Вы находитесь на странице: 1из 24

Page 1 of 24

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED


(A Government of India Undertaking)
Administrative Building, Thal, Alibag 402 208. Maharashtra, INDIA
Phone: 02141-238016/238218 Fax: 02141-238071.
CIN: L24110MH1978GOI020185, Website: www.rcfltd.com

NOTICE INVITING E-TENDER FOR LINING UP OF CONTRACT FOR RETUBING OF BOOSTER


AFTER COOLER (E-4120) OF HWP AT PARTYS WORK.

TENDER NO. : TH/MES/SMD/16/D5-130A/159

DATED: 02/04/2016

Important Dates
Last Date & Time for downloading of Tender documents

18/04/2016 up to 10:30 Hrs.

Last Date & Time of Submission of e-Tender

18/04/2016 up to 10.30 Hrs.

Date & Time of Opening of e-Tenders


(Prequalification / Technical Bid)

18/04/2016 at

11.30 Hrs.

Website for Online bid Submission: http://eprocure.gov.in

KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED AGAINST THIS TENDER
x
Contacts:
1) RCF Helpline Number: 022-25522760 (10.00 a.m. to 5.00 p.m.)
2) Mr. S. S. Ukhalkar (Tel:+91 2141 238218), e-mail: thalmes@rcfltd.com
3) Mr. Sura Deogam (Tel:+91 2141 238218), e-mail: thalmes@rcfltd.com

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 2 of 24
THIS TENDER DOCUMENT CONTAINS:

Sr. No.

Documents

Item details

Pages

ANNEXURE I

Modalities & Special instructions for eTendering

3-4

ANNEXURE II

Instruction For Bidders

5-6

ANNEXURE III

Process Compliance Form

ANNEXURE IV

General terms and conditions

8-11

ANNEXURE V

Prequalification Criteria

12

ANNEXURE VI

Prequalification Checklist

13

ANNEXURE VII

Scope of Work

14-18

ANNEXURE VIII

Format for Technical Bid.

19-20

ANNEXURE IX

Vendor Update Form

21-22

10

ANNEXURE X

11

ANNEXURE XI

FORMAT- SOLVENCY CERTIFICATE


INSTRUCTIONS TO MSME VENDORS

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

23
24

Page 3 of 24

ANNEXURE- I
A. Modalities & Special instructions for e-Tendering:
The following steps noted below shall be the general methodology for carrying out the process of
procurement through the route of e-tendering:

1. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the

valid Certifying Authority approved by Government of India for participation in e-Tendering event
at the time of submission of offer. The cost of digital signature will be borne by respective
tenderer.

2. Offer against the NIT has to be submitted online on e-Tender website mentioned in the NIT with
valid digital signature certificate. The bidders shall be required to submit their offers in 2 separate
parts- (A) Technical & Un-priced Commercial Bid and (B) Price Bid.

3. Submission of on-line Bids / Offers electronically against E-tendering: All interested


bidders are requested to register themselves on www.eprocure.gov.in with their digital signature
certificate with the user ID for participation in the tender. Kindly refer bidders manual kit
available on bidders section on above mentioned website for details procedure for bid submission
or Bidders can take help of our Helpdesk Center (022-2552 2760) for registration and bid
submission procedures.

4. The Un-priced Technical Bids and Price Bid have to be submitted online only. However,

documents which necessarily have to be submitted in originals like EMD/NSIC certificate


instrument if applicable have to be submitted offline.

5. It is advised that the bidder uploads small sized documents (preferably up to 5 MB) at a time to

facilitate in easy uploading into e-tendering site. Standard documents required for tenders can be
uploaded in My space facility in your account.

6. The Technical & Un-priced Commercial Bid of the online offer, EMD if applicable, Prequalification details & Technical Bid, shall be opened as per the date and time mentioned in the
NIT.

7. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and
commercial acceptability including the pre-qualification criteria. The offers not fulfilling these
criteria as per the NIT shall be rejected outright.

8. The offer which meets the NIT requirements, technically (including pre-qualification criteria) and
commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of
all techno-commercially acceptable tenderers shall be at par.

9. Price bids shall be opened to participants who fulfill the pre-qualification criteria and techno-

commercial requirement of NIT. The offers will be evaluated as per the evaluation procedure
given in BOQ (Price Bid sheet). Please read instructions given below before submission of Price
Bid i.e. BOQ (spread sheet).

B.

INSTRUCTION FOR PRICE BID (BOQ) SUBMISSION

Please read following instructions before filling & submission of BOQ sheet.

1. Please note that e-procurement system accepts Microsoft Excel 97-2003 format only, any
modification in file format or changing name of file will results into non-acceptance of your offer
by e-Procurement System.

2. You are requested to submit your offer on FO.R. Thal Stores basis & for payment term 30
days credit as per NIT. Costs which are payable extra by RCF in addition to Basic price of
material should be clearly mentioned in respective white cells of BOQ sheet, blank fields/cells in
BOQ sheets will be treated as Included in basic rate of material.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 4 of 24

