kpcl bid document rtps karnataka power corporation limited (raichur thermal power station) no. kpcl/2013-14/ow/workindent date:


KPCL BID DOCUMENT RTPS
KARNATAKA POWER CORPORATION LIMITED
(RAICHUR THERMAL POWER STATION)
No. KPCL/2013-14/OW/WORKINDENT Date: 26/12/2013
From,
Office of the
Chief Engineer (Fuel Management),
Raichur Thermal Power Station,
Karnatka Power Corporation Ltd.,
Shaktinagar – 584170.
Raichur District.
NOTICE INVITING TENDER (AUCTION)
(TWO COVER SYSTEM)
(Through e-Procurement Portal)
1.
The Chief Engineer (Fuel Management) invites item rate tenders
from eligible tenderers for the following works at RTPS detailed
in the table given below.
2.
Tender documents may be downloaded from Government of Karnataka
e-procurement website https://eproc.karnataka.gov.in under login
for Contractors:
After login to Contractors, Please scroll down to the right side
bottom to see List of tenders, please click there to find the
details of NIT and download copy of the tender. The tender can be
downloaded in the portal as per prescribed date and time published
in the portal. Only interested Contractors who wish to participate
should remit on line transaction fee for tender after registering
in the portal. The transaction fee is non-refundable.
3.
Tenders must be accompanied by Earnest Money Deposit which should
be paid online through e-Procurement portal using any of the
following payment modes.
a.
Credit Card,
b.
Direct Debit,
c.
National Electronic Fund Transfer (NEFT),
d.
Over the Counter (OTC) (only through designated branches)
4.
Tenders must be electronically submitted (online through internet)
within the date and time published in e-procurement portal. First
Cover Tenders will be opened at prescribed time and date in the
e-procurement portal, in the presence of the Tenders who wish to
attend at the Office of the Chief Engineer (Fuel Management),
KPCL, RTPS, Shaktinagar – 584 170, Raichur District.
5.
Other details can be seen in the tender documents.
Sl. No.
Name of Work
Min. Qty.
EMD (amount in Rupees)
Tender processing fees (Non refundable)
Contract period including monsoon season
1
Purchase of Mill Reject Coal
70,000MT
18,20,000.00
As per Eproc-Rules
12 Months from the date of Agreement.
I.Calendar of Events:
=====================
1.
Last date for enquiry: 09.01.2014 up to 12:00 Hrs.
2.
Last date for receipt of tenders on: 13.01.2014 up to 12:00 Hrs.
3.
Date of opening of technical bid is on 16.01.2014 at 12:00 Hrs
4.
Date of opening of price bid is on 17.01.2014 at 12:30 Hrs
II.Eligibility criteria:
========================
1.
Any individual/Reputed contractor is eligible to apply.
2.
No Joint Venture/Consortium is permissible.
3.
Tenders shall not be under declaration of ineligibility for
corrupt and fraudulent practices issued by the Government of
Karnataka, Government of India.
4.
None of the contracts of the tenderer should have been
terminated/force closed on account of his default in KPC or else
where during last ten years.
5.
The bidder should have following documents;
a.
Income tax PAN.
b.
K. VAT clearance certificate.
c.
K-VAT registration certificate & composition.
In case the bidder does not have the certificates of KVAT clearance,
K-VAT Registration, if the work is awarded to him, the same has to be
produced at the time of entering in to agreement with KPCL.
III.Minimum Pre-Qualification Requirements
==========================================
a.
The intending bidder should have experience in purchase of mill
reject in any of the Thermal Power Station for a minimum quantity
of 5,000 Tons per annum and shall enclose experience certificate
issued by the respective project authorities.
IV.Technical bid
================
a.
1) Income tax PAN
2) K. VAT clearance certificate.
3) K-VAT registration certificate & composition.
b.
Declaration that bidder’s offer has no conditions contravening
the commercial
conditions of the bid.
c.
Declaration by the bidder that he has studied the site
conditions, labour conditions
and read the Bid documents and related matters carefully and
diligently and that
he has submitted the bid having studied, understood and accepted
the full
implications of the agreement.
d.
