20
THE DURGAPUR PROJECTS LIMITED ( A Govt. of West Bengal Enterprise ) Office of the General Manager (Power Plant) Durgapur Projects Power Station Durgapur – 713 201 . CIN : “U40102WB1961SGC025250” Notice Inviting Tender NITNO.:- DPL/PP/T/ GM (PP)/286/15/ 16-17/E/ 72 , DATED :- 19/08/2016 Sub :- Repairing of ID fan shaft of U#7/DPPS/DPL.

THE DURGAPUR PROJECTS LIMITED - ewacmnr.com E Tendering... · THE DURGAPUR PROJECTS LIMITED ... the unsuccessful tenderer shall be refunded to them after issuance of ... download

  • Upload
    dinhnga

  • View
    224

  • Download
    0

Embed Size (px)

Citation preview

THE DURGAPUR PROJECTS LIMITED( A Govt. of West Bengal Enterprise )Office of the General Manager (Power Plant)

Durgapur Projects Power StationDurgapur – 713 201.

CIN : “U40102WB1961SGC025250”

Notice Inviting Tender

NITNO.:- DPL/PP/T/ GM (PP)/286/15/ 16-17/E/ 72 , DATED :- 19/08/2016

Sub :- Repairing of ID fan shaft of U#7/DPPS/DPL.

Contents

1. General Guidance for e-tendering

2. Registration of Bidders3. Qualification (QR) for participation.4. Earnest Money.5. Collection of Tender Documents.6. Submission of Tenders.7. Technical Proposal (Non Statutory & Statutory Documents) (To be submitted in Technical

Cover).8. Financial Proposal ( To be submitted in Financial Cover).9. Submission of original copies of EMD.9. Submission/Upload of Non-Statutory Documents10. Conditional and Incomplete Tender.11. Scope of Work and Technical Specification and equipment list.12. Safety Clauses to be followed by the contractor.13. Commercial Terms and conditions.14. Bill of Quantity (BOQ) .15. Opening and Evaluation of Tender.15.A Opening of Technical Proposal.15.B Uploading of Summary List of Technically Qualified Bidders.15C Opening and evaluation of Financial Proposal.16. Bid Validity.

17. Acceptance of Tender .18. Return of Earnest Money Deposit.19. Schedule of Dates for e-Tendering.20. Bank Guarantee Format.

THE DURGAPUR PROJECTS LIMITED( A Govt. of West Bengal Enterprise )Office of the General Manager (Power Plant)

Durgapur Projects Power StationDurgapur – 713 201.

CIN : “U40102WB1961SGC025250”

Notice Inviting Tender

NITNO.:- DPL/PP/T/ GM (PP)/286/15/ 16-17/E/ 72 , DATED :- 19/08/2016

Sub :- Repairing of ID fan shaft of U#7/DPPS/DPL.

1. General Guidance for e-tendering

Interested bidders are requested to log on to the website https:// wbtenders.gov.in. Tender is herebyinvited by the GM(O & M)/DPPS,DPL, for the job as mentioned in the subject above, through electronictendering (e-tendering) from eligible and resourceful bidder having sufficient credential and financialcapability for execution of similar job.

2. Registration of Bidders

Bidders willing to take part in the process of e-tendering are required to obtain Digital SignatureCertificate (DSC) from any authorized Certifying Authority(CA) under CCA, Govt. of India. (viz. nCodeSolution, Safescrypt, e-Mudhra, TCS, MTNL, IDRBT ) or as mentioned in e-tendering portal of Govt. ofWB. https://wbtenders.gov.in. DSC is given as a USB e-Token. After obtaining the Class 2/3 DigitalSignature Certificate (DSC) from the approved CA they are required to register the Digital SignatureCertificates through the Registration system available in the Website.

3.Qualifying Requirement/ Must Conditions

(i) Bidders must have sufficient experience in wielding, NDT & stress relieving of material.

(ii) Bidder should have carried out similar type of job in heavy duty shafts or other equipments in reputedorganizations in power or steel sector.

Note:- Party must visit the DPPS site on any working day before submitting their offer.

a. Bidders have to submit relevant documents in support of their experience in completion ofsimilar types of jobs along with the offer. The documents should clearly indicate the nameand reference of the work, work order no., value and duration of the work.

b. Minutes of the meeting of the pre- bid discussion to be held on the specified date as per NIT jointly along withbidders and the DPL, shall be taken as a part to form the Tender documents.

