60
Page 1 of 60 SEAL AND SIGNATURE OF THE BIDDER ಕಐಓಎ (ಭಾರತ ಸಕಾಾರದ ಉದಯಮ) ಎರಡನೇ ಹಂತ, ಕೇರಮಂಗಲ, ಸಜಾ೯ಪುರ ರೇ, ಬಂಗಳೂರು- ೫೬೦ ೦೩೪ ಖರ ಇಲಾಖಯ ದರವಾ: ೦೮೦-೨೫೫೩೧೪೬೧-೭೦ ಇಮ: [email protected] ಾಯ:೦೮೦-೨೫೫೩೨೧೫೩/೨೫೬೩೦೯೮೪ ವಬಸೇ: www.kioclltd.in के अइओसीएल लिटेड (भारत सरकार का एक उयि) II लाक कोरािंगला,सरजापुर रोड बगलूर-560 034 विभाग टेललफोन: ०८०- २५५३१४६१ - ७० ईिैल: [email protected] फे स:०८०-२५५३२१५३/२५६३०९८४ िबसाइट: www.kioclltd.in KIOCL LIMITED (A Government of India Enterprise) II Block, Koaramangala, Sarjapura Road Bangalore – 560 034 PURCHASE DEPARTMENT Telephone: 080 – 25531461 to 70 Email: [email protected] Fax: 080 - 25532153/25630984 Website: www.kioclltd.in KUDREMUKH ಐಏಓ 9001, 14001 ಮತು ಓಹಎಏಎ 18001 ಸ೦ೆ अई एस 9001, 14001 तथा ओएचएसएएस 18001 कपनी ISO 9001, 14001 & OHSAS 18001 COMPANY NOTICE INVITING TENDER (E-PROCUREMENT MODE ONLY) TENDER NO. KIOCL/PUR/PPU/89/B265 Dated: 02.11.2019 To, Dear Sir, Tender is invited online on the website http://www.mstcecommerce.com/eprochome/kiocl/buyer_login.jsp for Design, Engineering, Manufacture, Supply and Supervision Of Erection, Testing & Commissioning of Vertical Plate Pressure Filters at KIOCL Ltd, Pellet Plant Unit, Mangalore MSTC Event No. & Date Description Last date & Time for submission of offer KIOCL/19-20/ET/176 Supply of Vertical Plate Pressure Filters 02.12.2019 by 2 PM (IST) a) Type of Tender : Open Tender b) Sale of Tender Document (Contact details) : Dy. General Manager(Purchase) KIOCL Limited, II Block, Koramangala, Bangalore – 560 034 [email protected] Mob: +91 9945106699 1) COST OF TENDER DOCUMENT (Tender Fee non refundable) : The cost of Tender Document shall be Rs. 1,000/- (Rupees One Thousand only) (or) USD 15/- (USD Fifteen only) payable by RTGS/Wire Transfer in favour of KIOCL Limited, payable at Bangalore.

NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

Page 1 of 60

SEAL AND SIGNATURE OF THE BIDDER

ಕಐಓಸಎಲ ಲಮಟಡ

(ಭಾರತ ಸಕಾಾರದ ಉದಯಮ)

ಎರಡನೇ ಹಂತ, ಕ ೇರಮಂಗಲ, ಸಜಾ೯ಪುರ ರ ೇಡ,

ಬಂಗಳೂರು- ೫೬೦ ೦೩೪

ಖರೕದ ಇಲಾಖಯ ದ ರವಾಣ: ೦೮೦-೨೫೫೩೧೪೬೧-೭೦ ಇಮೕಲ: [email protected]

ಫಾಯಕಸ:೦೮೦-೨೫೫೩೨೧೫೩/೨೫೬೩೦೯೮೪

ವಬಸೖಟ: www.kioclltd.in

कअइओसीएल लललिटड

(भारत सरकार का एक उधयि)

II बलाक कोरािगला,सरजापर रोड बगलर-560 034

करय विभाग

टललफोन: ०८०- २५५३१४६१ - ७० ईिल: [email protected]

फकस:०८०-२५५३२१५३/२५६३०९८४

िबसाइट: www.kioclltd.in

KIOCL LIMITED (A Government of India Enterprise)

II Block, Koaramangala,

Sarjapura Road

Bangalore – 560 034

PURCHASE DEPARTMENT

Telephone: 080 – 25531461 to 70

Email: [email protected] Fax: 080 - 25532153/25630984

Website: www.kioclltd.in

KUDREMUKH ಐಏಸಓ 9001, 14001 ಮತತು ಓಹಚಎಸಏಎಸ 18001 ಸ೦ಸ

अई एस ओ 9001, 14001 तथा ओएचएसएएस 18001 कमपनी

ISO 9001, 14001 &

OHSAS 18001 COMPANY

NOTICE INVITING TENDER

(E-PROCUREMENT MODE ONLY)

TENDER NO. KIOCL/PUR/PPU/89/B265 Dated: 02.11.2019 To,

Dear Sir,

Tender is invited online on the website

http://www.mstcecommerce.com/eprochome/kiocl/buyer_login.jsp for Design, Engineering, Manufacture, Supply and Supervision Of Erection, Testing & Commissioning of Vertical Plate Pressure Filters at KIOCL Ltd, Pellet Plant Unit, Mangalore

MSTC Event No. &

Date

Description Last date & Time

for submission of offer

KIOCL/19-20/ET/176 Supply of Vertical Plate Pressure Filters

02.12.2019

by 2 PM (IST)

a) Type of Tender : Open Tender

b) Sale of Tender Document (Contact details) : Dy. General Manager(Purchase) KIOCL Limited,

II Block, Koramangala, Bangalore – 560 034

[email protected]

Mob: +91 9945106699

1) COST OF TENDER DOCUMENT (Tender Fee non refundable) : The cost of Tender Document shall be Rs. 1,000/- (Rupees One Thousand only) (or) USD

15/- (USD Fifteen only) payable by RTGS/Wire Transfer in favour of KIOCL Limited, payable at Bangalore.

Page 2: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 2 of 60

SEAL AND SIGNATURE OF THE BIDDER

2) NON-REFUNDABLE TENDER PROCESSING FEE:

Bidders are requested to send non-refundable Tender Processing fee of Rs.5,000/- (Rupees Five Thousand only) (or) USD 75 ( USD Seventy five only) in the form of

RTGS/Wire Transfer in favor of “KIOCL Limited”, payable at Bangalore in India.

3) EARNEST MONEY DEPOSIT (EMD)

a) The bidders shall furnish an interest free Earnest Money Deposit (EMD) of

Rs.70,00,000/- (Rupees Seventy Lakhs only) (or) USD 1,00,000/- (USD One Lakh only) by way of RTGS/Wire Transfer in favour of "KIOCL LIMITED", payable at

Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks / Scheduled Banks in favour of KIOCL Ltd. The Bank Guarantee shall be strictly as

per KIOCL format and kept valid for 6 months from the date of opening of tender. Bank Guarantee issued by Co-operative Banks and Gramin banks will not be accepted.

b) The EMD will not carry any interest till it is returned. The EMD will be returned without any interest to unsuccessful bidders on identification of successful bidder

and in the case of successful bidder, the EMD will be returned after receipt of security deposit towards performance guarantee.

c) In case the bidder withdraws their quotation before the tender validity specified in

this tender document, the EMD amount will be forfeited irrespective of whether the bidder has offered shorter validity than the validity stipulated in this tender

document.

d) Scanned copy of the Bank Guarantee shall be uploaded by bidder in the online bid and hard copy of the same will have to be submitted directly to the Buyer within 5

days of bid opening, if not offer will be rejected.

IMPORTANT NOTE:

i) The above payments should be deposited in one go and exact amount should

be reflected in our books of account on or before the opening date & time of tender.

ii) Please note that Tenders without EMD, Tender Document Fee & Tender Processing Fee or the proof of payments/exemption will be rejected.

4) EXEMPTION FROM PAYMENT OF TENDER DOCUMENT FEE / TENDER PROCESSING FEE/ EMD : State/Central Govt. Organization, PSU and valid DGS&D/NSIC registered (for the tendered item) firm can produce documentary evidence issued by Govt. Authorities for exemption towards submission of Tender Document Fee, Tender Processing Fee and

EMD. In case of SSIs /MSEs firms need to submit notarized copies of the relevant, valid registration certificates for claiming exemption.

Page 3: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 3 of 60

SEAL AND SIGNATURE OF THE BIDDER

However, they would be required to furnish Security Deposit in case they are

successful in the tender.

5) SUBMISSION OF TECHNO-COMMERCIAL AND PRICE BIDS : Bidder should submit their tenders in two parts through e-procurement mode only. The instructions on the portal shall be followed, while submitting the tender. The E-

procurement would be conducted by our service provider M/s MSTC Limited.

Part - A : Techno-Commercial Bid

Part – B : Price Bid & Price bid for 2 year operational spares & Auxiliary Equipment.

Bidders are requested to upload the following documents in the MSTC portal.

a) Proof of payment/ exemption towards Tender document Fee, Tender Processing Fee & Earnest Money Deposit as mentioned above.

b) Documentary evidence for Pre Qualification Requirement.

c) Confirming the scope of supply as per technical specifications. d) Detail specification of the offered Item. e) Copy of the Price Bid without indicating Prices

f) Signed and Sealed Integrity Pact Agreement. g) Particular for e-Payment

h) Complete contact details of the bidder.

6) ASSESSMENT OF REQUIREMENT OF FILTRATION SYSTEM & PRE-BID MEETING

A) KIOCL SITE INSPECTION BY TENDERER : Before submission of quotation, the Tenderers must satisfy themselves fully regarding the site conditions, both

physical & operational, under which their supplied filters are to be installed, commissioned and guaranteed for performance meeting fully all the KIOCL requirements. Tenderers shall carefully examine all the information herein

included and shall fully acquaint themselves by visiting the site and studying existing conditions, battery limits indicated and the scope of supply and

limitations and other official regulations at the site of work.

Tenderers shall depute their representatives to our Mangalore Plant to study the actual flow sheets, identified space in the existing SPF Building for installing their Vertical Plate type Pressure Filters and to understand the prevailing operating

conditions of our plant. Upon thorough study of our requirement only tenderers should submit their quotations for supply of suitable Vertical Plate Pressure

Filters for meeting our plant requirements. For the purpose of preliminary study,

Page 4: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 4 of 60

SEAL AND SIGNATURE OF THE BIDDER

tenderers are requested to contact our General Manager-I/c (Mangalore) at Mangalore at the following address :

Mr. Roque D’souza

General Manager – I/c KIOCL Limited, Panambur, MANGALORE – 575 010

Tel : (0091) (824) 2408124

Mobile : (0091) 9449858612 FAX : (0091) (824) 2408224 E- Mail id: [email protected]

Note :

Upon thorough study of our requirement, you should submit your quotation for supply Vertical Plate Pressure Filters as per KIOCL’s requirement to suite to existing KIOCL’s

plant operating condition. All cost of this visit is to your account.

B) PRE-BID MEETING

KIOCL shall hold a pre bid meeting with the prospective bidders at 11.00 Hrs

(IST) on 20-11-2019 in the MEETING HALL, KIOCL Limited, Panambur, MANGALORE – 575 010, KARNATAKA STATE (INDIA). Queries received, from the bidders, prior to the pre bid meeting shall be addressed. The queries can be

sent to the undersigned through email at [email protected] / [email protected].

In this regard, tenderers shall depute their senior representatives along with their experts to KIOCL, Mangalore on the above said date of pre-bid meeting to collect

complete details related to actual scope of work involved and thereafter only submit their quotations. Tenderers may also contact the undersigned for any further details. No disputes in any form, of any nature or quality shall be

entertained after submission of the Bid by the Bidder. No claim what-so-ever shall be entertained on the ground of lack of information of any of site conditions and / or the conditions prevailing in the area.

7) TENDER OPENING:

Part – A : The Techno-Commercial bid will be opened electronically on specified date and time as given in the NIT. Part – B : Price bid will be opened electronically of only those bidder(s) who have been techno-commercially found acceptable.

Page 5: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 5 of 60

SEAL AND SIGNATURE OF THE BIDDER

8) E-REVERSE AUCTION : After opening of Price bids, e-reverse auction will be conducted amongst all the techno commercially acceptable bidders. Schedule of e-reverse auction will be communicated separately.

9) CONFIDENTIALITY:

You shall keep all the information shared with you as confidential and shall not disclose the same under any circumstances to any one, without obtaining written consent from

KIOCL.

10) FRAUD PREVENTION POLICY OF KIOCL : Everyone make a note that ‘fraud prevention policy’ is being followed in KIOCL, which provides a system for prevention/detection/reporting of any fraud. It also for bids everyone from involvement in fraudulent activity & that where any fraudulent activity is

suspected by anyone, the matter must be reported to the ‘Nodal Officer’ (Chief Vigilance Officer) as soon as he/she comes to know of any fraud or suspected fraud.

11) PURCHASE PREFERENCE CLAUSE: The purchaser reserves the option to give a

purchase preference to the offers from MSME Units, in accordance with the policies of

the Govt. from time-to-time. For more details please visit our website link http://kioclltd.in/downloads/EMPANELMENT-OF-MSEs.pdf . In case of SSIs /MSEs Firms need to submit notarized copies of the relevant, valid registration certificates

and/or Udyog Aadhar Memorandum (UAM) Number for claiming exemption.

12) THE FOLLOWING ENCLOSURES ARE ATTACHED HEREWITH : Annexure – I : Important instruction for e-Procurement Annexure – II : Technical Specifications

Annexure - III : Techno-commercial terms & conditions Annexure-IV : Price bid format.