Documentary evidence for pre qualifying requirements.
Financial bid
e.
Tender Schedule-B (Price Bid)
V.Other Conditions
==================
1.
The original documents should be produced for verification at any
stage of tender process as and when sought for, failing which, the
bids are liable for disqualification.
2.
Rates shall be quoted in Tender Schedule-B (Financial Bid) in the
website itself.
3.
For those tender whose Technical bids satisfy the eligibility
criteria and who has furnished all the necessary documents, only
their financial Bids will be opened.
4.
The tender document is part and parcel of the agreement.
5.
The EMD of successful tenderer shall be forfeited if he fails to
start the work as per work order.
6.
KPCL reserves the right to verify the information/documents
furnished by the tenderer should the circumstances so warrant. In
case the information or the documents furnished are found to be
incorrect / false or invalid then the EMD furnished by such
tenderer shall be forfeited. The registration of such tenderer
shall also be cancelled.
7.
Right to reject any or all the tenders without assigning any
reasons rest with the accepting authority.
8.
Sales tax and other taxes, duties, etc., levied/ leviable by
Government of India from time to time on the sale by the
Corporation shall be borne by the successful tenderer. Any
revision on account of these charges during the contract shall be
to the account of successful tenderer
9.
The bidder should maintain register of labour deployed and wages
paid for the workers and shall produce the documents whenever
called for by the competent authority.
10.
The successful tenderer shall comply with the requirements of all
the labour laws in force during the execution of the work.
11.
In case the dates notified above are declared as holiday, the
immediate next working day shall be reckoned.
12.
If the contractor makes any alterations in the conditions of the
contract or puts any condition of his own, such tenders are liable
for rejection.
13.
Further details of the work can be obtained in the office of the
Chief Engineer (Fuel Management), KPCL, RTPS, Shaktinagar, during
office hours.
14.
Aspiring Bidders/Contractors who have not obtained the user ID and
Password for participating in e-procurement in Karnataka Power
Corporation Limited may now obtain the same from the website (www.eproc.karnataka.gov.in)
15.
Corrigendum/modification/corrections, if any, will be published in
the website only. For any clarification on e-procurement can be
contacted on CEFM, KPCL, RTPS, Shaktinagar-584170, Ph
No-08532-246135 or HP HELPDESK – 080 – 22485927/22485867.
VI.Scope of the Work / Job description:
=======================================
The successful tenderer shall purchase and lift the Mill Reject Coal
of 3.37 Lakh MTs available in the yard during the contract period of
one year with a stipulation to lift a minimum of 70,000MT within the
contract period.
VII.SPECIAL TERMS & CONDITIONS:.
================================
1.
The sale of Mill Reject is with a Reserve Price of Rs. 2438.00 per
MT (Exclusive of all Taxes like VAT,TDS etc,.).
2.
The contract period shall be one year from the date of Agreement.
3.
The successful tenderer shall be fixed with a target of the
quantity of reject coal to be lifted on quarterly pro-rata basis
of the total allotted quantity.
4.
The intending bidder shall own / hire trucks of capacity of 10
Tons and above for the purpose of lifting the Mill reject coal.
5.
The intending bidder shall own / hire JCB for loading of Mill
reject coal to the trucks.
6.
The offer for sale of Mill Reject Coal collected at reject yard of
Raichur Thermal Power Station, Shaktinagar on “As Is Where Is”
basis with a stipulation to lift a minimum of 70,000MT during
contract period.
7.
Tenders must be accompanied by Earnest Money Deposit of Rs.
18,20,000.00 which shall be paid online through e-Procurement
portal. Tenders without EMD are liable for rejection.
8.
Right to reject any or all the tenders without assigning any
reasons what so ever is reserved by the accepting authority.
9.
All taxes have to be borne by the Contractor. Any variation during
the contract period is to the account of the contractor.
10.
The rate offered shall be per MT of coal mill reject inclusive of
VAT, TD Sand any other taxes.
11.
The tenderer should make his own arrangements for loading Mill
Reject Coal and transportation of the same.