3. Kindly fill data in fields of BOQ Sheet as per following Instruction only:
Bidders Name: Kindly put complete name of bidding firm/company
Basic Price: Kindly put the Basic rate per unit e.g. Rs. 500 per Item in white cell in front of
each item you want to quote.
Service Tax: Kindly quote Service tax charges if payable extra on total basic rate of each
item, please quote in % of basic Rate. Example: for 14% Service Tax charges enter 14
in the field of Service Tax charges (do not enter % key in this field).
Packing & Forwarding: Kindly quote Packing and forwarding charges if payable extra on
total basic rate of each item, please quote in % of basic Rate. Example: for 2% P&F
charges enter 2 in the field of P&F charges (do not enter % key in this field)
Excise Duty: Kindly quote Excise Duty if payable extra on total basic rate of each item,
please quote Excise duty in % inclusive of Education & Higher Education cess. Excise
duty will be applicable on basic rate + Packing & forwarding charges. Example: for
12.36% excise duty enter 12.36 in the field of excise duty (Do not enter % key in this
field)
VAT: This field is applicable for suppliers supplying material within Maharashtra, kindly put
applicable rate of Maharashtra VAT in front of each item in % only e.g. 5% , 12.5% etc.
Please note that RCF considers VAT setoff during evaluation of your offer. Example: for
5% VAT enter 5 in the field of VAT (Do not enter % key in this field)
CST: This field is applicable for suppliers supplying material from outside Maharashtra against
form-C, kindly put applicable rate of CST against form-C in front of each item in % only
Example: for 2% CST enter 2 in the field of CST ( do not enter % key in this field)
Freight Charges: Please note that supplier will have to deliver the material up to RCF stores
(FOR RCF Stores basis) and all charges including Transportation, loading & unloading of
material shall be to suppliers account. If freight charges are payable extra on Basic rate
then put applicable freight charges as per above in front of each item in % only. If
material is to be delivered on to pay basis then mention door delivery charges
including loading & unloading charges in this field.
Insurance Charges: If insurance charges are payable extra to you (vendor) by RCF then put
insurance charges in % in this filed. If insurance is to RCFs account then put 1 (one)
in this field. Blank field will be considered as insurance charges are included in basic rate
of item.

4. Please note that lowest bidder (L1) will be decided based on Total Evaluated cost shown in
last column of sheet and total Landed cost is the amount payable to supplier.

5. Please save your BOQ sheet (Price bid) without changing name and format and
upload this completed BOQ sheet in Finance Envelope (Part-II).

6. For any queries and help please contact RCF Helpdesk Number-022-25522760 or
contacts given on first page of Tender documents.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 5 of 24

ANNEXURE-II
INSTRUCTION FOR BIDDERS
This is a Notice Inviting Tender (NIT) for LINING UP OF CONTRACT FOR RETUBING OF
BOOSTER AFTER COOLER (E-4120) OF HWP AT PARTYS WORKS as per the terms &
conditions stated hereinafter:
1.01

EARNEST MONEY DEPOSIT (EMD):- For Rs. 20,000/- is to be submitted as per


following instructions
Bidder has to submit Earnest Money Deposit (EMD) in form of Demand Draft from any
Nationalized Bank and Payable to RCF Ltd. at S. B. I. Thal Vaishet Branch, Code No.7289.
Please upload scanned copy of DD in packet as instructed below. Please ensure that original
DD will reach RCF Thal on below address before tender opening date.
To,
The Chief Manager.
Mechanical Engineering Services (MES)
Administrative Building, Thal,
Tal: Alibag
Maharashtra, INDIA
Pin: 402 208.
SSI units registered with N.S.I.C. for the tendered works is exempted from submitting EMD.
This is subject to the following:
a. SSI units should have been registered with NSIC for the tendered items
b. The monetary limit indicated in the NSIC registration certificate should cover the value
of items ordered.
c. Registration Certificate should be valid as on the date of order
If exempted from submission of EMD, then upload a valid certificate issued by
National Small Scale Industries Corporation (NSIC). And also ensure that the
copy of same will reach RCF Thal. On above address before tender opening date.
No interest is payable on EMD.

The EMD of unsuccessful tenderers will be refunded on finalization of order with the
successful tenderers.
1.02 e-Tendering Procedure: The service contract shall be carried out through submission of
online tenders only. No offer in physical form will be accepted and any such offer if received by
RCF will be outright rejected. Tender documents can be downloaded from our website
www.rcfltd.com or website of CPP Portal www.eprocure.gov.in. Bids are to be submitted on
website www.eprocure.gov.in.
Note: Terms & conditions / price clause mentioned below shall override the
respective term of the General Terms & Conditions (Annexure IV)
The bidders should have a valid digital signature certificate (Class-II or Class-III)
issued by any of the valid Certifying Authorities to participate in the online tender.
1.03 Cost of Bidding:
The bidder shall bear all costs associated with the preparation and submission of bid and
neither RCF nor its nominee/its consultants will be responsible or liable for these costs,
regardless of conduct or outcome of the bidding process.
1.04 Opening of Bids :
Unless otherwise specified, the bids will not be opened in presence of the bidders.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 6 of 24
1.05

Negotiations :
Normally, RCF may not conduct any negotiations. However, RCF reserves the right to conduct
negotiations, if the conditions so warrant.

A) BIDS SHOULD BE SUBMITTED AS PER FOLLOWING INSTRUCTIONS ONLY:


1.

PART-I TECHNOCOMMERCIAL POINTS:


PACKET-1 Scanned copy of DD or valid NSIC certificate certificate whichever is applicable
against EMD
PACKET-2 Scanned copy of self attested documents against Sr. No. 1 of Pre-qualification
(Annexure-V).
PACKET-3 Scanned copy of self attested documents against Sr. No. 2 of Pre-qualification
(Annexure-V).
PACKET-4 Scanned copy of self attested documents against Sr. No. 3 of Pre-qualification
(Annexure-V).
PACKET-5 Scanned copy of self attested documents against Sr. No. 4 of Pre-qualification
(Annexure-V).
PACKET-6 Scanned copy of self attested documents against Sr. No. 5 of Pre-qualification
(Annexure-V).
PACKET-7 Scanned copy of self attested documents against Sr. No. 6 of Pre-qualification
(Annexure-V).
PACKET-8 Scanned copy of Process compliance statement (i.e. Annexure-III) printed
on bidders letter head with duly signed by appropriate authority.
PACKET-9 Scanned copy of duly filled Prequalification Checklist (Annexure-VI) and
Technical Bid (Annexure-VIII).
PACKET-10 Scanned copy of self attested Annexure-IV, Annexure-VII.
PACKET-11 Scanned copy of duly filled Vendor Update Form (Annexure-IX)

