Вы находитесь на странице: 1из 16

South Eastern Coalfields Limited

(A Mini Ratna Company)


Contract Management Cell, STD: 07752
SECL Bhawan, Seepat Road, Phone: 246328
Fax: 246458
Bilaspur (Chhattisgarh), Pin: 495006.
NIT No.SECL/BSP/CMC/e-Tender/EM/HQ/KSM/153 Date:16.01.2017
e-TENDER NOTICE
1. Digitally signed and encrypted e-Tenders are invited under Two Parts (Three Covers) system on the
e-procurement portal of Coal India Limited (https://coalindiatenders.nic.in) from the reputed and
experienced contractors for the following work:

Description of work Location Estimated Value Earnest Period of


(Updated Cost) Money Completion
(In Rs.) (In Rs.) (in Days)
Planning, Design, Engineering, Kusmunda 38,95,80,072.00 38,95,800.00 540
Construction, Fabrication, Supply, Area
Erection, Trial Run and Commissioning of
a) 2x16 MVA, 33/6.6 kV, and 2x6.3 MVA ,
33/6.63.3 kV 2 nos. substations b)
2x16 MVA, 33/6.6 kV, - 1 no. substation
which includes all the electrical outdoor
and indoor equipment, earthing system,
Lightning protection system, Lighting
System, Signalling and Control System,
Fire Fighting System, Structural and Civil
works, Drinking water Supply system etc.
on Turnkey basis at Kusmunda OCP
Expansion.

Note : (i). There is No APPLICATION FEE.


(ii). Availability of CENVAT Credit to SECL :Cenvat Credit Availableto SECL.
(iii).The bid documents will be available on the website https://www.coalindiatenders.nic.in and can be
downloaded by the bidder up to the bid submission end date. The details of the tender will be
mirrored on the Central Public Procurement Portal (CPP) of Govt. of India (http://eprocure.gov.in)

2. Time Schedule of Tender


SL. No. Particulars Date Time
a. Tender e-Publication date 19.1.2017 18.55 Hrs
b. Document download start date 19.1.2017 18.55 Hrs
c. Document download end date 28.2.2017 17.00 Hrs
d. Bid Submission start date 4.2.2017 10.00 Hrs
e. Bid submission end date 28.2.2017 17.00 Hrs
f. Start date for seeking Clarification on-line 20.1.2017 10.00 Hrs
g. Last date for seeking Clarification on-line 21.2.2017 17.00 Hrs
h. Date of Pre-bid Meeting 3.2.2017 11.00 Hrs
i. Date of Bid Opening [Cover-I (Commercial-bid) Cover-I I (Technical- 2.3.2017 11.00 Hrs
bid) and Cover-III (Price-bid)]
j. Start date of Reverse Auction Reverse Auction will start on
the same date of Bid
Opening from 1.00PM
3. Deposit of EMD :

The Bidder will have to make payment of EMD through Online mode only.

The bidders have to make payment of EMD either through Net-banking from designated Banks or
through NEFT/RTGS from any scheduled Bank. In case of payment through Net-banking the money
will be immediately transferred to SECLs designated Account. In case of payment through
NEFT/RTGS the bidder will have to make payment as per the Challan generated by system on e-
Procurement portal. Bidder will be allowed by the system to submit the bid only when the EMD is
successfully received in SECLs account and the information flows from Banks Server to e-
Procurement portal.

4. Pre-bid Meeting :The pre-bid meeting shall be held in the office of Tender Inviting Authority on
the scheduled date & time, if specified online. Non-attendance of pre-bid meeting will not be a
cause for disqualification of the bidder and it shall be presumed that the bidder does not require any
clarification. The purpose of the pre-bid meeting will be to clarify issues.

5. Seeking Online Clarification by bidder : The bidder may seek clarification online within the specified
period. The identity of the Bidder will not be disclosed by the system. The department will clarify as
far as possible the relevant queries of bidders. The clarifications given by department will be visible
to all the bidders intending to participate in that tender.

6. Eligibility Criteria:-
A. Work Experience:

(i) The Intending tenderer must have in its name as a prime contractor experience of having
successfully completed similar turnkey works during last 07 (Seven) years, ending last day of month
previous to the one in which bid applications are invited (i.e. eligibility period) should be any of the
following :

Three similar completed works each costing not less than the amount equal to 40% of the
estimated cost put to tender.
Or
Two similar completed works each costing not less than the amount equal to 50% of the estimated
cost put to tender.
Or
One similar completed work costing not less than the amount equal to 80% of the estimated cost
put to tender.

Definition of Similar Work : Design, Supply, Erection, Construction, Installation, testing


and commissioning of 33KV or above Sub-Stations
Experience for those works only shall be considered for evaluation purposes, which match eligibility
requirement stipulated above, on or before the last day of month previous to one in which tender
has been invited (e-Publication date of NIT i.e. date of publication of NIT on e-Procurement portal,
https://coalindiatenders.nic.in). The experience of incomplete/ongoing works as on last date of
eligibility period will not be considered for evaluation. If the referred work includes construction as
well as maintenance after construction, the experience of such work may be considered as
acceptable if the construction part is completed as on the last date of eligibility period, even if
maintenance work is ongoing, and the certificate issued clearly stipulates the same .
In all the above cases, while considering the value of completed works, the full value of completed
work be considered whether or not the date of commencement is within the said 7(seven) years
period.
Cost of previous completed works shall be given a simple weightage of 5% per year to bring them
at current price level, while evaluating the qualification requirement of the bidder. Such weightage
shall be considered after end date of completion. Updating will be considered for full or part of the
year (total no. of days / 365) i.e. considering 365 days in a year, till the last day of month previous
to one in which bid has been invited (e-Publication date of NIT i.e. date of publication of NIT on e-
Procurement portal, https://coalindiatenders.nic.in).