Annexure-V : Business rules for e-reverse auction. Annexure-VI : Integrity Pact Programme Annexure-VII : RTGS details of KIOCL Limited.

Annexure-VIII : Particular for e-Payment Annexure-IX : Bank Guarantee format for Security Deposit Annexure- X : Bank Guarantee format for EMD

13) Since the contract is executed at Bangalore, the courts at Bangalore will have jurisdiction on any disputes for adjudication arising out of the contract.

Page 6: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 6 of 60

SEAL AND SIGNATURE OF THE BIDDER

14) The tender documents should not be altered /tampered by the bidders and it can only be downloaded. The downloaded tender documents should be affixed with the seal and

signature and sent along with the techno-commercial offer. In case it is found to be altered / tampered, their offer will be rejected, their EMD will be forfeited and the company reserves the right to ban such bidders.

15) AMENDMENTS TO BIDDING DOCUMENTS: At any time prior to the date of submission of bids, the Tendering Authority, KIOCL Limited may, for any reason modify, change, incorporate or delete certain conditions in the bidding document. All prospective bidders are to note these changes on the official website www.kioclltd.in of the Company. IMPORTANT NOTE: Amendments, if any, that may be decided later date shall be

intimated through our Company Website. Therefore please visit our Web-site www.kioclltd.in for complete details from time to time and prior to submission of

offer.

Thanking you, Yours faithfully,

For KIOCL LIMITED,

Sd/- (D.Muralidhar)

Deputy General Manager (Purchase)

Tel : (080)25531461 (10 lines) Ext 438 Mobile No. +91 9945106699

Fax : (080) 25630984 / 25532153 e-mail : [email protected]

Page 7: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 7 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE – I IMPORTANT INSTRUCTIONS FOR E-PROCUREMENT

I) Process of E-tender:

A) Registration: The process involves vendors registration with MSTC Limited e-procurement portal (www. mstcecommerce.com) which is free of cost. Only

after registration, the vendor(s) can submit his/their bids electronically. Electronic Bidding for submission of Techno-Commercial Bid as well as Price

Bid over the internet will be done. The vendor should posses Class III signing type digital certificate. Vendors are to make their own arrangement for bidding from a Personal Computer connected with Internet. MSTC Ltd is not

responsible for making such arrangement. (Bids will not be recorded without Digital Signature).

SPECIAL NOTE: THE PRICE BID AND THE COMMERCIAL BID HAS TO BE SUBMITTED ON- LINE AT

http://www.mstcecommerce.com/ eprochome/kiocl/

1) Vendors are required to register themselves online with http://www.mstcecommerce.com/eprochome/kiocl/ →Register as Vendor (Vendors) Filling up details and creating own user id and password→

Submit.

2) Vendors will receive a system generated mail confirming their registration in their email which has been provided during filling the registration form.

In case of any clarification, please contact MSTC Limited, (before the scheduled time of the e- tender).

Contact Persons at MSTC Ltd are as under Shriyansh Jain J.Damodaran

Email: [email protected] Email: [email protected]

Mobile : 7411651015 Mobile : Land Line : 080 22260054/22266417 Extn 205

B) System Requirement: i) Windows 98 /XP-SP3 & above/Windows 7 Operating System ii) IE-7 and above Internet browser iii) Signing type digital signature - Class 3.

iv) JRE 8 update 144 and above software to be downloaded and installed in the system.

v) To enable ALL active X controls and disable “use pop up blocker‟ under

Tools→ Internet Options→ custom level

FOR DETAILS PLEASE GO THROUGH THE VENDOR GUIDE AND THE VIDEO UNDER “VIEW VIDEO” LINK AT www.mstcecommerce.com/eprochome

➢ Vendor GuideLinkhttp://www.mstcecommerce.com/eprochome/UserManualVendor.pdf.

Page 8: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 8 of 60

SEAL AND SIGNATURE OF THE BIDDER

➢ Video Link.http://www.mstcecommerce.com/auctionhome/RenderFileViewVideo.jsp?file=IE- Configuration.mp4

1) The Bidders are advised to offer their most competitive prices while submitting the price bid.

2) All entries in the tender should be entered in online Technical & Commercial Formats without any ambiguity.

3) Bidders are instructed to use Attach Documents through the attach document button present under event number selected. Multiple documents can be uploaded. Maximum size of single document for upload is 5 MB.

4) For further assistance please follow instruction of vendor guide http://www.mstcecommerce.com/eprochome/UserManualVendor.pdf

5) All notices and correspondence to the bidder(s) shall be sent through email during the process till finalization of tender by KIOCL Ltd. Hence the bidders are required to ensure that their email I.D provided is valid and updated at the stage of registration of vendor. Bidders are also requested to ensure validity of their DSC (Digital

Signature Certificate).

6) Please note that there is no provision to take out the list of parties who are downloading the tender document from the web site mentioned in NIT. As such,

bidders are requested to see the web site once again before the due date of tender opening to ensure that they have not missed any corrigendum uploaded against the said tender after downloading the tender document. The responsibility of

downloading the related corrigendum, if any, will be that of the bidders.

7) No separate intimation in respect of corrigendum to this NIT (if any) will be sent to bidders who have downloaded the documents from web site. Please see website www.mstcecommerce.com/eprochome/kiocl of MSTC Ltd. or

www.kiocl.co.in of KIOCL Ltd.

8) E-tender cannot be accessed after the due date and time mentioned in NIT.

9) Bidding in e-tender:

a) The process involves Electronic Bidding for submission of Techno Commercial Bid as well as Price Bid

b) The bidder(s) can submit their Techno Commercial Bids and Price Bid through internet in MSTC Ltd website www.mstcecommerce.com/eprochome/kiocl→ Vendor Login → My menu→ Auction Floor Manager→ live event →Selection of the live event→ Techno Commercial Bid.

c) The bidder should allow to run an application namely enApple by accepting the risk and clicking on run. This exercise has to be done twice immediately after clicking on the Techno- Commercial bid. If this application is not run then the bidders will not be able to save/submit his/her bid.

Page 9: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 9 of 60

SEAL AND SIGNATURE OF THE BIDDER

d) After filling the Techno-Commercial Bid, bidders should click„ save for recording their Techno-Commercial bid. Once the same is done, the Price Bid

link becomes active and the same has to filled up and then bidders should click on “save” to record their price bid. Then once both the Techno-

Commercial bid & price bid has been saved, the bidders can click on the “Submit” button to register their bid

NOTE: - The Techno-Commercial Bid & price bid cannot be revised once the submit button has been clicked by the bidders.

e) In all cases, bidders should use their own ID and Password along with Digital Signature at the time of submission of their bid.

f) During the entire e-tender process, the bidders will remain completely anonymous to one another and also to everybody else.

g) The e-tender floor shall remain open from the pre-announced date & time and for as much duration as mentioned above.

h) All electronic bids submitted during the e-tender process shall be legally binding on the bidders. Any bid will be considered as the valid bid offered by that bidder and acceptance of the same by KIOCL Ltd will form a binding

contract between KIOCL Ltd and the Bidder for execution of work. Such successful bidder shall be called hereafter Contractor.

i) It is mandatory that all the bids are submitted with digital signature certificate otherwise the same will not be accepted by the system.

j) KIOCL Ltd reserves the right to cancel or reject or accept or withdraw or extend the tender in full or part as the case may be without assigning any reason thereof.

k) No deviation in the terms and conditions of the tender document is acceptable. Submission of bid in the e-tender floor by any bidder confirms his

acceptance of terms & conditions of the tender.

l) Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted should be in Indian Rupee as per UOM indicated in the e-tender floor/tender document.

10) Any order resulting from this e-tender shall be governed by the terms and conditions mentioned therein as well as in the tender document.

11) After submitting online bid, the bidder cannot access the tender, once it has been submitted with digital signature

12) The bidders must upload all the documents required as per terms of NIT. Any other document uploaded which is not required as per the terms of the NIT shall not be

considered.

13) The bid will be evaluated based on the filled-in technical & commercial formats.

Page 10: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 10 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE – II

TECHNICAL SPECIFICATION

FOR

DESIGN, ENGINEERING, MANUFACTURE, SUPPLY AND SUPERVISION OF ERECTION, TESTING & COMMISSIONING

OF

VERTICAL PLATE PRESSURE FILTERS

(4 Numbers) AT

KIOCL LTD, PELLET PLANT UNIT, MANGALORE

Page 11: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 11 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE – II (A) SCOPE OF SUPPLY

Design, Engineering, Manufacturing, Supply and Supervision in Erection & Commissioning

of Vertical Plate Pressure Filter to be accommodated in the existing SPF Building at KIOCL Ltd., Mangalore plant, provide necessary inputs to integrate the same with the existing set-up

and or set-up to be customized for this specific purpose, provide upstream and downstream interlocking with the existing system, supervision of installation, testing, commissioning, carrying out performance guarantee tests and standing guarantee for meeting the capacity

requirements.

All auxiliary equipment and piping not forming part of the basic filtering equipment shall be provided by KIOCL based on the technical inputs on the requirements provided by the bidder or KIOCL may consider for placement of order on L-1 bidder by

considering their quoted price against Price Bid Annexure - IV. All the necessary logic for integrating the system both hardware and software with the auxiliary equipments, downstream and upstream equipments shall be provided by the bidder.

SPECIFICATION OF VERTICAL PLATE PRESSURE FILTERS

1. Quantity of Pressure Filters : 4 Nos.(Four) 2. Required minimum filtration rate of 100 DMTPH per Filter @ filter feed density of

1.8 gm/cc with a minimum 92% availability. 3. To guarantee that moisture in the filtered cake does not exceed 9.5% (i.e., 9.5%

maximum) for an out-put of 100 DMTPH (Minimum) of filtered cake Per Filter

4. To suit the feed material properties {as per Annexure-II(B) }

5. Scope of work {as per Annexure-II(C) }

Page 12: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 12 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE – II (B) FILTER FEED MATERIAL CHARACTERISATION (IRON ORE SLURRY)

(Indicative)

SIZE ANALYSIS

FRACTION (RANGE)

+0.5mm 0.5 to 1%

+65# 7 to 12%

+100# 8 – 12%

+325# 25 – 40% -325# 50 – 65%

Pulp density 1.8 to 2.2 gm/cc

(%Solids) (56% - 70%)

CHEMICAL ANALYSIS

ELEMENT (RANGE %)

Fe 60 - 65

SiO2 3.5 to 7.5

Al203 1.5 to 3.5 LOI 1.5 to 3.5

Blaine 1600 to 2200 cm2/gm

Page 13: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 13 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE – II (C) SCOPE OF WORK

1.0 EQUIPMENT :

The Equipment shall be sized and designed after detailed engineering to ensure that Vertical Plate Pressure filters installed and would provide out-put at minimum of 100 DMTPH per filter

of filtered cake at moisture level not exceeding 9.5% at filter feed density of 1.8 gm/cc. The supplier shall undertake the responsibility of design, supply, supervision of erection, start up

and successful commissioning of the equipment at site with the state of art technology. The supplier shall also undertake the integration of the supplied Vertical Plate pressure

filters (employing the auxiliary equipment & piping installed by KIOCL based on supplier’s technical inputs) starting from the intake of feed slurry till the discharge of

filter cake to the existing conveying system as per the battery limit shown. Battery Limit-1 : The supply of equipment in this Battery limit is under the scope of Bidder.

This includes Vertical Plate Pressure Filters, Control Systems and control valves, lubrication system and hydraulic system required for the proper operation of Pressure Filter. The feed system to each of the filter units shall be provided with isolation valves and is under the

bidder’s scope of supply.

Battery Limit-II : The procurement and erection of these auxiliary equipment will be under KIOCL scope. However, Bidder shall provide the technical specification of the equipment coming under this battery limit along with necessary details of piping such as size of the pipe,

requirement of any items so that KIOCL will take necessary action for procurement and connecting them before the filter units are received at site.

Also, bidder shall provide technical assistance to integrate this equipment with the Vertical Plate Pressure filters supplied by the bidder.

The supplier shall undertake that the customer’s requirements are well understood by him in terms of the NIT requirements & process needs by making a detailed study at site including

lab/pilot scale testing. The equipment supplied shall be replacing the existing vacuum disc filters as brought out in the allocated area of SPF building. All drives shall be hooked up with

the existing electrical control units for start/stop functions from existing PF Control room. Further, the supply also includes demonstration of the guaranteed performance parameters of

filters.

Page 14: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 14 of 60

SEAL AND SIGNATURE OF THE BIDDER

2.0 OPERATING SCHEDULE:

• Working days per year : 365

• Shifts per day : 3

• Hours per shift : 8

• Availability of Supplied Pressure Filters shall be at least 336 Days round the clock excluding equipment maintenance (i.e., around 92% availability minimum)

The duty specifications of proposed filter are Slurry Characteristics:

• Filter feed material properties as per Annexure-II (B)

• pH of 6.5 to 8

• Temperature : Ambient

• Cake moisture : 9.5% max.

• Capacity : Required minimum output of 100 DMTPH per Filter @ filter feed density of 1.8 gm/cc with a minimum 92% availability.

Typical Construction and Operation of required Vertical Plate Pressure Filter The slurry to be pumped into the filter plate pack in each filter chamber. The filtrate

flows through cloth in filtrate collection area. During the filtration, the plate pack is pressed together and when opened, the cake shall be made to discharge by gravity. Filter cloth should have washing arrangement to remove any particles adhering to it

from the previous filtration cycle. Thus the total operation of the filtration cycle shall be mainly, filtration, pressing, drying and finally the cake discharge from the filter unit.

