Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
SPT/IND Page 1 of 18
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A Government of India Enterprise)
CONTRACTS AND MATERIAL MANAGEMENT WING
RAWATBHATA, RAJASTHAN SITE
TENDER DOCUMENT
SECTION-A INVITATION TO TENDER AND TENDERING
CONDITIONS
SECTION -B CONDITIONS OF CONTRACT
SECTION -C TECHNICAL SPECIFICATIONS OF STORES
SECTION -D FORMAT FOR SUBMISSION OF BID
To
(Through On-line Mode)
SPT/IND Page 2 of 18
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A Government of India Enterprise)
Rawatbhata Rajasthan Site CONTRACTS & MATERIALS MANAGEMENT WING
Phone No. 01475-242159
Fax No. 01475-242158
Rawatbhata Rajasthan Site,
Plant Site, Anushakti,
Via-Kota,
Rajasthan - 323303.
INVITATION TO TENDER
To
Through online e-Mode Tender No. RR Site/Stations-5&6/SPS/75040
Dated As per online eportal
Due Date As per online eportal
Dear Sir,
Sub: Vickers directional valve spare seal kit: Make: Eaton Part no.: 919359
Documents required along with supply: Conformance certificate from OEM.
For and on behalf of Nuclear Power Corporation of India Ltd., Head (CMM), RR Site, Rawatbhata invites
bids for the supply of Stores detailed in the Form No. CMM-22A/Rev.5. Any contract against this tender
will be governed by General Conditions of Contract contained in form No. CMM-22/Rev.5 annexed
herewith. If you are in a position to quote for the supply in accordance with the requirement stated in the
attached form, Please submit your bid in the online bidding form i.e. Tender Form CMM-22A/Rev.5.
Your bid must be submitted in online e-Mode through our NPCIL e-Tendering Website
i.e. https://npcil.etenders.inT on or before the due date and time mentioned in online e-portal.
Yours faithfully,
( K.B.JOSHI )
Sr. Manager (Contracts)
For and on behalf of Nuclear Power Corpn. of India Ltd.
(The Purchaser)
SPT/IND Page 3 of 18
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A Government of India Enterprise)
Rawatbhata Rajasthan Site
CONTRACTS & MATERIALS MANAGEMENT WING
Phone No. 01475-242159
Fax No. 01475-242158
Rawatbhata Rajasthan Site,
Plant Site, Anushakti,
Via-Kota,
Rajasthan - 323303.
Head, C&MM, RR Site, on behalf of Nuclear Power Corporation of India Limited (NPCIL) invites
online (e-Tender) in Two Parts from Indian bidders on e-tendering Portal of NPCIL as per the
details given below:
1.1 Tender No. : RR Site/Stations-5&6/SPS/75040 for Vickers
directional valve spare seal kit: Make: Eaton
Part no.: 919359 Documents required along
with supply: Conformance certificate from
OEM
1.2 Tender Fee in Indian Rupees
(Non-refundable)
: NIL
1.3 Last Date & time for
downloading of tender
document
:
As per Tender
1.4 Due Date & Time for online
submission of e-Tender
: As per Tender
1.5 Date & Time for opening of e-
Tender
: As per Tender
(a) Qualifying Requirements: As per Appendix – ‘X’.
(b) Any offers not complying with the features specified in the tender specifications are liable for
rejection.
(c) For complete description, tender document & participation details, please visit our e-Tender
website https://npcil.etenders.in
(d) Prospective bidders if not already registered in our above website, are required to register online
on NPCIL e-Tendering Portal alongwith requisite digital signature to participate in above E-
Tender.
(e) Tender fee shall be paid on-line only by using Debit/Credit Card or Internet Banking.
Payment in the form of DD/Cheque is not acceptable. In any case, the tender fee once paid
will not be refunded, though the bidder has failed to complete the “Final Submission” of the e-
bid.
(f) Firms which are exempted from payment of Tender Fee, may request for Tender Fee
waiver by uploading the valid documentary proof (Ex: Valid NSIC Registration
Certificate etc.) online only. If such documentary proof uploaded is found to be invalid
SPT/IND Page 4 of 18
against any e-bid, such e-bid will be summarily rejected. No physical document is accepted in
this regard.
