+ All Categories
Home > Documents > ಕೆಐಓಸಿಎಲ್ ಲಿಮಿಟೆಡ್ KIOCL LIMITED...2 TECHNICAL BID INDEX Sl.No....

ಕೆಐಓಸಿಎಲ್ ಲಿಮಿಟೆಡ್ KIOCL LIMITED...2 TECHNICAL BID INDEX Sl.No....

Date post: 24-Feb-2021
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
20
1 NOTICE INVITING TENDER ( E-PROCUREMENT MODE ONLY) No. PROJ/TC/7088 Date: 18.11.2019. TO, Dear Sir, KIOCL Limited, Panambur, Mangaluru invites online tenders from the experienced Contractors who have carried out similar type of work for the below mentioned work. Tender details can be accessed by M/s. MSTC Ltd., registered bidders from website http://www.mstcecommerce/ eprochome/kiocl/buyer_login.jsp till 3:00 PM on 17.12.2019. The details of Payment of .112.00 (including GST @ 12%) through NEFT towards cost of tender document and EMD should be uploaded along with technical bid. No cash shall be deposited to our Bank Account for payment of Cost of tender documents and EMD. The last date for submission of tender is till 3:00 PM on 18.12.2019. Tender No. Name of the work EMD (₹) KIOCL/19- 20/ET/209 Annual Contract for maintenanace of Plantations inside plant Premises of Pellet Plant Unit, KIOCL Limited, Panambur, Mangaluru. 10,000.00 Please find enclosed herewith the tender documents for (i) Technical Bid - comprising of Proforma for Technical evaluation, Invitation for tender, instructions to tenderers, terms & conditions, Special conditions, Technical specifications, Business rule and terms & conditions of e-Procurement cum e- reverse auction, schedule of work (Unpriced) and (ii) Blank Price bid comprising of schedule of work. The Technical bid along with other documents shall be duly filled. The price bids of only technically qualified bidders shall be opened and others shall be rejected. KIOCL Ltd‟s decision on Technical evaluation shall be final and no correspondence shall be entertained in this regard. Thanking you, Yours faithfully, for KIOCL LIMITED (Arun Bhat U.C.) General Manager (T&S, Projects, I&C) ಐಓಎ (ಭಾರತ ಸಾಾರದ ಉದಯಮ) ಪಣ೦ಬೂರು , ಮ೦ಗಳೂರು 575 010 ಯೋಜನಾ ಭಾಗ ದೂರವಾ:೨೪೦೩೨೯೨ , ೨೪೦೩೨೯೪ ಮೈ: [email protected] ಾಯ: ೦೮೨೪ ೨೪೦೭೪೨೨ ಸೈ: www.kioclltd.in केअइओसीएल लमटेड (भारत सरकार का एक उयम) पणंबूर , मंलू ५७५ ०१० पररयोजनाऐ लिभाग टेललफोन: २४०३२९२ , २४०३२९४ ईमैल: [email protected] फे स: ०८२४ २४०७४२२ िबसाइट : www.kioclltd.in KIOCL LIMITED (A Government of India Enterprise) Panambur, Mangaluru 575 010 PROJECTS DEPARTMENT Telephone: 2403292, 2403294 Email: [email protected] Fax: 0824 2407422 Website: www.kioclltd.in GST No.29AAACK8438M1ZX कु ेमुख KUDREMUKH ಐಏಓ 9001, 14001 ಮತುಓಎಏಎ 18001 ಸ೦अई एस 9001, 14001 तथा ओएचएसएएस 18001 कपनी ISO 9001, 14001 & OHSAS 18001 COMPANY
Transcript

1

NOTICE INVITING TENDER

( E-PROCUREMENT MODE ONLY)

No. PROJ/TC/7088 Date: 18.11.2019.

TO,

Dear Sir,

KIOCL Limited, Panambur, Mangaluru invites online tenders from the experienced Contractors who

have carried out similar type of work for the below mentioned work. Tender details can be accessed

by M/s. MSTC Ltd., registered bidders from website http://www.mstcecommerce/

eprochome/kiocl/buyer_login.jsp till 3:00 PM on 17.12.2019. The details of Payment of ₹.112.00 (including GST @ 12%) through NEFT towards cost of tender document and EMD should be

uploaded along with technical bid. No cash shall be deposited to our Bank Account for payment of

Cost of tender documents and EMD. The last date for submission of tender is till 3:00 PM on

18.12.2019.

Tender No. Name of the work EMD (₹)

KIOCL/19-

20/ET/209

Annual Contract for maintenanace of Plantations

inside plant Premises of Pellet Plant Unit, KIOCL

Limited, Panambur, Mangaluru.

10,000.00

Please find enclosed herewith the tender documents for (i) Technical Bid - comprising of Proforma

for Technical evaluation, Invitation for tender, instructions to tenderers, terms & conditions, Special

conditions, Technical specifications, Business rule and terms & conditions of e-Procurement cum e-

reverse auction, schedule of work (Unpriced) and (ii) Blank Price bid comprising of schedule of

work. The Technical bid along with other documents shall be duly filled. The price bids of only

technically qualified bidders shall be opened and others shall be rejected. KIOCL Ltd‟s decision on Technical evaluation shall be final and no correspondence shall be

entertained in this regard.

Thanking you,

Yours faithfully,

for KIOCL LIMITED

(Arun Bhat U.C.)

