dksVk fo'ofo4ky;] dksVk
dksVk fo'ofo4ky;] dksVk
egkjko Hkheflag ekxZ] dchj lfdZy ds ikl] dksVk
Øekad: ,Q–4¼ ½@lk-iz-@fufonk@dks-fo-dks-@2025@9740 fnukad: 20@02@25
¼fufonk lwpuk la[;k 43@2024–25½
¼ikVZ–v½ : ▇▇▇▇▇▇▇ ▇▇▇▇▇▇ ▇▇▇=
1. | dk;Z dk uke | fo’ofo4ky; ds oekZ 2024–25 ds okfekZd [kkrs rS;kj djus ,oa vk;dj] th-,l-Vh ¼foÙkh; oekZ 2025–26 ½ ls lacaf/kr dk;ksZ gsrq nj lafonk ds vk/kkj ij [kqyh fufonkA ¼layXu i`eB la[;k½ |
2. | vuqekfur ykxr | #- 06-00 yk[k ¼v{kjs #- N: yk[k ek=½ |
3. | fufonk izLrqr djus okyh QeZ dk uke] irk] nwjHkkek uEcj ,oa bZ–esy vkbZ-Mh- | -------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
4. | fufonk 'kqYd jkf’k #- 500@– dk Mh-Mh- tks fd dqylfpo] dksVk fo’ofo4ky;] dksVk ds uke ns; gks layXu djuk gksxkA | Mh-Mh- ua- ------------------------------------------- caSd ----------------------------------------------------- fnukad ----------------------------------------------- |
5. | cksyh izfrHkwfr ¼bZ-,e-Mh-½ jkf’k #- 12000@– dk Mh-Mh- tks fd dqylfpo] dksVk fo’ofo4ky;] dksVk ds uke ns; gks layXu djuk gksxkA | Mh-Mh- ua- ------------------------------------------- caSd ----------------------------------------------------- fnukad ----------------------------------------------- |
6. | QeZ ds eq[; dk;kZy; dk irk | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
7. | QeZ ds LFkkuh; 'kk[kk dk;kZy; dk irk | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
8. | QeZ ds Partners dk fooj.k | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
9. | dk;Zjr Associate Chartered Accountant (ACA) and Fellow Chartered Accountant (FCA) dk fooj.k | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
10. | GSTIN (a copy shall be enclosed) | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
11. | PAN (copy to be enclosed) | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
12. | QeZ dk ICAI esEcjf’ki Øekad ¼izek.k i= dh izfr layXu dh tkosa½ | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
13. | QeZ dk LFkkiuk oekZ | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
14. | xr rhu foÙkh; oekkZsa ¼foÙkh; oekZ 2021–22]2022–23]2023–24½ dk QeZ dk vkSlr okfekZd VuZvksoj ¼lh, ls ;wMh,u lfgr ▇▇▇▇▇.▇▇ lfVZfQdsV dh ▇▇▇▇▇.▇▇ izfr layXu djuh gksxh½ | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
15. | fufonk dh fof’keV ’krZ la[;k 1 ls 5 ds lEcU/k eas #- 100@– ds ukWu T;wfMf’k;y LVkEi ij Notarized *kksek.kk i= | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
16. | jktdh; laLFkku@Lok;r’kklh laLFkku@jktdh; fo’ofo4ky;@jktdh; ▇▇▇▇; vkfn ds dk;Z vuqHko dk fooj.k ¼lEcfU/kr laLFkk }kjk tkjh çek.k i= dh çfr layXu djs½ | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
17. | Form A, B, C & D as prescribed in Rajasthan Transparency in Public Procurement Rules, 2013 duly signed shall be enclosed. | ---------------------------------------------------------------------------------------------------- ¼layXu i`eB la[;k½ |