In case the bidder is not a prime contractor, but a sub-contractor, the bidders experience as sub-
contractor will be taken into account, against suitable document that the contract in support of
qualification is a sub-contract in compliance with the provision of such sub-contracts in the original
contract awarded to prime contractor. The document may be issued by owner/Govt. department
on behalf of the owner.
For work experience bidders are required to submit Satisfactory Work Completion Certificate
indicating actual value of work done and actual period of execution, issued by the employer against
the Experience of similar work containing all the information as sought online. In case of Sub-
contractor suitable document as per provisionof eligibility, if applicable.
Work order, BOQ and/or TDS may be sought during clarification or along with deficient documents.

The above qualification criteria shall be fulfilled by Joint Venture in the following manner :
The qualifying criteria parameter e.g. experience of the individual partners of the J.V will be as
deliberated hereinafter towards fulfillment of qualification criteria related to experience.

a) In case of completion of single work of similar nature costing, not less than the amount equal
to80% of the estimated cost put to tender :
Any of the JV partner shall have the experience of having completed successfully a single work
of similar nature equal to 80% of the estimated cost put to tender.
Or
b) In case of completion of two works of similar nature each costing not less than the amount
equal to 50%of the estimated cost put to tender :
i) Any one partner can match the above requirement.
Or
ii) At least two partners should each have completed at least one work of similar nature each
costing not less than the amount equal to 50% of the estimated cost put to tender.
Or
c) In case of completion of three works of similar nature, each costing not less than the amount
equal 40% of the estimated cost put to tender:-
i) Any one partner can match the above requirement.
Or
ii) Any two partners shall match the above requirement through completion of at least one work
of similar nature each costing not less than the amount equal 40% of the estimated cost put to
tender:
Or
iii) All the three partners shall match the above requirement through completion of at least one
work of similar nature each costing not less than the amount equal 40% of the estimated cost
put to tender.

However, during fulfillment of any of the above criteria one of the partners, who is the lead
partner, shall have :-
i) More than 50 (fifty) % share in J.V.
and
ii) Experience of having completed successfully a single work of similar nature equal to at least
40% of estimated cost put to tender
In respect of the above eligibility criteria the bidders are required to furnish the following information
on-line:
i) Name of work for each experience
ii) Work order Number /Agreement Number of each experience
iii) Name & address of Employer/Work Order Issuing authority of each experience
iv) Percentage (%) share of each experience (100% in case of an Individual/ proprietorship firm or
a partner in a partnership firm or an entity registered as company under companies act 1956
and the actual % of share in case of a Joint Venture).
v) Executed Value of work against each experience
vi) Start date & end date of each experience

Note :In case the bidder is a Joint Venture, work experience of any of the partners of JV may be
furnished as the work experience of the bidder.

Note: Foreign bidders may also participate through Joint Venture(JV).


The experience towards overseas jobs, if submitted, should be vetted/endorsed by the
relevant* Embassy/High Commission concerned, towards authenticity of document.
(*relevant Embassy/High Commission means the embassy/High Commission in INDIA of
the country where the bidder has executed the said work or country of origin of the
bidder)

B. Financial Turnover
Average annual financial turnover during the last 3(three) years, ending 31st March of the previous
financial year should be at least 30% of the estimated cost put to tender.
(The Previous financial year shall be computed with respect to the e-Publication date of NIT i.e.
2015-16, 2014-15 & 2013-14)

The intending bidder must submit the FinancialTurnover certificates issued by a Practicing
Chartered Accountant having a membership number with Institute of Chartered Accountants of
India containing the information as furnished by bidder on- line.

Note: The foreign bidders should submit Financial Turnover certificate based on IFRS
(International Financial Reporting Standards) accounting standard certified by a local
practicing public accountant/audit firm duly vetted/endorsed by the relevant*
Embassy/High Commission concerned, towards authenticity of document. ( *relevant
Embassy/High Commission means the embassy/High Commission in INDIA of the country
where the bidder has obtained Turnover certificate or country of origin of the bidder)

The qualifying criteria parameter e.g. financial resources (Turnover) of the individual partners of
the J.V. will be added together, for the relevant financial year, and the total should not be less than
as spelt out above.

Financial turnover shall be given a simple weightage of 5% per year to bring them at current price
level, while evaluating the qualification requirement of the bidder. Such weightage shall be
considered from the end date of financial year. Updating will be considered for full or part of the
year(total no. of days / 365) i.e. considering 365 days in a year, till the last day of month previous to
one in which bid has been invited (e-Publication date of NIT i.e. date of publication of NIT on e-
Procurement portal, https://coalindiatenders.nic.in).

In respect of the above eligibility criteria the bidders are required to furnish the following information on-line:
i) Annual turnover of each of the last 3 years ending 31st March of the previous financial year.
ii) Name of the Chartered Accountant issuing the Profit and Loss A/c or the Turnover certificate.
iii) Membership Number of the CA
iv) Date of issue of financial Turnover certificate
Note :
a) In case the bidder is a Joint Venture, the turnover of the individual partners of the JV will be added
together for each financial year and is to be furnished as the turnover of the bidder for that particular
financial year.
b) In case of JV, if financial turnover of all the partners is not submitted the system will not disqualify the
JV and instead shall consider assuming a value of zero for partner/partners who has/have not
submitted the financial turnover certificate.
c) If the bidder does not submit turnover value and certificate for any year out of the three years, system
will not disqualify him and instead shall consider all three years for computing the average by assuming
a value of zero for the year(s) for which no information is given by the bidder.