General Manager (T&S, Projects, I&C)

ಕೆಐಓಸಿಎಲ್ ಲಿಮಿಟೆಡ್ (ಭಾರತ ಸರ್ಾಾರದ ಉದಯಮ)

ಪಣ೦ಬೂರು, ಮ೦ಗಳೂರು – 575 010

ಯೋಜನಾ ವಿಭಾಗ ದೂರವಾಣಿ:೨೪೦೩೨೯೨, ೨೪೦೩೨೯೪

ಈ ಮೈಲ್: [email protected]

ಫ್ಾಯಕ್ಸ : ೦೮೨೪ ೨೪೦೭೪೨೨

ವೆಬ್ ಸೈಟ್: www.kioclltd.in

केअइओसीएल लललमटेड (भारत सरकार का एक उध्यम)

पणंबूर , मंग्लूरु – ५७५ ०१०

पररयोजनाऐ लिभाग

टेललफोन: २४०३२९२,

२४०३२९४

ईमैल: [email protected]

फेक्स: ०८२४ २४०७४२२

िेबसाइट: www.kioclltd.in

KIOCL LIMITED (A Government of India Enterprise)

Panambur, Mangaluru – 575 010

PROJECTS DEPARTMENT Telephone: 2403292, 2403294 Email: [email protected]

Fax: 0824 2407422

Website: www.kioclltd.in GST No.29AAACK8438M1ZX

कुद्रमेुख

KUDREMUKH

ಐಏಸ್ಓ 9001, 14001 ಮತುು

ಓಹೆಚ್ಎಸ್ಏಎಸ್ 18001 ಸ೦ಸೆ

अई एस ओ 9001, 14001 तथा

ओएचएसएएस 18001 कम्पनी

ISO 9001, 14001 &

OHSAS 18001 COMPANY

2

TECHNICAL BID INDEX

Sl.No. Particulars Page No.

1. Invitation to tender - KIOCL/MR/TC/QF-01

3

2. Important instructions for E-Procurement.

4-6

3. Instructions to bidders with commercial terms and conditions

7-8

4. Proforma for technical evaluation of bidders

9- 10

5.

Instruction to tenderers & terms and conditions –

KIOCL/MR/TC/QF-02

11-14

6.

Special conditions of contract.

15-16

7.

Business rules for e-reverse auction

17-18

8.

Schedule of work (Un-priced)

19

9.

Blank price bid format

20

3

No. KIOCL/MR/TC/QF-01

KIOCL Limited (A Govt. of India Enterprise)

PANAMBUR, MANGALURU – 10

No.PROJ/TC/7088 Date: 18.11.2019.

SUB: ANNUAL CONTRACT FOR MAINTENANACE OF PLANTATIONS INSIDE

PLANT PREMISES OF PELLET PLANT UNIT, KIOCL LIMITED, PANAMBUR,

MANGALURU.

-----

1. Bid documents for the above work are enclosed herewith.

2. SUBMISSION OF TECHNO-COMMERCIAL AND PRICE BID: Bidder should submit

their tenders in two parts through e-procurement mode only. The instructions on the portal

shall be followed, while submitting the tender. The E- procurement would be conducted by

our service provider M/s MSTC Limited.

Part - A : Techno-Commercial Bid

Part - B : Price Bid

3. The details of payment to the below mentioned bank details through NEFT mode towards

Earnest Money Deposit of ₹.10,000/- (Rupees ten thousand only) to be uploaded along with

the technical bid

STATE BANK OF INDIA, PANAMBUR, MANGALURU – 575 010.

CURRENT ACCOUNT NO. 32893315596, IFSC CODE: SBIN0002249

State/Central Govt. Organization, PSU and valid DGS&D/NSIC registered (for the tendered

item) firm can produce documentary evidence issued by Govt. Authorities for exemption

towards submission of Tender Document Fee and EMD. In case of SSIs /MSMEs Firms need

to submit the relevant, valid registration certificates for claiming exemption (In case of those

firms who have already submitted the documentary evidence may ignore this).

Note: No cash shall be deposited to our Bank Account for payment of EMD.

4. EMD shall be adjusted to the Security Deposit in the case of successful bidder. However, the

same shall be returned to the unsuccessful bidders immediately after the award of work to

successful bidder.

5. Acceptance of the bid will be intimated to successful bidder through a letter enclosing the

copies of the Letter of Intent (LOI) and this letter will be treated as authorization for award of

work. The bidder shall sign the said copies of LOI and send to the owner within seven days

from the date of receipt for formal signature and issue of the same. In the event of failure on

the part of the bidder to sign and return the LOI within the specified time, the EMD shall be

liable to be forfeited at the sole discretion of the owner.

6. The job shall be completed within ONE YEAR. The effective date of contract would be

specified in Letter of Intent/Work Order.

7. The successful bidder shall be required to execute an agreement within the time specified in

the Letter of Intent.

8. The Company reserves the right to reject any or all the tenders without assigning any reason.

Thanking you,

Yours faithfully,

for KIOCL Limited

(Arun Bhat U.C.)

General Manager (T&S, Projects, I&C)

Encl: Bid documents.

4

IMPORTANT INSTRUCTIONS FOR E-PROCUREMENT

I) Process of E-tender:

A) Registration: The process involves vendors registration with MSTC Limited e-procurement

portal (www. mstcecommerce.com) which is free of cost. Only after registration, the

vendor(s) can submit his/their bids electronically. Electronic Bidding for submission of

Techno-Commercial Bid as well as Price Bid over the internet will be done. The vendor

should posses Class III signing type digital certificate. Vendors are to make their own

arrangement for bidding from a Personal Computer connected with Internet. MSTC Ltd is not

responsible for making such arrangement. (Bids will not be recorded without Digital

Signature).

SPECIAL NOTE: THE PRICE BID AND THE COMMERCIAL BID HAS TO BE

SUBMITTED ON- LINE AT http://www.mstcecommerce.com/ eprochome/kiocl/

1) Vendors are required to register themselves online with

http://www.mstcecommerce.com/eprochome/kiocl/ →Register as Vendor (Vendors) Filling

up details and creating own user id and password→ Submit.