4. Earnest Money

Earnest Money (Part-I) : The earnest Money of Rs.16,000.00 ( Rupees Sixteen thousand) only is to be depositedalong with tender paper in the form of Pay Order/Demand Draft/B.G issued by any Nationalized /Schedule Bank inIndia and in favour of The Durgapur Projects Limited, payable at Durgapur in a separate sealed cover mentioningEarnest Money for Tender no. & date of opening. No Tender will be entertained without Earnest Money. The PayOrder/ DD/B.G should be valid for 03 (three) months (For P.O/DD), 12 (twelve) months (approx.) (For BG) from thedate of opening of Part – I. No interest will be payable by The DPL on the above Earnest Money. Earnest money ofthe unsuccessful tenderer shall be refunded to them after issuance of the work order to the successful bidder. DPLreserves the right of forfeiture of Earnest Money deposit in case the tenderer after opening of tender withdraws,amends, impairs, derogates or revokes his tender within the validity period or extension thereof.

5. Collection of Tender Documents:

Tenders are to be submitted online and interested bidders will have to download the tender documentsfrom the website https://wbtenders.gov.in directly with the help of the e-Token provided. This is theonly mode of collection of tender documents. Details of submission procedure are given below.

6.Submission of Tenders

6.1 General process of submission

6.1.1 Tenders are to be submitted online through the Website https://wbtenders.gov.in. All thedocuments uploaded by the Tender Inviting Authority form an integral part of the bid. Bidders arerequired to upload all the tender documents along with the other documents, as asked for in theTender, through the above website within the stipulated date and time as given in the Tender.

6.1.2 Bidders must submit the Tenders in two covers i.e. “Technical” & “Finance”. Bidders mustdownload tender specific documents (NIT/SBD, BOQ etc) from https://wbtenders.gov.in , prepare therequired documents and upload the scanned documents in Portable Document Format (PDF) to theportal in the designated locations.

6.1.3 He needs to fill up the rates of items/percentage in the BOQ, downloaded for the supply, in thedesignated cell of the BOQ spreadsheet and upload the same in designated location of “Finance” cover.

6.1.4 The documents uploaded must be scanned against any virus and digitally signed using the DigitalSignature Certificate (DSC). Bidders should specially take note of all the addendum/corrigendum relatedto the tender and upload the latest documents as part of the tender.

7. Technical Proposal ( Non Statutory & Statutory Documents)

(To be submitted in Technical Cover)

The following Non Statutory documents in standard pdf formats should be uploaded in TechnicalCover under “Non Statutory” Folder :

i). Earnest Money Deposit (EMD) - Scanned copy of PO/Demand Draft (DD) / Bank Guarantee (BG)towards EMD as prescribed in the NIT, in favour of “The Durgapur Projects Limited” on anyNationalized/Schedule Bank payable at per at Durgapur, to be uploaded in Technical Cover. Noexemption is allowed for NSIC/SSI units from deposition of EMD in the form of PO/D.D/B.G.

ii). Notice Inviting Tender (NIT)/ Standard Bid Document (SBD) – The NIT /SBD as published is to bedownloaded, then digitally signed and uploaded.

iii). Digitally signed QR documents in support of Bidders’ qualification.iv). Un priced , digitally signed BOQ sheet as mentioned at Sl. No. 15.v). Technical Offer /Technical Doc along with Technical compliance as mentioned below at Sl. No.

11 & 14.Note: Tenders will be summarily rejected if any of the above Non Statutory items in the technical coveris missing.

Following Statutory Documents are to be uploaded along with the Bid & submitted in Technical Coverunder “Statutory “ Folder.

a) Valid Trade License.b) IT PAN valid up to the date of opening of the tender.c) Valid Service Tax Registration Certificate.d) Valid Professional Tax (PT) Clearance Certificate.e) VAT Registration certificate.

8. Financial Proposal(To be uploaded in Finance Cover)

The Financial proposal should contain the following Document in one Cover.

Bill of Quantities (BOQ): The Bidder is to quote the Rate in the space Marked for quoting Rate in theBOQ. (Only downloaded copies of the above documents are to be uploaded, virus scanned and digitallysigned by the Bidder).