C. Working Capital
The bidder must produce the evidence of adequacy of a minimum working capital, 20% of the
estimated cost of the work.

The intending bidder must submit Bankers Certificate from any Scheduled Bank regarding availability
of access to credit (issued within 3 months prior to the end date of submission of Bid) to meet the
requirement of Working Capital.

Note : The foreign bidders should submit Bankers Certificate regarding availability of access to
credit (issued within 3 months prior to the end date of submission of Bid)duly
vetted/endorsed by relevant* Embassy/High Commission concerned, towards authenticity
of document to meet the requirement of working capital. ( *Relevant Embassy/High
Commission means the embassy/High Commission in INDIA of the country where the
bidder has obtained Turnover certificate or country of origin of the bidder)

In respect of the above eligibility criteria the bidders are required to furnish the following information
on-line:

Confirmation in the form of YES/NO regarding possessing of Bankers Certificate (Scheduled Bank)
regarding availability of access to credit (issued within 3 months prior to date of submission of Bid) for
a minimum working capital of 20% of the estimated cost of the work.

Note :
a) In case the bidder is a Joint Venture, the Working Capital of the individual partners of the JV will be
added together and is to be furnished as the Working Capital of the bidder.
b) In case of JV, if Working Capital of all the partners are not submitted the system will not disqualify the
JV and instead shall consider assuming a value of zero for partner/partners who has/have not
submitted the Working capital certificate.

D. Permanent Account Number:


The bidder should possess a Permanent Account Number (PAN) issued by Income tax Department.

In respect of the above eligibility criteria the bidders are required to furnish the following information on line:
i. Confirmation in the form of YES/NO regarding possessing PAN
Note : In case of JV, all the INDIAN partners should possess PAN.
( In case the work is awarded to JV, the PAN in the name of the JV is to be submitted before execution of
Agreement)
E. Sales Tax/VAT Registration :
The bidder should possess a certificate of registration issued by VAT/Sale Tax authority of any Indian
State/UT.
In respect of the above eligibility criteria the bidders are required to furnish the following information on-line:
i. Confirmation in the form of YES/NO regarding possessing of certificate of registration
Note : In case of JV, all the INDIAN partners should possess Sales Tax/VAT registration.
( In case the work is awarded to JV, the Sales Tax/VAT registration in the name of the JV is to be submitted
before execution of Agreement)

F. Service Tax Registration (Not applicable for exempted Services) :


The bidder should be either a Small Service Provider and exempted for Service Tax Registration
and/or exempted from payment of Service Tax but a Body Corporate
OR
Small Service Provider and exempted for Service Tax Registration and/or exempted from
payment of Service Tax but not a Body Corporate
OR
A Body Corporate
OR
Other than the above three categories
In respect of the above eligibility criteria the bidders are required to furnish the following information on-line:
i. Confirmation in the form of Yes/No regarding possessing of required document as enlisted in
NIT with respect to Service Tax status of the bidder.
Note: In case of JV, all the INDIAN partners should possess Service Tax Registration(PANbased).
( In case the work is awarded to JV, the Service Tax registration(PAN based), in the name of the JV is to be
submitted before execution of Agreement

All the bidders are to submit the information in objective manner confirmed by the uploaded
documents. The documents related to the furnished online information, based on which the auto
evaluation takes place will only be considered. If the bidder uploads any other document, it will be
given no cognizance.

The scanned copy of following documents will be submitted by the bidder on-line while submitting
bidonline:

7. PART-I (Cover-I)

Sl. Submission of Documents Scanned copy of documents to be uploaded by bidder in support of


No. related to Eligibility Criteria information/ declaration furnished online by the bidder against Eligibility
Criteria (CONFIRMATORY DOCUMENT)
1. Letter of Bid Letter of Bid on the bidders letter head, in the prescribed format (Annexure-I).
Note : In case of JV, the above document is to be signed by all partners
2. Work Experience a). Satisfactory Work Completion Certificate indicating actual value of work
done and actual period of execution, issued by the employer against the
Experience of similar work, containing all the information as furnished online.
b). In case of sub-contractor, suitable document as per provision of e-Tender
Notice.
c). Copy of Work Order/TDS Certificate/Bill of Quantity (only when clarification
is sought)
Note : In case of JV, above documents of partner(s)
Foreign bidders may also participate through Joint Venture(JV).
The experience towards overseas jobs, if submitted, should be vetted/endorsed by the
relevant* Embassy/High Commission concerned, towards authenticity of document.
(*relevant Embassy/High Commission means the embassy/High Commission in INDIA
of the country where the bidder has executed the said work or country of origin of the
bidder)
3. Financial Turnover Financial Turnover certificate for last 3 (three) financial years issued by a
Practicing Chartered Accountant having a membership number with Institute of
Chartered Accountants of India.
Note : In case of JV, Turnover certificate of any or all individual partners of JV
In case of Cl.No.6(B), the foreign bidders should submit Financial Turnover certificate
based on IFRS (International Financial Reporting Standards) accounting standard
certified by a local practicing public accountant/audit firm duly vetted/endorsed by the
relevant* Embassy/High Commission concerned, towards authenticity of document. (
*relevantEmbassy/High Commission means the embassy/High Commission in INDIA of
the country where the bidder has obtained Turnover certificate or country of origin of
the bidder)
4. Working capital Bankers Certificate from any Scheduled Bank regarding availability of access to
credit (issued within 3 months prior to the end date of submission of Bid) to
meet the requirement of working capital.
Note : In case of JV, above documents of partner(s)
The foreign bidders should submit Bankers Certificate regarding availability of access
to credit (issued within 3 months prior to the end date of submission of Bid)duly
vetted/endorsed by relevant* Embassy/High Commission concerned, towards
authenticity of document to meet the requirement of working capital. ( *Relevant
Embassy/High Commission means the embassy/High Commission in INDIA of the
country where the bidder has obtained Turnover certificate or country of origin of the
bidder)
5. Integrity Pact Duly signed and witnessed Integrity Pact in the prescribed format (Annexure-IX).
Note : In case of JV, Integrity Pact shall be signed by all the partners.