(g) NPCIL reserves the right to accept / reject any or all bids in part / full without assigning any
reason.
(h) If the due date for opening of Tender happens to be a holiday in NPCIL, the same will be carried
out on the next working day at the same time.
For query, if any, please contact SM (C&MM), Vijay Paramanu Bhawan, Ground Floor, RR Site,
PO:Anushakti,323303 Via:Kota( Rajasthan), Phone:- 01475-242159.
SPT/IND Page 5 of 18
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A Government of India Enterprise)
Rawatbhata Rajasthan Site
CONTRACTS & MATERIALS MANAGEMENT WING
Phone No. 01475-242159
Fax No. 01475-242158
Rawatbhata Rajasthan Site,
Plant Site, Anushakti,
Via-Kota,
Rajasthan - 323303.
INSTRUCTIONS TO TENDERERS
SECTION-A
1. The bid (E-bid) shall be submitted in E-mode at our NPCIL E-Tendering Web Site i.e.
https://npcil.etenders.in on or before the due date and time. It is in the interest of the Tenderers
to ensure that the e-Bids are submitted well in time. e-Bids shall be submitted only on our
NPCIL e-Tendering Web Site i.e. https://npcil.etenders.in Bids in hard copy/any other form
shall not be accepted in any case.
2. The system will not allow submitting E-bids after last date and time. Therefore, the bidder shall ensure the
submission of E-bids well within the due date and time.
3. The delivery of all items contained in the tender shall be made in one lot. As such, no prorata
delivery shall be permitted unless asked for nor will any price variation be allowed.
4. (a) The bids shall remain valid for acceptance for 90 days from the due date of tender.
(b) Prices are required to be quoted according to units indicated in the annexed Tender
Form. When bids are given in terms of units other than those specified in the Tender
Form, relationship between the two sets of units must be furnished.
5. The prices quoted shall be on free and safe delivery basis to the place of delivery mentioned in the
tender. These prices shall remain FIRM throughout the currency of contract. Ex-stock
delivery will be preferred. If ex-stock delivery cannot be offered, earliest guaranteed delivery
date by which time the stores can be supplied shall be indicated.
6. Price Quote shall be FOR Purchaser's Site including GST and all other indirect taxes & duties.
Freight and Transit Insurance Charges shall be included in the Price Quoted.
7. Bid should contain bidder‟s specific confirmation regarding compliance of all commercial terms
and conditions of the Tender as per ITT (Section-A), General Conditions of Contract, Special
Conditions of Contract (Section B) and Section „D‟ (if applicable). The Bidders, in addition,
should mention applicability of Statutory Levies like Goods and Services Tax (CGST / SGST /
UTGST / IGST) etc. and all other related information. All input tax credit benefits available to
Indian manufacturers / dealers / contractors, etc, shall, however, be taken into consideration in
quoted prices and the Bidder shall pass on the benefits to the Purchaser.
8. GST as applicable during the contractual delivery period shall be reimbursed by the purchaser at
actuals against submission of a certificate from the contractor.
9. In case of increase in existing taxes/ duties and any other new indirect taxes / cess, if levied by
Government during the contractual delivery period, the same shall be reimbursed / paid by the
SPT/IND Page 6 of 18
Purchaser, as the case may be, at actual against documentary evidence and on submission of a
certificate from the contractor. This PROVision shall not apply to changes in Personal Income
tax or Corporate Income tax or to changes in non-Indian Taxes.
10. Any contract pursuant to this tender shall be governed by General Conditions of Contract
governing supply of stores as per Form No. CMM-22/Rev.5 and *Special Commercial Terms
and Conditions enclosed herewith. Accordingly, the Tenderer shall submit his bid strictly as
per the Terms and Conditions contained therein. *Special Commercial Terms and Conditions
shall prevail over the General Conditions of Contract Form No. CMM-22/Rev.5 to the extent
of difference between them. In exceptional cases, if any deviations are proposed these must be
clearly stated in the bid and incorporated as Annexure-'B' to the tender form. The right to
accept or reject these deviations is absolutely reserved by the Purchaser.