The system shall be operated by PLC hardware and operation should be fully automated and interlocked in such a way, the system shall go to a failsafe mode operation in case

of power outages or any malfunction of the system inputs and total operation shall be under all electrical /mechanical operational safety standards of protection.

3.0 The Filters presses shall be of Fast opening type with minimum time spent for opening

and closing of plate packs for increased production.

The supplied pressure filters shall be complete with:

a. Mechanical components of Filter Press such as:

• Filter plate : High quality Polypropylene Diaphragm : Natural Rubber (max. temp.60oC)

Page 15: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 15 of 60

SEAL AND SIGNATURE OF THE BIDDER

• Filter media/filter cloth : The material of the filter cloth shall be of standard type of reputed brand. It is suggested that supplier while supplying the filter cloth, he may supply minimum two different types of filter cloths to assess the suitability during the commissioning of first filter unit. Then onwards he should supply the

most suitable filter cloth to our application as spares.

• Cloth shaking arrangement

• All type of rollers, grids, diaphragm, seals

• Hydraulic system

• Power unit and hoses

• Cake discharge chute of SS 316 material

• Valves, pipe work, hoses, for process and utility

• All pipe work, fittings, valves etc. shall be of SS 304 materials and rubber lined wherever required. Valves shall be tight shut off type.(for the battery limit-1).

• Any special tool / tackle required for general operation/maintenance of the equipment shall be in the scope of supply.

• Other components as deemed necessary for the application and not limited to above mentioned list.

• Equipment supplied shall indicate the clear space required for easy maintenance on any part of the equipment, sub assembly, valves, hose connection etc. for uninterrupted operation.

• No external hoses for duties such as cloth flushing or membrane pressing.

• Plate pack fast actuation without synchronization which is dependent on hydraulic system.

• Cloth exchange in batches of cloths without dismantling of components.

• Weighing system included, but not mounted under the main structure of the filter press to prevent damage.

b. Electrical components which include :

Motors shall relate to the existing KIOCL electrical panels. Electrical components should be compatible with 415V+/-10%, 3 phase, 3 wire system , 50Hz supply

confirming to Indian Standards. All electrical motors and drives shall be of standard make energy efficient (EFF 2 or equivalent). KIOCL prefers ABB make ACS latest series/ YASKAVA make VFDs wherever applicable.

However, the supplier shall study the existing available panels in SPF Electrical

Room and any additional panels if required the same to be intimated to M/s KIOCL so that M/s KIOCL can take necessary action to procure the same.

Electric Motor and cabling:

Main voltage : 415 +/- 10% V/50 HZ 3 phase 3 wire system with all motors should be class-F insulated up to 160 KW capacity.

Page 16: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 16 of 60

SEAL AND SIGNATURE OF THE BIDDER

Note : All motors should be delta connected inside and only 3 leads brought out to the motor TB)

Main voltage : 6600 +/- 10% V/50 HZ 3 phase 3 wire system with all

motors should be class F insulated for 200KW and above capacity Note : The motor shall be provided with star point terminal box to make connection on either side of the motor.

All motors shall be provided with IP 55 Protection.

The total no. of Compressor system offered should be energy efficient and shall have suitable nos. of LT VFD driven system to optimize the energy consumption

and maintain the header pressure constant.

c. Instrumentation & Control System:

Main control panel which comprises of :

• Emergency stop with safety relay, auto, manual test switch, manual selector for each device operation test configured on the operator control station

• Fuses/MCBs for the control circuits on power supply units

• PLC hardware (only Schneider make M580 Controller with unity pro software and Ethernet Port to communicate with our existing Visio citect HMI), software, ladder diagram for automatic operation of filter with all safety and sequence

logics. It should be designed with enough (additional 20%) I/O modules free in the system supplied. UPS 110 VAC 50 Hz is given to the system by KIOCL.

All I/O shall be protected with fuse/CB to protect I/O cards by isolating them for earth faults or foreign voltage. The CPU, I/O cards are to be housed in IP 55 enclosure such that the dust, water shall not find entry into the system.

• Operator interface unit comprising of emergency stop, auto, manual tests switch, manual selector for each device operation test.

• Sensors, transmitters (galvanically isolated with two wire system 24 volts DC for field hook up with PLC), pressure switches, proximity switches, solenoid valves (110V ac,50hz), air filter regulators, junction boxes etc

should be from reputed manufacturers. All valves offered shall have proximity limit switches or position transmitters for feedback indication.

• Any instruments, transducers, sensor & control loops that are deemed suitable for the application & not limited by the list mentioned above.

Page 17: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 17 of 60

SEAL AND SIGNATURE OF THE BIDDER

• Detailed specifications (including quantities & suppliers name) for all components used for the pressure filters to be supplied, i.e. motors, relays, pumps, hoses, cables, filter media, electronic & instrumentation components etc.

4.0 Control Panel:

PLC system shall have a capability of interlocking upstream and downstream units . The

operator interface unit shall be provided along with the unit to have following modes of operation:

• Test mode

• Manual mode

• Automatic mode

The operator interface unit shall have the following display features:

• Displaying the filter flow sheet with process value status and process pressures

• Displaying the status of all limit switches of the filter

• Displaying the status of hydraulic valves and motors

• Supplying of recipes and parameters

• Modes – test mode, manual mode, automatic mode and run mode

• Language for screen text is English

• Displaying analog input indication hooked up with the system

• Displaying control loop system

• Manual operation for checking the valves in test mode Provision shall be given for the operator to make changes in operational settings in the following area of the programme:

• Filter time

• Pressing time,

• drying time

• Cake discharge time

The PLC offered shall be Schneider make (M580 PLC with Unity pro software) and shall have a provision of Ethernet Port for inter facing with the existing platform of process

computer consisting of Schneider Quantum PLC (Concept 2.6 version software), M580 PLCs (Unity pro software ) and Visio citect HMI. This integration with the existing process

computer of KIOCL Ltd shall be possible through Ethernet Port for upstream and downstream interlocking. The control voltage hardware and design shall have the capability as under:

Page 18: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 18 of 60

SEAL AND SIGNATURE OF THE BIDDER

Control voltage : 110 V AC, 50 Hz Field voltage : 110 V AC, 50 Hz

Solenoid and Relays : 110 V AC, 50 Hz

Digital Inputs/Outputs : 110 V AC, 50 Hz ,2 wire system, Isolated input/output Transmitters : 4 to 20 mA 2 wire loop powered galvenically

Isolated for input or output

Wall Electronics should be used within the cabinet body mild steel /IP 65 5.0 The equipment design and supply: The supplier shall indicate following :

a) Type of pressure filter,

b) Filter series,

c) Model no. ,

d) Filter type,

e) Filtration area,

f) Material construction,

g) Chamber height. 6.0 Inspection and Testing:

• The supplier shall submit his quality assurance plan for KIOCL’s approval, within 15 days of ordering, clearly stating the stages of inspection, methods of inspection, formats of inspection reports, etc.

• Purchaser or its duly authorized representative shall have, at all reasonable time, access to supplier’s facilities and shall have the power to examine, inspect and call for tests for material and/or workmanship during the execution of contract.

• All electrical components of the suppliers/works shall be liable for stage inspection and testing at supplier’s works/at site during various stages of manufacturing,

construction and installation. The supplier shall make his internal inspection reports available to Purchaser, on demand, for deciding on need for such stage

inspections.

• The supplier shall notify Purchaser of any such impending inspection/performance test reasonably in advance.

• Purchaser may depute its representative or any third party inspection agency to witness the said inspection/performance test or at its discretion may waive the

same off by a written notice

Page 19: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 19 of 60

SEAL AND SIGNATURE OF THE BIDDER

• The ordered items as per scope of supply will be inspected on arrival at site by our GM(P) Mangalore or his authorized representative, which will be considered as final. However, Final Acceptance certificate will be given subject to the successful installation and commissioning of Vertical Pressure Filters and acceptance by user

department concerned.

• Charges related to deputation of our Inspection representative to manufacturer's works, including Travel, Lodging & Boarding charges during pre-despatch

inspection will be borne by KIOCL.

• All Test charges incurred including cost of Material, Laboratory, Test charges and UT charges will be to Supplier's account.

• In case the component being inspected/tested fails to attain its guaranteed performance parameters, as stipulated in the contract, the same shall be rejected

and the supplier shall have to replace/repair it within an agreed time schedule.

_______

Page 20: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 20 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE – II (D)

ENCLOSURES

1. Drawings depicting space available for the installation of Pressure filters (filters

being supplied should fit in the existing SPF floor of KIOCL Ltd., at Mangalore unit). {Ref. Annexure – I (E))} (visit our website : http://www.kioclltd.in

2. SPF floor Elevation drawing { Ref. Annexure – I(F)} (visit our website : http://www.kioclltd.in

3. Battery limits indicating the scope of supply { Ref. Annexure – I(G)}

(visit our website : : http://www.kioclltd.in

( THIS ANNEXURE IS NOT REQUIRED AS THEY WILL BE VISITING THE SITE AND STUDY THE SPACE AVAILABLE PRIORER TO PRE-BID MEETING)

Page 21: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 21 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE-III INSTRUCTION TO BIDDERS WITH COMMERCIAL TERMS AND CONDITIONS OF CONTRACT

The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding

documents. Failure to furnish all information required as per the bidding documents or submission

of a bid not substantially responsive to the bidding documents in every respect will be at the bidder ’s

risk and shall result in rejection of the bid. Confirm acceptance of all Techno-commercial terms in to

without any reservation.

In case bidder is silent on any clause mentioned in this tender document KIOCL shall construe that

the bidder had accepted all the clauses as per this Invitation to Tender.

A) PRE QUALIFICATION CRITERIA:

Vertical Pressure Filters are planned for procurement to facilitate processing of IOF received from

Odisha Belt (India) and Iron Ore procured from other sources having similar physical and chemical

properties. The Tenderer should be reputed and regular manufacturer of Vertical Plate Pressure

Filters for use in Iron Ore slurry application having a minimum of five years proven experience in the

field of manufacturing and supply of Vertical Plate Pressure Filter of minimum 100 DMT per Hour

capacity for use in iron ore application. The bidder shall provide list of such installations which are

currently in operations. The bidder should be able to deploy skilled and experienced Local

representatives having adequate experience in the field for installation & commissioning of pressure

filters.

The Firm should fulfill the following eligibility criteria :

a) Annual turnover of the bidder should be minimum 75 crores in any one of the last three

Financial Years i.e., 2016-17, 2017-18 or 2018-19. A copy of Annual Report including

Audited Balance Sheet and Profit & Loss account statements for the last three Financial

Years should be submitted.

b) In the last 5 years prior to issue of this tender, the bidder should have supplied

pressure filters inclusive of Design & Engineering, manufacture, supervision of erection,

testing & commissioning of at least 3 numbers of minimum100 DMTPH vertical

Pressure Filters on an average per year for Iron Ore slurry Filtration Application. The

bidder shall furnish full address of the customer’s plant to which the filters have been

supplied along with the copy of purchase order executed and satisfactory performance

guarantee test report issued by the end user which should be enclosed as a

documentary proof.

NOTE : 1) KIOCL reserves the right to inspect such installations/plants to ascertain suitability, if

need arises. 2) KIOCL reserves the right to assess the capacity of the firms before opening of price

bids by deputing KIOCL’s representatives to manufacturer premises or through third party (outside agency) and if any of them are found not meeting our requirement they shall not be considered further.

Page 22: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 22 of 60

SEAL AND SIGNATURE OF THE BIDDER

B) TECHNO COMMERCIAL TERMS AND CONDITIONS:

1) PRICE :

a) Offshore Supplies: Furnish your most competitive firm price on C&F / CFR New

Mangalore Seaport basis including charges towards packing, inland transportation

(ex- works to loading port), terminal handling charges, wharfage etc., at loading port and ocean freight paid up to New Mangalore Sea port, India and Anti-Dumping

Duty (If applicable) in India. Note : KIOCL being a 100% Export Oriented Unit (EOU) is exempted from payment

of Basic Custom Duty. In this regard procurement certificate will be issued. However, IGST as applicable will be paid by KIOCL. Please do not load Basic

Custom Duty and IGST in the price quoted.

b) Indigenous Supplies: Please furnish your most competitive firm price on Door

Delivery to Stores, KIOCL Ltd., Mangalore basis including charges towards packing & forwarding charges, freight paid up to Stores, KIOCL Ltd., Mangalore. Offered price should be exclusive of GST.

TAXES AND DUTIES:

a) GST/IGST: Percentage applicable to be indicated. The same will be paid by

KIOCL.

b) Any change in GST / IGST shall be reimbursed at actual during the original

contractual delivery period. Any change in taxes beyond the contractual delivery

period to be borne by the supplier.

c) Our GSTN No 29AAACK8483M1ZX, the same should be indicated in all

documents including Invoice and shipping documents.

d) The price quoted shall be firm through-out the currency of the contract and is

not subject to escalation of any kind whatsoever.

e) Conditional discount will not be considered for the determination of lowest price.

f) Applicable TDS will be deducted as per GST provision.

2) PAYING AUTHORITY: In-charge (F&A), KIOCL, Bangalore.

3) CONSIGNEE: In Charge (Stores), KIOCL, Mangalore.

4) TRANSIT INSURANCE: Transit Insurance shall be covered by us at our cost.

