Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
1
TENDER DOCUMENT
FOR
SUPPLY, INSTALLATION & COMMISSIONING OF REDLER
CHAIN CONVEYOR SYSTEM AT KERAFED OIL COMPLEX
KARUNAGAPPALLY, KOLLAM (Dist.), KERALA.
NO: KFD/KOCK/MECH/2020-2021/101
DATED 03.07.2020
KERAFED OIL COMPLEX KS PURAM, PUTHIYAKAVU, KARUNAGAPPALLY, KOLLAM
(DIST) KERALA -690544
PH NO: 0476-2620627/828/827/9746996954
Email: [email protected]
2
I: NOTICE INVITING TENDER
Kerafed invites tender for the following work at Kerafed Oil Complex
Karunagappally.
SL NO DESCRIPTION DETAILS 1 Title of Work Supply, Iinstallation, and Commissioning of
Redler Chain Conveyor for System hooked up with the existing conveyor system
2 Estimate Amount 14 lakhs 3 Period of Completion One Month
4 Period of Sale of tender 03.07.2020 to 20.07.2020 up to 12.00 Hrs.
5 Last date of Submission of Tender
20.07.2020 up to 15.00 Hrs
6 Time of opening of tender
20.07.2020 at 15.30 Hrs.
7 Bid Clarifications Till 20.07.2020 at 11.00 hrs
8 Earnest Money Deposit (EMD)
Rs.10,000/-
9 Pre-Qualification Should have satisfactorily completed the similar works with 2 Years’ experience.
3
II: TERMS AND CONDITIONS
1. We, Kerala Kerakarshaka Sahakarana Federation Ltd; ( KERAFED) invites tender for
Supply, Iinstallation, and Commissioning of Redler Chain Conveyor for
System hooked up with the existing conveyor system at Kerafed Oil
Complex Karunagappally from reputed Contracting Firms.
2. a.Tenderers are strongly advised to go through all the documents in connection
with this contract carefully.
b.Sealed tenders super scribed with the name of tender should reach to the Plant
Manager, Kerafed Oil Complex Karunagappally before 3.00PM on 20.07.2020.
Any tender received after the due date and time will be rejected. Client will not take
any responsibility for the loss, delay of tenders submitted by mail or courier services.
The tenders shall be accompanied by the following in sealed cover.
1. cover (1) EMD in separate and Prequalification documents
2. Cover No.(2) shall be superscribed with name of work containing tender document
book with schedule duly filled and signed in all pages with accompanying letter.
Cover No (1) & (2) shall be put together in another cover duly sealed and indicating
the name and address of the tenderer and superscribing the name of work shall be
submitted in the manner specified under clause (2b) above.
2c. The tender will be opened in the presence of contractors or their authorized who are
present at Office of the Plant Manager, Kerafed Oil Complex Karunagappally on or
before 3.30 PM on 20.07.2020.
2d. Subject to the owners right to accept any tender, and to reject any or all tenders, the
owner will award the contract to the tenderer whose bid has been determined to be
substantially responsive to the tender documents and who has offered the lowest
Evaluated Tender Price provided further that the tenderer has the capability and
resources to carry out the Contract effectively.
2e. Prior to the expiry of the period of validity of the tender the client will notify the
successful tenderer in writing by registered letter that his tender has been accepted.
This letter herein after referred as letter of acceptance shall name the sum which client
will pay to the contractor in consideration of the execution, completion, operation and
guarantee of the works by the contractor as specified by the contract (herein after
called the contract price) This letter of acceptance will constitute the formation of a
contract.
4
3. Tenders not properly filled, mutilated with incorrect calculations or generally not
complying with the conditions may be rejected.
4. This being a schedule of rates contract, the tenderers shall quote their rate both in
figure and words. The schedule of quantities must be fully priced with the rates
quoted for the unit at specifications signed by the tenderer. No blank space shall be
left. Rates in words shall be deemed to be final figure in case of cutting or over
writing.