2) Vendors will receive a system generated mail confirming their registration in their email

which has been provided during filling the registration form.

In case of any clarification, please contact MSTC Limited, (before the scheduled time of the

e- tender).

Contact Persons at MSTC Ltd are as under

B) System Requirement:

i)

i) Windows 98 /XP-SP3 & above/Windows 7 Operating System

ii) IE-7 and above Internet browser

iii) Signing type digital signature - Class 3.

iv) JRE 8 update 144 and above software to be downloaded and installed in

the system.

v) To enable ALL active X controls and disable “use pop up blocker‟ under Tools→ Internet

Options→ custom level

FOR DETAILS PLEASE GO THROUGH THE VENDOR GUIDE AND THE VIDEO UNDER

“VIEW VIDEO” LINK AT www.mstcecommerce.com/eprochome

Vendor GuideLinkhttp://www.mstcecommerce.com/eprochome/UserManualVendor.pdf.

VideoLink.http://www.mstcecommerce.com/auctionhome/RenderFileViewVideo.jsp?file=I

E- Configuration.mp4

Shriyansh Jain J.Damodaran

Email: [email protected] Email: [email protected]

Mobile : 7411651015 Mobile :

Land Line : 080 22260054/22266417 Extn 205

5

1) The Bidders are advised to offer their most competitive prices while submitting the price bid.

2) All entries in the tender should be entered in online Technical & Commercial Formats without

any ambiguity.

3) Bidders are instructed to use Attach Documents through the attach document button present

under event number selected. Multiple documents can be uploaded. Maximum size of single

document for upload is 5 MB.

4) For further assistance please follow instruction of vendor guide

http://www.mstcecommerce.com/eprochome/UserManualVendor.pdf

5) All notices and correspondence to the bidder(s) shall be sent through email during the process

till finalization of tender by KIOCL Ltd. Hence the bidders are required to ensure that their

email I.D provided is valid and updated at the stage of registration of vendor. Bidders are also

requested to ensure validity of their DSC (Digital Signature Certificate).

6) Please note that there is no provision to take out the list of parties who are downloading the

tender document from the web site mentioned in NIT. As such, bidders are requested to see

the web site once again before the due date of tender opening to ensure that they have not

missed any corrigendum uploaded against the said tender after downloading the tender

document. The responsibility of downloading the related corrigendum, if any, will be that of the

bidders.

7) No separate intimation in respect of corrigendum to this NIT (if any) will be sent to bidders

who have downloaded the documents from web site. Please see

website www.mstcecommerce.com/ eprochome/kiocl of MSTC Ltd. or www.kiocl.co.in

of KIOCL Ltd.

8) E-tender cannot be accessed after the due date and time mentioned in NIT.

9) Bidding in e-tender:

a) The process involves Electronic Bidding for submission of Techno Commercial Bid as well as

Price Bid.

b) The bidder(s) can submit their Techno Commercial Bids and Price Bid through internet in

MSTC Ltd website www.mstcecommerce.com/eprochome/kiocl→ Vendor Login → My

menu→ Auction Floor Manager→ live event →Selection of the live event→ Techno

Commercial Bid.

c) The bidder should allow to run an application namely enApple by accepting the risk and

clicking on run. This exercise has to be done twice immediately after clicking on the Techno-

Commercial bid. If this application is not run then the bidders will not be able to save/submit

his/her bid.

d) After filling the Techno-Commercial Bid, bidders should click„ save for recording their

Techno-Commercial bid. Once the same is done, the Price Bid link becomes active and the

same has to filled up and then bidders should click on “save” to record their price bid. Then

once both the Techno-Commercial bid & price bid has been saved, the bidders can click on

the “Submit” button to register their bid

NOTE: - The Techno-Commercial Bid & price bid cannot be revised once the submit button

has been clicked by the bidders.

e) In all cases, bidders should use their own ID and Password along with Digital Signature at the

time of submission of their bid.

f) During the entire e-tender process, the bidders will remain completely anonymous to one

another and also to everybody else.

g) The e-tender floor shall remain open from the pre-announced date & time and for as much

duration as mentioned above.

6

h) All electronic bids submitted during the e-tender process shall be legally binding on the

bidders. Any bid will be considered as the valid bid offered by that bidder and acceptance of

the same by KIOCL Ltd will form a binding contract between KIOCL Ltd and the Bidder for

execution of work. Such successful bidder shall be called hereafter Contractor.

i) It is mandatory that all the bids are submitted with digital signature certificate otherwise the

same will not be accepted by the system.

j) KIOCL Ltd reserves the right to cancel or reject or accept or withdraw or extend the tender in

full or part as the case may be without assigning any reason thereof.

k) No deviation in the terms and conditions of the tender document is acceptable. Submission of

bid in the e-tender floor by any bidder confirms his acceptance of terms & conditions of the

tender.

l) Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted should be in

Indian Rupee as per UOM indicated in the e-tender floor/tender document.

10) Any order resulting from this e-tender shall be governed by the terms and conditions

mentioned therein as well as in the tender document.

11) After submitting online bid, the bidder cannot access the tender, once it has been submitted

with digital signature.

12) The bidders must upload all the documents required as per terms of NIT. Any other

document uploaded which is not required as per the terms of the NIT shall not be considered.

13) The bid will be evaluated based on the filled-in technical & commercial formats.

7

INSTRUCTIONS TO BIDDERS WITH COMMERCIAL TERMS AND CONDITIONS

OF CONTRACT

1. The Bidder is expected to examine all instructions, forms, terms and specifications in the

bidding documents. Failure to furnish all information required as per the bidding documents

or submission of a bid not substantially responsive to the bidding documents in every respect

will be at the bidder‟s risk and shall result in rejection of the bid. Confirm acceptance of all

Techno-commercial terms in to without any reservation.