5) DELIVERY SCHEDULE (C&F New Mangalore Seaport or Door Delivery to Stores, KIOCL

Ltd, Mangalore) & TIME OF COMPLETION:

Page 23: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 23 of 60

SEAL AND SIGNATURE OF THE BIDDER

a) Our delivery requirement at site is within TEN MONTHS from the date of the issue of LOI. However, bidders are required to quote their earliest best delivery.

b) Drawings for foundation etc., required for carrying out the work by other

contractors and the technical inputs required for carrying out jobs coming under KIOCL scope (Auxiliary Equipments, piping, control cables, etc.,) shall be provided within 15 days after placement of the Purchase Order.

c) KIOCL will give 15 days advance intimation for mobilizing the technical personnel for providing assistance in erection & commissioning. This shall be completed

within a period of 30 days from the date of start.

d) The performance guarantee test shall be carried out after stabilization of the

pressure filter system. However, the same shall be completed within 01 month from date of commissioning.

6) PACKING:

i. The supplier shall provide such packing of goods as is required to prevent damage or deterioration during transport to their destination. The packing shall be enough to withstand, without limitation, rough handling during

transport and exposure to extreme temperature and open storage. The packing case, size, weights shall be taken into consideration, where

appropriate the remoteness of goods destination and the absence of mechanized heavy handling facilities at all points in transport.

ii. All items should have their respective identification tag and should be

suitably packed to provide ease of handling / storage and offer maximum protection during transit.

iii. Any material found short inside the packing cases shall be supplied by

supplier without any extra cost.

7) VALIDITY OF BID: Price quoted shall be valid for a period of minimum 120 days from the date of opening of Techno-commercial bid.

8) PAYMENT TERMS:

The payments shall be made as per the following terms and conditions.

A) Offshore Supplies

We prefer to make payment through Sight Draft against presentation of shipping documents through Our Bankers.

OR

Alternatively, by an irrevocable letter of credit through Our Bankers less agency commission if any.

Page 24: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 24 of 60

SEAL AND SIGNATURE OF THE BIDDER

Against the above,

a) 80% of the supplies shall be released on presentation of following shipping

documents. i) Bill of lading Negotiable copy ii) Duly signed Invoice

iii) Duly signed packing list

iv) Warranty / Guarantee certificate

v) Certificate of Origin

vi) Inspection clearance certificate issued by KIOCL / Authorised agency appointed by KIOCL.

vii) Certificate to the effect that drawings and catalogues for customs clearance purpose have been sent along with the equipment

viii) Copy of Bank Guarantee submitted towards Security Deposit.

ix) Other documents as specified in L/c.

b) Balance 20% towards supplies and 100% of Charges for Supervision of

installation, testing and commissioning of Vertical Plate Pressure Filters will be released against your Invoice and satisfactory performance guarantee test

report issued by GM (Production) or his authorized representative of KIOCL plant after successful commissioning of system and performance

test.

All Bank Charges outside India will be to your (Bidder’s) account.

B) Indigenous Supplies

a) 80% of the payment on material cost with taxes will be released against dispatch documents. Your bank charges to your account and our bank

charges to our account.

The following documents are to be sent to Paying Authority:

i) 3 Sets of Invoices ( for 80% of the order value ) ii) Dispatch clearance/Inspection certificate issued by In-charges (I&P) or

Joint Inspection certificate issue by In-charge (I&P), Mangalore and

Indenter iii) Guarantee/Warranty Certificate.

iv) Inspection Clearance Certificate issued by KIOCL. v) Consignee copy of LR. vi) Copy of Bank Guarantee submitted towards Security Deposit

Page 25: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 25 of 60

SEAL AND SIGNATURE OF THE BIDDER

b) Balance 20% towards supplies and 100% of Charges for Supervision of installation, testing and commissioning of Vertical Plate Pressure Filters will be

released against your Invoice and satisfactory performance guarantee test report issued by GM (Production) or his authorized representative of KIOCL plant after

successful commissioning of system and performance test.

9) TECHNICAL DATA , MANUALS, DRAWINGS & DOCUMENTATION :

a) The tenderer must submit along with their tender the technical data for all items.

The tenderer should indicate brand / make and full details of the items / systems and submit complete technical specifications, without leaving any scope for ambiguity and must also enclose technical information, literature, leaflets,

catalogues, brochures etc., This shall include bought out items and accessories also. The tenderer must ensure that the tender submitted is in accordance with the requirement of KIOCL.

b) Drawings and documents to be accompanied with Technical Bid

i) Drawings (Dimensional GA drawings, Civil load data with assignment

drawings, electrical & instrumentation drawings etc.); there will be three

sets of hard copies of each drawing & one soft copy (CD-format) of each drawing. Language shall be Standard English.

ii) Technical data sheet- Following detail should be submitted by the bidder:

• Operating data sheet: This shall include: - Filtration rate: in DMTPH

- Break-up of cycle time - Break up of air, energy & water consumption (both installed

power & absorbed power are to be mentioned) per ton of filtered cake.

• Estimated spare parts list: This shall include - A comprehensive list of all spare parts / consumables /

insurance spares required for two years operation and MTBF is furnished against each item.

- Anticipated cycle after which replacement of main spare parts is expected to take place

- Yearly consumption of all important spare parts - Cost of all spare parts - Ordering part No to be clearly indicated

• Estimated total operation cost: This shall include

Page 26: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 26 of 60

SEAL AND SIGNATURE OF THE BIDDER

- Specific energy consumption by filters & auxiliaries

- Anticipated life of filter cloth - Specific water consumption by filters

- Maintenance cost in terms of man-hour & consumables including all spare parts

• The bidder shall supply a complete list of auxiliaries as deemed fit for trouble free operation of filter

iii) Foundation drawing

iv) The tentative location of placement of filter units is in the SPF Building (as per the drawing enclosed).

v) If the height of the Filter unit necessitates for increasing the height of the

roof, the same will be looked into. vi) The tenderer has to furnish the following details along with technical bid

a) Fixing details of the filter unit b) Area required for each unit including maintenance space, and any

other relevant details c) In case of space constraint for auxiliary equipments, locating the same

in other locations may be looked into.

d) All relevant load data of the filter unit for design/checking structural adequacy

e) Natural frequency of the filter unit operation at full load f) Tentative location arrangement of filter units in the space shown in the

enclosed drawing

g) Dimensional drawing h) Handling facility for maintenance

vii) The dimension details and weight of the maximum size and load of individual packing for transport/erection

viii) Flow sheet with filtrate valves ix) Recommended layout details with static and dynamic loads x) Common Equipment layouts

xi) Design instructions for cake chutes xii) Control cabin layout xiii) Packing

xiv) Hydraulic units, compressed air units and its sizing/ capacities xv) Power requirement including cabling diagrams

xvi) Equipment specification and ordering part No. shall be indicated for all the associated equipments including hydraulics, control center, drive units and electric motors.

xvii) Process flow sheet, control philosophy, P&ID

Page 27: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 27 of 60

SEAL AND SIGNATURE OF THE BIDDER

c) Process & Instrumentation Diagram for :

a) Compressed air supply, b) Filtrate drainage system

c) For slurry feed system d) Flushing water supply, etc

The intending bidders to make a detailed study and assessment of the feed slurry of the existing Grinding & Filtration system in place at Mangalore. The samples to

be collected from the running process with Odisha ore and tested with test unit so as to ensure that the filter cloth supplied would meet the specification of filter moisture of the iron ore concentrate of 9.5 % max. The material of the filter cloth

shall be of standard type of reputed brand e.g. Tamfelt / Clearedge etc. It is suggested that supplier while supplying the filter cloth, he may supply minimum two different types of filter cloths to assess the suitability during

the commissioning of first filter unit. Then onwards he should supply the filter cloth which is most suitable to our application as spares.

d) Operation & maintenance manuals, all drawings, documents, parts catalogues,

software required with the PLC with documentation 6 sets in Standard English are

to be supplied on free of charges basis.

10) TRAINING : Our Engineers / personnel involved in operation and maintenance will be trained during installation and commissioning at KIOCL, Mangalore / At their works on free of cost basis by the expert.

11) WARRANTY / GUARANTEE : The bidders shall guarantee the pressure filters against material and manufacturing defects

for a period of 12 months from the date of commissioning or 24 months from the date of receipt of the last consignment at KIOCL site in Mangalore whichever is earlier and warranty

obligation shall be as per KIOCL’s General Conditions of Contract P1/P2 enclosed herewith.

i) In case of wrong supply or premature failure of any parts during warranty /

guarantee period replacement should be made on free of cost on C&F Bangalore Airport or C&F Chennai Seaport basis or on door delivery basis including all charges.

ii) The bidders shall guarantee a Minimum of 92% availability of Pressure filter at the rate of 100 DMTPH per Filter @ filter feed density of 1.8 gm/cc.

NOTE: Do not send any Imported material including free supplies if any through Courier or Post Parcel Service

12) LIFE GUARANTEE : Life-Guarantee (minimum) shall be specified for the following

items:

Page 28: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 28 of 60

SEAL AND SIGNATURE OF THE BIDDER

i. Filter Cloth ii. Pressure Plates

13) PERFORMANCE GUARANTEE TEST: The supplier shall carryout a Performance

Guarantee test for the pressure filter for the parameters mentioned below:

• Moisture content 9.5 % max.

• Production rate in DMTPH 100 DMT/hr minimum/ Filter

• Percentage of solids in filtrate 1% max.

Apart from the Performance Guarantee test, the bidder shall also guarantee the –

(a) Maximum power consumption / DMTPH of Filter Cake

(b) Maximum Water consumption / DMTPH of Filter Cake

(c) Maintenance cost on a sustainable basis.

13.1 Process conditions:

Solids density 56 to 70%

PH 6.5 to 8.0

• Process performance test procedure: (To be carried out for each filter)

13.1.1 After installation of Vertical Plate Pressure Filters, for the performance test, KIOCL shall give adequate time to supplier to depute their Sr. Experts /

Engineers at KIOCL’s site. However, the performance test is to be completed within 01 month from date of commissioning of Pressure Filter.

13.1.2 Feed pulp sample to be collected at feed to filter point & shall be measured for pulp density & pH. It shall be recorded approximately every hour.

13.1.3 Above-mentioned sample shall be composited for the day & a complete size analysis shall be carried out.

13.1.4 Run Hour and down time of the filter shall be systematically recorded.

13.1.5 At starting time; i.e., zero hour of the performance test the tripper shall be placed at a new & empty place at the filter cake stockpile; i.e., Shed-I. The test should

go on for a continuous period of 72 hrs without interruption. In case of interruption the test shall be repeated again free of cost. However this continuous time shall exclude delays occurred due to stoppage of system on account of fault

in KIOCL circuit (under KIOCL scope).

Page 29: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 29 of 60

SEAL AND SIGNATURE OF THE BIDDER

13.1.6 At the end of 72 hours i.e. the tripper shall be moved to an alternate place.

13.1.7 During all the material filtered in these 72 hours, samples shall be taken at regular intervals from the conveyor belt.

13.1.8 The sample collected shall be composited for each shift & moisture shall be

determined for the shift and size analysis.

13.1.9 Capacity in DMTPH shall be calculated as follows:

WMT-(% Fraction moisture X WMT) Average moisture of 72 hours shall be taken by the weighted average.

13.1.10 The Supplier should ensure the following conditions have been met before starting performance test procedure:

72 HRS PERFORMANCE TEST

ITEM

Slurry density for performance test______________g/l

S. G (slurry)____________kg/m3; S. G.(liquid) ______________g/l

Feed Pressure ________bar

Particle size distribution according attached analysis

Wash liquid Ph

Wash liquid solids content ________________ppm

Wash liquid pressure _________bar

Air drying pressure ____________bar

Air flow available through air drying sequence_________Nm3/hr

Cloth wash water pressure when cloth washing is active ________bar

Cloth wash water solids contnent ______________ppm

Cloth wash water temperature ___________oC

Solids in Filtrate _____________

13.1.11 If the Supplier has got any other standard test procedures, it shall be mutually

agreeable to KIOCL and Supplier

14) PENALTY FOR NON-CONFORMANCE: Two major parameters on which PENALTY for non performance will be applicable are capacity and moisture. In case of any failure

whatsoever towards the performance guarantee parameters the PENALTY shall be as under:

14.1 Capacity (dry tons of solid per hour per filter)

Page 30: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 30 of 60

SEAL AND SIGNATURE OF THE BIDDER

Filter output / filter PENALTY

Rated capacity and above Nil

Between 95% to below 100%

of rated capacity

1% of total Pressure Filter contract

price for every one percent reduction in the output on prorata basis upto a maximum of 5 %.

Between 90% to below 95% of rated capacity

2% of total Pressure Filter contract price for every one percent

reduction in the output on prorata basis upto a maximum of 15 %.

Below 90% of rated capacity Rejection

14.2 Guaranteed Moisture each for Filters 9.5% Maximum

Moisture for filter cake PENALTY

Up to 9.5% Nil

Above 9.5% and upto 10.0% 1% of total Pressure Filter contract price for every 0.1% increase in

moisture on prorata basis upto a maximum of 5 %.

Above 10.0% and upto10.5% 2% of total Pressure Filter contract price for every 0.1 % increase in

moisture on prorata basis upto a maximum of 15 %.

Above 10.5% Rejection

14.3 Filtrate quality

Filtrate Quality PENALTY

Up to 1.0% solids in filtrate

Nil

Above 1.0% and upto 1.5% 5% of total Pressure Filter contract price

Above 1.5 and upto 2.0% 10% of total Pressure Filter contract price

Above 2.0% Rejection

Page 31: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 31 of 60

SEAL AND SIGNATURE OF THE BIDDER

The amount of PENALTY for non-fulfilment of performance guaranteed parameters for capacity; moisture and filtrate for filters shall be limited to a maximum of 15% of the

total contract value in each case. Also, the total PENALTY for all the above shall be within 20% and above which will call for rejection.