12.
The successful tenderer shall furnish in the form of DD/ BG/FDR
from any Nationalized Bank equal to 5% of the total amount of the
quoted rate as Security Deposit with the Corporation before
executing the agreement. SD so deposited/furnished shall be held
by the Corporation till the end of the contract period and shall
be returned/released to the contractor on satisfactory fulfillment
of all conditions of the contract and final claim settlement.
13.
The successful tenderer shall enter into an agreement, with the
Corporation on Non-judicial stamp paper of Rs.200/- before
commencement of work.
14.
Intending tenderers may inspect the reject available at Raichur
Thermal Power Station, Shaktinagar – 584 170. During the working
hours before quoting the rates. The corporation gives no guarantee
and accepts no responsibility for quality/condition or for
incorrect Naming/description of the reject.
15.
The successful tenderer shall not set fire to any standing Jungle,
trees, bush wood, grass, and mill rejects. Compensation for all
damages done by the contractor or his men within or beyond
corporation periphery including any damages caused by the
spreading of fire as mentioned above, successful tenderer shall be
bound to pay the assessed compensation to the Corporation.
16.
The successful tenderer shall discharge the liability in respect
of his workmen as may arise under the workmen compensation
Act.1923 (Act- VIII of 1923). If the Corporation as a principal
employer under sub section 12 of the said Act discharges the
liability on behalf of the successful tenderer in the event of his
failure to do so any sum paid / Expenditure incurred on that
account shall be recovered from the successful tenderer.
17.
The coal mill rejects shall be weighed at the Corporation weigh
bridge and the weight recorded shall be the final and binding for
purpose of payment by the Contractor.
18.
The successful tenderer shall lift the coal mill reject between
9.00 AM and 6.00 PM only on working days of the Corporation. He
shall follow all Security and other regulations of the
Corporation/CISF, within the plant area while carrying out the
contract.
19.
The Corporation shall not be responsible for losses, due to any
accident to machinery and men or due to any reason during the
operation of contract.
20.
The Mill Reject shall be lifted only from the area shown by the
Executive Engineer (Fuels) and it shall be cleared out completely
and not in piece meal.
21.
The successful tenderer shall pay in advance the cost of the mill
rejects for a minimum Qty. of 2500 MT at a time at the rate quoted
by him. He can also deposit in advance larger sums if, he desires.
The payment shall be made by Demand Draft / Pay order/RTGS drawn
on syndicate Bank/SBM, Deosugur / Shaktinagar Branch, Dist:
Raichur and payable to Asst. General Manager (Finance) Thermal,
KPCL, Shaktinagar – 584 170. As soon as the advance becomes nil,
the Corporation shall stop issuing coal mill rejects. The
successful tenderer shall keep sufficient deposit of money with
the corporation for carrying out the work without interruption.
22.
The successful tenderer shall make good or reimburse the cost as
estimated by the Executive Engineer (Fuels) towards :
a.
Any damage to the Corporation property within the RTPS area.
b.
The damages/compensation to the Corporation employees by the
successful tenderer’s men and machinery during the course of
execution of work.
23.
If the cost is not reimbursed as indicated above the cost as
estimated by the Corporation shall be deducted from the Security
Deposit, of the successful tenderer available with the
Corporation. If the recoveries to be made in excess the amount of
SD and other deposits/amounts available with the Corporation, the
successful tenderer shall be informed about the difference amount
payable and he shall immediately arrange to deposit the same.
24.
SCHEDULE OF LIFTING AND PENALTY FOR FAILURE :
A.
At any point of time during the contract period, if the work of
lifting of Mill Reject Coal found unsatisfactory, KPCL reserves
the right to terminate the contract and forfeit SD.
B.
The successful tenderer shall purchase and lift the Mill Reject
Coal of 3.37 Lakh MTs available in the reject yard within the
contract period of one year with a stipulation to lift a minimum
of 70,000MT during the contract period.
C.
The contractor shall lift the actual quantity offered for sale.