If the tender is made by an individual it shall be signed with his full name and his
complete address shall be given. If it is made by partnership firm it shall be signed
with the co-partnership name by a member of the firm who shall sign his own name
and give the name and address of each partner of the firm and attach a copy of „Power
of Attorney‟ with the tender authorizing him to sign on behalf of the other partners. A
certified copy of the „Registered Partnership Deed‟ shall also be submitted along with
the tender in case the tender is made by or on behalf of a company incorporated under
the Companies Act.1956, it shall be signed by the Managing Director or by one of the
Directors duly authorized on this behalf and shall include a copy of the „Power of
Attorney‟ with the tender. A certified copy of the registered deed shall also be
submitted along with the tender. The tender should be in a sealed cover.
5. Pre-qualification of tender to be include in technical bid:
To be eligible for the award of contract , bidder shall provide evidence satisfactory of
kerafed of their capacity for undertaking the work and of their adequency of resources
to carry out the contract effectively. To this end all bids submitted shall include the
following information.
1. Details of the experience and past performance of the bidder on works of similar
nature within past 3 years .
2. The bidder shall have completed at least one work of similar nature and value of
80% of the estimated value of contract or 2 projects of 60% value or 3 projects of
40% value.
3. Income tax clearance certificate and G.S.T clearance certificate in true copy duly
attested.
6. The cost of Tender is Rs.500+ 12% GST payable as Demand Draft in favour of the
Kerala Kerakarshaka Saharana Federation Ltd(Kerafed). payable at Karunagappally,
if downloaded from site in the form of Demand Draft issued by any Nationalised
bank/ Co-operative bank/ Scheduled Bank in favour of the Kerala Kerakarshaka
Sahakarana Federation Ltd(Kerafed). Karunagappally and should be payable at
Karunagappally. Also payable at kerfed oil comlex karungapally ,directly.
5
7. EMD/SECURITY DEPOSIT
A.EARNEST MONEY DEPOSIT
Earnest Money Deposit is Rs. 10,000/-. in the form of crossed demand draft in
favour of The Plant Manager Kerafed Oil Complex Karunagappally payable at
Karunagappally from any Nationalised Bank.
EMD of the unsuccessful tenderers will be refunded immediately after Tabulation of
tenders, keeping only the EMD‟s of the lowest 3 tenders. After acceptance of tender
the EMDs of remaining unsuccessful tenders shall be released.
a.If a bidder withdraws his bid during the period of validity specified the EMD will be
forfeited.
b.If the successful bidder fails within the time limit to sign the contract document or
fails to furnish the required security deposit, the EMD will be forfeited.
B.SECURITY DEPOSIT
The Security Deposit will be a sum equivalent to 5% of contract value subject to in
the form of Bank Demand Draft from Nationalised Bank or Bank Guarantee deposit
from any Nationalised Bank drawn in favour of KERAFED.
E.M.D can be converted as part of the security deposit of the successful tenderer.
Income-tax at the rate prevailing at the time of payment will be deducted from each
running bill and final bill.
8 . ACCEPTANCE OF TENDER
The successful tender(s) will be advised of the acceptance of his tender by Email
or by a formal acceptance letter. By issue of the Email or by a formal acceptance
letter, a binding contract will come into force and the supplier has to act
immediately for execution of the contract. Acceptance of the Tender by the
Managing Director or an officer authorised by him shall constitute an agreement
between the tenderer and the Kerafed and an agreement is to be executed by
successful tenderer in Rs.200/- stamp paper the format for the agreement will be
intimated later to the successful tenderer. The Managing Director, KERAFED
reserves the right to accept or reject any tender in full or in part, without assigning
any reason thereof. The rates once offered will be valid for 2 months from the
date of acceptance and can be extended further with the same terms and
conditions if both parties are agreeable.
6
9. PEROID OF VALIDITY.
The tender shall remain valid for acceptance for a period of 30 days from the date of
submission of the tenders. If any tenderer withdraws his tender before the said period
or makes any modifications in terms and conditions of the tender, then the „Client‟
has the liberty to forfeit the said Earnest Money Deposit.