6. Authorization for Digital a). If the bidder himself is the DSC holder bidding on-line then self declaration
Signature Certificate of the bidder to this effect.
OR
b). if the DSC holder is bidding online on behalf of the bidder then the Power of
Attorney or any sort of legally acceptable document for authorization to submit
bid on behalf of the bidder.
7. Undertaking A commitment is to be uploaded in the form of UNDERTAKING on Bidders
letter head as per the format given in the bid document (Annexure-II).
Undertaking is about the genuineness of information furnished online,
authenticity of scanned copy of documents uploaded and about other
commitments.
Note : In case of JV, undertaking shall be signed by all the partners.
8. Legal Status of the bidder Any one of the following document :
i. Affidavit or any other document to prove Proprietorship/Individual status
of the bidder.
ii. Partnership deed containing name of partners
iii. Memorandum & Article of Association with certificate of incorporation
containing name of bidder
Note : In case of JV :
a. Details of all partners as at (i), (ii) & (iii) above (as applicable)
b. JV agreement as per NIT Format (Annexure-VIII),and
c. Power of Attorney to the Lead Partner.
9. Valid Permanent Account Copy of PAN card issued by Income Tax department, Govt. of India.
Number (PAN) Note In case of JV, all the INDIAN partners should possess PAN. In case the work is
awarded to JV, the PAN, in the name of JV, is to be submitted before execution of
Agreement.

10. Sales Tax/VAT Registration Certificate of registration issued by VAT/Sales Tax authority of any Indian
state/UT.
Note :In case of JV, all the INDIAN partners should possess Sales Tax/VAT registration. In case the
work is awarded to JV, the Sales Tax/VAT Registration, in the name of JV, is to be submitted
before execution of Agreement.
11. Service Tax Registration Any one of the following documents depending upon the status w.r.to Service
Tax as declared by Bidder in the BOQ sheet :
a). Status : Small Service Provider and exempted from Service Tax Registration
and/or exempted from payment of Service Tax but a Body Corporate :
Document-1 : A Certificate from a practicing Chartered Accountant having a
membership number that the bidder is a Small Service Provider and
exempted for Service Tax Registration and/or exempted from payment of
Service Tax and
Document-2 : The Certificate of Incorporation
b). Status : Small Service Provider and exempted from Service Tax Registration
and/or exempted from payment of Service Tax but not a Body Corporate :
Document : A Certificate from a practicing Chartered Accountant having
membership number that the bidder is a Small Service Provider and
exempted for Service Tax Registration and/or exempted from payment of
Service Tax.
c). Status : A Body Corporate :
Document : Service Tax Registration (PAN based) Certificate issued by Central
Excise and Custom Department, Govt. of India.
d) Status : Other than above three categories :
Document : Service Tax Registration (PAN based) Certificate issued by Central
Excise and Custom Department, Govt. of India.
[Note :In case of JV, all the INDIAN partners should possess Service Tax
Registration(PAN based).In case the work is awarded to JV, the Service
Tax Registration (PAN based), in the name of JV, is to be submitted
before execution of Agreement.

PART-I (Cover-II)

Sl. Particulars Scanned copy of documents to be uploaded by bidder in support of


No. information/ declaration furnished online by the bidder against Eligibility
Criteria (CONFIRMATORY DOCUMENT)
1 Technical PARAMETER Technical PARAMETER Sheet (TPS) duly filled-in with all the required
Sheet (TPS) specification parameters (in MS-excel format)
2 Appendices (No 1 to 6 ) In .pdf format
Appendix-1 List of tools and tackles and safety items as specified in BOQ 8.54,9.54
and 10.47 and as per scope of work of technical volume clause no
2.3.5.10 xii
Appendix-2 List of Additional works/ Auxiliary equipment/ spares which the bidder
feels necessary to execute/ supply for successful completion of the
work as per BOQ 8.55,9.55,10.48 .(pl refer clause no 2.3.5.11 of Tech
volume II)
If there is no such requirement, the bidder will upload a declaration to
this effect.
Appendix-3 Additional work which the bidder feels necessary to execute(civil
works) for successful completion of the work as per BOQ 2.17 , 3.17
If there is no such requirement, the bidder will upload a declaration to
this effect.
Appendix-4 General Arrangement Drawing/Layout Plan (Drawing shall cover
complete scope of work)
Appendix-5 Technical Details of Mechanical & Electrical and other Equipment
Appendix-6 Implementation Plan/Bar Chart/PERT Network considering 540days of
Construction period including PGT
Note: Only one file in .pdf format can be uploaded against each eligibility criteria. Any additional/ other
relevant documents to support the information/declaration furnished by bidder online against eligibility
criteria may also be attached by the bidder in the same file to be uploaded against respective eligibility criteria.