uksV :– rduhdh fufonk ds mijksDr fcUnq la[;k 04 ls 17 rd of.kZr lwpuk@'krZsa vfuok;Z gaS iwfrZ u fd;s tkus ij fufonk fujLr dh tk ldsxhA
ftudh
fufonknkrk ds gLrk{kj e; eksgj
dksVk fo'ofo4ky;] dksVk
egkjko Hkheflag ekxZ] dchj lfdZy ds ikl] dksVk
1- QeZ }kjk fo’ofo4ky; ds foÙkh; oekZ 2024–25 ds okfekZd [kkrs foLr`r vi ls ¼vk;–O;; [kkrk ,oa csysUl 'khV ,oa vU; lfgr½ rS;kj fd;s tkosaxsA
2- QeZ dks fo’ofo4ky; ds foÙkh; oekZ 2025–26 dk okfekZd caSd lek’kks/ku fooj.k i= rS;kj dj izLrqr djuk gksxkA
3- QeZ dks fo’ofo4ky; ds foÙkh; oekZ 2025–26 ds ekfld caSd lek’kks/ku fooj.k i= rS;kj dj izLrqr djus gksaxsA
4- QeZ }kjk fo'ofo4ky; dh foÙkh; oekZ 2024–25 ¼dj fu/kkZj.k oekZ 2025–26½ dh vk;dj ▇▇▇▇.▇▇ rS;kj dj nkf[ky dh tkosxh ,oa vU; vkuq’kafxd dk;Z laikfnr fd;s tkosaxsA
5- QeZ dks vk;dj foHkkx ds fu;ekuqlkj fo’ofo4ky; dkfeZdksa@laosndksa bR;kfn dh vk;dj dh L=ksr ij dVkSrh dh =Sekfld TDS ▇▇▇▇.▇▇ 24 D;w ,oa 26 D;w rS;kj dj fu/kkZfjr frfFk ls iwoZ vk;dj foHkkx esa nkf[ky djuh gksxh rFkk fu;ekuqlkj QkeZ 16 ,oa 16 , rS;kj dj fo’ofo4ky; dks fu/kkZfjr le; ij miyē/k djokus gksaxs ,oa mudh lkW¶V dkWih fo’ofo4ky; dks miyē/k djokuh gksxhA
6- QeZ }kjk fo'ofo4ky; dh ekfld GST TDS ▇▇▇▇.▇▇ GSTR 7 rS;kj dj nkf[ky djuh gksxhA 7- QeZ }kjk fo'ofo4ky; dh ekfld GST TDS ▇▇▇▇.▇▇ GSTR 3B rS;kj dj nkf[ky djuh gksxhA 8- QeZ }kjk fo'ofo4ky; dh ekfld GST TDS ▇▇▇▇.▇▇ GSTR-1 rS;kj dj nkf[ky djuh gksxhA
9- QeZ }kjk fo'ofo4ky; dh foÙkh; oekZ 2024–25 dh OkkfekZd GST ▇▇▇▇.▇▇ GSTR-9 rS;kj dj nkf[ky djuh gksxhA
10- QeZ }kjk fo'ofo4ky; dk foÙkh; oekZ 2024–25 dk GST dk okfekZd vads{k.k dk;Z GSTR-9C rS;kj dj nkf[ky djuh gksxh ,oa izfrosnu rS;kj djuk gksxk rFkk vU; lEcfU/kr dk;Z lEikfnr djus gkasxsA
11- QeZ dks ekg fnlEcj esa leLr dkfeZdksa dh vuqekfur okfekZd vk; ds vk/kkj ij vk;dj dh x.kuk dj dVkSrh gsrq fo’ofo4ky; dks lwfpr djuk gksxkA
12- QeZ dks ekg Qjojh eas
fo’ofo4ky; ds leLr dkfeZdksa ds okfekZd vk; ,oa dkfeZdkas
ls izkIr cpr
izek.k–i= ds vk/kkj ij vk;dj dh x.kuk djrs gq, ekg Qjojh ds osru ls dVkSrh dh tkus okyh 'ksek vk;dj jkf’k dks fo’ofo4ky; dks voxr djkukA
13- QeZ dks vkaofVr dk;ksZ dh dk;kZof/k es vk;dj foHkkx@th-,l-Vh- ls ;fn dksbZZ i= O;ogkj@uksfVl
bR;kfn izkIr gksrk gS rks QeZ dks mldk mfpr fuLrkj.k djuk gksxkA bl laca/k eas
Hkqxrku ns; ugh gksxkA
QeZ dks dksbZ vfrjfDr
14- QeZ }kjk le;–le; ij fo’ofo4ky; dh ys[kk 'kk[kk eas
Tally lacaf/kr dk;Z dk Ik;Zos{k.k dj leL;k
¼;fn dksbZ gks rks½ ds fujkdj.k ds lEcU/k eas lq>ko nsus gkxas s A
15- QeZ }kjk fo’ofo4ky; dh caSd bR;kfn foRrh; laLFkkvksa esa tekvksa ij dh xbZ Vh-Mh-,l- dVkSrh ds lEcU/k esa le; ij vko’;d dk;Zokgh djuh gksxhA
16- QeZ dks vk;dj fu/kkZj.k leh{kk foÙkh; oekZ 2025–26 dk dk;Z Hkh lEikfnr djuk gksxk o fo’ofo4ky; ij cdk;k vk;dj ns;rkvksa ds çdj.k esa CIT o ITAT esa vihy djuas ij TA/DA vkfn dh jkf’k Lo;a dks ogu djuh gksxhA
17- vk;dj foHkkx ls çkIr uksfVl ,oa lwpuk dk tokc fu;r frfFk rd çLrqr djuk gksxkA
18- vk;dj dk fu/kkZj.k (Assessment) djokus dk dk;Z fu;r frfFk rd fueikfnr djuk gksxkA
19- vk;dj foHkkx eas vihy ,oa cdk;k vk;dj ns;rkvkas