10. INSPECTION OF SITE
Every tenderer is expected to inspect the site of the proposed work and acquaint
himself with the site conditions approaches, availability of raw materials, geological
and weather conditions etc. before quoting his rates. He must go through all the
drawings, specifications and other tender documents. Any further clarifications in the
drawings can be had from KERAFED.
11 QUANTUM OF WORK
A schedule of approximate quantities for various items accompanies this tender. It
shall be definitely understood that the „Client‟ do not accept any responsibility for the
correctness or completeness of this schedule in respect of items and quantities and this
schedule is liable to alteration by deletions, deductions, or additions at the discretion
of the „Client‟ without affecting the terms of the contract.
12 ALL INCLUSIVE RATES.
The contractor‟s rate must be firm and include the cost of transportation of material to
the site, loading and unloading charges and GST. The fixing or placing in position for
which the item of work is intended to be operated. The rates quoted by the contractor
shall be firm throughout the contract period and there shall be no upward revision of
the rates quoted by the contractor for any reason whatsoever. In addition to the
statutory deductions TDS, Work Contract taxes and cess shall be deducted at the
current rates from your bills.
13. INTERPRETING SPECIFICATIONS.
In interpreting the specifications, the following shall be adhered.
a) Scheduled of quantities.
b) Unit Rate Specifications and Technical Specifications.
c) Drawings.
d) General requirement of work involved.
7
Matters not covered by the specifications given in the contract as a whole shall be
covered by the relevant Bureau of Indian Standard Codes.
No alterations shall be made by the tender in the Notice Inviting tenders,
instructions to the contractors, Contract form, conditions of the contract, drawings and
specifications and if any such alterations are made or any special conditions attached,
the tender is liable to be rejected.
The acceptance of a tender shall rest with the Authorised Representative of the
„Client‟ who does not bind himself to accept the lowest tender and reserves to himself
the authority to reject any or all the tenders received without assigning any reasons
whatsoever.
The authorized representative of the „Client‟ reserves the right of accepting the whole
or any part of the tenders received and the tenderer shall be bound to perform the same
the rate quoted.
The work shall be carried out under the direction and supervision of the Client‟s
Engineer or their representative at site. On acceptance of the tender, the contractor
shall intimate the name of his accredited representative who would be supervising the
construction and would be „responsible for taking instructions for carrying out the
work.
The „Client‟s decision with regard to the quality of the material and workmanship will
be final and binding, any material rejected by the „Client‟ shall be immediately
removed by the Contractor.
14.SUBLETTING
No part of the contract shall be sublet without the written permission of the Client or
shall transfers be made by „Power of Attorney‟ authorizing others to carryout the
work or receive payment on behalf of the tenderer.
15.DEFECT LIABILITY PERIOD
Any defect developed within „Defect Liability Period of twelve months will have to
be rectified by the contractor at their own cost and in case the defects are not rectified
by the contractor, client or their representative shall get the work done at the risk and
cost of the contractor.
16.DELAYS IN COMMENCEMENT
The contractor shall not be entitled to any compensation for any loss suffered by him
on account of delays in commencing or executing the work, whatever the cause for
such delays may be including delays in procuring Government Controlled or other
materials.
8
a. The contractor should inspect the source of material, their quality, quantity and
availability. The material must strictly comply with the relevant IS specifications.
b. The Contractor must co-operate and co-ordinate with other contractors involved in
other works on the site. The outworker should also note that they shall have to clear
the site of vegetation, debris etc. Before the commencement of the work and that no
extra payment of the work and that no extra payment is permissible on this account.
17. PERIOD OF CONSTRUCTION:
Time is deemed to be the essence of this contract. The total time of completion can
be considered as one months. Commencement of the work shall be considered from
the 7th
day on receipt of work order.