8. Submission of Bid:
All the bids are to be submitted online and on the website https://coalindiatenders.nic.in. No bid
shall be accepted offline.
a. The bidder should strictly comply with following instructions :
i. The bidders are required to submit offers online in Two Parts (Three Covers) in the links
Cover-I, Cover-II and Cover-III.
ii. Two Parts (Three Covers) of the bid should contain the details as follows:
Part-I/Cover-I :
Letter of bid
Integrity Pact
Authorization for DSC
Undertaking
Documents related to Eligibility Criteria as detailed at Clause No.6 & 7
Documents related to Legal status of bidder

Part-I/Cover-II :
Technical Parameter Sheet (TPS)
Appendices (Appendix-1 to 6)

Part II/Cover-III : Prices only in the Excel format as indicated in the Bid document.
b. In order to submit the Bid, the bidders have to get themselves registered online on the e-
Procurement portal of CIL/Subsidiary (https://coalindiatenders.nic.in) with valid Digital
Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying
Authority (CCA), Govt. of India and which can be traced up to the chain of trust to the Root
Certificate of CCA. The online Registration of the Bidders on the portal will be free of cost and
one time activity only. The registration should be in the name of bidder, whereas DSC holder
may be either bidder himself or his duly authorized person. The bidder is one whose name will
appear as bidder in the e-Procurement Portal.
c. The bidders have to accept the on-line user portal agreement which contains the acceptance of
all the Terms and Conditions of NIT and Bid document, undertakings and the e-Tendering
system through eProcurement Portal of CIL (https://coalindiatenders.nic.in) in order to become
an eligible bidder. This will be a part of the agreement.
d. Letter of Bid :The format of Letter of Bid (Annexure-I) will be downloaded by the bidder and
will be printed/typed on his letter head. This document will be signed by the bidder or
authorized person of the bidder or DSC holder bidding with authorization from bidder and the
scanned copy of the same will be uploaded during bid submission in cover-I. This will be the
covering letter of the bidder for his submitted bid. The content of the Letter of Bid uploaded
by the bidder must be the same as per the format downloaded from website and it should not
contain any other information.
If there is any change in the contents of Letter of Bid uploaded by bidder as compared to the
format of Letter of Bid uploaded by the department with NIT document, then the bid will be
rejected.
The Letter of bid will be digitally signed by DSC holder submitting bid online and it does not
require any physical signature. However, if the Letter of bid bears the physical signature in
addition to the digital signature of DSC holder, it will be accepted without questioning the
identity of person singing the Letter of bid.
e. Confirmatory Documents :
All the confirmatory documents as enlisted in the NIT in support of online information
furnished by the bidder are to be uploaded in Cover-I & Cover-II by the bidder while submitting
the bid online.

f. Technical Parameter Sheet (TPS) Part-I/Cover-II :


Technical Parameter Sheet (TPS) will be in MS-Excel format and will be downloaded by the
bidder. The bidder will fill-up all the cells of MS-Excel sheet as per instruction given therein.
Thereafter bidder will upload the same Excel file in Cover-II during online bid submission. Any
alteration/modification in the TDS file may lead to rejection of bid.

Bidder will also upload the required Appendices (Appendix-1 to 6) in Cover-II, as mentioned in
the NIT under Clause No.7.

g. Price Bid (Part-II/Cover-III) :


The Price bid containing the Bill of Quantity will be in .xls format (password protected) and will
be uploaded during tender creation. This will be downloaded by the bidder and he will quote
the rates for all items on this Excel file. Thereafter, the bidder will upload the same Excel file
during bid submission in Cover-III. The Price-bid will be in Item Rate or Percentage Rate BOQ
format and the bidder will have to quote for all the tendered items and the L-1 will be decided
on overall quoted value(i.e. Cost to company). The Price-bids of the tenderers will have no
condition. The Price Bid which is incomplete and not submitted as per instruction given above
will be rejected. Any alteration/modification in the Excel format may lead to rejection of bid.

The rates to be quoted by bidder shall be in INDIAN RUPEE only.

The Price-bid will be under two parts : (I). Works & Services (II).Supply of Plant & Machinery

(I). Works & Services

For Works & Services part, the rates quoted by bidder shall be inclusive of all Taxes but
excluding Service Tax.

(II). Supply of Plant & Machinery

For Supply of Plant & Machinery part, the rates quoted by bidder shall be inclusive of all
Taxes & Duties (Excise Duty for indigenous products, Countervailing Duty & Special
Additional Duty for imported products, VAT/CST and other taxes applicable as per law, if
any) and including cost of insurance & transportation, FOR site, but excluding Service Tax.
Form-C will be issued as per rule.

Service Tax (share of Service provider) will be paid extra, if payable. The excel sheet will
compute the Service Tax (Total Service Tax, component of Service Tax payable by the bidder
and component of Service Tax payable by department) as per predefined logic.

Bidder will also quote the amount for the following in the BOQ file :

a) Minimum Guaranteed Cenvat Credit on account of Excise Duty for indigenous products,
Countervailing Duty & Special Additional Duty for imported products.
b) Minimum Guaranteed Input Tax credit on account of VAT (for Plants & Machinery procured
locally from the State of Chhattisgarh).
Prior to quoting the rates in the BOQ file, the bidder will select the appropriate Service Tax
Status from the following list given in the BOQ :

i). Small Service Provider availing Service Tax Exemption, but a Body Corporate.
ii). Small Service Provider availing Service Tax Exemption, but Not a Body Corporate.
iii). Body Corporate Service Provider (Company registered under Companies ACT, 1956)
iv). Other than Body Corporate, but Not a Small Service Provider availing Service tax
Exemption (Individual, Proprietorship, Partnership & Joint Venture)

Decision of L-1 :

The L-1 will be decided by the System based on Cost to Company as per the predefined logic in
the BoQ sheet and based on the aggregate of quoted amount for Works & Services and
Supply of Plant & Machinery, in the following manner :