Both the above PENALTIES on delay and non-performance are mutually exclusive. The cumulative amount of liquidated damages for delay in delivery and non-fulfilment of

performance guarantee parameters shall be limited to a maximum of 25% of the total contract value. The PENALTY amount shall be recovered from any payment due to the

supplier or by encashment of any bank guarantee submitted by the supplier. Payment of PENALTY shall be in no way relieving the supplier from his contractual

responsibility to complete the work.

15) SUPPLY, INSTALLATION, COMMISSIONING & GURANTEED PERFORMANCE

a) The Supplier shall be responsible for installation & commissioning of the entire

supplied item /system.

b) The Supplier shall submit a list of commissioning spares required along with offer & it shall be supplier’s responsibility to maintain the same during commissioning.

c) Supply, supervision of erection, testing and commissioning to be done ensuring

that same works satisfactorily with existing associated items.

d) The supplier shall be fully responsible for the performance of the Pressure Filters supplied by him at required parameters and for the efficiency of the installation to deliver the required end results.

e) In case the guaranteed performance parameters are not achieved, supplier will make necessary modifications, adjustment etc., to achieve the guaranteed

performance on free of cost basis. Such modification, repair if any may be done at our Mangalore site within a month.

f) In case the guaranteed performance is not achieved, even after modifications, adjustments etc., within a reasonable time as decided by KIOCL, the pressure

filter(s) should be replaced with new one(s) at free of cost on site to site basis or refund the entire amount on demand. In this regard, KIOCL’s Plant Authorities Report on performance will be final and binding.

16) SUPERVISION OF ERECTION AND COMMISSIONING :

To be done by the Supplier Company’s expert at the site. Supplier shall depute their

Senior Technical Personnel possessing required expertise for supervision of Erection and Commissioning.

Page 32: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 32 of 60

SEAL AND SIGNATURE OF THE BIDDER

• During supervisory services for erection and commissioning, KIOCL shall arrange free guest house accommodation for two persons and local transportation at Mangalore.

• KIOCL shall provide resources for the erection and commissioning work and shall arrange required tools. However, the Bidder shall provide the list of necessary tools

and tackles required for erection and commissioning. Any special tools required for maintenance of the equipment shall be provided by the Supplier.

• KIOCL shall arrange on site the necessary operating and automation personnel to enable an efficient start up for the filters.

• During the warranty period, the Service Engineer of supplier shall visit installation every quarter to monitor the condition of equipment and improve the performance at free of cost.

• The local Indian representative shall have the experience of Installation & Commissioning of similar Filter units are to be considered

17) TWO YEARS OPERATIONAL & MAINTENANCE SPARES, INSURANCE SPARES & AUXILIARY EQUIPMENT & PIPING

A) Procurement of Two Years Operational & Maintenance Spares and Insurance Spares

a) KIOCL shall stock essential Spare parts / wear parts including Insurance

spares required for smooth plant operation. However, if any spare parts are

required during the warranty / guarantee period of one year of operation (except filter cloth), the same is to be supplied on free of charge on site to site basis.

b) List of spares of following two categories should be submitted along with the

offer (Refer Price Bid Format V(A) or V(B) whichever is applicable)

▪ Two years Operational and Maintenance spares ▪ Insurance Spares

Note:

1) The price quoted for two years operational & maintenance spares and

insurance spares should have validity for a period of one year after

successful commissioning of initially supplied Vertical Plate pressure filters.

Page 33: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 33 of 60

SEAL AND SIGNATURE OF THE BIDDER

2) Furnish your most competitive firm price on C&F / CFR Chennai Sea-port or Bangalore Airport basis or on Door Delivery to KIOCL, Stores,

Mangalore basis. Price should be quoted as per the bid format (Annexure V(A)or V(B) indicating breakup & rate of individual parts and it should be

submitted along with the offer.

3) Payment: 80% payment will be released against presentation of shipping

/ dispatch documents and balance 20% against COMMISSIONING CERTIFICATE issued by GM (Incharge), Mangalore or any other KIOCL

personnel authorized by GM (Incharge),Mangalore..

4) KIOCL reserves the right to order part quantity/items as per their

requirement as and when required within the validity period of one year from the date of successful commissioning of initially supplied vertical plate pressure filters.

5) All other Techno-commercial terms and conditions for supply of spare

parts shall remain as per Annexure-III of this Tender document.

6) The Tenderer should ensure after sales service during initial

commissioning and all other accessories quoted shall be available for at least 10 years after the delivery of the material.

B) Procurement of Auxiliary Equipment & Piping

c) Furnish a List of Auxiliary Equipment and Piping that are required for erection and commissioning of Vertical Plate Pressure Filters

d) Furnish Specification of Auxiliary Equipment & Piping offered in detail

e) Furnish your most competitive firm price on C&F / CFR New Mangalore Seaport or on Door Delivery to KIOCL, Stores, Mangalore basis as per Clause No. D - 1 of Annexure-III. Price should be quoted as per the bid format

(Annexure V(C)or V(D) indicating breakup & rate of individual parts and it should be submitted along with the offer in MSTC Portal.

f) KIOCL reserves the right to order part quantity / items offered as per their requirement along with Vertical Plate Pressure Filters.

g) All other Techno-commercial terms and conditions for supply of Auxiliary Equipment and Piping shall remain as per Annexure-III of this Tender document.

Page 34: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 34 of 60

SEAL AND SIGNATURE OF THE BIDDER

18) SECURITY DEPOSIT: You are required to furnish Security Deposit for 10 % of the order value by way of RTGs/DD/Bank Guarantee in favour of KIOCL Ltd within 15 days from

the date of receipt of Purchase Order. The Bank Guarantee shall be on Rs. 200/- Non-Judicial Stamp paper strictly as per KIOCL format and shall be initially valid upto 6

months from the date of first dispatch and should be valid till completion of supply. Bank Guarantee issued by Co-operative Bank will not be accepted. The bank guarantee will be returned within one month from completion of supplies and due

fulfillment of all contractual obligations.

Security Deposit can be furnished in the following ways. a) The successful bidder has to furnish 10% of the order value as Security Deposit as

specified by way of payment of DD or by way of Bank Guarantee from Indian

Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks / Scheduled Banks in favour of KIOCL Ltd within 15 days from the date of receipt of Order. The Bank Guarantee shall be strictly as

per KIOCL format. Bank Guarantee should be valid for the specified period. Bank Guarantee issued by Co-operative Banks and Gramin banks will not be accepted.

(OR)

b) The successful bidder can furnish 3% of the order value as Initial Security Deposit (ISD) as specified by Way of payment of RTGs/DD or by way of Bank Guarantee from

Indian Nationalised Banks / Scheduled banks registered in India / Foreign Banks routed through any Nationalised Banks / Scheduled banks in favour of KIOCL Limited, within 15 days from the receipt of order. The Bank Guarantee shall be

strictly as per KIOCL format. Bank Guarantee should be valid for the specified period. Bank Guarantee issued by Co-operative Banks and Gramin banks will not be accepted. The balance 7% towards Security Deposit will be recovered from the

running bills.

19) INTEGRITY PACT WITH BIDDERS: a) May please refer Integrity Pact available in our website.

b) All bidders to confirm their acceptance on all terms of Integrity Pact Agreement and to return signed copy of agreement affixing signature along with seal on all pages along with techno-commercial bid.

c) Please note that quotation not accompanying Integrity Pact Agreement will not be considered for further processing, treating the offer as incomplete. However, offer will

be processed only after receiving the signed copy of Integrity Pact. d) Details of Independent External Monitor (IEM):

Mr V.UDAYA BHASKAR B101,Sri Balaji Gulmohar Township,

Page 35: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 35 of 60

SEAL AND SIGNATURE OF THE BIDDER

Maa Villas Road No 1 Bachupally

Hyderabad-500090 Phone: 040 40055098

e-mail: [email protected]

20) DELAYED DELIVERY AND LIQUIDATED DAMAGES FOR DELAY IN DELIVERY:

KIOCL shall have the option to accept delivery of material after the originally stipulated delivery period in the Contract and in case of acceptance of delayed delivery, KIOCL

shall recover or retain from supplier as agreed liquidated damages and not as penalty a sum equal to 0.25 % of the price of any materials, spares and / or supplies which supplier has failed to dispatch as aforesaid for each week or part of a week, during

which such dispatch may be delayed, subject to maximum limit of five percent 5% of Contract Value.

21) ORDER FOR PART QUANTITY: KIOCL reserves the right to accept the bids for part quantity of the tendered quantity and the bidder shall confirm acceptance to part

quantity.

22) REPEAT ORDER: At the time of placing the purchase order or during the course of

executing the order the purchaser reserves the right to place purchase order of another 4 numbers part without any change in the unit price and other terms and conditions

quoted by the tenderer.

23) EVALUATION AND COMPARISON OF BIDS: The price of the Techno-commercially accepted tenders will be evaluated on 'DELIVERED TO KIOCL STOCKYARD AT

PANAMBUR, MANGALORE" basis for specified quality as per Annexure-II, taxes and duties (as applicable) will not be taken into account for the purpose of evaluation as we will be claiming reimbursement of the same. Towards custom duty exemption, High

sea sales / Bond to EOU agreement will be entered into and procurement certificate will be issued.

24) RISK PURCHASE:

a) If the goods received at the final destination of the purchaser are received in a

damaged condition or are not of the contracted quality and specification, the purchaser shall be entitled (notwithstanding the fact that title to the goods shall

have passed to the purchaser) to reject the goods altogether and claim damages or cancel the contract and buy the required goods in the open market at the risk and cost of the supplier.

b) Time and date of delivery will be the essence of the contract and should the supplier

fail to make delivery within the time period(s) specified in the contract, the

Page 36: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 36 of 60

SEAL AND SIGNATURE OF THE BIDDER

purchaser shall be entitled immediately on such failure or at any time thereafter, to cancel the contract or the portion thereof in default and to purchase the goods

elsewhere at the risk and cost of the supplier.

c) In both (a) and (b) above, the purchaser also reserves for himself the right to forfeit the security deposit placed by the supplier for the non-fulfillment of the contract.

25) Bidding Currency

a) For Indigenous Supplies : Indian Rupees.

b) For Foreign / Offshore Supplies: The Rates may be quoted in the USD or EURO

currency. However, the equivalent value of the same shall be taken in Indian rupees as per the conversion rates specified by State Bank of India selling price as applicable on date of opening of techno commercial bid.

26) ACCEPTANCE OF GENERAL CONDITIONS OF CONTRACT :

The bidder shall confirm his acceptance to General Conditions for Indigenous supply KIOCL – P/1 (for Indigenous bidders) OR for offshore supply KIOCL-P/2 (for offshore bidders). Please note that the terms and conditions contained in this annexure

including other annexure of tender enquiry shall prevail over the General Conditions of Contract KIOCL – P/1 OR KIOCL-P/2 wherever applicable.

The bidder shall confirm his acceptance to General Conditions for Contract services.

Note: All the general Conditions are available at www.kioclltd.in.

27) SPECIAL NOTE :

a) KIOCL reserves the right to accept or reject any or all tenders either in whole or in

part or to invite revised offers.

b) Clarifications on Techno-Commercial Terms: KIOCL reserves the right to seek

clarifications / confirmations on the Techno-Commercial offer from any or all the bidders after opening of Techno-commercial bids. However, such clarification/confirmation sought shall not permit the bidder to revise the price bids

submitted. The request for clarification and the response shall be in writing and no change in the price or substance of the Bids shall be sought, offered or permitted.

c) The Tenderer shall collect requisite information from respective departments and

shall satisfy himself and shall apprise himself of the procedure for engagement of

agencies and shall collect any other information which may be required before submitting the tender.

Page 37: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 37 of 60

SEAL AND SIGNATURE OF THE BIDDER

d) The Tenderer is required to carefully examine the Terms and Conditions of tender document and scope of supply / work given in the Tender Document and fully

acquaint himself as to all conditions and matters which may in any way affect the work or the cost thereof. The Tenderer shall be deemed to have on his own and

independently obtained all necessary information for the purpose of preparing the tender and his tender as accepted shall be deemed to have taken into account all contingencies as may arise due to such information or lack of the same.

e) The Tenderer shall be deemed to have exhaustively examined the Tender Documents,

to have obtained all information and clarifications on all matters whatsoever that might affect carrying out the work and to have satisfied himself as to the adequacy of his tender. He is deemed to have known the scope, nature and magnitude of the work

and the requirements of man powers involved etc. and as to all work he has to complete in accordance with the Contracts whatever be the omissions or errors that may be found in the Tender Documents.

f) The Tenderer shall be deemed to have visited and carefully examined the respective

departments, to have satisfied himself about the nature and details of all existing rules and procedure, if any, and also as to the nature of importance of job.

g) The Tenderer shall be deemed to have acquainted himself of Rules, procedures, guidance of Government Laws, statutes, regulations, etc., relating to his work.

h) Any neglect or omission or failure on the part of the Tenderer in obtaining necessary

and reliable information as stated above or on any other matter affecting the

Tenderer shall not relieve him from any risks or liabilities or the entire responsibility for completion of the work in accordance with the Tender Documents.

i) KIOCL reserves the right to shorten / extend the period for supply of materials while concluding the contract. KIOCL also reserves the right to short close the contract in

case of breach of terms and conditions of the contract by the tenderer. 28) The award of work shall not be assigned, transferred or sub-delegated to other

Contractors except with the written approval of KIOCL. However, this clause shall not apply to purchase of equipments, material & commissioning of purchased equipments for the performance of the work.