2. PART-II: PRICED BID:Price Bid i.e. BOQ given with tender to be uploaded after filling all relevant information like
Basic Prices, taxes & duties. The priced BOQ should be uploaded strictly as per the format
available with the tender failing which the offer is liable for rejection (renaming or changing
format of BOQ sheet (file) will not be accepted by system)
Blank fields in uploaded BOQ sheet will indicate that the particular tax or duty is not
applicable (not payable by RCF). Evaluated Cost shown in last column of BOQ sheet is
the amount on which Lowest bidder will be decided.
Vendor should quote prices in BOQ only, offers indicating rates anywhere else
shall be liable for rejection.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 7 of 24

ANNEXURE - III
PROCESS COMPLIANCE FORM

(Tenderers are required to print this on their companys letter head and sign, stamp
before uploading in Packet-8)
To
M/s. RCF Ltd.
Attention :
Sub: Acceptance to the Process related Terms and Conditions for the eTendering
Dear Sir,
This has reference to the Terms & Conditions for e-Tendering mentioned in the NIT No.:
TH/MES/SMD/16/D5-130A/159 DT: 02/04/2016.

We hereby confirm the following


1) The undersigned is authorized representative of the company.
2) We have carefully gone through the NIT, Tender Documents and the Rules governing the etendering as well as this document.
3) We will honor the Bid submitted by us during the e-tendering.
4) We give undertaking that if any mistake occurs while submitting the bid from our side, we
will honor the same.
5) We are aware that if RCF has to carry out e-tender again due to our mistake, RCF has the
right to disqualify us for this tender.
6) We confirm that RCF shall not be liable & responsible in any manner whatsoever for my/our
failure to access & submit offer on the e-tendering site due to loss of internet connectivity,
electricity failure, virus attack, problems with the PC, digital signature certificate or any other
unforeseen circumstances etc. .

With regards
Signature with company seal
Name
Company / Organization
Designation within Company / Organization
E-mail Id:
Tel no:.
Mobile no. :

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 8 of 24

ANNEXURE - IV
GENERAL TERMS & CONDITIONS
1.0

DEFINITIONS
The terms repeatedly used shall mean as follows:

1.1

'Contract/work order' shall mean and include any award of work in writing with general terms
and conditions / special conditions of tender, enclosures, annexures and subsequent
amendments thereto.

1.2

'Contract Value' shall mean the total amount payable to contractor towards the jobs actually
executed by the contractor in accordance with the order issued to contractor by RCF.

1.3

'Contractor' shall mean the bidder whose bid has been accepted by the owner and shall include
contractors heirs, legal representative, successors and assigns.

1.4

'Date of contract' shall mean the date of issue of letter of intent or the date so mentioned in the
work order.

1.5

'Owner/RCF' shall mean and include the Rashtriya Chemicals & Fertilizers Ltd. having its
Registered Office at Priyadarshini, Eastern Express Highway, Bombay-400 022, their successors,
assigns or legal representative.

1.6

Guarantee/Warranty Period' shall mean the pacified period from the date of completion of work
(as certified by RCF Engineer) during which contractor shall rectify and remove all the defects
pointed out by RCF Engineer, free of cost.

1.7

Schedule of Rates' shall mean the bid rates of the contractor in respect of which the bid has
been accepted.

1.8

'Tenderer/Bidder' shall mean the person, firm or corporation who have submitted a tender / bid
against invitation to bids and shall include their legal representative, successors, and assigns. It
shall also include the successful tenderer whose bid has been accepted.

1.9

'Amendment order' shall mean an order given by RCF to effect additions, substitutions or
alterations in the work order.

1.10 'Work' shall mean and include all activities as specified under the scope of work such as
dismantling, fabrication, repair, machining, re-tubing, testing etc.
1.11 'RCF Engineer/Engineer In-charge' shall mean the engineer of RCF under whose instructions
the particular job is being executed or an engineer superior to him and shall include RCF's
representative or consultant/ if its representative appointed by RCF for this purpose.
2.0

SECURITY DEPOSIT (THIS CLAUSE IS APPLICABLE FOR CONTRACT VALUE ABOVE


10 LAKHS)
The successful bidder called the contractor shall be issued a letter of intent / work order. On
receipt of the work order, the contractor shall deposit within 15 days a sum equivalent to 10%
of the contract value towards Security deposit for faithful performance of the work or furnish a
bank guarantee from a nationalised bank in RCF pro-forma for equivalent amount and valid for
the contract period. The Security deposit /Bank guarantee shall be converted into performance
guarantee after completion of the work. This amount /Bank guarantee shall be returned after
the expiry of guarantee / warranty period.
If difference between quotes of L1 & L2 is more than 20% & provided there are three or more
techno-commercially bidders, on receipt of the Work Order the contractor shall deposit within
15 days a sum equivalent to 20% of the contract value towards Security Deposit.
In case of Annual Rate Contract and at the request of the contractor, RCF may consider
deduction of Security deposits at 10% / 20% from the Contractor's running Bills, if EMD
amount is available with RCF.
On submission of Security deposit the EMD of the contractor shall be returned.
No interest shall be payable by RCF on the Security deposit.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 9 of 24
3.0

FREE ISSUE OF MATERIAL:


When RCF's material is taken to contractor's workshop as free issue material, the contractor
shall furnish a Bank guarantee towards the cost of the material as decided by RCF. This BG
shall be returned after the receipt of material by RCF.
When the value of the material is small, the contractor shall give a personal bond for safe
return of the material.
All materials shall be issued at RCF's stores and further handling shall be in the scope of the
contractor.

4.0

WORK SCHEDULE:
On receipt of the work order, the contractor shall submit to RCF for approval, a detailed work
schedule showing all the activities for completion of the work as per the delivery period. The
work shall be completed as per this schedule approved by RCF.

5.0

INSPECTION:
The work at contractor's workshop may be inspected by RCF Engineer, RCF's authorised
representative or a third party inspection agency as per the requirement of RCF.