18 MEASUREMENT AND BILLING.
Wherever mode of measurement is specified, the measurement will be taken by the
Engineer in charge of the client.
The Contractor or his representative shall accompany the Client or their representative
in taking measurements and shall agree to the measurements and shall agree to the
measurements taken on spot. The contractor shall then present his bill based upon
the agreed and recorded measurements and as per the directions of the consultant. If
the contractor fails to accompany the Client for measurements, then he shall be bound
by the measurements taken by the Client.
The Contractor shall raise bills once a month or for a minimum payment of 10% of
contract amount.
19. PAYMENT PROCEDURE
25% of Invoice value on Supply and Receipt of Materials in the Factory/
Installation Site
40% of Invoice value against successful erection of the complete Equipment in the
site and based on the certificate from The Plant Manager, Kerafed, Karunagappally
30% against successful commissioning and testing of the Equipment and based on
the certificate from The Plant Manager, Kerafed, Karunagappally.
5% of the Invoice value will be retained as Security Deposit and released after a
period of 6 months against successful operation of the Equipment and based on the
certificate from The Plant Manager, Kerafed, Karunagappally.
Payment towards all interim bills will be made by the client within a time limit of 15 days
of presentation by the contractor.
9
20. EXTRA ITEMS.
The contractor shall be bound to carryout all extra items found to be necessary during
actual execution of work for proper completion of the job extra items may be
classified as additional, substitute or altered items, depending on their relation or
otherwise to the original item or items of work.
Rates for authorized extra items, additional, altered or substituted work as may be
ordered shall be determined by the Client.
a. In the case of all items whether additional, altered or substituted, if accepted rates for
identical items provided for in the contract, such rates shall be applicable.
b. In the case of extra items whether altered or substituted, for which similar items exists
in the contract, the rates shall be derived from the original item by appropriate
adjustment of cost of affected components.
c. In the case of extra items, whether altered or substituted for which similar items do
not exit „the contract, the rates shall be arrived based on current market rates.
d. In the case of extra items, whether altered or substituted, for which the rates cannot lie
derived from similar items in the contract, and only partly from similar items in the
contract, and only partly from the public work department‟s rates, the rates for such
part of items as are not covered in the schedule of rates shall be determined by the
Client/Consultant in the basis of the prevailing market rates giving due consideration
to the analysis furnished by the Contractor with supporting documents, including
Contractor‟s profit.
e. In the case of extra item whether additional, altered, substituted for which the rates
cannot be derived either from similar item of work in the contract or the Contractor
shall within 14 days of the receipt of order to carry out the said extra items of work
communicate to the Engineer the rate which the proposes to claim for the item,
supported by analysis of the rate claimed and the Client/Consultant shall within one
month determine the rate on the basis of the market rate giving due consideration to
the rate claimed by the Contractor.
21. WATER AND ELECTRICITY.
The contractor shall make his own arrangement for water and electricity required for
the works. The Client takes no responsibility for the supply of either electricity or
Water.
22. DISPUTES AND JURISDICTION:-
All disputes relating to this Purchase contract between the seller and the buyer
shall be subject to and be referred to the Court of competent jurisdiction
10
constituted within the limits of City of Thiruvananthapuram or appropriate
appellate authorities at Trivandrum only and as per the Kerala Co- operative
Society Act 1969 and the jurisdiction of all other court will be excluded to deal
with all or any such matters.
23. DELIVERY OF TENDER
The tender documents should be submitted in sealed cover intact without
detaching any page or pages duly filled in, completed and signed on each page
(page no.1 to 17) of the tender form. If any page/pages is/ are detached, the
Tender will be treated as incomplete and will be rejected.