29) The Contractor/ Vendor shall indemnify KIOCL against all the losses, destruction or

damages to any property or injury of any person caused by the negligent act or omission of the Contractor / their Employees, agent or subcontractors.

30) BIDDERS’S OBLIGATIONS: a) The successful bidder is obliged to work in close coordination with KIOCL staff.

b) The successful bidder will abide by the safety measures prevalent in India and will free the KIOCL from all demands or responsibilities arising from accidents / loss of

Page 38: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 38 of 60

SEAL AND SIGNATURE OF THE BIDDER

life, the cause of which is the bidder negligence. The bidder will pay all indemnities arising from such incident and will not hold the KIOCL responsible or

obligated. c) The bidder is responsible for managing the activities of his personnel or sub-

contracted personnel and will hold himself responsible for any misdemeanors. d) The bidder shall treat all data and information about the KIOCL as Confidential

and shall not reveal such information to any other party without the prior written

approval of KIOCL.

31) INDIAN CUSTOMS RULES : Please note as per Indian Customs Rules any shortage noticed on receipt in Intact Case

will attract 200% penal customs duty. Hence please ensure that the item / quantity invoiced / pack listed is definitely shipped failing which the liability should be borne by you.

Page 39: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 39 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE-IV (A) PRICE BID FORMAT

(The bidders are required to print this on their company’s letter and to be uploaded in MSTC

Portal ) Name of the Bidder : KIOCL’s Tender No : Bidder’s Offer Reference No :

Sl. No.

KIOCL REQUIREMENT

Total Price

1

Total Price towards Design, Engineering, Manufacture and

Supply of Vertical Plate Pressure Filters in the existing SPF Building at KIOCL – Mangalore Plant in accordance with technical specifications and other terms & conditions of the

tender.

a) Offered price on CFR New Mangalore Seaport

( OR) b) Offered price on FOR KIOCL Stores, Mangalore

To be quoted in MSTC Portal directly

2

Charges for Supervision of installation, testing,

commissioning and performance guarantee tests of Vertical Plate Pressure Filters.

To be quoted in MSTC Portal directly

Note : a) Quoted Price shall be exclusive of Customs Duty

{Basic Customs Duty : KIOCL being a 100% Export Oriented Unit (EOU) is

exempted from payment of Custom duty} b) Quoted Price shall be exclusive of IGST. IGST : _______% applicable is to be

indicated

c) HSN Code :_____________ is to be indicated d) Anti-dumping duty -----------% (if applicable is to be indicated)

e) Bidding Currency : INR/ USD / EURO (Strike out whichever is not applicable)

Confirmation by Bidder

It is hereby certified that we have understood all the terms and conditions specified in the tender document and are thoroughly, aware of the nature of job required to be done and stores/items to be supplied. We agree to abide by all the tender terms and conditions. We

hereby offer to carry out the job and (or) supply the stores/items detailed above or such portions (s) thereof as you specify in the notification of award.

Date: Authorized Signatory Name of bidder & Seal

Page 40: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 40 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE-IV (B) PRICE BID FORMAT

A) TWO YEARS OPERATIONAL & MAINTENANCE SPARES

Sl. No.

Description

Part No

/Material

Quantity

Unit Price Term : C&F / CFR

New Mangalore Seaport basis

Unit Price Term : FOR KIOCL

Stores basis

B) INSURANCE SPARES

Sl. No.

Description

Part No

/Material

Quantity

Unit Price Term : C&F / CFR

New Mangalore Seaport basis

Unit Price Term : FOR KIOCL

Stores basis

C) AUXILIARY EQUIPMENT & PIPING

Sl. No.

Description

Part No

/Material

Quantity

Unit Price Term : C&F / CFR

New Mangalore Seaport basis

Unit Price Term : FOR KIOCL

Stores basis

Confirmation by Bidder It is hereby certified that we have understood all the terms and conditions specified in the tender

document and are thoroughly, aware of the nature of job required to be done and Item to be

supplied. We agree to abide by all the tender terms and conditions as per NIT. We hereby offer to

carry out the job and (or) supply the items detailed above or such portions (s) thereof as you

specify in the notification of award.

Date : Authorised Signatory Name of the bidder & Seal

Page 41: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 41 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE-V

Business Rule & terms & conditions of Reverse Auction GENERAL TERMS AND CONDITIONS

1) Against this Enquiry for the subject item/system with detailed scope of supply as per our

specification, KIOCL Limited, hereinafter referred to as KIOCL, may resort to “REVERSE

AUCTION PROCEDURE” i.e. e-REVERSE AUCTION on INTERNET.

2) For the proposed e-reverse auction, technically and commercially acceptable bidders only shall

be eligible to participate.

3) e-Reverse auction will be conducted on schedule date & time.

4) At the end of reverse auction event, the lowest bidder value will be known on the network.

BUSINESS RULE FOR FINALIZATION OF THE PROCUREMENT:

KIOCL shall finalize the procurement of the item against this tender through e-reverse auction

mode. KIOCL has made arrangement with M/s. MSTC Ltd who shall be KIOCL’s authorized

service provider for the same. Please go through the guidelines given below and submit your

acceptance to the same along with your Techno-Commercial Bid.

1) Computerized e-reverse auction shall be conducted by KIOCL, on pre-specified date, while the

vendors shall be quoting from their own offices/ place of their choice. Internet connectivity

shall have to be ensured by vendors themselves. Failure of power at the premises of vendors

during the Reverse auction cannot be the cause for not participating in the reverse auction. On

account of this, the time for the auction cannot be extended and neither KIOCL nor M/s.

MSTC is responsible for such eventualities.

2) On request M/s. MSTC shall arrange to train your nominated person(s), without any cost to

you. They shall also explain you, all the rules related to the e-reverse auction to be adopted

along with tender.

3) UNIT OF MEASUREMENT in Number and BIDDING CURRENCY:Indian Rupees/USD/ EURO.

For Foreign / Offshore Bidders: The Rates may be quoted in the currency prevailing in the

country of the tenderer. However, the equivalent value of the same shall be taken in Indian

rupees as applicable as on date of opening of techno commercial bid.

4) BID PRICE: …………………………………Basis excluding Taxes and Duties.

5) The technical & commercial terms are as per KIOCL Tender No. KIOCL/PUR/……………

6) VALIDITY OF BIDS: The Bid price shall be firm specified in the tender document and shall not

be subjected any change whatsoever.

7) The detailed process for e-reverse auction is explained below:

The computer screen will display Start Bid Price, and which shall be visible to the all vendors. You will be required to start bidding after announcement of Start Bid Price and decrement amount. Also, please note that the start price of an item in e-reverse auction is open to all the participating bidders. Any bidder can start bidding, in the e-reverse auction, from the start bid

Page 42: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 42 of 60

SEAL AND SIGNATURE OF THE BIDDER

price itself. If the start bid price is your own price, you still need to bid in the e- reverse auction. Also, please note that the first online bid that comes in the system during the e-reverse auction should be lesser than the auction's start bid price by one decrement or should be lesser than the auction's start bid price by multiples of decrement and so on.

a. e-Reverse (no ties) Auction shall be for a period of one hour. If a bidder places a bid in the

last 5 minutes of closing of the e-Reverse Auction and if that bid gets accepted, then the

auction’s duration shall get extended automatically for 5 minutes, for the particular

Event/Lot. Please note that the auto-extension will take place only if a bid comes in those

last 5 minutes and if that bid gets accepted. If the bid does not get accepted, the auto-

extension will not take place even if that bid might have come in the last 10 minutes. In

case, there is no bid in the last 5 minutes of closing of e-Reverse Auction, the auction shall

get closed automatically without any extension. However, the bidders are advised not to

wait till the last minute or last few seconds to enter their bid during the auto-extension

period to avoid complications related with internet connectivity, network problems, system

crash down, power failure, etc.

b. The weightage factor (multiplication factor), bid decrement amount shall be specified by

KIOCL before start of online bidding. The bidder can bid lower than the start bid price in e-

reverse auction by a bid decrement or multiple of Bid decrement.

c. The start price bid price for the e-reverse auction is L1 price arrived based on the

evaluation and comparison of bids as mentioned above.

d. Bidder will be able to view the following on your screen along with the necessary fields in

the English Reverse (no ties) {Reverse Auction}:

i). Leading Bid in the Auction

ii). Bid Placed by you

iii). Your Own Rank

iv). Start Bid Price & Bid Decrement value.

e. After the completion of e- Reverse (no ties), the Closing Price (CP) shall be available.

f. Final price received from bidder will be taken as an offer to supply as per terms and

conditions of tender document. Bids once made by the bidders, cannot be cancelled /

withdrawn.

g. During the e-reverse auction, if no bid is received in the auction system/website within the

specified time duration, then KIOCL, at its discretion, may scrap the e-reverse auction

process and considered sealed price bids of all technically and commercially acceptable

bidders submitted earlier along with techno-commercial bids.

h. KIOCL’s decision on award of Contract shall be final and binding on all the Bidders. KIOCL

shall be at liberty to cancel the reverse auction process / tender at any time, before

ordering, without assigning any reason. KIOCL shall not have any liability to bidders for

any interruption or delay in access to the site irrespective of the cause. Other terms and

conditions shall be as per your techno-commercial offers and other correspondences till

date.

Page 43: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 43 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE-VI

INTEGRITY PACT PROGRAMME 1) INTRODUCTION:

KIOCL Limited (KIOCL) is a Central Govt. Public Sector Undertaking engaged in Mining of Iron Ore and Manufacturing Pellets and marketing it in India and abroad. KIOCL Limited enjoys

Mini Rathna status among the Central Govt. Public Sector undertakings, and conducts its business in highest ethical standards, fully adhering to CVC guidelines and exemplary industry practices.

KIOCL Limited does its business with a number of domestic and international buyers,

contractors and vendors of goods and services. It is committed to fostering ethical and corruption free business environment, and values its relationships with all counterparts and deals with them in fair and transparent manner.

In order to achieve and strengthen these goals, KIOCL Limited is implementing the Integrity

Pact Program in Co-Operation with Central Vigilance Commission (CVC) and Transparency International India (TII). As part of this initiative KIOCL Limited will, in consultation with CVC and TII, appoint Independent External Monitors who will help KIOCL Limited monitor and

implement the Integrity Pact Program. Following are the details of KIOCL's Integrity Pact Program:

➢ Commitments and Obligation of KIOCL Limited

➢ Commitments and Obligations of counterparties ➢ Violation and Consequences ➢ Independent Monitor

➢ Implementation and Guidelines ➢ Periodic Review and Evaluation

2) COMMITMENTS AND OBLIGATION OF KIOCL LIMITED.

(a) KIOCL Limited, is committed to have ethical and corruption free business dealings with

counterparties.

(b) KIOCL Limited values its relationship with all counterparties and will deal with them in

a fair and transparent manner.

(c) KIOCL Limited and /or its Associates (Employees, Agents, Consultants, and Advisors etc) will not seek or take bribes/undue benefits directly or indirectly for themselves or

for third parties.

(d) KIOCL Limited will honor its commitments and make due payments to counterparties in time subject to fulfilling contractual obligations.

Page 44: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 44 of 60

SEAL AND SIGNATURE OF THE BIDDER

(e) KIOCL Limited will initiate punitive and corrective action, and pursue it vigorously whenever corruption or unethical behavior occurs.

2. COMMITMENTS AND OBLIGATIONS OF THE COUNTERPARTY.

(a) The counterparty, directly or indirectly (through Agents/ Consultants/advisors etc), will not pay any bribes or offer or imply any form of illegal benefit to anyone to gain undue

advantage in dealing with KIOCL Limited.

(b) The counterparty will not engage in collusion, price fixing, cartelization, etc.,with other counterparts.

(c) The counterparty will not pass to any third party any confidential information entrusted

to it, unless duly authorized by KIOCL Limited.

(d) The counterparty will promote and observe ethical practices within its Organization and its affiliates.

(e) The counterparty will inform the Independent External Monitor

(f) The counterparty will not make any false or misleading allegations against KIOCL Limited or its Associates.

3. VIOLATIONS & CONSEQUENCES:

(a) If a counterparty commits a violation of its Commitments and Obligations under the Integrity Pact Program during bidding process (from the date of publication of tender to the date of award of work), he/she shall be liable for forfeiture of EMD /Bid Security

submitted, without prejudice to other action that may be taken against it.

(b) In case of violation of the Integrity Pact whereby after award of the contract, KIOCL Limited terminates or is entitled to terminate the contract. KIOCL Limited shall be

entitled to demand and recover from the counterparty liquidated damages equivalent to 10 percent of the contract value, or the amount equivalent to security deposit/ performance guarantee, whichever is higher.

(c) KIOCL Limited may ban and exclude the counterparty from future dealings until the

Independent External Monitors is satisfied that the counterparty will not commit any future violation.

(d) KIOCL Limited may initiate criminal proceedings against the violating counterparty.

(e) The counterparty will be liable to pay damages as determined by the Independent

External Monitor.

Page 45: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 45 of 60

SEAL AND SIGNATURE OF THE BIDDER

4. INDEPENDENT EXTERNAL MONITOR (IEM)

(a) CMD, KIOCL Limited is the authority to appoint Independent External Monitor(s) (IEM) to oversee Integrity Pact Program implementation and effectiveness. The process for

their appointment shall be similar to Outside Expert Committee (OEC). For this purpose, a panel of Independent External Monitors may be constituted by KIOCL

Limited in consultation with CVC, with whose clearance they will be appointed. It will be voluntary, non-salaried position of 3-year term. IEM will have status/benefits similar to those of Chairman of Audit Committee of Board/ status of the Directors of KIOCL

Limited.