6.0

TRANSPORTATION:
To & fro transportation of all materials from RCF Thal to Contractor's workshop shall be the
responsibility of the contractor unless otherwise agreed by RCF. Transit insurance, payment of
octroi etc shall also be in the scope of the contractor.

7.0

TAXES & DUTIES:


All taxes, duties, octroi shall be borne by the contractor. When RCF agrees to reimburse such
charges in special cases, the same shall be against production of documentary evidence.

8.0

EXTRA WORK:
In case any extra work other than works specified in RCF's order arises, the same shall be done
after RCF's approval and issue of amendment to this effect. Payment for any extra work done
without prior approval of RCF, may not be released.

9.0

RETURN OF RCF'S MATERIAL:


When RCF's material is taken to contractor's workshop for repair work, the balance material
and the scrap generated from RCF's materials shall be returned to RCF along with the repaired
equipment.

10.0 PERFORMANCE GUARANTEE / WARRANTY:


The Contractor shall give guarantee / warranty for the materials used and the workmanship, for
a period of 12 months from the date of commissioning or 18 months from the date of receipt of
the repaired equipment by RCF, which ever is earlier. Any defect noticed during the guarantee
period shall be rectified by the contractor, free of cost. The contractor shall furnish performance
bank guarantee for 10% value of the contract and valid for the guarantee period or the security
deposit will be converted into performance guarantee, as the case may be.
No interest shall be payable by RCF on the performance guarantee
11.0

COMPLETION TIME:
The completion time shall be as specified in the scope of work. The completion time shall be
counted from the date of collection of material by the contractor from RCF. The contractor shall
arrange a bank guarantee towards free issue of materials within 15 days from the date of
receipt of L.O.I./Work order and collect the material within next 5 days. In case, the B.G. is not

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 10 of 24
submitted within 15 days and material not collected in next 5 days, the delivery period shall be
counted from the 21st day of receipt of L.O.I. / Work order by the contractor and not from the
date of collection of material by the contractor.
12.0 MUTUALLY AGREED DAMAGES:
Time is the essence of this contract and in case of non-performance or delay in delivery of the
repaired equipment by the contractor, liquidated damages at 1% of the contract value per
week or part thereof, subject to a maximum of 10% of the contract value, shall be levied.
13.0 TERMINATION OF CONTRACT:
RCF may terminate the contract for its convenience or at the default of the contractor. Payment
for the work completed at the time of termination of the contract shall be mutually settled.
14.0 PAYMENT TERMS:
100% payment shall be released within 30 days on completion of the entire work to the
satisfaction of RCF Engineer/third party inspection agency and after conversion of Security
deposit into performance guarantee.
In special cases where the payment of security deposit is waived off by RCF, 90% payment
shall be released on completion of the work and balance 10% shall be released on expiry of the
guarantee period, or submission of performance bank guarantee for equivalent amount and
valid for the guarantee period.
15.0 CONTRACT VALUE:
The contract value shall be computed as follows:
15.1 The total contract value shall be inclusive of all taxes, duties, octroi and remain firm without
any escalation till the entire work under the order is completed.
15.2 When the contract is awarded on unit rates basis, value of contract mentioned in the order
shall be indicative and payment shall be released depending upon the actual work executed.
However, the unit rates shall remain firm without any escalation, for the entire contract period.
15.3 RCF reserves the right to recover the amount due from the contractor on any account, from the
bills payable under this contract.
16.0 VALIDITY OF CONTRACT:
16.1 Normally, the contract shall be valid for a period of one year if not mentioned otherwise.
However, the validity may be for less than one year or the same may be extended at the
discretion of RCF.
17.0

SUB-CONTRACT:
The contractor shall not subcontract the job or part of it to any other agency without the
written permission of RCF. In case RCF permits to employ a subcontractor if found competent
and in the interest of the work, it shall not imply any limitation of contractor's liability to fulfil
the work order.

18.0

INCOME TAX DEDUCTION:


Income tax as per Income Tax Act shall be deducted from the contractor's bills and certificate
of 'Tax Deduction at Source' shall be furnished by RCF.

19.0 DISPUTES AND ARBITRATION:


In the event of any question, dispute or difference arising under this contract, the same shall
be referred to the sole arbitration of a person appointed to be the arbitrator by CMD, RCF. It

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 11 of 24
will be no objection that the arbitrator is in service of RCF that he had to deal with the matters
to which the contract relates or that in the course of his duties as an employee of RCF he had
expressed views on all or any of the matter in dispute or difference. The arbitrator shall give a
reasoned or speaking award. The award of the arbitrator shall be final and binding on the
parties to this contract. In the event of the arbitrator dying, neglecting or refusing to act or
resigning or being unable to act for any reason, it shall be lawful for the CMD, RCF to appoint
another arbitrator in place of out going arbitrator, in the manner aforesaid.
In the event of any dispute or difference between RCF and any other public sector undertaking
or between RCF and Govt. Dept., relating to the interpretation and application of the provisions
of the contract, such dispute or difference shall be referred by either party to the arbitration
machinery provided by the department of Public Enterprises.
20.0 FORCE MAJEURE:
The force majeure conditions are as follows:
20.1 Neither the contractor nor RCF shall be considered in default in the performance of their
obligations as per the contract, so long as such performance is prevented or delayed because
of strikes, war, hostilities revolution, civil commotion, epidemics, accidents, fire, cyclone, flood
or because of any law and order proclamation, regulation or ordinance of Government or
subdivision thereof or because of any act of God, provided it shall promptly, in any case not
later than 14 days of happening of the event, notify the other, the details of the force majeure
and the influence on its activities under the contract. The proof of existence of force majeure
shall be provided by the party claiming it, to the satisfaction of the other.
20.2 Should either party be prevented from fulfilling the obligation provided for in the contract by
the existence of cause of force majeure lasting continuously for a period exceeding 3 months,
then the parties shall consult immediately with each other with regard to the future
implementation of the contract.
20.3 In the event of indefinite delay, even if arising out of reasons due to force majeure, RCF shall
have the right at their discretion to cancel the order or part of the order without any liability on
their part to make any payment to the contractor, while serving the right to claim refund of any
payment if advanced or paid to the contractor.
21.0 APPLICABILITY OF TERMS & CONDITIONS:
The terms and conditions mentioned in the scope of work (Annexure VII) shall prevail over the
terms and conditions mentioned elsewhere in the NIT / Work order.
In case of contradiction in the specifications, more stringent of them shall prevail. The decision
of RCF Engineer shall be final in this regard and binding on the contractor.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 12 of 24