The bidders are requested to visit the site for assessment of the job before submission of the bid.

9. Submission of original copies of Earnest Money Deposit

i) Mode of Payment: EMD must be submitted in the form of PO/Demand Draft/Bank Guarantee of anyNationalized/ scheduled Bank of India as mentioned above. Payment in any other form eg: NSC, KVP etcwill not be accepted.

ii) Place of submission: The original copies of the PO/DD/BG, towards Earnest Money Deposit should besubmitted in a sealed envelope to the Genl. Manager ( O & M )/PP, DPPS/ DPL or his AuthorizedRepresentative in office of Genl. Manager(PP), Durgapur Projects Power Station, The Durgapur ProjectsLimited, P.O. Durgapur, Pin-713 201, West Bengal.

iii) Time of submission: The Original Copies of PO/DD/BG towards EMD should be submitted in a SealedEnvelope (clearly mentioning the NIT No. & the subject job) in the Office as stated above within the dateand time as specified in the schedule of dates provided. If the bidder fails to submit the Original Copieswithin the due time, his tender will not be opened and his bid will stand rejected.

10. Conditional and Incomplete Tenderi) Conditional and incomplete tenders are liable to summary rejection.

ii) Bidder must submit un priced BOQ sheet in Technical Bid (see Clause No 15) .

iii) Non-submission of above sheet in Technical Bid or partial quoting in Financial Bid will lead torejection of the Bid as a whole.

11. Scope of Work and Technical Specification:

Scope of work for Repairing of ID fan shaft of U#7/DPPS/DPL

(1) The id fan shaft with impeller is to be inspected & dimensions to be checked by the bidder atsite before submission of the bid. However one sketch is attached here with (Shaft length- 7.480Mtr, Impeller dia- 2.730 Mtr.) in the file named ID Fan Rotor Assembly. pdf.

(2) Removal of the damaged & seized bearing from the shaft by gauging.

(3) Ultra sonic testing of the shaft in the affected portion of the material testing of the shaft.

(4) Removal of fatigue portion of the bearing sitting area.

(5) Build up of the shaft portion with the electrode (Compatible with the shaft material).

(6) Proper preventive measures to b taken while wielding:-

(i) Pre-heating of the job.

(ii) Uniform dissipation of heat to be ensured.

(iii) Maintaining suitable inter - pass temperature.

(iv) Slow cooling arrangements to be made

(7) Die penetrate test should be done to ensure crack free weld deposit.

(8) Stress relieving

(9) Necessary machining should be carried out to get right dimension of Ø 280 mm (+0.05) forfitment of bearing (22256) without dismantling the ID fan impeller from it with suitablearrangement. Trueness of the shaft is to be checked.

(10) Thread cutting is to done in the area as per lock nut.

(11) All machining operation should be followed by tolerance within 0.01 mm as there should nothave any problem during fitment at site.

(12) The job of anti rust painting should be done to the shaft as well as the impeller also.

(13) The transportation, transit insurance, loading & unloading with proper packing of the shaftwith runner from DPPS site to works of the contractor & back to DPPS site is the responsibilityof the successful bidder. Shaft impeller stand will be provided by DPL

(14) Dynamic balancing is to be done after completion of the job.

(15) Stage inspection call is to be given for inspection of NDT, repairing, stress relieving &dynamic balancing at different stages at works of the successful bidder. Quality plan is to besubmitted.

Guarantee:-

(1) Performance guarantee for a period of 06 (SIX) months from the date of commissioning or12 (TWELVE) months from the date of supply should be provided along with the supply.

(2) Fitment guarantee should be provided along with the supply.

Time of Completion:- The entire job should be completed & delivered within 120 (One HundredTwenty) days from the date of issuance of work order. But collecting the existing runner withshaft from DPL is to be arranged positively within 30 days from the date of issue of work order.

Penalty:- A penalty @ 1% of the contract value for delay per day or part thereof in completion ofthe job beyond the stipulated period will be charged subject to maximum limit of 10% of thecontract value.

Payment Terms:- 90% payment will be made after successful supply of the material at DPPSsite. Balance 10% will be made after expiry of the guarantee period.

Indemnity Bond:- An indemnity bond of value of Rs. 2000000.00 to be submitted by the lowestbidder before lifting the material from DPL site.