(b) In order to ensure their impartiality, they would not be drawn from KIOCL Limited back ground.

(c) The IEM will be people of impeccable Integrity conversant with KIOCL's business, and

experienced in commercial activities.

(d) It will be voluntary, non-salaried position of 3 year term. IEM will have status/benefits similar to those of Chairman of Audit Committee of Board/status of the Directors of KIOCL Limited.

(e) The major goal of IEM will be to oversee the implementation of Integrity Pact program to

prevent corruption, bribes, and any other unethical practices in the KIOCL Limited.

(f) The IEM will not have administrative or enforcement responsibilities. He will coordinate his efforts with either anti-corruption institution such as CVC. He may engage services

of outside agencies such as accounting firms, law firms etc., at KIOCL's expense, if required, in discharge of his responsibilities, with prior consent of KIOCL Limited.

(g) The IEM will have access to all Officers and internal records of the KIOCL Limited. He

will also have access to counterparties records and information regarding its dealing with KIOCL Limited.

(h) The IEM will have the right to attend any meetings between KIOCL Limited and the counterparties.

(i) If IEM observes or suspect an irregularity, he will inform the CMD of KIOCL Limited and

Chairman of Audit Committee of its Board of Directors. Once the IEM is satisfied that an irregularity has taken place, he may inform the Board of KIOCL Limited.

(j) The IEM can be removed from his Office for appropriate reasons by KIOCL Limited only

by an open and transparent process and such decision will have to be ratified by the Board of KIOCL Limited.

5. IMPLEMENTATION GUIDELINES

To implement the Integrity Pact Program the following general guidelines will govern the

same:

(a) To select and appoint IEM in consultation with CVC

(b) To get commitment from all Senior Level Executives/Officials of KIOCL Limited to implement the program, so that any resistance to acceptance of Integrity Pact Program

is minimized.

Page 46: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 46 of 60

SEAL AND SIGNATURE OF THE BIDDER

(c) To develop detailed implementation plan and finalize the Integrity Pact document in consultation with the IEM.

(d) To notify all Senior Staff Members, Board of Directors, any other oversight body of the Organization and major suppliers of KIOCL's plan to implement the Integrity Pact Program, which is to be included in KIOCL's web site and disclosed to the media.

6. PERIODIC REVIEW & EVALUATION

KIOCL Limited will periodically review the effectiveness of Integrity Pact Program by the

following procedure:

(a) The IEM and senior leadership of KIOCL Limited will make an bi-annual self-assessment

of Integrity Pact Program effectiveness and identify areas to improve.

(b) The IEM will submit an annual report on the progress/effectiveness of Integrity Pact Program to the KIOCL Limited Board of Directors.

(c) KIOCL Limited may conduct an annual 360 degree review (by an outside agency) with

senior Executives, Junior Executives, suppliers and competitors of effectiveness of Integrity Pact Program in reducing corruption.

(d) KIOCL Limited will arrange regular meet with TII and / or CVC on an annual basis to review the effectiveness of program.

(e) For any amendments or changes in the clauses, consistent with the overall spirit of

Integrity Pact, the CMD will be competent to approve the same and need not revert back to the Board.

*****************************************

Page 47: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 47 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE-VI (A) INTEGRITY PACT AGREEMENT

THIS AGREEMENT is entered into between the following Parties:

KIOCL Limited hereinafter referred to as “The Principal”,

and …………………………………………………………………………(Name of the Party) hereinafter

referred to as “Second Party” Preamble

The Principal intends to award a contract, following its laid-down organizational procedures, for

Supply of Vertical Plate Pressure Filters. The Principal values full compliance with all relevant laws

and regulations and the principles of economical use of resources and of fairness and transparency in its relations with its Second Party. In order to achieve these goals, the Principal cooperates with the renowned international Non-

Governmental Organization, "Transparency International (I)" (TII). Following TII's national and international experience, the Principal will appoint an Independent External Monitor (IEM)

who will monitor the tender process and the execution of the Contract for compliance with the principles mentioned below.

IT IS AGREED AS FOLLOWS:

Definitions: a) “Principal” which is the “FIRST PARTY” means KIOCL Limited, incorporated under

the Companies Act 1956, having their registered office at Koramangala, Bangalore – 560

034 and includes their successors. b) “SECOND PARTY” means the person, firm or company submitting a tender against the

Invitation to Tender and includes his/ its/ their staff, consultants, parent and associate and subsidiary companies, agents, consortium and joint venture partners, sub-

contractors, suppliers, sellers, buyers, customers etc, including heirs, executors, administrators, representatives, successors. And the “Second Party” also means, any party including contractors, tenderers, executors, suppliers, sellers, buyers, customers

etc, whose tender has been accepted by the Principal or Company and shall be deemed to include his/ its/ their heirs, executors, administrators, representatives and successors unless excluded by the Contract.

c) "Independent External Monitor" means a person, hereinafter referred to as IEM,

appointed, in accordance with clause 8.a below, to verify compliance with this agreement.

Page 48: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 48 of 60

SEAL AND SIGNATURE OF THE BIDDER

d) "Party" in relevant contract means a signatory to this agreement, and includes both “

Principal” and “Second Party”.

e) “Contract” means the contract entered into between the Principal and Second Party for the execution of work mentioned in the preamble above.

Commitments of the Parties

Section 1 - Commitments of the Principal:-

The Principal commits itself to take all measures necessary to prevent corruption (inducement to violate duty assigned to its employees) and to observe the following principles;

i. No employee of the Principal, personally or through family members or any third person, will in connection with all stages of tendering or the execution of contract, demand or take a promise, or accept, for him/herself or any third person, any

material or non-material benefit which he/she is not legally entitled to;

ii. The Principal will, during the tender process, treat all Second Parties with equity and reason. The Principal will in particular, before and during the tender process, provide to all Second Parties the same information and will not provide to any

particular Second Party any information/ clarification through which the Second Party could obtain an advantage in relation to the tender process or the contract

execution;

iii. The Principal will not take, directly or indirectly, any steps, which could unduly

influence the functioning of IEM.

iv. If the Principal obtains information on the conduct of any of its employees which is

a criminal offence under the relevant Anti-corruption Laws of India/ guidelines of Govt. / guidelines of CVC/ guidelines of Principal, or if there be a substantive

suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

v. If the Principal obtains information of conduct of a Second Party, or sub-contractor or of an employee or a representative or an associate of a Second Party or sub-

contractor, which constitutes corruption, or if the Principal has a substantive suspicion in this regard, the Principal will inform the Vigilance Department of the Company.

Page 49: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 49 of 60

SEAL AND SIGNATURE OF THE BIDDER

Section 2 - Commitments of the Second Party:- 2.1 The Second Party commits himself to take all measures necessary to

prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the Contract execution;

i. The Second Party will not directly or through any other person(s) or firm, offer, promise or give to the Principal, or to any of the Principal’s employees involved in the tender process or the execution of the Contract or to any third person any

material or immaterial benefit which he / she is not legally entitled to in order to obtain, in exchange, an advantage during the tender process or to vitiate the Principal’s tender process or the execution of the contract.

ii. The Second Party will not enter with any other Tenderers into any illegal agreement

or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or actions to restrict competitiveness or to vitiate the Principal’s tender

process or the execution of the Contract.

iii. The Second Party will not commit any criminal offence under the relevant Anti-corruption Laws of India; further, the Second Party will not use improperly, for purposes of competition or personal gain, or pass on to others, any information

provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

iv. The Second Party of foreign origin shall disclose the name and address of their

agents/representatives in India, if any. Similarly, the Second Party of Indian Nationality shall furnish the name and address of their foreign principals, if any.

v. The Second Party will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other

intermediaries in connection with the award of the contract.

vi. The Second Party will not take, directly or indirectly, any steps, which could unduly

influence the functioning of IEM.

vii. The Second Party will not instigate third persons to commit offences outlined above

or be an accessory to such offences.

Page 50: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 50 of 60

SEAL AND SIGNATURE OF THE BIDDER

2.2 Obligation to Ensure Compliance:

i. Each Party will take all reasonable steps to ensure that the provisions of this agreement

which are binding on it are complied with by all of its staff, consultants, parent and

associated and subsidiary companies, agents, consortium and joint venture partners, sub-

contractors and suppliers.

ii. Each Party will appoint an appropriate senior manager with responsibility for ensuring that

the provisions of this agreement are complied with.

Section 3 -Disqualification from tender process and exclusion from future

contracts: 3.1 If the Second Party, before award of contract, has committed a transgression through

violation of any of the terms under section 2 above or in any other form such as to put his reliability or credibility as Second Party into question, the Principal is entitled to disqualify the

Second Party from the tender process or to terminate the contract, if already signed, for such reason. 3.2 If the Second Party has committed a transgression through a violation of any of the

terms under section 2 above or in any other form such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Second Party from future contract award processes. The imposition and duration of the exclusion will be determined by the

severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the

company hierarchy of the Second Party and the amount of the damage. The exclusion will be imposed for a minimum of six (6) months and a maximum of three (3) years. 3.3 If the Second Party can prove that he has restored/ recouped the damage caused by him

and has installed a suitable corruption prevention system, the Principal may revoke the exclusion before the expiry of the period of such exclusion.

3.4 A transgression is considered to have occurred if, in light of all available evidence, a reasonable doubt is possible.

Section 4 - Compensation for Damages 4.1 If the Principal has disqualified the Second Party from the tender process prior to the

award according to Section 3 above, the Earnest Money Deposit (EMD) furnished, if any, along with the offer as per the terms of the Notice Inviting Tender (NIT) shall be forfeited. This

is apart from the disqualification of the Second Party as may be imposed by the Principal as brought out at section 3 above. 4.2 If the Principal has terminated the contract according to Section 3 above, or if the

Principal is entitled to terminate the contract according to section 3 above, the EMD/Security Deposit furnished by the Second Party, if any, as per the terms of the NIT/contract shall be

Page 51: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 51 of 60

SEAL AND SIGNATURE OF THE BIDDER

forfeited. This is apart from the disqualification of the Second Party, as may be imposed by the Principal, as brought out at section 3 above.

Section 5 - Previous Transgression: 5.1 The Second Party hereby declares that no previous transgressions with respect to provisions of Integrity pact occurred in the last three (3) years with any other Company in any country or with any other Public Sector Enterprise in India and, as such, there is no case for

his exclusion from the tender process. 5.2 The Second Party hereby agrees that if he has made/makes incorrect statement in regard to this aspect, he can be disqualified from the tender process or the contract, if already

awarded, can be terminated for that reason.

Section 6 - Equal treatment of all Second Parties/ Sub-contractors 6.1 The Second Party undertakes to obtain from all sub-contractors a commitment consistent with this integrity pact, and to submit it to the Principal at the time of seeking approval of the Principal for appointment of sub-contractors.

6.2 The Principal will enter into agreements with identical conditions as that of this Integrity Pact, with all Second Parties.

6.3 It is essential for all Second Parties to sign the Integrity Pact with the Company if the

value of the transaction is more than 30 lakhs. The Principal will disqualify from the tender process all Second Parties who do not sign this Pact or violate its provisions.

Section7 - Breaches of this Agreement 7.1 In the event that any Party believes that there is prima facie evidence that there has

been a failure by a Party to comply with any provision of this agreement, such Party will take the following actions:

i. It will report full details of such suspected non-compliance to the IEM and CVO

with copies to the Chief Executives of each of the Parties.

ii. If any such non-compliance has been carried out, or assisted by an individual who

is a member of a professional association, and such non-compliance may constitute a breach of any disciplinary code of such professional association,

such Party may report such matter to the professional association.

iii. If such non-compliance may constitute a criminal offence, either in the country in

which the contract is being carried out, or in the home country of the organization or individual which carried out or assisted such non-compliance,

such Party may report such matter to the appropriate criminal authorities in those territories.

Page 52: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 52 of 60

SEAL AND SIGNATURE OF THE BIDDER

7.2 In the event that any Party breaches any provision of this agreement, the other Parties

may, in addition to the rights under this agreement, claim damages against the defaulting Party, and exercise any other rights they may have against the defaulting Party.

7.3 The Parties will take appropriate disciplinary or enforcement action against any of their staff, consultants, parent and associated and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers who cause or assist in any breach of any

provision of this agreement.

Section 8 - Independent External Monitor/Monitors (IEM)

8.1 The Principal, will appoint a competent and credible IEM/Number of IEMs for the

duration of this agreement from the panel of IEMs appointed in consultation with the Central Vigilance Commission (CVC). 8.2 The IEM will assess, on an independent and objective basis, the extent to which the

Parties comply with their obligations under this agreement. 8.3 The Parties will, after submission of a tender; after the award of any contract to them

and for the duration of the contract: i. allow the IEM unrestricted access to all books, records and staff relevant to

such tender;

ii. ensure that the IEM has unrestricted access to the relevant books, records

and staff of their consultants, parent and associated and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers.

8.4 In the event that the IEM believes that there is prima facie evidence that there is a

violation of this agreement, the IEM will report the same to CEO of the Principal. 8.5 Upon receipt of a report from the IEM, CEO of the Principal and the Board will discuss and try to agree upon the appropriate action to be taken in line with sections 3,4

& 5 above to deal with such violation. 8.6 The IEM has no power to inquire any of the Parties to undertake any actions. No statement by the IEM, whether oral or in writing, is binding on any of the parties. Any

Party in legal or dispute resolution proceedings can use all reports and other documentation issued by the IEM. The IEM can be called as a witness in legal or dispute

resolution proceedings. 8.7 Fee and /or any other incidentals including traveling/conveyance expenses, if any, payable to IEM shall be borne by the Principal.