The tender shall be submitted in sealed cover. The envelope being super scribed “Tender for
the supply of SUPPLY, INSTALLATION & COMMISSIONING OF REDLER CHAIN
CONVEYOR AT KERAFED OIL COMPLEX KARUNAGAPALLY “” due on 03.00PM,
20.07.2020”. The cover shall be addressed to the Plant Manager, Kerafed Oil Complex,
K.S.Puram(P.O) Karunagappally - 690544
The Plant Manger
Kerafed Oil Complex Karunagappally
Date:
SIGNATURE OF TENDERER
11
From
To
The Plant Manager,
Kerala Kerakarshaka Sahakarana Federation Limited (
KERAFED ), Puthiyakavu, K S Puram .P O
Karunagappally, Kerala, Pin _ 690544.
Dear Sir,
I/ We hereby offer to supply to the Kerala Kerakarshaka Sahakarana
Federation Ltd; ( KERAFED ), Karunagappally, the item specified in Annexure I
and agree to hold this offer open for acceptance by you for a period up to sixty
working days from the date of opening the tender excluding the opening date. I/
We shall be bound by a communication of acceptance dispatched within the
prescribed time.
I/ We have understood the instructions to the tenderers. I/ We have
understood the terms and conditions of the contract and shall be bound thereby. I/
We have also thoroughly examined the specifications, as given in Schedule of
Work of the invitation to tender and am/are fully aware of the nature of the
commodity required and the manner in which the price there upon would be
calculated. My/ Our offer is to do the work strictly in accordance with the
requirement.
I/We enclose a Bank Draft No................ dated........... for Rs..............(
Rupees
.......................................................................................... ) in favour of
Kerala Kerakarshaka Sahakarana Federation Limited, payable at Karunagapally
as Earnest Money Deposit and Tender fee (if downloaded from Web site) for this
tender.
My/ Our particulars are as follows.
I. Name ( with the name of Father in case of an individual )
................................................................................
II Name of Firm ..........................................................
...............................................................................
12
III. Constitution of the Firm, if registered under Indian Partnership Act.
.........................................................................................
IV. Name of Company , if Pvt. ( Ltd; ) / Public Ltd;
.........................................................................................
a) Name of seal under which it is registered.
.......................................................................................
b) Place and date of registration.
.........................................................................................
c) Name and address of all partners and the extent of their
share(s).
d) 1. ..................................................................................
2. .................................................................................
3. ..................................................................................
e) GST Registration Details
(Only Firms with GST registration can participate in this Tender)
V. In the case of Co - operative Society:
a) Number and date of registration certificate.
.........................................................................................
b) Attach copy of the registration of the society authorizing the transaction.
VI. ADDRESS :-
...............................................................................................
...............................................................................................
..............................................................................................
MOBILE NOS
...............................................................................................
...............................................................................................
...............................................................................................
TELEPHONE No. .................................................................
FAX No. ................................................................................
E - mail ..................................................................................
13
I / We have sent herewith the required technical specifications / catalogues as per the
Schedule of work for which I/ We have submitted my/ our rates.
The names of the bank / banks and the branches with which I/ We have dealing and
who can certify my / our financial status is indicated below.
1.
2.
Yours faithfully,
Signature(s) of Tender(s) withSeal.
Place
:-
Date
:-
List of documents enclosed :-
1)
2)
14
III: Schedule of Work
Name of work: Supply, installation & Commissioning of Redler Chain
Conveyor at KOCK
Functional Requirement:
We had enhanced the copra storage capacity of raw material godown at our kera cocnut oil
production plant at karunagapally .Now we need conveyor system with dumping hoper to be
hooked up with the existing conveyor system for smooth transfer of raw material from our drier
unit to existing feeding point at godown.
Capacity:
Feeding rate 8- 10 ton per hour
Total length of bay: 50 meter
Scope of work:
The scope of work includes supply, installation and commission of chain conveyor with drive
dumping hoper as per respective site condition. The supplied system should be holed up with the
existing system. The chain conveyor with drive, dumping hoper shall be as per the specification
detailed below.