The actual quantity may vary depending on the operating condition
of the generating units. The agency may lift the maximum possible
quantity when there is ready stock of reject coal duly
anticipating the difficulties which may arise in the monsoon
season.
D.
The performance of the contractor shall be reviewed on quarterly
basis. The contractor is liable for penalty @5% of the quoted
cost/MT for shortfall in lifting quarterly prorata quantity
considering annual scheduled quantity as 70,000MT, the stipulated
minimum quantity as per scope of work. Penalty amount shall be
recovered from the advance deposit amount of the agency available
with KPCL.
E.
Further if the contractor makes up the shortfall quantity of any
quarter in the other quarters, the penalty recovered for that
quarter shall be refunded to the extent the shortfall is made up.
F.
The maximum number of Vehicles used for transporting Reject coal
will be restricted to 35 per day due to operational and security
measures. In this regard the decision of CE(FM) will be final and
binding.
25.
The corporation reserves the right to sell rejects to one or more
agencies.
26.
The Corporation shall not in any way be liable to pay any
compensation in the case of loss to the contractor consequent to
any strike, lockout, shortage of labour, riot, breakdown and
accident/stoppage of the machineries or units, war or restrain
imposed by the government/corporation or other natural calamities
like fire, flood, rain, force major conditions etc.
27.
Any notice shall be deemed to have been served properly if sent by
post to the address of the contractor last known or if left off on
the premises of the contractor or displayed on the notice board of
Chief Engineer (Fuel Management) office.
28.
Screening of coal mill rejects is not permitted.
VIII.SAFETY:-
=============
1.
Contractor shall take all steps to ensure safety of the employees
to be deployed by him.
2.
Workers working at height which is unsafe shall wear safety belts.
3.
The contractors must keep their site of work clean and tidy and
clear of obstructions. Suitable precautions are to be taken so as
not to pollute the atmosphere, ground or water.
4.
The contractor will ensure that the employees to be deployed for
operation work shall wear all personal protective equipments like
safety shoes, safety helmet, safety belt, nose mask, goggles and
ear plugs before they start their work.
5.
Failure to maintain and ensure proper use of required personal
protective equipments will attract penalty of Rs. 500/- for each
case of violation of safety norms.
6.
The contractor should maintain record of issue of personal
protective equipments issued to their labourers.
7.
Contractor has to follow all Karnataka government statutory Acts
and Laws and regulations pertaining to labour Maintenance.
8.
It is the responsibility of the contractor that his employee
maintains proper discipline and behavior and do not cause any
hindrance to smooth working of power station or in execution of
duties by KPCL staff.
9.
Contractor will have to remove any workmen from work, who in view
of engineer-in-charge misbehaves or is incompetent or negligent in
performance of his duties. Contractor will not redeploy such
worker without the permission of Engineer-in-chrge.
10.
Contractor should note that the workmen under his control will be
working in the vicinity of running equipment and should give
proper instructions to all workmen under his control to be careful
to avoid any accidents, damage to the KPCL property.
11.
Contractor has to submit all the relevant details required for the
issue of photo gate passes and arrange for the issue of photo gate
passes by KPCL for the labourers deployed by him for the said work
during the period of the contract.
12.
In case the contractor does not meet any of the contract
performance requirements KPCL reserves the right to terminate the
contract at short notice.
GENERAL TERMS AND CONDITIONS
1.
The tender is highest one (H1) based Auction.
2.
Rates quoted in schedule shall be final.
3.
Tenders shall be opened in the office of the Chief Engineer (FM)
in the presence of such tenderers or their authorized
representatives present on the date fixed.
4.
Tender activities will be processed through e-portal only.
5.
The successful tenderer shall attend the office of the Chief
Engineer (FM) on the date(s) fixed by intimation, for executing
the agreement etc. Failure to do this will entail forfeiture of
EMD.
6.
VALIDITY : The tender submitted shall remain valid for acceptance
for a period of ninety days (90) from the date of opening of
tender. If any tenderer withdraws his tender before the said
period or makes any modification in terms and conditions of the
tender, which are not acceptable to the Corporation, the EMD
furnished shall be forfeited.