DPL reserves the right to accept/reject any/all tenders without assigning any reason thereof.

12. SAFETY CLAUSES TO BE FOLLOWED BY THE CONTRACTOR:-

(Contractor’s Responsibility)

a) Contractor shall be vigilant to ensure provisions of Factories Act, 1948 and other statutoryprovisions as applicable in respective area of work.

b) Contractor’s responsibility is to collect copies of prevailing rules from Safety Department of theplant.

c) Contractors must ensure use of personal protective equipment by the workers. Personal ProtectiveEquipment to be supplied by the contractor to their workers must be approved by SafetyDepartment of the Plant before commencement of work.

d) The contractor shall clean the work premises after completion of work and inform controlling officerin writing to keep the place garbage free.

e) The contractor shall ensure periodic testing/ examination of equipment as well as safety tools andtackles, used by them as per provision of factories Act 1948 and Rules and maintain the up-to-daterecord for the same at site for inspection of departmental Engineer/ Safety Department on demand.

f) The contractor will ensure medical examination for the workers, who are working at hazardousareas before commencement of work and once in every year by qualified medical practitioners asper provision of the Factories Act, 1948 and W.B Factories Rules and maintain the Register forinspection by respective concerned Department/ Safety Department on demand.

g) The workers employed by the contractors should be suitably skilled for the respective jobrequirement otherwise head of concerned Department shall have the right to disallow unsuitableworkers. The contractor shall engage suitable nos. of supervisors to ensure safety at all places ofwork during execution of the work.

h) In case of injury, contractor will send the injured person to Hospital/ Dispensary/ First Aid Centrewith verbal intimation to the P&A Department, Utilizer Department as well as to Safety Department.The contractor shall submit periodical progress report about the treatment till the injured worker isfavored with fit certificate by the consulting Registered medical practitioner and the said FitCertificate shall be submitted to Safety Department before resumption of duties by the injuredworker.

i) The contractor shall report about Fatal / Serious injury of the concerned contract workers to localPolice Station. District Magistrate Safety Department and concerned Department within 2 ( two)

hours but written report shall have to be submitted in prescribed for to Safety Department andconcerned Department positively within 4 ( four ) hours.

j) In case of failure to fulfill Safety Requirements, concerned Head of Department shall have the rightto claim 1% of Contract value or Rs. 1000/- per day, whichever is higher, till he fulfils the Safetyrequirement subject to maximum of 5% value of total works contract. Department is authorized tosuggest such deduction to concerned Department.

k) If any accident occurs due to willful violation of conditions of contract/safety rules in spite of cautionletter by Safety Department, the contracting agency will be imposed penal deduction of 5% of thework order value or Rs 10,000/- (Rupees Ten Thousand), whichever is higher. Penalty so imposedmay only be waived on consideration of Head of Department with specific approval of next higherauthority.

13. COMMERCIAL TERMS & CONDITIONS

1.0. Details of Price (To be furnished in the form of Annexure - 10):

1.01 In the Price Bid, the bidder shall quote the price ( on LS basis inclusive of all) for theContract job considering the Scope of Work in totality.

1.02 Service Tax as applicable shall be borne by DPL.

1.03 Income tax as applicable shall be deducted as per rules.

1.04 Contract shall be taken into account for all the scope of work in a comprehensive manner.

1.05 The rate shall remain FIRM throughout the period of contract excluding taxes, duties,which will be borne by DPL at actual.

2.00 Guarantee:-

(1) Performance guarantee for a period of 06 (SIX) months from the date of commissioning or12 (TWELVE) months from the date of supply should be provided along with the supply.

(2) Fitment guarantee should be provided along with the supply.

3.00 Forfeiture of the Earnest Money: - In case of any damage of The DPL or failure of thecontractor to meet its obligations under the contract, non-completion of the contract for anyreason whatsoever, leaving the site in mid way of the contract or in default of satisfactoryexecution of the order, the Earnest Money will be forfeited without any further correspondence.The expression satisfactory execution of the order shall mean fulfillment of all obligations arisingout of in the order.

4.00 Terms of payment: -

90% payment will be made after successful supply of the material at DPPS site. Balance 10%will be made after expiry of the guarantee period.