(i). Items on which CENVAT Credit is Available :


COST TO COMPANY = Quoted Price of Bidder (+) Swachh Bharat Cess(SBC) +
KrishiKalyanCess(KKC) (-) [Minimum Guaranteed Cenvat Credit quoted by bidder on
account of Excise duty for indigenous products ,Countervailing Duty & Special Additional
Duty for imported products+ Minimum Guaranteed Input Tax credit quoted by bidder on
account of VAT]

(ii). Items on which CENVAT Credit is Not Available :


COST TO COMPANY = Quoted Price of Bidder (+) Service Tax i/c SBC & KKC Payable by
Bidder (+) Service Tax i/c SBC & KKC Payable by Company (SECL) (-)
[Minimum Guaranteed Cenvat Credit quoted by bidder on account of Excise duty for
indigenous products ,Countervailing Duty & Special Additional Duty for imported products+
Minimum Guaranteed Input Tax credit quoted by bidder on account of VAT]
The Price bid file will be digitally signed and uploaded by the bidder in Part-II/Cover-III.

NOTE :
1. Payment of Contractors liability of Service Tax would be made to the contractor only on submission of
Bill/Invoice in accordance with the provision of relevant Service Tax Rules. CENVAT Credit is to be availed
by Paying Authority as per rule.

2. Payment/deposit of contractors liability of Service Tax is the contractors responsibility. The employers
liability of Service Tax will be deposited by South Eastern Coalfields Limited (SECL) directly to the
concerned Service Tax Authorities.
3. Payment against Supply of Plant & Machinery will be released to the contractor only on submission of
Bill/Invoice showing amount of Excise Duty for indigenous products , Countervailing Duty & Special
Additional Duty for imported products and VAT (for Plants & Machinery procured locally from the State of
Chhattisgarh) alongwith relevant documents in compliance with the relevant Central Excise Rules and VAT
Rules at the time of Supply, enabling SECL to claim CENVAT Credit on account of Excise Duty for
indigenous products, Countervailing Duty & Special Additional Duty for imported products and Input tax
credit on account of VAT (for Plants & Machinery procured locally from the State of Chhattisgarh).
4. If the actual amount of Excise Duty for indigenous products, Countervailing Duty & Special Additional Duty
for imported products, as per the Bill/Invoice submitted by bidder at the time of supply of Plant &
Machinery is less than the Minimum Guaranteed Cenvat Credit on account of Excise Duty for indigenous
products, Countervailing Duty & Special Additional Duty for imported products quoted by bidder in BOQ
file, then the balance amount will be recovered from the Contractors bill. In case the actual amount
exceeds the minimum guaranteed amount quoted by bidder then there will be no impact on payment to
contractor.

5. If the actual amount of VAT (for Plants & machinery procured locally from the State of Chhattisgarh) as
per the Bill/Invoice submitted by bidder at the time of supply of Plant & Machinery is less than the
Minimum Guaranteed Input Tax Credit on account of VAT quoted by bidder in BoQ file, then the balance
amount will be recovered from the Contractors bill. In case the actual amount exceeds the minimum
guaranteed amount quoted by bidder then there will be no impact on payment to contractor.
6. When L-1 bidder has been awarded the work on the basis of being a small service provider and is eligible
for exemption from payment of service tax (as per status chosen by the bidder), no service tax will be
paid to them in the event of bidders total turnover of taxable services from all sources exceeding the
threshold limit of exemption during the tenure of contract.

9. It is the bidders responsibility to comply with the system requirement i.e. hardware, software and
internet connectivity at bidders premises to access the e-tender portal. Under no circumstances,
CIL/Subsidiary shall be liable to the bidders for any direct/indirect loss or damage incurred by them
arising out of incorrect use of the e-tender system or internet connectivity failures.

10. Extension of Time Schedule of Tender :


If the number of bids received online is less than three on the end date of bid submission then the
bid submission end date, bid opening date and date of Reverse Auction will be automatically
extended by the System, initially for a period of two days and if the number of bids still remains
less than three then for another five days.

11. Opening of Bid and Reverse Auction :


i) Tenders [Cover-I (Commercial-bid), Cover-II (Technical-bid) and Cover-III (Price-bid)] will be
decrypted and opened online by the Bid Openers with their Digital Signature Certificate (DSC) on
the pre-scheduled date & time of tender opening.

ii) The e-Procurement system will evaluate the Technical bids automatically on the basis of relevant
data provided by the bidder while submitting the bid online. If the parameters furnished by
bidder online in an objective and structured manner does not confirm to the required eligibility
criteria as specified in the NIT, the bid will be automatically rejected by the system and the Price-
bid of such bidders shall not be opened by the system.
iii) After decryption and opening of bids, the system will show the lowest price (cost to Company)
quoted by L-1 bidder without disclosing the identity of any bidder and the total number of bids
received/opened.
iv) Reverse Auction :
a) Upon opening of the Price bids, a Reverse Auction platform will be created, displaying the
Start Bid Price and Decrement Value for quoting of Rates in the Reverse Auction.
b) Reverse Auction will start on the pre-scheduled date and time as mentioned in the NIT
(Ref.Clause No.2).

c) Initial period of Reverse Auction will be two hours. There will be auto extensions of time by
ten minutes, every time if any reduction in rate is recorded in the last ten minutes. The
Reverse Auction will come to a close only when there is no further reduction in rate recorded
in the last ten minutes slot.
d) The Start Bid Price for Reverse Auction will be decided as sum of the following :
(i). Items on which CENVAT Credit is available :
L-1 Quoted Price (Cost to Company) OR *UpdatedEstimateCost (excluding Service Tax)
+ Swachh Bharat Cess + KrishiKalyanCess+ + 10%, whichever is lower.