7.
The rate(s) offered shall be final and no variation shall be
allowed in cost /labour/materials or any other factors affecting
the process or services.
8.
Acceptance of the highest or lowest or any tender is not binding
on the Corporation. The Corporation reserves the right to reject
any or all tenders without assigning any reason.
9.
The submission of tender by Contractor implies that he has read
the contract schedules, conditions of contract and has understood
the scope and specification of the work to be done and
availability of the quantities of the materials and laborers
required.
10.
The contractor shall be governed by the Factory Act, Minimum wages
Act, EPF Act, Workmen’s conpensation Act, Contractors Labour (R&A)
Act, Child Labour Act and other relevant Acts and rules as
applicable to the labours employed by him.
11.
The tenderer should obey all the security rules of KPCL/RTPS/CISF
and labour rules in vogue.
12.
The amount towards work contract Tax, entry Tax and any other
taxes/duties/levies etc., which has to be statutory deducted from
the contractor’s invoice as per the prevailing rates and remitted
by KPCL to the concerned authorities as required and TDS will be
issued to the agency.
13.
If any additional information, not specifically covered in this
specification is required, the contractor shall contact the Chief
Engineer, but it must be clearly understood that the tenderer is
deemed to have accepted all the terms and conditions of the
specification unless specifically mentioned in his offer.
14.
No part of the contract shall be sublet without written permission
of the Chief Engineer (FM), Raichur Thermal Power Station, nor any
transfer be made by power of attorney.
15.
Tenderers shall present satisfactory evidence, if required, that
they have been regularly engaging in such type of works and they
are fully prepared with necessary capital, tools, plants etc.; to
begin the work properly.
16.
The works to be done shall conform to the detailed specifications
hereunder, scope of work as described in schedule of quantities
and further details as per the instructions of Engineer-in-Charge.
If there is any dispute about the scope of work, the decision of
Engineer-in-Charge shall be final and binding on the contractor.
17.
The work shall be executed on firm price basis throughout the
contract period and during extended period also, if any.
18.
The contractor shall pay sales tax, service tax and other taxes
levied by the State Government or City/Municipal
Corporations/Local Bodies, etc., and also royalty if any due to
the Government of Karnataka at the prevailing rates during the
contract period.
19.
The contractor shall pay compensation to his workmen, in case of
accidents, as per the workmens compensation Act. To facilitate
prompt payment, the contractor shall obtain an insurance policy to
cover all labourers and submit to the Executive Engineer
concerned. Any accident shall be notified instantly to the
Executive Engineer concerned and the contractor shall comply with
instructions issued in this behalf by the corporation.
20.
In the event of death or insolvency or insanity of imprisonment of
the contract. The Corporation can terminate the contract by a
notice in writing pasted at the place of work.
1.
PERIOD OF CONTRACT:
1.
The period of contract shall be Twelve (12) MONTH from the date of
Agreement. However. The Corporation reserves the right to reduce
the period at the time of award of contract itself at their
discretion. During the currency of contract, the Corporation
reserves the right to reduce the period/terminate the contract at
its own discretion without assigning any reasons whatsoever &
contractor will not have any claim on account of the same.
2.
During the course of validity period of contract, KPCL may assign
the said contract to any other agency, and said agency, being the
assignee shall operate the contract and engagement for the purpose
of execution, supervision, payment, extension/renewal etc. on the
same terms and conditions of the contract, and the contractor
shall have no right to raise any objection, whatsoever, on
assignment of the contract by KPCL as referred to above.
STATUTORY ACTS:
1.
The contractor shall adhere to the quality plans of KPCL
enclosed/available with KPCL for successful completion of work in
all respects.
CHIEF ENGINEER (FUEL MANAGEMENT)
KPCL, RTPS, Shaktinagar-584 170
SCHEDULE ‘B’
NAME OF THE WORK:-SALE OF MILL REJECTS COAL.
SL. NO
PARTICULARS OF WORK
UNIT
QTY
Basic Rate in figures per MT Exclusive of taxes in Rs.