11. Bids seeking deviations from the above mentioned terms and conditions of the tender are liable to
be rejected.
12. The Purchaser reserves the right to accept or reject, lowest or any bid, in whole or in part, without
assigning any reasons whatsoever and without any liability to the Purchaser. The Tenderer not
withstanding that his bid has not been accepted in whole shall be bound to supply such item or
items and such portion or portions of one or more items, as may be accepted by the Purchaser.
13. Scanned copy of the latest Income Tax Clearance Certificate/Scanned copy of the latest Income
Tax returns filed with Income Tax Department duly attested by the tenderer shall be uploaded
with the bid without fail.
14. Tenderer‟s GST Identification Number (GSTIN) should be indicated in the bid.
15. If registered with NPCIL/DGS&D/NSIC/SSI/DPS etc., registration details should be indicated in
the bid.
16. Purchase Preference :
Purchase Preference to Micro and Small Enterprises (MSEs) for Supply of Goods or Services
will be given as per Public Procurement Policy for Micro & Small Enterprises (MSEs), order
2012 and Amendment order, 2018 under Micro, Small and Medium Enterprises Development
Act, 2006 of Government of India or as amended from time to time, in force at the time of
opening of bids provided their bids are in compliance with the conditions of policy.
In case a tendered item is non-splitable or non-divisible, MSE quoting Price within the Price –
band of “L1- Price (Other than MSE) + 15%” may be awarded for full/ complete value of
supplies, subject to matching of the L1 Price.
The MSEs, who are interested in availing themselves of the benefits, will enclose with their
offer the proof of their being MSE registered with any of the agencies mentioned in
notification no. 503 dated 26.03.2012 and notification no. 85 (E) dated 10.01.2017 as printed in
the Gazette of India indicated below:-
(i) Udyog Aadhar Memorandum (UAM) issued by Ministry of MSME
(ii) District Industries Centers
(iii) Khadi and Village Industries Commission
(iv) Khadi and Village Industries Board
(v) Coir Board
(vi) National Small Industries Corporation
(vii) Directorate of Handicraft and Handloom
(viii) Any other body specified by Ministry of MSME.
SPT/IND Page 7 of 18
The MSE bidder must upload a copy of registration certificate along with the bid, failing which
such bid shall be rejected.
i) Wherever, the certifying agency is issuing the registration certificate with terminal validity, the MSE
must also indicate the terminal validity date for their registration. The MSE should upload certificate
valid as on date for submission of tender. In case such a certificate claiming exemption from payment of
Tender Fee is found to be defective or invalid, such bids shall be rejected.
Or
ii) Wherever the certifying agency is issuing registration certificate without terminal validity, the same shall
be submitted for claiming exemption from payment of Tender Fee. In case such a certificate claiming
exemption from payment of Tender Fee is found to be defective or false, such bids shall be rejected.
The contractor on whom the contract may be entered into against this tender shall furnish the
Purchaser, the details of the sub-contractors meeting any part of contract execution herein and
who qualify as MSE‟s as per the Micro, Small and Medium Enterprises Development Act,
2006 and amendments to same.
17. Banning of Business Dealings by NPCIL
17.1. Grounds for Banning
The business dealing with the Contractor shall be liable for banning, on account of the reasons
attributable to them, which shall include, but not limited to the following:
17.1.1. Involvement in cartel formation during bidding.
17.1.2. Baseless allegations by the bidder on NPCIL evaluation Process or officials.
17.1.3. If any of the owner, proprietor or partner of the Contractor, is convicted by a court of law,
during bidding process or currency of the contract, for offences involving corrupt and
fraudulent practices including misrepresentation of the facts, moral turpitude in relation to
its business dealings with NPCIL.
17.1.4. Malafide /unlawful acts /malpractices or improper conduct on part of Contractor based on
the apPROVed findings of the Investigation agency.
17.1.5. If the Contractor misuses the premises or facilities of the NPCIL forcefully occupies,
tampers or damages the Company properties etc. or fails to vacate the
properties/land/complex within reasonable time limit as specified or even after receiving the
notices from the department.