In case bidder is silent on any clause mentioned in this tender document KIOCL shall

construe that the bidder had accepted all the clauses as per this Invitation to Tender.

2. AMENDMENTS TO BIDDING DOCUMENTS: At any time prior to the deadline for

submission of bids, the Tendering Authority, KIOCL Limited may, for any reason modify,

change, incorporate or delete certain conditions in the bidding document. All prospective

bidders are to note these changes on the official website of the Company.

3. TECHNO COMMERCIAL TERMS AND CONDITIONS: 1) PRICE: Offered price should be exclusive of GST.

Note:

a) GOODS & SERVICE TAX (GST): Percentage applicable to be indicated. Our GST

No. 29AAACK8438M1ZX. Applicable TDS will be deducted as per GST provision.

b) Bidders are requested submit their copy of GST Registration Certificate and PAN.

c) The price quoted shall be firm through-out the currency of the contract and is not

subject to escalation of any kind whatsoever.

4. CONFIDENTIALITY: You shall keep all the information shared with you as confidential

and shall not disclose the same under any circumstances to any one, without obtaining

written consent from KIOCL.

5. SPECIAL NOTE:

a) The Tenderer is required to carefully examine the Terms and Conditions of tender

document and work related to scope of supply given in the Tender Document and fully

acquaint himself as to all conditions and matters which may in any way affect the work

related to scope of work or the cost thereof. Tenderer shall be deemed to have on his own

and independently obtained all necessary information for the purpose of preparing the

tender and shall be deemed to have taken into account all contingencies as may arise due

to such information or lack of the same.

b) Clarifications on Techno-Commercial Terms: KIOCL reserves the right to seek

clarifications on the Techno-Commercial clarifications/confirmation from the bidder.

However, such clarification/confirmation sought shall not permit the tenderer to revise the

price bids submitted. The request for clarification and the response shall be in writing and

no change in the price or substance of the Bids shall be sought, offered or permitted.

c) KIOCL reserves the right to accept or reject tender either in whole or in part or to invite

revised offer.

d) The Tenderer shall be deemed to have acquainted himself of Rules, procedures, guidance

of Government Laws, statutes, regulations, etc., relating to his work related to present

scope of work.

e) KIOCL reserves the right to shorten / extend the period of contract while concluding the

contract. KIOCL also reserves the right to short close the contract in case of breach of

terms and conditions of the contract by the tenderer.

8

f) The award of work shall not be assigned, transferred or sub-delegated to other

Contractors except with the written approval of KIOCL. However this clause shall not

apply to purchase of equipments and material for the performance of the work.

6. Notwithstanding anything specified in this Tender Documents, KIOCL in his sole

discretion, unconditionally and without having to assign any reason, reserves to himself

the rights:

a. To accept or reject the lowest tender or any other tender or all the tenders to reject the

offers not conforming to the tender terms and to give Purchase preference to Public

Sector Undertakings wherever applicable as per Government policy/ Guidelines.

b. To extend purchase preference to SSIs (Micro and Small Enterprises) as per prevailing

guidelines.

c. The OWNER reserves the option to give a purchase preference to the offers from MSME

Units, in accordance with the policies of the Govt. from time-to-time. For more details

please viste our website link http://kioclltd.in/downloads/EMPANELMENT-OF-

MSEs.pdf . In case of SSIs /MSEs Firms need to submit notarized copies of the relevant,

valid registration certificates and/or Udyog Aadhar Memorandum (UAM) Number for

claiming exemption.

9

KIOCL/MR/TC/QF-02

TECHNICAL BID

PROFORMA FOR TECHNICAL EVALUATION OF BIDDERS

The agencies who are participating in tender/bidding must furnish following details along with

documentary evidence of their claims. However, any surrogated submission in any form will

disqualify them from consideration.

Generic

Name of the

Agency

Postal

Address

Communication

Address

Contact Person Emergency contact

mode/No

Specific

Sl.

No.

Description Document particulars

1.

Average annual financial turnover during the last

three years, ending 31st March 2018 (Balance

sheet or Form 16 or Auditor certified copy of

turnover). The auditor should be a Chartered

Accountant.

Should be at least ₹. 1.70 Lakhs

2.

Experience of having successfully completed

similar work during last seven years ending last

date of the previous month of date of publication

of NIT.

Similar work means garden maintenance/

horticulture/civil maintenance/labour supply

works/housekeeping works carried out in Process

Plants/Industries/Public sector under takings/Govt.

sectors and private sectors.

Note: (i) For works carried out in Pellet Plant Unit

of KIOCL Ltd., work order copies are to be

enclosed. However, for the purpose of technical

evaluation, the actual value of work done would

be considered. For works carried out in other

place/s, work completion certificate should be

furnished.

(ii) The ongoing works will also be considered if

the value of the actual work/s completed as on

specified date is/are above the specified threshold

value.

a) Three (3) similar completed works

costing not less than the amount ₹. 2.26

lakhs each (rupees two lakh twenty six

thousand only)

OR

b) Two (2) similar completed works costing

not less than the amount ₹. 2.83 lakhs each

(rupees two lakh eighty three thousand only)

OR

c) One (1) similar completed work costing

not less than the amount ₹.4.52 lakhs (rupees

four lakh fifty two thousand only)

10

3. PAN (mandatory, copy to be enclosed)

4.

e-mail address (mandatory)

5. PF Account No., if available

6. ESI code No., if available

7. GST registration certificate., (if available)

8.