ANNEXURE-V
PREQUALIFICATION CRITERIA
The bidders shall submit following pre-qualification documents along with their offer in separate
Packets as per PART-I of Annexure-II:
1. Work Experience: Parties shall submit copies of previous executed work orders / purchase orders of re-tubing /
supply of heat exchanger with U tubes and in which the tube side design pressure is
minimum 70 kg/cm2 of following values.
Minimum value of work orders must be as follows:
a) At least one PO/ WO having value of Rs. 7,20,000/- minimum, in last seven years.
OR
b) At least two POs/ WOs having values of Rs. 4,50,000/- minimum, in last seven years.
OR
c) At least three POs/ WOs having values of Rs. 3,60,000/- minimum, in last seven
years.
(NOTE: Party must submit drawings of Heat exchangers clearly indicating Type of tube and
Tube side design pressure as supportive documents for submitted work orders if these details
are not clearly mentioned in submitted work orders).
2. Audited Average annual Financial Turnover during last three years should be atleast Rs.
3,00,000/- minimum including the year ending 31st March 15.
3. Solvency certificate issued after 01.10.2015 from the reputed bank for Rs. 3.60 Lakhs or
credit ratings from reputed institution such as CRISIL, ICRA etc., or Financial/Credit limits
from banks as on date etc.
4. Scanned copy of Excise/ Sales Tax/ VAT Registration Nos (TIN No.), PAN No., Service Tax
registration no., Service Tax code no., Service tax category name in words, Service tax
accounting code no.
5. Ownership of company with name, addresses and telephone nos of proprietors/
partners/directors.
6. Copy of Partnership deed /proprietorship/ Memorandum of article of association.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 13 of 24

ANNEXURE-VI
CHECK LIST TO BE FILLED & SUBMITTED BY THE PARTY AS PER
PREQUALIFICATION CRITERIA

The bidder has to furnish the details of WO/PO copies submitted as per prequalification criteria (Annexure-V)
.

PO/WO. & Date

As per PQ
criteria a) of
point 01 of
Annexure-V

PO/WO value

Name of
Issued
Organization

Straight Tube /
Details of U
U Tube.
Tube side
(Specify)
design pressure
in kg/cm2

1)

OR
1)

As per PQ
criteria b) of
point 01 of
Annexure-V

2)

OR
1)

As per PQ
criteria C) of
point 01 of
Annexure-V

2)

3)

Signature and stamped of party.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 14 of 24

ANNEXURE-VII
SCOPE OF WORK
SCOPE OF WORK FOR RETUBING OF BOOSTER GAS COOLER (E-4120) WITH CARBON
STEEL
I.

SPECIFICATIONS OF BOOSTER GAS COOLER:


SHELL SIDE
Design Code

TEMA Class R (1988)+Errata1990,91&


ASME Sec. VIII Div.1, 1998+A98

Design Pressure (kg/cm2 G)

10

285

Design Temp. ( C )
Hydrotest Press. (kg/cm2 G)

100
15

100
427.5

Fluid Circulated
No. of Passes
Weight of Exchanger (Empty)

Cooling Water
1
9,800 kgs.

Synthesis Gas
2

Weight of tube Bundle


Total Length of Exchanger
Tube-sheet
Shell
Tubes

8,300 kgs.
6,194 mm.
Channel type. Material : SA266Gr.2, Thk.: 185 mm
725 mm ID, 10 mm thk. Material:SA 515 Gr. 60.
242 Nos. U-tubes. Material : SA210 Gr.A1
OD 19.0 mm x 2.8 mm thk x 4814 mm straight length

II.

TUBE SIDE

SCOPE OF WORK:
The detailed scope of work for the re-tubing of Booster Compressor After cooler at Contractors
workshop is as under but not limited to the following:
1. Removal of old tube bundle from shell and removal of old tubes from tube-sheet. Utmost care
is to be taken while removing welded diaphragm, as same diaphragm is to be reused. Some
of the U-tubes have been plugged in this exchanger. Before removing these plugged tubes,
hole of suitable size is to be drilled on both the sides of U-tube with proper safety precautions
and to be purged with Nitrogen or Air to flush out an entrapped fluid, if any. Utmost care is
to be taken while working on tube-sheet, as the same tube-sheet is to be retrieved and
reweld. Tube hole groove of 4.0 mm radius is to be made on tube-sheet for each tube hole
on channel side for tube to tube-sheet strength weld joint. The holes shall be reamed for
proper surface finish. Inspection of 100% tube holes shall be carried out by using Go/No Go
gauges by TPI.
2. Tube bundle assembly shall be made with new U-tubes, baffles, tie rods, spacers, sealing
strips, support plate, strip baffles etc. All the above items shall be procured by the party.
Party shall get approved from RCF/DAE for the names of the suppliers of U-tubes. Baffle OD
shall be decided based on the clearance required as per TEMA code, after measuring actual
ID of the shell. Machining of new baffles with correct OD and tube hole drilling as per TEMA
code for proper assembly. Party shall study and design modification of impingement plate
and baffle plate, to increase cooling water flow by 25%.
3. Material for new tubes is ASTM A-210 Gr.A1. Party shall submit all test reports of tubes as per
code. All tubes as procured and/or U-tube manufactured shall be cold drawn, seamless and
tested with approved procedure/ acceptance criteria as per code. Tubes shall be procured
under TPI (M/s LRA/BV) inspection. However, following tests shall be carried out on U-tubes:

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 15 of 24
A. Tolerances on tube dimensions shall be as per ASTM A-450 and for U bend dimension
variations shall be as per ASTM A-556, clause 9.2, Fig. 1
B. All U-tubes shall be DP checked at bent portion.
C. Four nos. tube pieces are to be bend to match the bend radii of inner most four rows
tube pieces. After heat treatment these bend pieces are to be cut & hardness is to be
checked on these cut sections at middle of the wall thickness. The metallography
reports of these cut sections are to be submitted. The hardness & metallography
reports should match with the original material.
D. All tubes shall be eddy current tested.
E. Hydraulic testing of each tube shall be done as per the ASME code but not less than
427.5 Kg/cm2, after bending.
F. Untested portion of tubes ends shall be chopped up after eddy current testing &
hydro-testing. Party shall keep necessary additional tube length as required for
above.
G. UT on bend portion is difficult; hence minimum thickness shall be ascertained by
sectioning the mock up of smallest radius.
H. After bending the ovality should be checked. Maximum variation of 10% in diameter
is allowed.
Ovality = (O Dmax.- O Dmin.) / O Dnom.
4. The other new materials to be used shall be as per attached drawing Nos. 1005490 &
2022335.
5. Tube to tube-sheet joint shall be strength welded and shall be DP checked for each pass.
However, prior to start of welding, contractor shall carry out mock up test to ensure that
welding provided qualifies for Full Strength of tube and is free from any injurious defects.
As a part of QA program, contractor shall undertake production test coupons at the end of
each shift of welding operation and the same shall be preserved for inspection & testing, if
required. Expansion of tubes shall be of length 50 mm, leaving 132 mm unexpanded from
front and 3 mm unexpanded from back of tube sheet. Thinning of tubes at expanded portion
shall be 2-3% (light expansion). Rolling parameters for expansion of tubes shall be finalized
on a mock up test.
6. Contractor shall arrange to qualify the Welders for welding tube to tube-sheet joint in the
actual position.
7. Tube to tube-sheet joints shall be Helium leak tested after final expansion. Party shall submit
Helium leak testing procedure along with the details of their equipment. The acceptable
leakage rate for the above test shall be as given below:
Gross leakage
: 1 x 10-6 cc/sec.
Individual leakage : 1 x 10-7 cc/sec.
Calibration
: 1 x 10-8 cc/sec.
8. After Helium leak test, exchanger shall be hydro-tested on shell side at the pressure of 15.0
kg/cm2. After shell side hydrotest, diaphragm is to be welded to channel and channel cover to
be boxed up. Open tube bundle hydro-test shall be carried out at 427.5 kg/cm 2. Shell and all
the tubes shall be dried thoroughly by hot air and Nitrogen after hydrotest. Suitable corrosion
inhibitors like Sodium Nitrate shall be added in the water during hydrotest.
9. Prior to open tube bundle hydrotest, diaphragm to channel weld joint shall be thoroughly DP
tested
10. Threads of all fasteners shall be coated with anti-seize compound Molycote 1000.
11. After scrapping down the old paint and loose rust, two coat of primer and two coat of Zinc
rich epoxy paint shall be applied on all outside exposed surfaces.
12. Repaired exchanger shall be dispatched to RCF with Nitrogen gas on shell side as well as tube
side at the pressure of 0.8 kg/cm2 with pressure gauges.
13. RCF/DAE Engineers shall carry out stage wise inspection upon information by the contractor
about progress of the job. Contractor shall incorporate Inter-stage repair checkpoints as per
quality assurance plan requirement and submit reports to RCF before starting next stage job.
Notwithstanding the above, Third Party Inspection for materials and fabrication shall be
carried out by TPI (M/s LRA/BV). The inspection records & final release note of TPI

shall accompany the completed exchanger.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 16 of 24
14. Time being the essence of the contract; all efforts shall be made by the contractor to
expedite the repairs. The party with time schedule shall submit detailed activity bar chart for
the complete job. Party shall submit progress report of the job every month.
15. The technical specifications for Booster after cooler are as mentioned above However, party
should get approved fabrication drawing of the exchanger from RCF/DAE before
commencement of retubing work.
16. The party shall dispose off the removed scrap tubes, baffles, tie rods etc. and the value of
such scrap material shall be taken into account while submitting the price bid.
17. Detailed drawings for this job shall be sent by the party for approval of RCF within two weeks
after getting the work order. The same shall be approved by RCF within one week. QAP shall
be submitted within one month for approval of M/s RCF
18. In case of dispute in interpretation of drawings etc., RCF/ DAE engineer's decision shall be
final and binding & will overruling over any other agencies involved in the job.
19. Loading and unloading of exchanger in presence of contractors representative at RCF,
Thal site shall be in the scope of RCF. While loading and unloading of exchanger at
contractors site is in the scope of the Party.
20. Octroi duty exemption certificate shall be given by RCF.
21. All test blinds, caps, fasteners and gaskets will be supplied by the RCF.
22. The FIM value of this exchanger is Rs. 5,00,000/-. The successful bidder shall, after
placement of work order give a bank guarantee (for taking FIM) for this amount from
nationalized bank in RCF pro-forma, valid for the delivery period & additional claim period of
three months. This is in addition to the Performance BG to be given for re-tubed exchanger
as detailed else were.
23. To & fro transport arrangement & charges are in partys scope.
24. The transit insurance is in RCFs scope. Party shall intimate the dispatch details

immediately upon the loading up of the equipment on the transport vechile.