17.1.6. Security concerns for the assets of the Corporation and State.
17.1.7. Submission of bids that contain false information or falsified documents or the concealment
of such information in the bids in order to influence the outcome of eligibility screening or
/at any other stage of public bidding and execution.
17.1.8. Withdrawal of a bid or refusal to accept an award of contract with the NPCIL without
justifiable cause, after being adjudged as the successful bidder.
SPT/IND Page 8 of 18
17.1.9. Supply of Counterfeit items.
17.2. Show Cause Notice
17.2.1. NPCIL will issue Show Cause Notice to the Contractor on noticing/receipt of a complaint of
any irregularities and /or misconduct and /or unethical practice as mentioned in clause no.
17.1.
17.2.2. Upon receipt of Show cause notice, the Contractor is required to submit the reply to Show
Cause Notice within 30 days of its receipt and no extension shall be given without
justifiable reasons. The Contractor shall also be given an opportunity for oral hearing to
present the case in person to NPCIL and the date of Oral Hearing will be indicated in the
Show Cause Notice. Only the regular employees of Contractor will be permitted to
represent the Contractor during the Oral hearing, and no outsider shall be allowed to
represent the Contractor on their behalf.
17.3. Period of Banning
The period of banning shall be for a period of three years or as considered appropriate by
NPCIL in the first instance and for a period up to five years for repeated instances.
17.4. Effect of Banning of Business Dealings by NPCIL:
In case NPCIL has banned the business dealing with the bidder/contractor, the following shall
be the consequences on issuance of the order of banning of business dealings with the
bidder/contractor:-
17.4.1. The bidder shall not be allowed to participate in any future tender enquiry. If the bidder has
already participated in tender process and the price bids are not opened, his techno-
commercial bid will be rejected and price bid will be kept unopened. In cases, where the
price bids of bidder have been opened prior to the order of banning, such bids shall be
rejected.
17.4.2. The bidder shall not be permitted to participate in any business process in any form or entity
i.e. as Associate/Collaborator/Joint Venture Partner/Consortium Partner of the Main
Contractor even if the banning order is passed subsequent to opening of Part-I bids.
17.4.3. The bidder shall not be allowed to participate as Sub-Vendor/sub-contractor in the tenders
for contracts for works, service and supplies.
17.4.4. Even if, the banned contractor is an approved sub-vendor under any Contract for such
equipment/component/service, the Main contractor shall not be permitted to place work
order/Purchase order/Service contract on the banned contractor as a sub-vendor after the
date of banning even though the name of the party has been approved as a sub-vendor prior
to the order of banning.
SPT/IND Page 9 of 18
17.4.5. The completion certificate issued to the contractor shall make a mention regarding banning
during execution of the contract.
17.4.6. Banned bidder shall not be permitted to submit the bid. The bid submitted by the banned
bidder shall be summarily rejected.
18. Civil Liability for Nuclear Damages (CLND) Act 2010 & Rule 2011 thereof:
Subsequent to the enactment of CLND Act 2010 and Rule 2011, the Purchaser shall have Right
to Recourse against the contractor in accordance with PROVisions under Section 17(a) of Civil
Liability for Nuclear Damage Act, 2010, as referred in GCC.
To have clarity on the terms used in the CLND Act 2010 and Rule 2011 pertaining to Right to
Recourse, following definition to be considered by the bidder before submission of bids.
i. “Contractor” – shall be as per applicable GCC.
ii. “Supplier” shall be as defined in CLND Rule 24-2.
iii. “Product Liability Period (PLP)” shall be as defined in CLND Rule 24-2.
Explanation w.r.t. GCC: In case of supply of equipment(s), PLP shall be the
Defect Liability Period plus contractual Latent Defect Liability Period, where as
in case of services, PLP shall be up to Defect Liability period as defined in
applicable GCC.
iv. “Initial License” (Refer CLND Rule 24-2): The initial license, unless otherwise specified, is
valid for a period of five years from the date of its issue by AERB.