ds lEcU/k jk; çLrqr djuk] tokc QkbzZy djuk ,oa
fyf[kr esa jk; çLrqr dj mPpLrj ij vihy djuh gksxhA
dksVk fo'ofo4ky;] dksVk
egkjko Hkheflag ekxZ] dchj lfdZy ds ikl] dksVk
1- Lkh-,- QeZ Partner Ship Firm gksuh pkfg,A ftlds U;wure lkr Partners gksuk vko’;d gS ftlesa ls pkj
Partners FCA ,oa lkFk gh nks Partner dk DISA DokfyQkbZ gksuk vfuok;Z gSA 2- Lkh-,- QeZ ICAI ds vUrxZr izsfDVflax QeZ gksuh pkfg,A
3- QeZ dk Head Office/Branch office dksVk 'kgj esa fLFkr gksuk vko’;d gSA 4- Lkh-,- QeZ fdlh Hkh ljdkjh laLFkku ds }kjk Black Listed ugha gksuh pkfg,A
5- QeZ U;wure nl ▇▇.▇▇ foÙkh; oekksZ ls ICAI Certificate vuqlkj jftLVMZ gksuk vko’;d gSA ¼QeZ lfVZfQdsV] tks fd fufonk frfFk rd dk MkmuyksM fd;k gks] layXu fd;k tkoas½
6- QeZ }kjk izLrqr Particulars ¼;Fkk QeZ dk Head Office/Branch Office, Partner, dk;Zjr Chartered Accountant bR;kfn½ ICAI }kjk tkjh QEkZ izek.k i= ls esy [kkuh pkfg, vU;Fkk QeZ ds vkosnu dks vLohdkj dj fn;k tkosxkA ICAI }kjk QeZ lfVZfQdsV] tks fd fufonk frfFk rd dk MkmuyksM fd;k x;k gks] layXu djuk vko’;d gSA
7- QeZ dks xr rhu foÙkh; oekkaZs layXu djusa gksaxs½A
eas
vkSlr 50 yk[k dk VuZvkWoj gksuk pkfg, ¼bl gsrq vkWfMVsM Qkbuasf’k;y
8- QeZ dks iwoZ esa fdlh Hkh jktdh;@Lok;Ùk’kklh laLFkku@fo’ofo4ky;@fudk; vkfn esa U;wure rhu oekZ ds [kkrs rS;kj djus ,oa Vh-Mh-,l- dk;Z djus dk dk;kZuqHko gksuk vko’;d gSA ftudh iqfeV gsrq çek.k i=@dk;kZns’k dh çfr layXu djuk vko’;d gSA
9- QeZ dks fufonk dh fof’keB 'krZ Ø-la- 01 ls 05 rd ds lHkh fcUnqvksa dks lfEEkfyr djrs gq, #- 100@– ds ukWu–T;wfMf’k;y LVkEi ij Notary ls Notarized djkdj QeZ ds gLrk{kj o lhy lfgr izLrqr djuk gksxkA
10- fufonk ds ek/;e ls vkaofVr dk;Z lEikfnr gksus ij lEcfU/kr leLr MkVk] nLrkost o lkW¶V dkWih rFkk lEcfU/kr ;wtj vkbZ-Mh-] ikloMZ bR;kfn fo’ofo4ky; dks vfoyEc miyē/k djokus gksasxsA
11- mijksDr fufonk ds ek/;e ls vkoafVr leLr dk;kZs eas =qfV gkus s ij vFkok dk;Z fu/kkfZ jr le;@le;kof/k
eas QeZ }kjk ▇.▇▇ Z ugha fd;s tkus ij fu;ekulq kj 'kkfLr vkjkfs ir dh tkoxs h] ftldh leLRk ftEens kjh QeZ
dh gksxhA
12- fufonk dh fof’keB 'krkZs
,oa lkekU; 'krksZ esa dksbZ fojks/kkHkkl gksus ij fof’keB fufonk 'krsZ ekU; gksxh ,oa
bl lEcU/k esa fo’ofo4ky; dk ▇▇.▇▇; vfUre ,oa ekU; gksxkA
13- lHkh 'krksaZ ls lca fU/kr nLrkost lyXa u djuk vko’;d gSA
14- lafonk vof/k 01 oekZ ds fy, gksxhA dk;Z dh leh{kk ds Ik’pkr~ dk;Z larksekizn ik;s tkus ij dk;Z dh vof/k Ø; lfefr dh vuq’kalk o l{ke Lohd`fr mijkUr RTPP 2012/13 fu;ekuqlkj c<+k;h tk ldrh gSA
15- vuqcU/k vof/k ds nkSjku fookn dh fLFkfr esa fof/kd U;k; {ks= dksVk gksxkA
University of Kota, Kota
dksVk fo’ofo4ky;]dksVk
MBS Marg, Kabir Circle, Kota
Ph No.-0744-2472912/2472934e-mail ID:-▇▇▇▇▇▇▇▇▇@▇▇▇.▇▇.▇▇
Condition of tender & contact (SR Form 16)
(See rule 68, GF & AR Part II, Govt. of Rajasthan)
Note:- Tenderers should read these conditions carefully and comply strictly while submitting their tenders.
1. Tenders by bona-fide dealers:- Tenders shall be given only by bona-fide dealers in the goods. They shall, therefore, furnish a declaration.
2. Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in writing to the Registrar and such change shall not relieve any former member of the firm, etc. from any liability under the contract.
a. No new partner/partners shall be accepted in the firm by the contractor in respect of the contract unless he/they agree to abide by all its terms, conditions and deposit with the Registrar a written agreement to this effect. The Contractor's receipt for acknowledgment or that of any partners subsequently accepted as above shall bind all of them and will be sufficient discharge or any of the purpose of the contract.
3. GST Registration and Clearance Certificate: - GST Registration Number should be attached with bid and GST certificate from the concerned Officer of the Circle Concerned shall be submitted without which the tender is liable to rejection.
4. The tenderer shall sign the tender form on each page and at the end in token of acceptance of all the terms and conditions of the tender.
5. Rate shall be written both in words and figures. There should not be errors and/or overwriting. Corrections if any should be made clearly and initialed with dates.
6. All rates quoted must be FOR and should include all taxes including GST.
7. Comparison of Rates:- (i) The comparison of the rates tendered by firms outside Rajasthan will be done as per prevailing rules.
8. Validity:- Tender shall be valid for a period of three months from the date of opening of bid.
9. The approved firm shall be deemed to have carefully examined the conditions of the tender.
10. The Contractor shall not assign or sub-let his contract or any substantial part thereof to any other agency.
11. Direct & indirect canvassing on the part of the tenderer or his representative will be a disqualification.
12. (i) Execution of Work:- The tenderer whose tender is accepted shall arrange work completion as per work order and instruction to be issued by the University from time to time.
13. Bid Security
(a) Tender shall be accompanied by an B.S. of Rs.12,000/- without which tenders will not be considered. The amount should be deposited in either of the following forms in favour of, REGISTRAR, University of Kota, KOTA. (i) Bank Drafts/Bankers Cheque of the scheduled Bank.
(b) Refund of B.S.: The B.S. of unsuccessful tenderer shall be refunded soon after final acceptance of tender.
(c) Partial exemption from B.S.:- Firms which are registered with Director of Industries Rajasthan, shall furnish the amount of earnest money in respect of items for which they are registered as such subject to their furnishing registration certificate in original or Photostat copy or a copy thereof duly attested by any Gazetted Officer from the Director of Industries Rajasthan, at the rate of 0.5% of the estimated value of the tender shown in NIT.
(d) The Central Government and Government of Rajasthan undertakings need not furnish any amount of earnest money/B.S..