5.00 Penalty:- A penalty @ 1% of the contract value for delay per day or part thereof incompletion of the job beyond the stipulated period will be charged subject to maximum limit of10% of the contract value.

6.00 Indemnity Bond:- An indemnity bond of value of Rs. 2000000.00 to be submitted by thelowest bidder before lifting the material from DPL site.

DPL reserves the right to accept/reject any/all tenders without assigning any reason thereof.

14. Bill of Quantity (BOQ)

PRICE SHOULD BE QUOTED AS PER THE FOLLOWING FORMAT.

TOTAL :- ----------------------------------- ( In Words) …………………………….+ Other Charges/Taxes as applicable.

________________________________________

Signature Of the Authorized representative

of the Bidder with stamp and seal

Sl. No. Description of Job PRICE IN RS.

1. Repairing of ID Fan Shaft of Unit-7/DPPS-DPL.

TOTAL

Note: Bidder must fill up & submit this BOQ sheet with all cells filled-up during submission of financialbid.

Non- submission of this Sheet will lead to rejection of the bid.

Selection of ‘L1’ bidder will be decided considering the consolidated cost on lump sum basis.

15. Opening and Evaluation of Tender

A ) Opening of Technical Proposal

a) Technical proposals will be opened electronically from the website stated in Clause 1, by theAuthorized Representative of the department of Contract Cell, F & A, P & A, using their DigitalSignature Certificate.

b) Technical proposals for those tenders whose original copies of PO/DD/BG towards EMD havebeen received will only be opened. Proposals corresponding to which the EMD have not been

received will not be opened and will stand rejected.

c) Interested Bidders may remain present if they so desire.

d) Technical Cover (consisting of Non Statutory & Statutory Documents) would be opened first and Nonstatutory documents (mentioned at Sl. No. 7, clause i to v) will be examined at the beginning. If theyare found in order, Cover for statutory Documents ( mentioned at Sl. No. 7 , clause a to e ) will be

opened. If there is any deficiency in either of the Non Statutory or Statutory Documents, the tenderwill summarily be rejected.

e) Decrypted (transformed into readable formats) Non-statutory & Statutory documents of theTechnical cover will be downloaded, and handed over to the Tender Evaluation Authority for thenecessary evaluation/ recommendation.

B) Uploading of Summary List of Technically Qualified Bidders

i) Pursuant to scrutiny and decision of the Technical Evaluation authority, the summary list of eligibleBidders, for which their Financial Proposals will be considered, will be uploaded in the web portals.

ii) While evaluation, the Committee may summon the Bidders and seek clarification / information oradditional documents or original hard copy of any of the documents already submitted and if thesecannot be produced within the stipulated timeframe, their proposals will be liable for rejection.

C) Opening and evaluation of Financial Proposal

i) Financial proposals of the Bidders declared technically eligible by the Tender Evaluation Authority willbe opened electronically from the web portal on the prescribed date, normally after two working daysafter the date of publication of final summary list of the Technically Qualified Bidders.

ii) The encrypted copies will be decrypted and the rates will be read out to the bidders, present at thattime of bid opening.

iii) After evaluation of Financial Proposal, by Tender Evaluation Authority, the final summary result,name of bidder and the rates quoted by them against collection of the material from DPPS site , repairat the party’s workshop and delivery of material at DPPS site will be uploaded.

iv) The Tender Accepting Authority may ask any of the bidders to submit analysis to justify the ratequoted by that tenderer.

16. Bid Validity

The Bid should be valid for min. 90 days from the date of opening of the financial bid.

17. Acceptance of Tender

Bidders must quote for ALL items mentioned in BOQ sheet. Bids with Lowest valid rate should normallybe accepted. However, the Tender Accepting Authority does not bind himself to do so and reserves theright to reject any or all the tenders, for valid reasons and also reserves the right to split the order, alterthe quantity of any or all Bidders without assigning any reason whatsoever.