TIN (if available)

9. Ownership of the firm; whether the firm is

proprietary, partnership or company.

In case of partnership or company, the details of

partnership/company along with agreement copies

and the authorised signatory on behalf of the firm

should be furnished.

10. All payments shall be made on electronic mode.

Contractor shall furnish the required bank details

to affect the electronic mode of payment.

Name of the Bank

Branch

Type of Account (Current/Savings)

Account No.

MICR Number

IFSC Code

_____________ _______

CONTRACTOR OWNER

11

KIOCL/MR/TC/QF-02

KIOCL LIMITED (A Govt. of India Enterprise)

PANAMBUR, MANGALURU – 10

No. PROJ/TC/7088 Date: 18.11.2019.

ANNUAL CONTRACT FOR MAINTENANACE OF PLANTATIONS INSIDE

PLANT PREMISES OF PELLET PLANT UNIT, KIOCL LIMITED, PANAMBUR,

MANGALURU.

A. INSTRUCTION TO TENDERERS

1. The Bidder is expected to examine all instructions, forms, terms and specifications in the

bidding documents. Failure to furnish all information required as per the bidding documents

or submission of a bid not substantially responsive to the bidding documents in every respect

will be at the bidder‟s risk and shall result in rejection of the bid. Confirm acceptance of all

Techno-commercial terms in to without any reservation.

In case bidder is silent on any clause mentioned in this tender document KIOCL shall

construe that the bidder had accepted all the clauses as per this Invitation to Tender.

AMENDMENTS TO BIDDING DOCUMENTS: At any time prior to the deadline for

submission of bids, the Tendering Authority, KIOCL Limited may, for any reason modify,

change, incorporate or delete certain conditions in the bidding document. All prospective

bidders are to note these changes on the official website of the Company.

2. The technical bid shall be accompanied by an Earnest Money Deposit of ₹. 10,000/- (Rupees

ten thousand only) details made through NEFT to below bank details,

STATE BANK OF INDIA, PANAMBUR, MANGALURU – 575 010.

CURRENT ACCOUNT NO. 32893315596, IFSC CODE: SBIN0002249

Firms registered with MSME/NSIC under single point registration scheme are exempted from

EMD & cost of tender document and such firms should upload documentary evidence for

availing this benefit.

3. Tender will be received up to 3:00 P.M. on 18.12.2019.

4. Tenderers have to acquaint themselves with the conditions prevailing at site, before submitting

the tenders.

5. Tenderers shall furnish their quotation online in figures only.

6. Owner/Engineer reserves the right to reject any or all tenders without assigning any reason.

7. Owner/Engineer reserves the right to award part of the work or the whole, as may be

considered necessary.

8. EMD will be forfeited, if the tenderer withdraws or alter/modify the tender terms in any

respect within the period of validity specified in the tender document after the due date of

submission of bids. Tenders submitted without EMD will not be considered.

9. Contractor shall take necessary precautions not to cause any damage to Owner‟s property.

10. Contractor shall take necessary precautions for safety of the workmen by providing safety

belts, helmet, safety shoes and other safety appliances.

12

B. TERMS AND CONDITIONS

1. The work shall generally be governed by KIOCL Limited‟s General Conditions of Contract

(TS/B/KIOCL/QF-31/REV-1) which is available for reference in Projects Office on all

working days.

2. Scope of work in this contract broadly covers the following.

(a) As per schedule of work enclosed.

3. The quantities given in the schedule of items are approximate and may vary or some of the

items may not be executed. No claim by the contractor on account of variations, omissions

and modifications will be entertained.

4. No escalation is admissible on any account whatsoever.

5. Mode of measurements for the work shall be as per IS-1200 latest edition unless otherwise

specified for items not covered in IS-1200, CPWD standard shall be adopted.

6. Rates quoted against schedule items shall include all materials, labour, machinery expenses

and hire charges, taxes, royalties, transport, maintenance incidents, enabling works etc., based

on the conditions mentioned herein, except GST. GST, if applicable, will be reimbursed as

per clause 13 of special conditions of contract. Unless otherwise specified in the tender

schedule the rates for all items will be deemed to include all leads, lifts and decents in the

work.

7. If the contractor fails to fulfill his obligation for carryout all the jobs as per schedule of works

with in the work order period, the owner shall be entitled immediately on such failure or at

any time thereafter, to cancel the contract or the portion thereof in default and to get the

total/balance jobs got done by the owner at contractor's risk and cost.

8. The work executed shall be maintained in good condition for a period of ONE YEAR from

the date of completion including repair required if any at contractor's cost. If the contractor

fails to fulfill his obligation during the maintenance period, the same shall be got done by the

owner at contractor's risk and cost.

9. SECURITY DEPOSIT: (a) 10% of the value of work shall be deducted and retained till the completion of work or

maintenance period as applicable.

(b) 3% of the order the value as Initial Security Deposit shall be recovered from the first

running bill after adjusting the EMD. The balance 7% towards Security deposit will be

recovered from the running bills.

(c) The Security Deposit shall be refunded after successful completion of work or

maintenance period as applicable.

10. Any damage to the company's property caused by the contractor during the

execution/maintenance of work, shall be charged to the contractor and the amount of damage

shall be left to the sole discretion of the Engineer.

11. Statutory deduction towards all applicable taxes shall be made as per rules.

12. Royalties if any for materials applicable shall have to be paid by the contractor.

13. All safety appliances like safety belt, helmets etc. have to be provided by the contractor to all

his workers and supervisors. None of the workmen without safety appliances shall be allowed

to work at heights.

14. The contractor shall abide with all the provisions contained in Factories Act and

Rules/Regulations/Bylaws/Orders made thereunder.