(e) The earnest money/security deposit lying with the Department/office in respect of other tenders awaiting approval or rejected or on account of contracts being completed will not be adjusted towards earnest money/security money for the fresh tenders. The earnest money may however, be taken into consideration in case tenders are re-invited.
14. Forfeiture of B.S.:- The B.S. will be forfeited in the following cases:
(a) When tenderer withdraws or modifies the offer after opening of tender but before acceptance of tender.
(b) When tenderer does not execute the agreement if any, prescribed within the specified time.
(c) When the tenderer does not deposit the security money after the supply order is given.
(d) When he fails to commence the supply of the items as per supply order within the time prescribed.
15. Agreement and Performance Security deposit (Rule 75 & 76 of RTPP Rules, 2013):-
(1) (i) A Successful bidder shall sign the procurement contract in the prescribed format and deposit performance security. The amount of performance security shall be 5% of the amount of supply order in case of procurement of goods and services. In case of Small- Scale Industries of Rajasthan, it shall be 1.0% and in case of sick industries, other than Small Scale Industries, whose cases are pending before the BIFR, it shall be 2.0% of the amount of supply order. The bidder shall have to execute the agreement on a non-judicial stamp of Rs. 500/- at its cost.
(ii) Performance security shall be furnished by the successful bidder within the 15 days from the date of award of contract.
(iii)No interest will be paid by the department on the Performance Security money.
(iv) Performance security shall be furnished in any one of the following forms:-
a. Bank Draft or Banker’s Cheque of a scheduled bank;
b. National Saving Certificates and any other script/instrument under National Saving Schemes for promotion of small saving issued by a Post Office in Rajasthan, if the same can be pledged under the relevant rules. They shall be accepted at their surrender value at the time of bid and formally transferred in the name of procuring entity with the approval of Head Post Master.
c. Bank guarantee/s of a scheduled ban.
d. Fixed Deposit Receipt (FDR) of a Scheduled Bank.
(V) The Performance security furnished in the form specified in clause (a) to (d) shall remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the bidder, including warranty obligations and maintenance and defect liability period.
(vi) The Performance Security to be refunded within one month of the final supply of the items as per purchases order in case of one time purchase and two months in case delivery is staggered, after the expiry of contract on satisfaction completion of the same or after the expiry of the period of guarantee if any, whichever is later and after satisfied there are no dues outstanding against the bidder.
(2) Central Government and Government of Rajasthan Undertakings will be exempted from furnishing Performance security amount. However, they shall have to furnish a performance security declaration as per Rule 75 of RTPP Rules, 2013.
(3) Forfeiture of Performance Security Deposit:- Performance Security amount in full or part may be forfeited in the following cases:-
(a) When any terms and conditions of the contract is breached.
(b) When the bidder fails to make complete supply satisfactorily.
(c) Notice of reasonable time will be given in case of forfeiture of performance security deposit. The decision of the Procurement Entity in this regard shall be final.
(4) The expenses of completing and stamping the agreement shall be paid by the bidder and the department shall be furnished free of charge with one executed stamped counter part of the agreement as per provisions of RTPP Act 2012 & Rules 2013.
16. The expenses of completing and stamping the agreement shall be paid by the tenderer and the University shall be furnished free of charge with one executed stamped counter part of the agreement.
17. Payments:-
(i) Unless otherwise agreed between the parties, payment for the execution of work will be made on satisfactorily completion of work.
18. The time specified for execution of work in the tender form shall be deemed to be the essence of the contract and the successful tenderer shall arrange the work within the period on receipt of the firm order from the University.
19. Fraction of a day in reckoning period of delay in work shall be eliminated if it is less than half a day.
20. The maximum amount of liquidated damage shall be 10%
21. If the tenderer requires an extension of time in completion of contractual work on account of occurrence of any hindrance, he shall apply in writing to the authority , which has placed the work order, for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of work.
22. Work Execution may be extended with or without liquidated damages if the delay in the execute work is on account of hindrances beyond the control of the tenderer.
23. Recoveries:- Recoveries of liquidated damages, breakage, rejected articles shall ordinary be made from bills . Amount may also be withheld to the extent of short supply, breakages, rejected articles and in case of failure in satisfactory replacement by the supplier along with amount of liquidated damages shall be recovered from his dues and security deposit available with the department. In case recovery is not possible recourse will be taken under Rajasthan PDR act or any other law in force.