18. Return of Earnest Money Deposit

The Earnest Money of the all the unsuccessful Bidders will be returned, after placement of the WorkOrder. For return of the Earnest Money Deposit, the Bidder will have to apply for the same to the Genl.Manager (O&M)/PP,DPPS,DPL, giving reference to NIT No., date of tender, amount and mode of EarnestMoney deposited – all in a complete form. However, the EMD of the successful bidder will be retained& it will be returned only after successful execution of the Work Order/after expiry of the guaranteeperiod, whichever is later

19. Schedule of Dates for e-Tendering

Sl. No. Milestone Date

01. Publishing date 22.08.2016 at 10.00 Hrs

02. Documents download start date 22.08.2016 at 10.00 Hrs

03. Pre Bid Discussion 29.08.2016 at 11.30 Hrs , Conferenceroom/DPPS/DPL.

04. Bid Submission start date 30.08.2016at 10:00 Hrs.

05. Bid Submission end date 05.09.2016at 17:00 Hrs.

06. EMD Physical submission date 07.09.2016 upto 16.00 Hrs.

07. Technical Bid Opening date 09.09.2016 at 12.00 Hrs.

08. Uploading of Technical Bid Evaluation Sheet To be Notified later.

09. Financial Bid Opening date To be Notified later.

10. Uploading of Financial Bid Evaluation Sheet To be Notified later.

20. BANK GUARANTEE FORMAT

BANK GUARANTEE NO. DATED.

BANK GUARANTEE

TO,

DURGAPUR PROJECTS POWER STAITON,

THE DURGAPUR PROJECTS LIMITED,

P.O. DURGAPUR, PIN- 713 201,

WEST BENGAL

Dear Sirs,

M/s__________________________________________________________

_______________________________, is the bidder for the work of Service Contractfor Repairing of ID Fan Shaft of Unit No. 7 /DDPS/DPL Vide NIT No.:

DPL/PP/T/ GM (PP)/286/15/ 16-17/E/ 72 , DATED :- 19/08/2016 for TheDurgapur Projects Limited, with registered office at The Durgapur Projects Limited, P.O.Durgapur, Pin- 713 201, West Bengal, India (hereinafter referred as "DPL"). The bidconditions provide that the BIDDER/CONTRACTOR shall pay a sum of Rs.16,000/-( RupeesSixteen Thousand ) only as earnest money deposit in the form therein mentioned.

The form of payment of earnest money deposit includes guarantee executed byschedule `A' Bank, undertaking full responsibility to indemnify DPL in case ofdefault.

The said BIDDER/CONTRACTOR have approached us and at their request and inconsideration of the premises, we ______________________having our

_________________ (hereinafter referred as "GUARANTOR") have agreed to givesuch guarantee as hereinafter mentioned.

1. GUARANTOR hereby undertake and agree that if default shall be made byBIDDER/CONTRACTOR in performing any of the General Conditions of Contractof the bid, GUARANTOR do hereby irrevocably bind themselves and undertake topay the DPL on first demand in writing by DPL without protest or demur or proof orcondition and without reference to the BIDDER/CONTRACTOR, the said amountof Rs.16,000/-( Rupees Sixteen Thousand ) only

2. DPL will have the full liberty without reference to GUARANTOR and withoutaffecting this guarantee to postpone for any time or from time to time the exerciseof any of the powers and rights conferred on DPL under the bid with the saidBIDDER/CONTRACTOR and to enforce or to forbear from endorsing any powersor rights or by reason of time being given to the said BIDDER/CONTRACTORwhich under law relating to the sureties would but for provision have the effect ofreleasing the GUARANTOR.

3. DPL will have the right to recover the said sum of Rs.16,000/-( Rupees SixteenThousand ) only from GUARANTOR in manner aforesaid and such rights will notbe affected or suspended by reason of the fact that any dispute or disputes havebeen raised by the said BIDDER/ CONTRACTOR and or that any dispute ordisputes are pending before any officer, tribunal or court.

4. The guarantee herein contained shall not be determined or affected by theliquidation or winding up, dissolution or change of constitution or insolvency of thesaid M/s ____________________________

5. GUARANTOR'S liability under this guarantee is restricted to Rs.16,000/- (Rupees Sixteen Thousand ) only. This guarantee shall remain in force until(MINIMUM ONE YEAR) unless a demand under guarantee is made againstGUARANTOR all rights under the said guarantee shall be forfeited andGUARANTOR shall be relieved and discharged from all liabilities there under.

6. GUARANTOR have power to issue this guarantee in your favour underMemorandum and Articles of Association and the undersigned has full power to dounder the Power of Attorney dated __________________ granted to him by theBank.

Yoursfaithfully,

Name of The Bank by its Constituted Attorney

END