25. The third party scope is as follows.


A. The raw material i.e. tube material inspection, like MTC, dimensional checks,
chemical tests, physical tests. Physical tests shall include hardness test, flare test,
flattening test, tensile test, yield test, % elongation test, bend test, % thinning test
at U bends.
B. The Eddy current test set up certification & 10 % tubes Eddy Current Testing is to be
witnessed.
C. The Hydro test set up certification & 10 % U tubes hydro test is to be witnessed.
D. Tube sheet inspection including baffle plates inspection.
E. WPS, PQR approvals, tube to tube sheet weld joint.
F. Witness of helium leak test.
G. Tube expansion inspection.
H. Witness of hydro test of shell & tube side.
I. Final dispatch certificate (Release Note)
26. The party shall arrange transportation of exchanger for retubing job within one
week from intimation (telephonic/Email) from RCF.
27. COMPLETION TIME: 5 Months (Five months) from date of placement of Work
Order.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 17 of 24

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 18 of 24

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 19 of 24

ANNEXURE- VIII
TECHNICAL BID
(Note: Bidder has to confirm their acceptance in given sheet and for technical evaluation, this
Annexure to be submitted in Technical bid (Packet 10).
NAME OF BIDDER:
Sr.

Short Text

EMD / Valid NSIC certificate /MSME Part-II Order submitted

Noted, Agreed and accepted all terms and conditions of


Modalities & Special instructions for e-Tendering. ANNEXURE I

Bidder Confirmation
( Please put in
front of confirmation )

Deviation
if Any

YES/NO

Specify

Noted, Agreed and accepted all terms and conditions of


Instruction For Bidders ANNEXURE II

Noted, Agreed and accepted all terms and conditions of


General terms and conditions ANNEXURE IV

Noted, Agreed and accepted all terms and conditions of


Scope of Work ANNEXURE VII

Agreed Validity of offers is 90 days.

Noted, Agreed and accepted Security Deposit clause no. 2.0


of General Terms and Conditions Annexure-IV

Noted, Agreed and accepted Performance Guarantee clause


no. 10.0 of General Terms and Conditions Annexure-IV

Noted, Agreed and accepted Mutually Agreed Damage


Clause 12.0 of General terms and conditions ANNEXURE IV

10

Noted, Agreed and accepted Payment terms clause no: 14.0


of General terms and conditions ANNEXURE IV

11

If terms mentioned in ANNEXURE VII are contradicting with the


terms and conditions mentioned in General Terms and Conditions
ANNEXURE IV then terms and conditions mentioned in ANNEXURE
VII shall prevail.

12

Agreed that Tax Invoice shall be submitted during billing.

13

Agreed to submit Bank Guarantee for FIM value


(Rs. 5,00,000/-) as mentioned in clause 22 of Annexure-VII

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 20 of 24

14

Agreed for job completion time of 5 months from the date of


placement of work order as per clause 27 of Annexure-VII

15

Transit Insurance shall be in RCF scope. However party shall


immediately intimate the dispatch details to our lead insurance
company directly with the copy of the same to RCF - Agreed

16

Agreed that the loading & unloading of the equipment at RCF Thal
site shall be done in the presence of contractors
representative.

17

Detailed drawings for this job shall be sent by the party for approval
of RCF within two weeks after getting the work order.

18

QAP shall be submitted, for approval, within one month -Agreed

19

On receipt of work-order party shall submit the status and


progress of the job every month without any delay - Agreed

20

Confirmed that site was visited before quoting.

21

Pre-Qualification documents as mentioned at


Annexure-V are submitted

YES/NO

22

Details of submitted work order/purchase order in checklist format


of prequalification document submitted (Annexure-VI).

YES/NO

23

Is any officers of RCF are related to you? if yes declare the names
of the officers related to you.

YES/NO

24

Is your firm/company has been banned and de-listed by any


Government Department/ Financial Institution/ Court of Law/other
Central or State level PSUs?

YES/NO

25

Separate deviation list if any submitted.

YES/NO

26

Registered under micro, small, medium enterprises development act


Yes/No, please mention category in which registered

YES/NO

27

PAN NO

28

SERVICE TAX registration no.

29

Service Tax category (in words)

30

Service Tax Accounting Code No.

31

VAT/TIN Registration No.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Name if
Yes.

Page 21 of 24

ANNEXURE IX
VENDOR DATA UPDATION FORM
Both New Vendors and Existing Venders may please note that details listed below are required and will used for making all
payments POs / WOs, refund of EMDs / SDs, forwarding the details of payments by email, issue of TDS certificates, Works
Contract TDS Certificate, C Form for CST purchases etc.

Vendors registered with RCF and currently receiving payment through Direct Bank Credit need to indicate only the RCF
Vendor code and may not fill and furnish the other details again, if all the details as above are already furnished to RCF
earlier and available in RCF SAP Vendor Master.
Sr.
No
I

II

III

Title
NAME

ADDRESS

SUPPLY
STATE

Sub Titles
Title (Whether Company / M/s /
Mr / Mrs / etc.)
Name ( As it appears on the
Bank Cheque)
Type (Whether for Purchases or
Services)
RCF Vendor Code
( for existing RCF Vendors)
RCF Vendor Code
( for new Vendors, RCF will
create and fill)
House/ bldg. Number
Street
Street
City / Postal Code
District / State
Country
Region Code
District / State (If the state from
which supplies are going to be
made is different from the State
given above, then specify the
Place / State for C- forms.)

Purpose to be used for

*
will be filled by RCF

will be filled by RCF

*
*
*
*
*
will be filled by RCF

To be given, if applicable.

Other Region Code


IV
V
VI

VII

REGISTRA
TION
NUMBER
BIDDER
TYPE
COMPANY
DETAILS

COMMUNI
CATION

will be filled by RCF

Company registration number

India / Foreign

Company's Establishment Year

Company's Nature of Business

Company's Legal Status:


Limited company / Undertaking
/ Joint venture / Partnership /
Others

Contact person

Telephone incl. ext.


Mobile Phone
Fax
Email
Date Of Birth (DD/MM/YYYY)
Standard communication

STD Code

Tel No

STD Code

Tel No

Extn

*
*
*
by email only
Signature
..

Place
Date

Common Seal

Name
Designation

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 22 of 24

VIII

ACCOUNT
CONTROL

If also a RCF's Customer?