15. The contractor should obtain Insurance Policy to cover the risk of the labourers under

Workmen Compensation Act and should be produced before starting the work. This is

compulsory for those who do not have ESI code numbers of their own.

13

16. Contractor should furnish the PF & ESI code numbers obtained from respective authorities

and also produce the same to the Personnel Department before commencement of the work.

However, in case a contractor who does not have PF & ESI code number, should apply for PF

& ESI code numbers from the respective authorities based on the LOI/Work Order issued to

them and produce the same to Personnel Department

17. The contractor and his workmen may avail the facilities provided in the canteen set up for the

contract labour. They will not be allowed to avail the facilities set up for KIOCL Limited

employees.

18. Time of completion and Liquidated Damages:

The entire work under this Contract shall be completed within ONE YEAR. The effective

date of start of contract would be specified in Letter of Intent/Work Order. If the contractor

fails to complete the work within the stipulated completion time, the contractor shall pay to

owner as liquidated damages for such default, for every day which shall elapse between the

date prescribed thereof and the actual date of completion of the scope of work, the amounts

determined on the basis of the percentage of the value of the work as specified herein.

Delay of 1st 20 days ....... 0.1% per day

Delay of next 20 days ...... 0.15% per day

subject to a maximum of 5% of the value of the work. The Owner/Engineer has the discretion

to reduce or waive the Liquidated Damages.

19. Our Company comes under Factories Act, Rules, Regulations, byelaws and orders made

thereunder. Hence the Contractors must abide by the same.

(i) No persons shall be employed without Initial Training on Safety as per vocational

Training Rules.

(ii) Contractor must immediately after deploying the Contract Workers, get their initial

Medical Examination done at Company Hospital/Company recogonised Hospital.

The expenditure towards Medical Examination of Contract Workers shall be borne by

KIOCL Limited.

(iii) A supervisor with experience should be deployed to ensure that the contract workers

work safely and in accordance with all the provisions of Factories Act, Rules,

Regulations, Byelaws and orders made thereunder.

20. The Contractor shall be responsible for all the safety measures as per the rules in the interest

of safety of all the labourers working under him. Necessary safety appliances shall be

provided to all the labourers at Contractor's cost.

Wherever it is observed that the contractor has not provided safety appliances to the workers

engaged by him, the Management reserves the right to issue the necessary safety appliances to

his workers on cost recoverable basis.

21. The contractor shall disburse the wages to the labour on or before 7th

of the following month

and furnish copy of wage register, muster roll along with the bill. PF and ESI challans shall

be submitted to the Personnel Department on or before 25th

of the following month.

22. OBLIGATIONS OF THE AGENCY / CONTRACTOR WITH REGARD TO STATUTES:

a) The Agency shall be solely responsible as regards salary, wages and service conditions

and terms extended by the Agency to his employees/workmen and shall in that connection

maintain requisite records and comply with all laws, enactment, rules and regulations and

orders dealing with employment of contract labour, payment of workmen‟s compensation,

contribution under ESI Act, 1948, if applicable, and PF/EPF Act 1952, payment of

minimum wages, payment of bonus, fire and safety regulations, regulations relating to

employment of female workforce, security requirements and such other and regulations as

may be applicable at present made applicable hereafter. The wages prescribed by the

appropriate Government under the Minimum Wages Act, 1948 and all provisions of the

14

Contract Labour Regulation Act and Factories Act shall be complied with by the Agency.

Agency shall insure all employees for accidents and third party losses and produce the

policy before commencement of Contract. All employees of the Agency shall be covered

under Workmen Compensation Insurance and Group Accident Insurance cover, by the

Agency.

b) The successful bidder is obliged to work in close coordination with KIOCL staff.

c) The successful bidder will abide by the safety measures prevalent in India and will free

the KIOCL from all demands or responsibilities arising from accidents / loss of life, the

cause of which is the Bidders negligence. The bidder will pay all indemnities arising

from such incident and will not hold the KIOCL responsible or obligated.

d) The bidder is responsible for managing the activities of his personnel or sub-contracted

personnel and will hold himself responsible for any misdemeanors.

e) The bidder shall treat all data and information about the KIOCL as Confidential and shall

not reveal such information to any other party without the prior written approval of

KIOCL.

22. INDEMNIFICATION:

The Agency shall indemnify and keep indemnified the Company from and against all actions,

claims, demands and/or liabilities whatsoever arising out of this agreement or consequent

upon breach of any of provisions of this agreement and/or against any claim, action or demand

by any of the Agency‟s Employees, person(s), firms, institutions under any law, rule or

regulation having the force of law, including but not limited to, claims against the Company

under Workmen‟s Compensation Act, 1923. The Employees State Insurance Act, the

Employees Provident Fund Act, 1952, The Contract Labour (Abolition & Regulation) Act,

1970 and the Minimum Wages Act, 1948 and any amendments thereto.

23. Fraud prevention policy of KIOCL Limited:

Every one may take note that a “Fraud Prevention Policy” is being followed at KIOCL, which

provides a system for prevention / detection / reporting of any fraud. It also forbids everyone

from involvement in any fraudulent activity and that where any fraudulent activity is

suspected by anyone, the matter must be reported to the „Nodal Officer‟ (Chief Vigilance

Officer) as soon as he / she comes to know of any fraud or suspected fraud.

24. The Bids shall be valid for a period of three months from the due date of submission of the

bid.

Note : No additional condition shall be inserted in ₹Schedule of work’.