19. Conditions on Public Procurement from certain countries:
PROVisions of F. No. 6/18/2019-PPD Order (Public Procurement No. 1) dated 23.07.2020 and
Order (Public Procurement No. 2) dated 23.07.2020 issued by Public Procurement Division,
Department of Expenditure, Ministry of Finance, Govt. of India shall be applicable to all
tenders issued by NPCIL. Bidders shall apprise and acquaint themselves with the latest
PROVisions of these PROVisions, as applicable on the date of submission of the tender.
For ready reference, some of the important PROVisions as applicable currently are mentioned
herein below. For sake of clarity, it is reiterated that this is not exhaustive list and it shall be
responsibility of the bidder to ensure compliance to the latest PROVision in this regards. In
case of any conflict between clauses written herein below with the above order(s), as amended
from time to time, the PROVisions of order/ latest version shall govern.
I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if the
bidder is registered with the Competent Authority.
II. “Bidder” (including the term „tenderer‟, „consultant‟ or „service PROVider‟ in certain contexts) means any person
or firm or company, including any member of a consortium or joint venture (that is an association of several
persons, or firms or companies), every artificial judicial person not falling in any of the descriptions of bidders
stated hereinbefore, including any agency branch or office controlled by such person, participating in a
procurement process.
III. “Bidder from a country which shares a land border with India” for the purpose of this order means:
a. An entity incorporated, established or registered in such a country; or
SPT/IND Page 10 of 18
b. A subsidiary of an entity incorporated, established or registered in such a country; or
c. An entity substantially controlled through entity incorporated, established or registered in such a country;
or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is citizen of such a country; or
g. A Consortium or Joint Venture where any member of the consortium or joint venture falls under any of
the above
IV. The beneficial owner for the purpose of (iii) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s), who,
whether acting alone or together, or through one or more judicial person, has a controlling ownership
interest or who exercises control through other means.
Explanation –
a. “Controlling Ownership Interest” means ownership of or entitlement to more than twenty-five
percent of shares or capital or profits of the company;
b. “Control” shall include the right to appoint majority of the directors or to control the management or
policy decisions including by virtue of their shareholding or management rights or shareholders
agreements or voting agreements;
2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or
together, or through one or more judicial person, has ownership of entitlement to more that fifteen
percent of capital or profit of the partnership;
3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more judicial person, has ownership
of or entitlement to more than fifteen percent of the property or capital or profits of such association or
body of individuals;
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant
natural person who holds the position of senior managing official;
5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the
trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural
person exercising ultimate effective control over the trust through a chain of control or ownership.
V. An Agent is a person employed to do any act for another, or to represent another in dealing with third person.
VI. The successful bidder shall not be allowed to sub-contract work to any contractor from a country which shares a
land border with India unless such contractor is registered with the Competent Authority.
VII. Notwithstanding anything contained herein, the order will not apply to bidders from those countries (even if
sharing a land border with India) to which the Government of India has extended lines of credit or in which the
Government of India is engaged in development projects. Updated lists of countries to which lines of credit have
been extended or in which development projects are undertaken are given in the website of the Ministry of
External Affairs.
VIII. Certificate/Declaration to be provided by all bidders:
“I have read the clause regarding restriction on procurement from a bidder of a country which shares a land
border with India and on sub-contracting to contractors from such countries; I certify that this bidder is not
from such a country or, if it is from such a country, has been registered with the Competent Authority and
will not sub-contract any work to a contractor from such countries unless such contractor is registered with
the Competent Authority. I hereby certify that this bidder fulfills all requirement in this regard and is eligible
to be considered. (Where applicable, evidence of valid registration by the Competent Authority shall be
attached.)”
* Strike off if not applicable
* * *
SPT/IND Page 11 of 18
SECTION – B
GENERAL CONDITIONS OF CONTRACT
(FORM NO. GCC/CMM-22/REV.5)
SPECIAL CONDITIONS OF CONTRACT
(Attached/Uploaded separately)
.
SPT/IND Page 12 of 18
SECTION-C
TECHNICAL SPECIFICATIONS OF
STORES
Tender No.: RR Site/Stations-5&6/SPS/75040
S. NO. Description Qty. Unit of
Measurement
1 Vickers directional valve spare seal kit:
Make: Eaton
Part no.: 919359
Documents required along with supply: Conformance
certificate from OEM.