24. Tenderers must make their own arrangement to obtain import licence, if necessary.
25. If a tenderer imposes conditions, which is in addition to or in confliet with the conditions mentioned herein, his tender is liable to summary rejection. In any case none of such conditions will be deemed to have been accepted unless specifically mentioned in the letter of acceptance of tender issued by the Registrar.
26. The Registrar reserves the right to accept any tender not necessarily the lowest, reject any tender without assigning any reasons and accept tender for all or anyone or more of the articles for which tenderer has been given or distribute items of stores to more than one firm/supplier.
27. The tenderer shall furnish the following document at the time of execution of agreement:-
a. Attested copy of partnership deed in case of partnership firms.
b. Registration number and year registration in case partnership firm is registered with Registrar of firms.
c. Address of residence and office, telephone numbers in case of sole proprietorship.
d. Registration issued by Registrar of Companies in case of company.
28. If any dispute, arise out of the contract with regard to the interpretation meaning and branch of the terms of the contract, the matter shall be referred to by the parties to the Head of the University (HVC) who will appoints his senior most officer as the sole Arbitrator of the dispute who will not be related to his contract and whose decision shall be final.
29. All legal proceeding , if necessary arise to institute may by any of the parties (University of Kota or Contractor) shall have to be lodged in courts situated in Kota, Rajasthan and not elsewhere.
30. All other/remaining general terms & conditions shall be applicable as laid down in Rajasthan Transparency in Public Procurement Act 2012 & Rules 2013.
Note:- I have read the above terms and conditions of contract carefully and I shall be abide by the same in the event of successful bidder.
Date:
Place: Signature & Seal of the bidder
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 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 correction 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 purpose of the Bid; or
d. Have the relationship with each other, directly or through common third parties, that puts them in a position to have access have to information about or influence on the bid of another Bidder, or influence the decision 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 specification of the Goods, Works or Service 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.
Date: Signature of bidder
Place: Name:
Designation: Address:
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 Biding 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 specification in the Bidding Document;
3. I/We have are not insolvent in receivership, bankrupt or being wound up, not have my/our affairs administrated by a court or a judicial officer, not have my/our business activities suspended and 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 conducted or the making of false statement 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 proceeding;
5. I/We do not have a conflict of interest as specification in the Act, Rules and the bidding Document, which material affects fair competition;
Date: Signature of bidder
Place: Name:
Designation: Address:
Annexure C: Grievance Redressal during Procurement Process
The designation and the address of the first Appellate Authority is Hon’ble Vice-Chancellor, University of Kota,Kota.
The designation and the address of second Appellate Authority is ACS (Higher Education),
Government of Rajasthan. 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:
Providing that after the declaration of a Bidder as successful the appeal may be filled only by a Bidder who has participated in procurement proceeding:
Providing 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 filled only by a Bidder whose Technical Bid is found to be acceptable.
(1) The officer to whom an appeal is filed under Para (1) shall deal with the appeal as expeditiously as possible and shall endeavor to dispose it of within thirty days from the date of the appeal.
(2) 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 Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority specified in the Bidder 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.
(3) 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.
(4) 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.
(5) Fee for Filling Appeal
(a) Fee for first appeal shall be 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.
(6) Procedure for disposal of appeal
(a) The First Appellate Authority or Second Appellate Authority, as the case may be upon filing of appeal, shall issued notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date of hearing.
(b) On the date of fix 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.
(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 an 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.
Date: Signature of bidder
Place: Name:
Designation: Address:
Annexure D: Additional Conditions of Contract
1. Correction of arithmetical errors
Provided that a Financial Bid is substantially responsive, that 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 quality, the unit price shall prevail and the total price shall be corrected, unless in the opinion in 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 a 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 in the amount in figures shall prevail subject to (i) and (ii) above.
If the Bidder that submitted the lowest evaluated Bid does not accepted the correction of errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Deceleration shall be executed.
2. Procuring Entity’s Right to very 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 price or other terms & 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.
(iii) 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 fail to do so, the Procurement 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 one than more 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 fro 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.
