+ All Categories
Home > Documents > TDR No 202-outsourced manpower-annual - BF-Mech II - Open

TDR No 202-outsourced manpower-annual - BF-Mech II - Open

Date post: 28-Mar-2022
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
23
Tender No.202, Date: 24.02.2015, Page 1 of 23 SIGNATURE OF THE TENDERER TDR No. NINL/CC/14-15/BF/TDR-202 Date: 24.02.2015 OPEN TENDER M/s. _________________________ _____________________________ Sub: INVITATION TO TENDER (ITT) FOR ANNUAL CONTRACT FOR DEPLOYMENT OF OUTSOURCED MANPOWER FOR MECHANICAL MAINTENANCE (II) IN BF. Dear Sirs, Please find herewith a set of tender document for the subject work consisting of following: 1 General Instructions to Tenderers - Annexure – I 2 Bill of Quantities - Annexure - II 3 Special Conditions of Contract (SCC) - Annexure – III 4 General Conditions of Contract (GCC) - Annexure – IV 5 Scope of Work - Annexure - V 6 Eligibility Criteria - Annexure - VI 7 Declaration to be submitted by the contractors - Annexure – VII 8 Declaration to be submitted by the tenderer - Annexure – VIII for Reverse Auction You are requested to submit your completed tender so as to reach undersigned at following Address: AGM (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: JAJPUR, Odisha, PIN - 755 026. Ph. No.- 9238190140 E-mail: [email protected] Please acknowledge the receipt of the tender documents. Thanking you, Yours faithfully, For Neelachal Ispat Nigam Ltd. (S. Biswas) AGM(WCC) NEELACHAL ISPAT NIGAM LIMITED KALINGA NAGAR INDUSTRIAL COMPLEX, DUBURI – 755 026, ODISHA, INDIA PHONE - (06726) 264001, 264003, 264007, 264008, FAX-(06726) 264009,264010 Web Site : www.ninl.in
Transcript
Microsoft Word - TDR No 202-outsourced manpower-annual - BF-Mech II - OpenTender No.202, Date: 24.02.2015, Page 1 of 23 SIGNATURE OF THE TENDERER
TDR No. NINL/CC/14-15/BF/TDR-202 Date: 24.02.2015
OPEN TENDER
M/s. _________________________ _____________________________ Sub: INVITATION TO TENDER (ITT) FOR ANNUAL CONTRACT FOR
DEPLOYMENT OF OUTSOURCED MANPOWER FOR MECHANICAL MAINTENANCE (II) IN BF.
Dear Sirs,
Please find herewith a set of tender document for the subject work consisting of following:
1 General Instructions to Tenderers - Annexure – I 2 Bill of Quantities - Annexure - II 3 Special Conditions of Contract (SCC) - Annexure – III 4 General Conditions of Contract (GCC) - Annexure – IV 5 Scope of Work - Annexure - V 6 Eligibility Criteria - Annexure - VI 7 Declaration to be submitted by the contractors - Annexure – VII
8 Declaration to be submitted by the tenderer - Annexure – VIII for Reverse Auction
You are requested to submit your completed tender so as to reach undersigned at following Address:
AGM (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: JAJPUR, Odisha, PIN - 755 026. Ph. No.- 9238190140 E-mail: [email protected]
Please acknowledge the receipt of the tender documents.
Thanking you,
Yours faithfully, For Neelachal Ispat Nigam Ltd. (S. Biswas) AGM(WCC)
NEELACHAL ISPAT NIGAM LIMITED
KALINGA NAGAR INDUSTRIAL COMPLEX, DUBURI – 755 026, ODISHA, INDIA PHONE - (06726) 264001, 264003, 264007, 264008, FAX-(06726) 264009,264010