Conveying and Handling System
Chain conveyors:
Chain conveyors are required to transfer the copra for the godown horizontally or at an
inclination not exceeding 10 degree. These shall be dust proof and bolted design with 5 or 6
meter unit (flanged assembly) having steel plate‟s thickness as follow
Item Description
Casing bottom Minimum 4 mm
Casing side Minimum 4 mm
Casing partition Minimum 3 mm
Casing top cover Minimum 2 mm
End plates Minimum 6 mm
Conveyor chain shall be drag bush chain type of sufficient breaking load with special forged
steel & case hardened parts .Screw type chain tensioning device, conveying chain wheel of
hardened special steel, shaft supported on both sides in pillow block self-aligned ball bearings,
exchangeable wear rail of Wear resistant Abrasion Resistance Steel Plates (TISCRAL or reputed
brand) or equivalent material to be provided at trough top & bottom for chain guide. Spring
loaded safety device at tail end with limit switch for protection of chain against the overloading,
necessary inlets & outlets to be provided. Conveyors to be run by horizontal foot mounted
geared motor with chain/direct coupled drive parts etc., as per requirement.
15
General requirement:
The following may be noted in general with respect to the technical specification of the supply of
equipments:
1. Capacities of all machines and hoppers etc are specified in the tenetive list of
equipment to be supplied are based on raw material feed rate of 8 to 10 ton per hour
2. All machines are to be provided with motor/geared motor/motor gear box and drive
parts .The drive parts cover the supply of items as follows:
Chain drive: Driving and driven sprockets, required length of simplex/ duplex chain with
closing links and key in the driven shaft. All sprockets show be of MS and flame
hardened
Redler Chain details:
Material :EN 8
Chain width :280 mm
Link width :50 mm
Outer Link thickness :8 mm
Inner link thickness :6 mm
Pitch :125
Pin length 90
Bush dia 25
Pin dia 14.5
Total chain length : 80 meter (approx.)
1. All equipment should have suitable provision for inspection, lubrication and
maintenance.
2. All equipment should be supplied with first charge of lubricant (grease/ gear oil) etc
either filled in equipment or supplied loose and to be filled before testing and
commissioning.
3. Safety shield (guarding) should be provided to all exposed moving parts as per safety
norms.
4. At site the pit for conveyor already exist, required M.S structure i.e. MS chequered
plates, angles, channels should supply extra if required .
With consideration of same tenderers are requested to submit the rates for the following.
Note: The bidders are having liberty to come over here and verify and discuss
on our actual requirement .
16
SUPPLY, INSTALLATION & COMMISSIONING OF REDLER CHAIN CONVEYOR
AT KERAFED OIL COMPLEX KARUNAGAPALLY
PRICE BID
I/ We agree to supply, install, testing (as per standard BIS requirements), commission and hand
over the Equipment‟s as per schedule of work and the terms and conditions in this Tender
document.
Date: Signature of Tenderer with Seal
S
l
N
o
Specification Unit QTY Rate in figure and
Words
Amount
1 Supply and installation of Chain
conveyor (approximately 80 meter)
with casing (approximately 50
meter). This work involves Supply &
installation of chain conveyor in
existing trench with two feeding
Hopper for feeding Raw
Material(Copra) using necessary MS
Angles for supporting the conveyor
in trench and painting angles,
conveyor casing with two coats of
anti-corrosive paint over a coat of
metallic primer.
LS 01
2 Supply and installation of Drives
used for operation of conveyor which
includes , Electric motor(10HP),
Gearbox(7NU),Sprockets, structure,
chain assembly etc… of approved
make
LS 1
3 Providing and fixing 6mm thick
chequered plate for covering the
trench including providing anchoring
legs, pull out handles and painting
with two coats of anti-corrosive paint
over a coat of metallic primer.
LS 1
4 Commissioning the Redler Chain
Conveyor System with the existing
Conveyor system in our Plant.
LS 1
Total
(Rupees …………………………………………………………………………………only
17
IV: LIST OF APPROVED MAKES OF MATERIALS
1. Gear Box : Radicon/ Elecon/ Shanti
2. Motor : Krilosakar ,Crompton,Simens,NGEF