Yes / No

Group Key
IX

TAX
INFORMAT
ION

will be filled by RCF

CST Reg NO. for C forms


LST No. ( Local VAT REG
NO)
Service Tax Reg. No.
Excise Reg. No.
PAN NO.

XI

DETAILS
OF BANK

REFERENC
E DATA

Bank Key

will be filled by RCF

Bank Account No. of Vendor


Name of Bank
Name of Branch
Bank IFSC Code
Bank Branch Code (Only for
SBI accounts)
Bank Address
Bank City
9 Digit code appearing on
MICR cheque
Telephone No. of Bank
Fax No. of Bank
Type of Account (for SB A/c=10,
Current A/c=11 or CC=13 )
Region
Industry (whether psu, air force,
military, Govt, others)
Micro / SSI Status (Whether
Micro , Small, Medium
Enterprise under Micro , Small
and Medium Enterprises
Development Act, 2006)
Ancillary unit
Proprietor of MSEs is from SC
/ ST category

1
2
3
4
5

Place
Date

*
*
*
*

*
*
*
STD Code
STD Code

Tel No
Fax No.

Extn

*
will be filled by RCF
*

For new
vendors :
It is mandatory ( Compulsory) to fill relevant data for item marked " * "
Enclose a blank cheque / a photocopy of the cheque.
Enclose a photocopy of Pass Book first page containing name and address of Account Holder
We hereby authorise RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of which are given above.
We hereby authorise RCF Ltd to deduct bank charges applicable for such Direct Bank Payments

Signature

Common Seal

Name

Designation

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 23 of 24
ANNEXURE -X
(FORMAT FOR SOLVENCY CERTIFICATE)
( on Banks Letter Head )
______________________________________________________________________
REF NO:
DATE:,,,,,,,,,

To Whomsoever Concerned
This is to certify that to the best of our knowledge and information, M/s ___________________________
(Bidders name with complete address), a customer of our Bank, is respectable, and is capable of
executing orders to the extent of Rs_________ (Rupees________________________). M/s _________________
have been our customer since ______ to date and has been granted the following limits, at present,
against various facilities granted by the Bank:
..
...
This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any of its
officials.

This certificate is issued at the specific request of the customer.

Yours faithfully,
(Bank Officials signature & stamp)

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Page 24 of 24

INSTRUCTIONS TO MSME VENDORS

ANNEXURE-XI

BENEFITS TO MICRO AND SMALL ENTERPRISES


With reference to the Order of the Ministry of MSME , under the Public Procurement Policy March 2012 , Micro and
Small
Enterprises shall be entitled for benefits, subject to terms and conditions, as under:
a) Qualifying Criteria for MSEs, SC/ST vendors:
i. MSE bidders must submit registration certificates from any of the following (or any other body specified by the
Ministry of MSME) :
National Small Industries Corporation (NSIC)
District Industries Centres (DIC)
Coir Board
Khadi and Village Industries Commission (KVIC)
Khadi and Village Industries Board (KVIB)
Directorate of Handicrafts and Handloom
ii. SC/ST owned enterprises (i.e. SC/ST proprietorship, or holding minimum 51% shares in case of Partnership/Private
Limited Companies) shall additionally submit relevant SC/ST certificates issued by any of the following:
District/Additional District Magistrate /Collector/Deputy Commissioner/ Additional Deputy
Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/Sub-divisional Magistrate / Taluka
Magistrate / Executive Magistrate/ Extra Assistant Commissioner
Chief Presidency magistrate /Additional Chief Presidency magistrate /Presidency magistrate
Revenue Officer not below the rank of Tehsildar
Sub-divisional Officer of the area where the individual and/or his family normally resides
iii. The registration shall be valid as on date of placement of order. A self- attested photocopy of the relevant
certificate shall be submitted as a support document.
iv. The registration must be for the items/category of items /services relevant to the tendered items/category of
Items/services.
(b) Purchase Preference for MSE :
In tenders, where the L1 (evaluated price) bidder is a non-MSE, up to 20% of the tendered quantity shall be allowed to
be supplied by participating MSEs provided that the tendered quantity is divisible into two or more orders and adequate
for the purpose; all qualifying bidders have agreed for acceptance of part-order quantity and participating MSE
matches the L1 rate.
A share of 4% out of this 20% shall be allowed to be supplied by participating MSEs owned by Scheduled
Cast/Scheduled
Tribe entrepreneurs. In the case of an SC/ST owned MSE failing to participate in the tender or not meeting the tender
requirements, this 4% sub-target shall be met by other participating MSEs . The above shall be subject to that the
participating MSE (including SC/ST) bidders shall have quoted a price within +15% of the L1 bid price and further that
they shall agree to match their quoted price with the L1 price.
In case that two or more MSEs are within the L1 +15% band, all such MSEs will be offered the opportunity to match the
L1 rate and 20% of the order will be shared equally by them.
Where the MSE is SC/ST owned, they shall be exclusively awarded a share of 4% of the above 20% in addition to
equally
sharing the balance 16% with other non-SC/ST MSEs .
In case of more than one SC/ST MSE matching the L1 price, they shall equally share 4% of the order, and additionally
share the balance 16% with other non-SC/ST MSE bidders.
(c) Exemption from Earnest Money Deposit (EMD)/ Tender cost and Security Deposit (SD) for MSE:
i) Tenders shall be provided free of cost and tender documents are downloadable from the websites of RCF
(http://www.rcfltd.com) and the Central Public Procurement (CPP) Portal (http://www.eprocure.gov.in/epublish/app)
or can be obtained from the Office of Dy. General Manager (Purchase)/ Dy. General Manager Commercial ).
ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.
iii) Additionally, MSEs registered with NSIC shall be exempt from paying Security Deposit up to the monetary limit
mentioned in the certificate.

TH/MES/SMD/16/ D5-130A/159

Dtd 02/04/2016

Вам также может понравиться