Basic Rate in Words per MT Exclusive of taxes.
1
Purchase of Mill Reject Coal dumped in the reject yard at RTPS.
Note: The quoted rate shall not be less than KPCL reserve price of Rs.
2438.00 per MT Exclusive of all taxes.
MT
Min of 70,000MT
CONTRACTOR CHIEF ENGINEER (FUEL MANAGEMENT)
(SIGNATURE WITH SEAL)
Jai/bid-document 300 9

  • TLAČOVÁ MAPA STRANA 4 Z 4 ŠKODA ENYAQ COUPÉ
  • WRITTEN COUNSELING MEMO SUFFOLK COUNTY COMMUNITY COLLEGE ISSUED
  • OBRAZAC JPA L5 APLIKACIONI OBRAZAC FINANSIRANJE I SUFINANSIRANJE PROGRAMAPROJEKATA
  • EL ARTÍCULO LA INTRODUCCIÓN EL ARTÍCULO ( DEL LAT
  • POWERPLUSWATERMARKOBJECT357831064 GROUP 2 CONTRACTOR SAFETY PROGRAM COMPANY NAME COMPANY
  • HOW TO USE THE SONY “CYBERSHOT” DIGITAL STILL CAMERA
  • ANEXO II IMPRESO DE SOLICITUD DATOS DEL SOLICITANTE RAZÓN
  • A3415 PAGE 4 WIPO E A3415 ORIGINAL ENGLISH DATE
  • ¿QUE SEGURIDAD SOCIAL NECESITAMOS LOS URUGUAYOS? ARIEL FERRARI DIRECTOR
  • CIRCOLARE – NOTIZIARIO N 122018 21 DICEMBRE 2019 IN
  • ¿TENEMOS LAS PERSONAS QUE NECESITAMOS? TALLER ORGANIZACIÓN DEL TRABAJO
  • CIRCE ESCUELA DE ESPAÑOL MARÍA JESÚS PÉREZ GARCÍA EL
  • ROOM AND WINDOW DIMENSIONS CATSKILL HALL ROOM SIZE
  • A N INTRODUCTION TO DUBLIN CORE UKOLN SUPPORTING THE
  • CHAPTER 12 FORCES IN MOTION NAME PHYSICAL SCIENCE MR
  • ZARZĄDZENIE NR 762010 STAROSTY ŻUROMIŃSKIEGO Z DNIA 31 GRUDNIA
  • NORTH HILLS BOYS’ BASKETBALL BOOSTERS CAMP – 2017 ALL
  • PERAN APOTEKER DALAM INDIVIDUALISASI TERAPI SEJAK DEKADE TERAKHIR INI
  • LOS HOGARES DE ANCIANOS SON LA ÚLTIMA PARADA PARA
  • NZQA UNIT STANDARD 31484 VERSION 1 PAGE 3 OF
  • 15 ORFK TÁJÉKOZTATÓ (OT) 201013 SZÁM (2010 ÁPRILIS 30)
  • GUIDE SPECIFICATION VERTICAL ABOVE GROUND FIBERGLASS BRINERS SINGLE WALL
  • GOLF COURSE SLOPE RATINGS APRIL 2005 LISTED BELOW
  • 7 ЛИСТА ЗА САМОПРОЦЕНУ КОМПЕТЕНЦИЈА ЗА ПРОФЕСИЈУ НАСТАВНИКА ИМЕ
  • MARK SETTORE BIBLIOTECA E DOCUMENTAZIONE ARCHIVIO E PROTOCOLLO ASSISTENZA
  • WOLFENSTEIN LA VIEJA SANGRE LÍNEA DE TIEMPO 804 CARLOMAGNO
  • LYXOR & SG TO LAUNCH SMART 91 CAPITAL GUARANTEED
  • HERE ARE FOUR PAGES OF ANSWERS TO THE QUESTIONS
  • RASPORED SISTEMATSKIH PREGLEDA – II GRUPA (Č – I)
  • ISISSGRTWN DISCUSSION PAPER TOWARDS A CONVENTION ON KNOWLEDGE DRAFT