HOME SITE MAP CONTACT US RTI 2005 DISCLAIMER
 

Rajasthan State Mines & Minerals Limited

(A Government of Rajasthan Enterprise)

SBU & PC Rock Phosphate-Jhamarkotra Mines

PO Jhamarkotra, Via & Dist. Udaipur (Rajasthan) Pin 313015

SBU & PC Rockphosphate, Jhamarkotra, P.O.Jhamarkotra - 313 015,

Via & Distt - Udaipur(Raj.)

Phone : (0294) 2348081-85, Fax( 0294) 2348084             

 

Ref.No:-RSMM/GGM(RP)/Agent/Cont-02/13-14

Dated: 18.12.2013

Detailed Notice Inviting Tender

Sealed tenders in two parts viz. (a) Techno-Commercial offer and (b) Price offer are invited for following works from reputed Vendors/Dealers, registered, bonafide, reputed, experienced and eligible firms who have executed similar nature of work in Government Ministries/Departments, Semi-government organizations including Public Sector Undertakings and satisfying all other terms and conditions in this tender document.

 

Brief Description of work

Period of Contract

 

Earnest Money

 

Hydraulic Testing, Re-filling & Annual Maintenance Contract (AMC) of Portable Fire Extinguishers of all types and replacement of its parts of Jhamarkotra Mines including IBP Plant of RSMML Udaipur (Rajasthan)

Two Years

Rs.3,530 /-

Cost of tender document is Rs.565/-(inclusive VAT), payable in cash or by DD in favour of RSMM Ltd , Jhamarkotra

Period & place of sale of documents: Jhamarkotra or download from our website

From 24.12.2013 to 12.01.2014 up to 11.00 PM, In case down loaded from website, tender fee to be deposited with the Techno -Commercial Offer.

Last Date  & Time of Submission of offer      

Dated 14.01.2014 up to 01.00 PM at Jhamarkotra

Date of opening of Techno- Commercial offer (Part-I)

Dated 14.01.2014 at 01.30 PM at Jhamarkotra

 Tenderer shall be pre-qualified on the basis of the following criteria:

I     Tenderer should have designed or successfully executed & completed at least one single work of similar nature in any one of immediate three preceding financial years i.e. 2010-11,2011-12, 2012-13.

II  Tenderer should have own approved premises to execute the work or authorized   licensee to fill all type of fire extinguishers from statutory authorities or from authorized firms from where the FE are to be filled by    renderer.

For this purpose, tenderers should submit duly attested copies of Work Completion Certificate along with TDS certificate giving details (period & value of work executed) supported with a copies of work orders, work completion certificate, experience certificate of any one year of immediate three preceding financial years i.e. 2010-11,2011-12, 2012-13 as proof of similar nature of work experience. Tenderer should also submit attested copy of approved premises to execute the work &/or authorized license to fill all type of fire extinguishers from statutory authorities or authorized firm from where the Fire Extinguishers are to be filled by the tenderer.

Tenderers shall be pre-qualified on the basis of documents furnished along with techno-commercial bid in support of above. The decision of the company will be final and binding in this regard. Only pre-qualified tenderers will be informed about the opening of price bid.

In case of Partnership Firm, the experience of Partnership Firm will be evaluated subject to the condition that Partnership Firm is in vogue prier to issuance of date of NIT of this tender. However, if the experience of Partnership Firm is below the criteria than the experience of one partner whose maximum experience can be considered instead of experience of Partnership Firm, if so requested by the tenderer.

However experience has to be in the name of tenderer .Experience of individual /partners/directors shall not be considered. In case of tenderer is a partnership firm, a copy of registration issued by Registrar of Firms & a certified copy of Partnership Dead is to be submitted. Equipment/vehicles, in the name of partners will also be considered for qualification purpose.

The tenderer/bidder who have earlier been suspended or banned or whose contract has been terminated by the company shall not be eligible to participate in this tender during the currency of the suspension or banned period.

The company reserves the right to accept or reject or cancel any or all tenders without assigning any reason whatsoever. Also the company does not bind itself to accept the lowest price offer. The company shall not be responsible for any postal or loss of offer. Offers furnished through Fax/ /E-Mail/ Telegram etc. shall not be considered. The RSMML will not entertain any claim on account of late receipt/postal delay /non-receipt of tenders.

 

                                                           Agent (Mines)

 

click here for details

 

 
 
© RSMM Limited