Date: Signature of bidder
Place: Name:
Designation: Address:
dksVk fo'ofo4ky;] dksVk
egkjko Hkheflag ekxZ] dchj lfdZy ds ikl] dksVk
(itVZ–c) : िošth; िuिont iiz=
01 | OkkfekZd [kkrs foLr`r vi ls rS;kj djuk ¼vk;–O;; [kkrk ,oa csysUl 'khV lfgr½ dk;Z vof/k– 01@04@2024 ls 31@03@2025 | OkkfekZd nj | ||
02 | fo'ofo4ky; dh vk;dj ▇▇▇▇.▇▇ ¼foRrh; oekZ 2024–25 dj fu/kkZj.k oekZ 2025–26½ rS;kj dj nkf[ky djuk ,oa vuqekkafxd dk;Z laikfnr djuk dk;Z vof/k–foÙkh; oekZ 2024–25 ¼dj fu/kkZj.k oekZ 2025–26½ | OkkfekZd nj | ||
03 | =Sekfld ▇▇▇▇.▇▇ çfr rS;kj djuk] MkVk ,UVªh ,oa vuqekkafaxd dk;Z] vuqekfur la[;k– 800 ¼24Q½ | çfr ,UVªh | ||
04 | =Sekfld ▇▇▇▇.▇▇ çfr rS;kj djuk] MkVk ,UVªh ,oa vuqekkafaxd dk;Z] vuqekfur la[;k– 6000 ¼26Q½ | çfr ,UVªh | ||
05 | fo’ofo4ky; dkfeZdksa@laosndksa bR;kfn dh vk;dj dh L=ksr ij dVkSrh dh =Sekfld TDS ▇▇▇▇.▇▇ nkf[ky djuk ,oa vU; vuqekkafaxd dk;Z | =Sekfld nj | ||
06 | QkeZ ua- 16 rS;kj dj fu/kkZfjr le; ij miyē/k djkuk dk;Z vof/k – 01@04@2025 ls 31@03@2026 vuqekfur la[;k –200 | izfr QkeZ okfekZd nj | ||
07 | QkeZ ua- 16 A rS;kj dj fu/kkZfjr le; ij miyē/k djkuk dk;Z vof/k– foÙkh; oekZ 2025–26 ds vuqekfur la[;k –800 | izfr QkeZ | ||
08 | foÙkh; oekZ 2025–26 dk okfekZd caSd lek’kks/ku fooj.k i= rS;kj dj izLrqr djuk dk;Z ¼vof/k–01@04@2025 ls 31@03@2026½ | OkkfekZd nj | ||
09 | foÙkh; oekZ 2025–26 dk ekfld caSd lek’kks/ku fooj.k i= rS;kj dj izLrqr djuk dk;Z vof/k–01@04@2025 ls 31@03@2026 | ekfld nj |
10 | ekfld GST TDS ▇▇▇▇.▇▇ GSTR 7 nkf[ky djuk ¼fnukad 01@04@25 ls 31@03@26½ | ekfld nj | ||
11 | ekfld GST TDS ▇▇▇▇.▇▇ GSTR 3B nkf[ky djuk ¼fnukad 01@04@25 ls 31@03@26½ | ekfld nj | ||
12 | ekfld GST TDS ▇▇▇▇.▇▇ GSTR-1 nkf[ky djuk ¼fnukad 01@04@25 ls 31@03@26½ | ekfld nj | ||
13 | OkkfekZd GST TDS ▇▇▇▇.▇▇ GSTR-9 nkf[ky djuk dk;Z vof/k – 01@04@2024 ls 31@03@2025 | OkkfekZd nj | ||
14 | GST dk OkkfekZd vads{k.k dk;Z– ▇▇▇▇.▇▇ GSTR-9 C rS;kj dj nkf[ky djuk ,oa izfrosnu rS;kj djuk rFkk vU; lEcfU/kr dk;Z dk;Z vof/k– 01@04@2024 ls 31@03@2025 | OkkfekZd nj | ||
15 | vk;dj foHkkx ls çkIr uksfVlkas o lwpukvksa dk tokc rS;kj lEcU/kh dk;Z ¼vof/k–01@04@2025 ls 31@03@2026½ | çfr uksfVl | ||
16 | vk;dj fu/kkZj.k djokus lEcU/kh dk;Z vof/k– 01@04@2025 ls 31@03@2026 | OkkfekZd nj | ||
17 | vk;dj foHkkx eas cdk;k vk;dj ns;rkvksa ds çdj.k esa vihy laca/kh dk;Z e; mifLFkr [kpZ ds djukA | çfr vihy nj |
Turn Key