(ii). Items on which CENVAT Credit is Not available :


L-1 Quoted Price (Cost to Company) OR *Updated EstimateCost (excluding Service Tax)
+ Maximum Service Tax including Swachh Bharat Cess&KrishiKalyanCess(bidders liability +
employers liability)+ +10%, whichever is lower.
e) The decrement value for quoting of Rates in the Reverse Auction will be 0.50% of the Start Bid
Price(rounded off). The reduction in Rate shall have to be quoted by bidder in the multiple of
decrement value. The maximum seal percentage will be fixed as 2% of start bid price / last
quoted price during reverse auction, whichever is lower.
f) The system protects the bid and bidders information till Reverse Auction Process (RAP) gets
over. The System will not disclose the bidders identity till RAP is completed. The system will
only display the latest L-1 Price (Cost to Company) to all the bidders participating in the
auction process.
g) The System will provide bidder details along with bid documents at the end of Reverse
Auction process. The log details of the entire Reverse Auction process will be generated by the
System, once the process of Reverse auction is completed.
h) Only the chronologically last Price-bid submitted by the bidder till the end of the Reverse
Auction shall be considered as the valid Price-bid of that bidder. Any Price-bid submitted
earlier by the bidder prior to submission of his last Price-bid will not be considered as the valid
Price-bid.
i) All electronic bids submitted during the Reverse Auction Process shall be legally binding on the
bidder. The chronologically last bid submitted by the bidder till the end of the auction will be
considered as the valid Price-bid offered by that bidder and acceptance of the same by SECL
will form a binding contract between SECL and the bidder for entering into a contract.
j) If a bidder does not submit his bid in the Reverse Auction, the price quoted by him in the price
bid shall be considered as the valid price of that bidder. The status of the bidder (L-1, L-2 etc.)
shall be evaluated considering either the bid price submitted in Reverse auction or the Price
quoted in the Price-bid, whichever is lower.
k) Server time shall be the basis of Start time & Closing time for bidding and shall be binding for
all. This would be visible to all concerned.
l) On expiry of the closing of the auction, the bid history showing all the last valid bids offered
along with name of the bidders shall be published. All bidders shall have the facility to see and
get a print of the same for their record.
m) In case of disruption of service at the service provider's end while the Reverse Auction
Process (RAP) is online, due to any technical snag or otherwise attributable to the system
failure at the Server end, the Reverse Auction Process will start all over again. In such a
situation, the last recorded lowest price of prematurely ended RAP, will be the Start Bid
Price for the restarted RAP. The prices quoted in the prematurely ended RAP will be
binding on all the bidders for consideration, if the restarted RAP does not trigger within
the stipulated time. Disruption and restarting of RAP shall be intimated to all the
bidders through system generated SMS/email through e-Procurement portal. All the time
stipulations of normal RAP will be applicable to the restarted RAP.
n) The bidder(s) who have participated in the reverse auction has to upload the Break up of Cost
to Company prices in the confirmatory documents. The detailed Break-up of offered cost to
company price, uploaded by the bidder shall be considered and order, if placed, shall be with
the same break-up of prices. The bidder(s) after reverse auction will be responsible to ensure
that the cost to company rate as per the break up of prices provided by him after the reverse
auction and the cost to company rate offered by him in the reverse auction is exactly same.
The bidder will not be allowed to increase the rate of any item while submitting the break up.
While giving the break up, the bidder will have to consider same rate of taxes and duties as
quoted while submitting the e price bid. In case, the bidder(s) fail(s) to submit the Break-up of
cost to company price within stipulated period or the breakup given by the bidder does not
match with total offered price, the Company will be at liberty to place order by
proportionately reducing item rates on the basis of the breakup of the e-price bid submitted
by the bidder along with the initial offer and the same will be binding on the bidder. In case of
works and services tenders, the reverse auction will be conducted on the composite cost to
company price.
12. Evaluation of Tender :
i) After completion of Reverse Auction process, the documents submitted by L-1 bidder in Cover-I will
be downloaded by the Evaluator and shall be put up to the Tender Committee.The Tender
Committee will examine the uploaded documents against information/declarations furnished by
the L-1 bidder online. If it confirms to all of the information/ declarations furnished by the bidder
online and does not change the eligibility status of the bidder then the bidder will be considered
eligible for award of Contract.
ii) In case the Tender Committee finds that there is some deficiency in uploaded documents by L-1
bidder then the same will be specified online by Evaluator clearly indicating the
omissions/shortcomings in the uploaded documents and indicating start date and end date
allowing 10 days (10 x 24 hours) time for online re-submission by L-1 bidder. The L-1 bidder will get
this information on their personalized dash board under Upload confirmatory document link.
Additionally, information shall also be sent by system generated email and SMS, but it will be the
bidders responsibility to check the updated status/information on their personalized dash board
regularly after opening of bid. No separate communication will be made in this regard. Non-receipt
of e-mail and SMS will not be accepted as a reason of non-submission of documents within
prescribed time. The bidder will upload the scanned copy of all those specified documents in
support of the information/ declarations furnished by them online within the specified period of 10
days. If the L1 bidder fails to submit the specified document/s in 10 (ten) days time or the uploaded
documents still contain some deficiency, additional time of 10 days (10 x 24 hours) shall be given to
the L-1 bidder for re-submission, indicating start date and end date for re-submission of such
document/s.
iii) The tender will be evaluated on the basis of documents uploaded by L-1 bidder online. The L-1
bidder is not required to submit hard copy of any document through offline mode. Any document
submitted offline will not be given any cognizance in the evaluation of tender.
iv) In case the L-1 bidder submits requisite documents online as per NIT, then the bidder will be
considered eligible for award of Contract.