___________ _______

CONTRACTOR OWNER

15

SPECIAL CONDITIONS

1. The agency shall provide at their cost a weedicide sprayer.

2. The agency shall provide necessary safety appliances and rain coat/cover for the labourers

being deployed

3. The agency shall provide the following tools for gardening at his cost.

a) Spade - 5 No.s

b) Sickle - 6 No.s

c) Pick axe - 3 No.s

d) Rubber/Plastic baskets - 5 No.s

e) Hedge cutter - 1 No.s

f) Water can - 1 No.

g) Weedicide Sprayer.

4. The agency shall supply on an average 6 labourers every day.

5. The scope of work includes gardening and related work in PP unit.

6. The power for recharging the battery of the sprayer will be provided by the company free of

charge.

7. The scope of work includes gardening and plantation work in PP unit/Tree park at BF unit

8. The PVC hoses for watering garden will be provided by KIOCL free of charge.

9. PAYMENT OF REVISED RATE ON ACCOUNT VARIATION IN MINIMUM WAGES:

The service charge/s quoted by contractor in column no. 7 of schedule of work (labour supply)

shall include all taxes, duties, overheads, profits etc. except GST. The GST, as applicable

would be reimbursed as per the relevant clause mentioned elsewhere in this tender document.

The service charge/s quoted shall remain constant throughout the contract period and no

escalation is admissible for any reason whatsoever. In case of revision in minimum wages by

the Govt. during the tenure of the contract, difference in minimum wages along with

corresponding PF & ESI (16.25 %) would be paid from the date of revision of minimum

wages. The minimum wages notification issued by KIOCL Ltd‟s HR&A Department shall be

considered for this purpose.

10. KIOCL shall reimburse EL payments based on proof of payment made to the labour subject

to the condition the recipient of EL payment is eligible for EL payment. As per Factory Act,

the person should work for minimum 240 days in a year. The contractor shall submit the proof

EL payment to the HR department and the reimbursement shall be made only after

certification by HR department.

11. KIOCL shall reimburse the National holiday wages on proof of payment made to the labour

subject to the condition that the labour is on the rolls of the contractor during that period.

Presently, January 26, August 15 and October 2 are termed as National Holidays. However,

rules prevailing at the time of execution of the contract shall be followed.

12. The employer contribution of Provident Fund and ESI admissible for reimbursement shall be

as per PF and ESI rules. As per the existing rules, KIOCL will restrict the payment towards PF

to monthly salary of ₹15,000.00 & ESI to ₹21,000.00 or actual salary paid, whichever is less.

In case of any change in the rule, the rule prevailing at the time of execution of the contract

shall be adopted.

13. The rate quoted shall be exclusive of GST. GST shall be paid based on tax invoice.

Tax Deducted at Source (TDS) under GST shall be considered as per provision of GST Act

for making payment. The Security Deposit shall be refunded after successful completion of

maintenance period, and on submission copies of GST remittance challans /return.

14. Evaluation of tender: Tenders will be evaluated based on the rates quoted by the bidder in

schedule of Work without considering GST.

16

15. EVALUATION AND COMPARISON OF BIDS:

The detailed process for BID Evaluation is as follows:

a) First Stage : Techno-Commercial Bid Evaluation :

The techno-commercial offers received from the bidders will evaluated as per the

tender terms and conditions of the NIT. The Tender Committee may call the

bidders/bidders representatives for detailed techno-commercial discussions,

clarifications, presentation if required. The names of techno-commercially qualified

vendors will be intimated.

b) Second Stage: Price bid of all techno commercially qualified bidders will be opened

in MSTC portal

c) Third Stage : e-reverse auction among all techno commercially qualified bidders will

be conducted on a later date and the same will be intimated.

ALL PRICE BIDS WOULD BE EVALUATED WITHOUT CONSIDERING GST

Note:

a) During the online reverse auction, if no bid is received within the specified time, then KIOCL,

at its discretion may scrap the online reverse auction process

b) In case of offers which contain price details / partial price details of the prices in the Techno-

Commercial bid, online bid shall be considered for evaluation.

c) In case of e-Reverse auction is conducted, where there is no response from bidders, comparative

statement shall be made based on online price bids.

____________ _______

CONTRACTOR OWNER

17

BUSINESS RULES FOR e-REVERSE AUCTION

GENERAL TERMS AND CONDITIONS

1) Against this Enquiry for the subject item/system with detailed scope of schedule of work as

per our specification, KIOCL Limited, hereinafter referred to as KIOCL, may resort to

“REVERSE AUCTION PROCEDURE” i.e. e-REVERSE AUCTION on INTERNET.

2) For the proposed e-reverse auction, technically and commercially acceptable bidders only

shall be eligible to participate.

3) e-Reverse auction will be conducted on schedule date & time.

4) At the end of reverse auction event, the lowest bidder value will be known on the network.

BUSINESS RULE FOR FINALIZATION OF THE PROCUREMENT:

KIOCL shall finalize the procurement of the item against this tender through e-reverse auction

mode. KIOCL has made arrangement with M/s. MSTC Ltd who shall be KIOCL‟s authorized

service provider for the same. Please go through the guidelines given below and submit your

acceptance to the same along with your Techno-Commercial Bid.

1. Computerized e-reverse auction shall be conducted by KIOCL, on pre-specified date, while

the vendors shall be quoting from their own offices/ place of their choice. Internet

connectivity shall have to be ensured by vendors themselves. Failure of power at the

premises of vendors during the Reverse auction cannot be the cause for not participating in

the reverse auction. On account of this, the time for the auction cannot be extended and

neither KIOCL nor M/s. MSTC is responsible for such eventualities.

2. On request, M/s. MSTC shall arrange to train your nominated person(s), without any cost to

you. They shall also explain you, all the rules related to the e-reverse auction to be adopted

along with tender.

3. UNIT OF MEASUREMENT as specified in schedule and BIDDING CURRENCY:

Indian Rupees.

