any or all Bids without given any reasons.
18. Mortar of Masonry work and lean concrete will be permitted mixer with hopper.
19. As per Supreme Court decision "All contracts with Governments shall require registration of workers
under the building and other construction workers (Regulation of Employment and Conditions of
Service) Act, 1996 and extension of benefits to such workers under the act."
20. The Bidder are required to submit copy of their enlistment as contractor.
21. Conditions of RPWA-100 will be mandatory & acceptable to the contractor.
22. Any Bid received with unattested cutting/overwriting in rates shall be rejected and such bidder will
be debarred from Bidding for three months in JDA.
23. All the provisions of THE RAJASTHAN TRANSPARENCY IN PUBLIC PROCUREMENT ACT, 2012
and Rules, 2013 will be applicable. If there is any contradictions in existing special conditions and
provisions of THE RAJASTHAN TRANSPARENCY IN PUBLIC PROCUREMENT ACT, 2012 and
RULES, 2013 shall be applicable.
24. Time period of work can be increased as per RTPP Rules.
18
Section A-5
Annexure
19
Annexure A :
(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 the 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 behavior 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.
20
Annexure B :
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 ant not the subject of legal
proceeding 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;
Name :
Designation :
Address :
21
Annexure C
:
Grievance Redressal during Procurement Process
The designation and address of the First Appellate Authority is Commissioner , JDA, Jaipur.
The designation and address of the Second Appellate Authority is Additional Chief Secretary, UDH, Raj Govt.
(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 there under, 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.
(5)Form of Appeal
(a) An appeal under para (1) or (3) above shall be in the annexed form along with as many copies as there
are respondents in the appeal.
(b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying the facts
stated in the appeal and proof of payment of fee.
(c) 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 authorized representative.
(6) Fee for filing appeal
(a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be rupees
ten thousand, which shall be non-refundable.
(b) The fee shall be paid in the form of bank demand draft or banker’s cheque of a Scheduled Bank in
India payable in the name of Appellate Authority concerned.
(7) Procedure for disposal of appeal
(a) 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.
(b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the case
may be, shall,-
(i) Hear all the parties to appeal present before him; and
(ii) Peruse or inspect documents, relevant records or copies there of relating to the matter.
(c) After hearing the parties, perusal or inspection of documents and relevant records or copies thereof
relating to the matter, the Appellate Authority concerned shall pass and order in writing and provide
the copy of order to the parties to appeal free of cost.
(d) The order passed under sub-clause (c) above shall also be placed on the State Public Procurement
Portal.
22
FORM No. 1
[See Rule 83]
Memorandum of Appeal under the Rajasthan
Transparency in Public Procurement Act, 2012
Appeal No. ……………………………………………… of …………………………………… Before the
…………………………..…….. (First/Second Appellate Authority)
1. Particulars of appellant :
(i) Name of the appellant :
Place …………………………..
Date …………………………..
Appellant’s Signature
23
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. It 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) 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.
(ii) 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.
(i) 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 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.
24
ANNEXURE- I
Signed
Photograph of
Applicant
AFFIDAVIT
....................................
Proprietor/ Partner/ Authorized signatory
M/s ……………………………………….
…………………………………………….
Note:-
The applicant has to enclose a self attested photo identity card with the above
affidavit.
25
ANNEXURE- II
Form of (Bank Guarantee) -En cashable at branch of the bank in Jaipur City.
To
Secretary,
Jaipur Development Authority,
Jaipur
Sub:
Bank Guarantee No. _________ dated __________ for [amount of Security in figures] [in
words] on behalf of ________________________________ [Name of the Bidder] against the
Security Deposit for the work of “Operation & Maintenance of Rain water harvesting
structures at various locations under JDA, Jurisdiction, Jaipur”
SEALED with the Common Seal of the said Bank this ______ day of __________ of 20____.
THE CONDITIONS of this obligation are:
(1) if the Bidder withdraws his Bid during the period of Bid validity specified in the Form of
Bid;
26
(2) if the Bidder refuses to accept the correction of errors in his bid;
(3) If the Bidder, having been notified of the acceptance of his Bid by the Employer during
the period of Bid validity;
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, or
(b) fails or refuses to furnish the Performance Security, in accordance with the
Instructions to Bidders;
We undertake to pay to the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his
demand the Employer will note that the amount claimed by him is due to him owing to the
occurrence of one or more of the above conditions, specifying the occurred condition or
conditions.
This Guarantee will remain in force up to and including the date 30 days after the date
of expiration of the Bid Validity, as stated in the Instructions to Bidders, or any such extension
thereto as may be agreed by the Bidder, notice of which extension(s) to the Bank is hereby
waived. Any demand in respect of this Guarantee should reach the Bank not later than the
above date.
The amount covered under the above Bank Guarantee shall be automatically be
credited in the accounts of JDA in ICICI Bank, JDA Campus, Jaipur through ISFC code No ICICI
006754. Bank Account No. 675401700518 on the date of expiry or its validity, unless the
agencies get it re-validated well before its expiry date or produce NOC from JDA in written for
its release.
27
PAYMENT MECHANISM FOR PARTICIPATING IN TENDER
-SD-
Executive Engineer (PHE-I)
JDA, Jaipur
28
Bill of Quantities
29
Percentage BoQ
Name of Work: O&M of Rain water harvesting structures at various locations under JDA, Jurisdiction, Jaipur
Name of the
Bidder/ Bidding
Firm / Company
:
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is
liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
Sl. Item Description Quantity Units Rate in TOTAL AMOUNT TOTAL AMOUNT
No. Rs. P in In Words
Rs. P
1 2 4 5 6 53 55
1 Operation and Maintenance
of Rain Water Harvesting
(RWH) Structure
1.01 Ist Year 215.000 Per Structure/Per 6451.00 1386965.00 INR Thirteen Lakh Eighty
year Six Thousand Nine
Hundred & Sixty Five Only
1.02 IInd Year 215.000 Per Structure/Per 6451.00 1386965.00 INR Thirteen Lakh Eighty
year Six Thousand Nine
Hundred & Sixty Five Only
1.03 IIIrd Year 215.000 Per Structure/Per 6451.00 1386965.00 INR Thirteen Lakh Eighty
year Six Thousand Nine
Hundred & Sixty Five Only
30