Note:
Above seal kit is APPLICABLE FOR Eaton make Vickers
DIRECTIONAL VALVES:
DG4V5-2A-24Vdc-50 , DG4V5-6C-24Vdc-50 , DG4V5-2N-
24Vdc-50, DG4V5-2C-24Vdc-50 & DG4V5-8C-24Vdc-50.
200.00 No.
Note:
1. Prices & Place of Delivery: Prices shall be on DAP(Delivery at Place) at
RAWATBHATA RAJASTHAN SITE basis inclusive of Packing Forwarding, Transit
Insurance and Freight charges.
2. DAP as per Incoterms 2010 stands for: The Seller delivers when the goods are
placed at the Buyer's disposal on the arriving means of transport ready for unloading
at the names place of destination. The Seller bears all risks involved in bringing the
goods to the named place.
3. Bidder(s) need to submit completely filled compliance sheet with his/her offer, in
case any compliance is required along with tender documents. Non-submission of
such compliance may lead to disqualification of the bid(s).
SPT/IND Page 13 of 18
SECTION-D
FORMAT FOR SUBMISSION OF BID
TENDER FORM
From
To
Head, CMM
Rawatbhata Rajasthan Site
Paramanu Vijay Bhawan, C&MM Wing.
Ground Floor, Anushakti
Rajasthan- 323303.
Dear Sir,
1. I/We have read the „Invitation to Tender‟, „Instructions to Tenderers‟, „General Conditions
of Contracts in FORM NO. CMM-22/Rev.5‟ and ** „Special Commercial Terms and
Conditions‟ as contained in the tender documents.
2. I/We have thoroughly examined the specification, drawing and/or pattern quoted or
referred to herein and/or fully aware of the nature of the stores required and my/our bid is
to supply the stores strictly in accordance with the requirements under this tender.
3. I/We hereby agree to supply the stores, strictly adhering to the General Conditions of the
Contract in FORM NO. CMM-22/Rev.5 and **Special Commercial Terms and Conditions
of the tender documents.
Tenderer’s Bid No.: Bidder to furnish
Dated : Bidder to furnish
M/s.
Tender No. As per Tender
Dated : As per tender
Due date : As per tender
SPT/IND Page 14 of 18
4. You will be at liberty to accept any one or more of the items of stores offered by us and
I/We shall be bound to supply you the stores as may be specified in the purchase
order/contract.
5. I/We hereby agree to keep the prices and our bid valid for your acceptance for a period of
90 (Ninety) days from the due date of this tender.
**Strike out whichever is not applicable.
6. **Deviations to technical specifications are detailed in Annexure-'A' to the tender form
and compliance proposed to General Conditions of the Contract in FORM NO. CMM-
22/Rev.5 and Special Commercial Terms and Conditions of the tender documents are
detailed in Annexure-'B' to the tender form.
7. I/We are also enclosing herewith all the leaflets/catalogues etc. pertaining to the stores
offered.
8. Details of the stores along with prices and the bid terms are enclosed under schedule to
this tender form.
Yours faithfully,
Stamp and Signature of the Tenderer
**Strike out whichever is not applicable.
Encl: Deviation to technical specifications-Annexure 'A'
Compliance to General Conditions of Contract in FORM NO. CMM-22/Rev.5 and Special
Commercial Terms and Conditions - Annexure 'B‟
Leaflets/Catalogue.
SPT/IND Page 15 of 18
ANNEXURE - A
The tenderer shall note that any deviation to Technical Specifications of our tender may lead to
disqualification of their bid. However tenderer may submit the details of deviations.
Deviation to Technical Specification(If
Any)
Confirmation of Bidder(s) (Tick against
Yes or No)
Deviation to Technical Specification of Tender. YES NO
If Yes please PROVide complete Details and attached the supporting documents.
SPT/IND Page 16 of 18
ANNEXURE - B
(To be filled online)
SPT/IND Page 17 of 18
PRICE BID
(To be filled online)
SPT/IND Page 18 of 18
COMPANY INFORMATION
(To be filled online)