4. BID PRICE: Offered price should be excluding GST.

5. The technical & commercial terms are as per KIOCL Tender No: No.PROJ/TC/7088

dtd: 18.11.2019.

6. VALIDITY OF BIDS: The Bid price shall be firm specified in the tender document and

shall not be subjected any change whatsoever.

7. The detailed process for e-reverse auction is explained below:

The computer screen will display Start Bid Price and which shall be visible to the all

vendors. You will be required to start bidding after announcement of Start Bid Price and

decrement amount. Also, please note that the start price of an item in e-reverse auction is

open to all the participating bidders. Any bidder can start bidding, in the e-reverse auction,

from the start bid price itself. If the start bid price is your own price, you still need to bid in

the e- reverse auction. Also, please note that the first online bid that comes in the system

during the e-reverse auction should be lesser than the auctions start bid price by one

decrement or should be lesser than the auction's start bid price by multiples of decrement and

so on.

18

a. e-Reverse (no ties) Auction shall be for a period of one hour. If a bidder places a bid in

the last 5 minutes of closing of the e-Reverse Auction and if that bid gets accepted, then the

auction‟s duration shall get extended automatically for 5 minutes, for the particular

Event/Lot. Please note that the auto-extension will take place only if a bid comes in those

last 5 minutes and if that bid gets accepted. If the bid does not get accepted, the auto-

extension will not take place even if that bid might have come in the last 5 minutes. In case,

there is no bid in the last 5 minutes of closing of e-Reverse Auction, the auction shall get

closed automatically without any extension. However, the bidders are advised not to wait till

the last minute or last few seconds to enter their bid during the auto-extension period to

avoid complications related with internet connectivity, network problems, system crash

down, power failure, etc.

b. The weightage factor (multiplication factor), bid decrement amount shall be specified by

KIOCL before start of online bidding. The bidder can bid lower than the start bid price in e-

reverse auction by a bid decrement or multiple of Bid decrement.

c. The start price bid price for the e-reverse auction is L1 price arrived based on the

evaluation and comparison of bids as mentioned above.

d. Bidder will be able to view the following on your screen along with the necessary fields

in the English Reverse (no ties) {Reverse Auction}:

a) Leading Bid in the Auction

b) Bid Placed by you

c) Your Own Rank

d) Start Bid Price & Bid Decrement value.

e. After the completion of e- Reverse (no ties), the Closing Price (CP) shall be available.

f. Final price received from bidder will be taken as an offer to carry out the scheduled

works as per terms and conditions of tender document. Bids once made by the bidders,

cannot be cancelled / withdrawn.

g. During the e-reverse auction, if no bid is received in the auction system/website within

the specified time duration, then KIOCL, at its discretion, may scrap the e-reverse auction

process and considered sealed price bids of all technically and commercially acceptable

bidders submitted earlier along with techno-commercial bids.

h. KIOCL‟s decision on award of Contract shall be final and binding on all the Bidders.

KIOCL shall be at liberty to cancel the reverse auction process / tender at any time, before

ordering, without assigning any reason. KIOCL shall not have any liability to bidders for

any interruption or delay in access to the site irrespective of the cause. Other terms and

conditions shall be as per your techno-commercial offers and other correspondences till date.

_____________ _______

CONTRACTOR OWNER

19

SCHEDULE OF WORK (UNPRICED)

Sl.

No. Description of item Unit Qty.

Rate (₹)

as per

Min

wages.

PF

12%

(₹`)

PF

Admn

@ 1 %

(`₹)

ESI

3.25%

(₹)

Rate (₹)

Service

Charges to

be quoted

by

Agency

(₹`)

Total per

man

day(₹)

Amount (₹)

1 2 3 4 5 6

(2+3+4+5

) 7

8

(6+7)

9

(1 x 8)

1. Supply of male labourers for cleaning of garden,

pruning of trees etc., maintenance of flowering and

ornamental plants, trees and shrubs, hedges, seasonal

flower beds, spraying of weedicide etc. - all as per

special conditions and instructions of Engineer-in-

charge.

Manday

1818

503.00

60.35

5.05

16.35

584.75

QUOTED

QUOTED

QUOTED

TOTAL (A)

Sl.

No. Description of item Unit Qty. Rate (₹) Amount (₹)

2. Providing and supply of good quality farm yard manure for gardening. Cu.M 10 QUOTED QUOTED

3. Providing and supply of good quality red earth for gardening Cu.M 75 QUOTED QUOTED

4. Providing and Supply of Chemical Complex (N:P:K) 15:15:15, Fertiliser in 50 Kg. bag No. 02 QUOTED QUOTED

TOTAL (B) QUOTED

TOTAL (A+B) QUOTED

IGST, CGST, SGST@ ---------------%

(Both percentage & amount to be clearly mentioned, if applicable) QUOTED

GRAND TOTAL QUOTED

(*) A/c. No. 2: PF Admin. Account and A/c. No. 22: EDLIS Admin Account shall be reimbursed as admissible as per rules.

______________ _______

CONTRACTOR OWNER

20

ANNEXTURE – 1

GST RATES FOR THE SCHEDULE OF WORKS

Sl.

No

Description of work

IGST in %

CGST in %

SGST in %

1

Supply of male labourers for cleaning of garden, pruning of

trees etc., maintenance of flowering and ornamental plants,

trees and shrubs, hedges, seasonal flower beds, spraying of

weedicide etc. - all as per special conditions and instructions of

Engineer-in-charge.

2 Providing and supply of good quality farm yard manure for

gardening.

3 Providing and supply of good quality red earth for gardening

4

Providing and Supply of Chemical Complex (N:P:K) 15:15:15,

Fertiliser in 50 Kg. bag.


Recommended