8.8 The IEM can only be removed from his appointment, if: 1. all parties agree in writing to remove him: or

2. he resigns: or 3. he is removed from his office by order of a Court having appropriate

jurisdiction.

Page 53: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 53 of 60

SEAL AND SIGNATURE OF THE BIDDER

8.9 If the IEM is removed from his appointment, the Principal will appoint another IEM as per section 8.1 above for the remaining duration of this agreement.

Section 9 - Duration of Agreement

9.1 This agreement comes into force as soon as it has been signed by all the Parties have signed it. It cannot be terminated or varied except by the written agreement of all the Parties. 9.2 This agreement will expire after 12 months from the date of last payment under the

respective contract for the Second Party, and for all other Second Parties 6 months after the award of the contract.

Section 10 - Other Provisions 10.1 The Principal will disqualify from the tender process all Second Party who do not sign this Pact or violate its provisions. 10.2 Should any occasion arise entailing IEM to undertake any investigation under the

provisions of this agreement, the venue for such investigation shall generally be at KIOCL Limited Corporate Office, Kormangala, Bangalore –560 034. 10.3 This agreement is subject to Indian law. Place of performance and jurisdiction is the

corporate office of the Principal. In case of any dispute, the courts at Bangalore only shall have jurisdiction.

10.4 Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. 10.5 Addresses along with other relevant details of the Chief Executives of the Parties are as

given under; 1. Principal:

Chairman-cum-Managing-Director, KIOCL Limited, II–Block,Koramangala,

BANGALORE – 560 034. INDIA. Tel : 080-25531322 (O)

: 080-25531272 (O) Fax : 080-25521584 (O)

< Details of Second Party are to be filled in by Second Party concerned > 10.6 Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In that case the parties will strive to come to an agreement to

their original intentions.

Page 54: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 54 of 60

SEAL AND SIGNATURE OF THE BIDDER

10.7 If the Second Party is a partnership or consortium, all partners or consortium members must sign this agreement.

------------------------------------------ ---------------------------------------

For the Principal For the Second Party

(M/s. KIOCL Limited)

Place …………………..

Date …………………..

Witness 1: ………………………………….

(Name & address) ----------------------------------------------------------------- -----------------------------------------------------------------

Witness 2: ………………………………………

(Name & address) ----------------------------------------------------------- ----------------------------------------------------------------

Page 55: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 55 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE-VII

RTGS DETAILS OF KIOCL LIMITED.

KIOCL RTGS details for making payment of Security Deposit/EMD/Tender Document Fee/ Tender Processing Fee.

In case of Deposit in Indian Rupees : IFSC Code : UBIN 0551546 Account No. : 515401010022015 Bank Name : Union Bank of India Branch Name : Koramangala

In case of deposit in Foreign Currency:

IFSC CODE: INDB0000008 Swift Code: INDBINBBBGM Account no: 201000150777 AD CODE: 6380009. IndusInd Bank Ltd, Embassy Heights, Unit 101, 'B' Block, 3rd Floor, 13/2, Magrath Road, Bangalore- 560025

Page 56: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 56 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE-VIII

PARTICULARS FOR PAYMENT THROUGH RTGS / E- PAYMENT MODE To: Jt. General Manager I/c. ( Materials) KIOCL Ltd, II Block,Koramagala, Bangalore -560 034.

Dear Sir,

Ref: Authorization of all our payments through electronic fund transfer system / RTGS/CBS/Intra Bank transfer.

We hereby authorize KIOCL Limited to make all our payments against our bills, Refund of earnest Money deposit and Security deposit, through Electronic fund transfer system/ RTGS/ CBS/ Intra Bank transfer. The details for facilitating the payments are given below:- NAME OF THE PARTY :

NAME OF THE BANK :

NAME OF THE BRANCH :

CITY :

ACCOUNT NUMBER :

ACCOUNT TYPE :

IFS CODE OF THE BANK BRANCH :

I/we hereby declare that the particulars given above are correct and complete. We also agree to bear the bank charges, if any, for enabling such transfer.

(AUTHORISED SIGNATORY) Name

Date Official stamp

Page 57: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 57 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE – IX FORM OF BANK GUARANTEE FOR SECURITY DEPOSIT

1) In consideration of KIOCL Limited (hereinafter called Company) having agreed to

exempt........(hereinafter called the said Supplier (s) / Contractor(s)) from demand under the terms and conditions of Purchase Order No......................Dated............... made between ....................And .................. for ............. (hereinafter referred to as 'contract') of security deposit for the due fulfillment by the said suppliers(s) / Contractor (s) of the terms and conditions contained in the said contract on production of a Bank Guarantee for Rs.........(Rupees..........................only) we,.......... (hereinafter referred as "the Bank") at the request of Supplier, (s) Contractor (s) do hereby guarantee the payment to the Company an

amount not exceeding Rs.............. (Rupees............only) and interest thereon at 15.5 percent per annum from the date of demand till payment against any loss or damage caused to or suffered or would be caused to or suffered by the Company by reason of any breach by the said Supplier(s)/ Contractor(s) of any of the terms and conditions contained in the said Contract.

2) We.............. do hereby unconditionally and irrevocably undertake to pay to the Company an amount to the extent of Rs. .................. (Rupees ...............................................only) and interest thereon at 15.5 percent per annum from the date of demand till payment without any demur, merely on a demand from the Company stating that the amount claimed is due by way of loss or damage caused to or suffered or would be caused to or suffered by the Company by reason of breach by the said Supplier(s) / Contractor(s) of any of the terms and conditions contained in the said Contract or by reason of the Supplier(s)/ Contractor(s) failure to perform the said contract. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs...................... (Rupees..........................................only) and interest thereon as mentioned above from the date of demand till payment.

3) Our liability under these presents is absolute and unequivocal and we undertake to pay to the Company the amount so demanded notwithstanding the Supplier(s)/Contractor(s) raising any dispute and / or disputes or filing any suit or proceeding before any Court or tribunal or othert Authority. The payment so made by us under this Guarantee shall be a valid discharge of our liability for payment thereunder and the Contractor(s) Supplier(s) shall have no claim against us for making such payment.

4) We.............................further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the contract and that it shall continue to be enforceable till all the dues of the Company under or by virtue of the said contract have been fully paid and its claims satisfied or discharged or till the Company certifies that the terms and conditions of the said contract have been fully and properly carried out by the said Supplier(s) / Contractor(s) and accordingly discharges this Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before...........................we shall be discharged from all liability under this Guarantee thereafter.

5) This Guarantee shall not be revocable by us except with the written consent of the Company and shall continue to be enforceable till.........................should it be necessary to extend Guarantee beyond the said date, we undertake to extend the validity of this Guarantee for such further period as may be required by the Company, and such extension shall be given one month before the expiry of this Guarantee filing which the amount covered under this Guarantee shall become

Page 58: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 58 of 60

SEAL AND SIGNATURE OF THE BIDDER

forthwith payable, notwithstanding that the Contract is continuing and /or the Company has or has not terminated the Contract or preferred any claim against the Supplier (s) Contractor(s).

6) We................................. further agree with the Company that the Company shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the Contract or to extend time or performance by the said Supplier(s)/ Contractor(s) from time to time or to postpone for any time or from time to time in exercise of any of the powers exercisable by the Company against the said Supplier(s) Contractor(s) and to forbear or enforce any of the terms and conditions relating to the Contract and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Supplier(s)/Contractor(s) or for any forbearance,act or omission on the part of the Company or any indulgence by the Company to the said Supplier(s)/Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties, but for this provision, have effect of so relieving us.

7) This Guarantee shall not in any way be affected due to change in our constitution or by your taking or varying or giving up any securities from the CONTRACTOR(S)/ SUPPLIERS or any other person, firm or Company on its behalf or by the change in the constitution, winding up dissolution, insolvency or death as the case may be of the CONTRACTOR(S)/SUPPLIER(S).

8) In order to give full effect to the Guarantee herein contained you shall be entitled to act as if we were your principal debtors in respect of all your claims against the CONTRACTOR(S)/SUPPLIER(S) hereby Guaranteed by us as aforesaid and we hereby expressly waive all our rights of suretyship and other rights if any which are in any way inconsistent with the above or any other provisions of this Guarantee.

9) We............................. also undertake not to revoke this Guarantee during its currency except with previous consent of the Company in writing.

Dated the ..............day of ..................20

For........................................................................... (indicate the name of Bank)

IMPORTANT NOTE

The following Points should be taken care of while submitting the Bank Guarantee:-

1) The Bank Guarantee should be on non-judicial stamp paper having a value of Rs. 200/-or as applicable in the State of, Karnataka.

2) The stamp paper should be purchased in the name of the Bank, who give the guarantee and not in the name of the Supplier.

3) The Bank Guarantee should be strictly as per the profoma.

4) The Bank Guarantee should be from any of the Nationalised Bank, Scheduled Bank.

5) If any correction is made on the guarantee the same should be endorsed by the Bank with its official.

6) The Bank Guarantee should be valid for a period of Six months from purchase order date with a claim period of one month thereafter for proper fulfilment of contract.

Page 59: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 59 of 60

SEAL AND SIGNATURE OF THE BIDDER

ANNEXURE – X

FORM OF BANK GUARANTEE FOR EMD

In consideration of KIOCL Limited (hereinafter called ' Company') having agreed to exempt _______________ (hereinafter called the said "Bidder") from demand under the terms and conditions of the tender documents vide No ____ dated _______ of Earnest Money deposit for the due fulfillment by the said Bidder of the terms of conditions contained in the tender document on production of Bank Guarantee of Rs. _______________ (Rupees _____________________________ only).

1. We ________________________ (hereinafter referred to as "The Bank") at the request of Bidder do hereby guarantee the payment to the Company an amount not exceeding Rs. ________ (Rupees _________________________________________ ______ only) and interest thereon at 15.5 percent per annum from the date of demand till payment against any loss or demand caused to or suffered, would be caused to or suffered by the Company by reason of any breach by the said Bidder of any of the terms and conditions contained in the said Tender Documents.

2. We _______________ do hereby unconditionally and irrevocably undertake to pay to the Company an amount to the extent of Rs. ___________ (Rupees __________ ______________________ only) and interest thereon at 15.5 percent per annum from the date of demand till payment without any demur, merely on a demand from the Company stating that the amount claimed is due by way of loss or damage caused to or suffered or would be caused to or suffered by the Company by reason of breach by the said Bidder of any of the terms and conditions contained in the said Tender documents. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. _____ (Rupees ________________ _________ only) and interest thereon as mentioned above from the date of demand till payment.

3. Our liability under this present Guarantee is absolute and unequivocal and we undertake to pay the Company the amount so demand notwithstanding the Bidder raising any dispute and /or disputes or filling any suit or proceeding before any court or tribunal or other Authority. The payments so made by us under this Guarantee shall be a valid discharge of our liability for payment there under and the Bidder shall have no claim against us for making such payment.

4. We __________________________ further agree that the Guarantee herein contained shall remain in full force and effect during the period as required by the Company. Unless a demand or claim under this Guarantee is made on us in writing on or before ________________ , we shall be discharged from all liability under this Guarantee thereafter.

5. This Guarantee shall not be revocable by us except with the written consent of the Company and shall continue to be enforceable till. ________________. Should it be necessary to extent this Guarantee beyond the said date, we undertake to extend the validity of this Guarantee for such further period as may be required by the Company and such extension shall be given one month before the expiry of the Guarantee, failing which the amount covered under this Guarantee shall become forthwith payable.

6. We ____________________ further agree with the Company that the Company shall have the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the Tender Documents or to extend time of finalizing the bid from time to time and to forbear or enforce any of the terms and conditions relating to the Tender Documents and we shall not be relieved from our liability by reason of

Page 60: NOTICE INVITING TENDER · Bangalore (or) Bank Guarantee from Indian Nationalised Banks / Scheduled Banks registered in India / Foreign Banks routed through any Nationalised Banks

KUDREMUKH

Page 60 of 60

SEAL AND SIGNATURE OF THE BIDDER

any such variation or extension being granted to the said Bidder or for any forbearance, act or omission on the part of the company or any indulgence by the Company to the said Bidder or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

7. This Guarantee shall not in any way be affected due to change in our constitution or by your taking or varying or giving up any securities from the Bidder or any other person, firm or Company on its behalf or by the change in the constitution, winding up, dissolution, insolvency or death as the case may be of the Bidder.

8. In order to give full effect to the Guarantee herein contained, you shall be entitled to act as if we are your principal debtors in respect of all your claims against the Bidder hereby Guaranteed by us as aforesaid and we hereby expressly waive all our rights of suretyship and other rights. If any, which are in any way inconsistent with the above or any other provisions

of this Guarantee. 9. We ____________________________ also undertake not to revoke this Guarantee during its

currency except with the previous consent of the Company in writing.

Dated the ___________ day of _______________ 20

For ________________________________________

(indicated the name of Bank)

IMPORTANT NOTE

The following points should be taken care of while submitting the Bank Gurantee:

1) The Bank Guarantee should be on non-judicial stamp paper having a value of Rs. 200/- or as applicable in the State of, Karnataka.

2) The stamp paper should be purchased in the name of the Bank, who give the guarantee and not in the name of the Supplier.

3) The Bank Guarantee should be strictly as per the profoma.

4) The Bank Guarantee should be from any of the Nationalised Bank, Scheduled Bank.

5) If any correction is made on the guarantee the same should be endorsed by the Bank with its

official.

6) The Bank Guarantee should be valid for a period of Six months.