v) In case the L-1 bidder fails to submit requisite documents online as per NIT or if any of the
information/declaration furnished by L-1 bidder online is found to be wrong by Tender Committee
during evaluation of scanned documents uploaded by bidder, which changes the eligibility status of
the bidder, then his bid shall be rejected and EMD of L-1 bidder will be forfeited.
vi) In case the L-1 bidder is technically eligible but rejection is due to high rate quoted by him then the
tender shall be cancelled and retendered.

vii) In case the L-1 bidder is rejected due to non-compliance of confirmatory documents then the L-2
bidder will become L-1 bidder and confirmatory documents of L-2 bidder shall be evaluated by
Tender Committee and the process shall be followed as mentioned in clause No. (i) to (v) above.
viii) The process as mentioned at Clause No.(vii) shall be repeated till the work is either awarded or all
the eligible bidders are exhausted.
ix) In case none of the bidders complies the technical requirement, then re-tender will be done.

x) It is responsibility of Bidders to upload legible/clearly readable scanned copy of all the required
documents as mentioned above.

13. Bid Validity: The Bid Validity Period will be 180 (one hundred eighty) days from the end date of bid
submission. The validity period of tender shall be decided based on the final end date of
submission of bids.

14. Modification and Withdrawal of Bid :


Modification of the submitted bid shall be allowed online only before the deadline of submission
of tender and the bidder may modify and resubmit the bid online as many times as he may wish.
Bidders may withdraw their bids online within the end date of bid submission and their EMD will
be refunded. However, if the bidder once withdraws his bid, he will not be able to resubmit the
bid in that particular tender.

For withdrawal of bid after the end date of bid submission, the bidder will have to make a request
in writing to the Tender Inviting Authority. Withdrawal of bid may be allowed till issue of work
order/LOA with the following provision of penal action :

1. the EMD will be forfeited and


2. the bidder will be debarred for 1 (One) year from participating in tenders in SECL.

The Price-bid of all eligible bidders including this bidder will be opened and action will follow as
under:

i). If the bidder withdrawing his bid is other than L-1, the tender process shall go on.
ii). If the bidder withdrawing his bid is L-1, then re-tender will be done.

15. Tender Status: It will be the bidders responsibility to check the status of their Bid online regularly,
after the opening of bid till award of contract. Additionally, information shall also be sent by
system generated e-mail and SMS at nodal points (Date of bid opening, Requisition for
Clarification on Confirmatory document from L-1 bidder, award of work etc.). No separate
communication will be required in this regard. Non-receipt of e-mail and SMS will not be accepted
as a reason of non-submission of Confirmatory documents within prescribed time. The Tender
Status will be in public domain and anyone visiting the site can view it by identifying the tender.

16. Refund of EMD to Unsuccessful Bidders :

a. EMD paid by the bidder in online mode (Direct Debit/NEFT/RTGS) will be refunded at any stage
directly to the account from where it had been received for the rejected bidders(except the
cases where EMD is to be forfeited).
b. No claim from the bidders will be entertained for non-receipt of the refund in any account other
than the one from where the money is received.
c. If the refund of EMD is not received by the bidder in the account from which the EMD has been
made due to any technical reason then it will be paid through conventional system of e-
payment. For this purpose, if required, Tender Inviting Authority will obtain the Mandate Form
from the Bidder.
d. In case the tender is cancelled then EMD of all the participating bidders will be refunded unless
it is forfeited by the department.
e. If the bidder withdraws his/her bid online (i.e. before the end date of submission of tender) then
his/her EMD will be refunded automatically after the opening of tender.
f. The EMD of successful bidder (on Award of Contract) will be retained by SECL and will be
adjusted to Performance Security Deposit.
17. The Company reserves the right to postpone the date of receipt and opening of tenders or to
cancel the tenders without assigning any reason whatsoever.
18. This Tender Notice shall be deemed to be part of the Contract Agreement.

19. The Company does not bind itself to accept the lowest bid and reserves the right to reject any or
all the bid without assigning any reasons whatsoever and also to split up the work between two or
more tenderers or accept the tender in part and not in its entirety, at its sole discretion.

20. Any addendum/corrigendum/date extension etc. in respect of this tender shall be issued on our
website https://coalindiatenders.nic.in only. No separate notification shall be issued in the press.
Bidders are therefore requested to visit our website regularly to keep themselves updated.
21. Pre-Contract Integrity Pact (applicable for tenders with estimated cost exceeding Rs. 2.00 Crores)
The bidder is required to go through the integrity pact which is the part of bid document.The
bidder, submitting the bid shall accept the Integrity Pact as given in the bid document.
Name, address and contact No. of the Independent External Monitors (IEM) nominated for this
tender :

Sl. Name Address email Id Telephone No.


No.
1 Shri V. K. Malhotra, H-GF 2, Perl Gateway Tower, Vk.malhotra@nic.in 9811220338/
IAS (Retd.) D-8A, Sector-44, Noida (UP) 0120100223
2 Shri Uday Shankar, 0461, ATS Village, Sector-93A, duttuday@hotmail.com 9810000036/
IPS (Retd.) Noida (UP), PIN-201304 01204237380

Sd/-
General Manager, CMC

Signature Not Verified


Digitally signed by KIRTI TIWARI
Date: 2017.01.19 18:08:52 IST
Location: Coal India Limited

Вам также может понравиться