Web Site : www.ninl.in
Tender No.202, Date: 24.02.2015, Page 2 of 23 SIGNATURE OF THE TENDERER
Annexure - I GENERAL INSTRUCTIONS TO TENDERERS
(TWO PART BID) 1. Tender No. & Date NINL/CC/14-15/BF/TDR-202, Date: 24.02.2015
2. Name of Work Annual contract for deployment of outsourced manpower for mechanical maintenance (II) in BF.
3. Completion Period 1 (one) year
4. Last date & time of issue of Tender documents
Tender documents (hard copy) can be obtained from the Works Contract Cell, NINL by submitting the required tender fee up to 14.03.2015 at 16.00 Hrs. (4.00PM). It can also be downloaded from Website - www.ninl.in
5. Last date & time of closing & receipt of tender
16.03.2015 at 15.00 Hrs.(3.00PM)
6. Date, Time and Place of Opening the Tender (Techno-commercial Bids)
16.03.2015 at 15.00 Hrs. (3.00PM) at Works Contract Cell, NINL, Kalinga Nagar Industrial Complex, At- Duburi, Dist-JAJPUR, Odisha.
7. Validity of Tender The validity of the tender must be for a period of 60 (sixty) days from the due date of opening of tender
8. Earnest Money Deposit (EMD) particulars
` 35,000/- (Rupees thirty five thousand only) shall be submitted in the form of Demand Draft (DD)/Banker’s Cheque from any scheduled commercial bank except Co-operative & Gramin Banks in favour of Neelachal Ispat Nigam Ltd payable at Bhubaneswar having validity of minimum period of two months from the Tender (Techno-commercial Bids) opening date
9. Tender Fee ` 1,000/-(Rupees one thousand only) inclusive of VAT shall be submitted in the form of Demand Draft(DD)/ Banker’s Cheque from any scheduled commercial bank except Co-operative & Gramin Banks in favour of Neelachal Ispat Nigam Ltd payable at Bhubaneswar having validity of minimum period of two months from the Tender (Techno-commercial Bids) opening date.
Offer shall be prepared and submitted in 2 (two) separate sealed envelopes which shall be super scribed as stated under: (Note: These two parts shall be kept in one envelope duly sealed super scribing “Name of the tenderer, Tender no & Opening date. “) PART-I (Techno- Commercial Bid) : Envelope – 1 super scribed as PART-I (Techno- Commercial Bid) with Name of the work written on the envelope, Tender No., shall contain (a) tender fee (in case the tender is downloaded from the website), (b) EMD, (c) Un-priced techno-commercial Bid along with supporting documents (to satisfy eligibility criteria) duly signed by authorized signatory with attested copies of authorization.
Govt. Departments, Public Sector Units, SSI Units (only permanently registered) etc. are exempted from submitting EMD and tender fee. SSI Units who request for exemption from submission of EMD shall submit a notarized copy of their permanent registration in a separate sealed cover stapled or attached with their sealed tender. Only such SSI units registered for the same Trade / Item for which the tender is relevant will be exempted from submission of EMD.
Tender No.202, Date: 24.02.2015, Page 3 of 23 SIGNATURE OF THE TENDERER
The EMD submitted by unsuccessful tenderers shall be returned within 30 days from the date of opening of price bid or placement of work order in favor of successful tenderer or signing of job contract, whichever is earlier. If the successful tenderer fails to do the job, their EMD will be forfeited and NINL reserves the right to do the job at his risk and cost by alternative arrangement. It shall also contain valid contractor's license, financial status, Service Tax details and Income Tax Return, PF & ESI particulars etc. registration certificates with NINL/SAIL, other Govt. Departments as well as with Public Sector and reputed Private Sector organizations.
PART-II (Price Bid) : Envelope – 2 super-scribed as PART-II (Price Bid), Name of the Work, Tender No. and shall contain Price Bid part of the Tender Document as per Annexure - II. The above two sealed envelops shall be kept in one envelope duly sealed super scribing “Name of the party, Tender no & Opening date”.
However, techno commercially acceptable tenderers will be required to participate in on-line reverse auction over Internet on-line for price bidding and evaluation at M/s M-Junction Services Limited. The tenderers have to confirm their last bid price in by fax to the Service Provider i.e M/s Mjunction Services Ltd immediately, on the same day, on closure of Reverse Auction event. The schedule & details of the Reverse Auction event shall be communicated by the Service Provider (M/s Mjunction Services Ltd) to the Techno-commercially acceptable tenderers only.
The Tenderer must sign the declaration in Annexure- VII & VIII.
The price part of the tender shall also remain valid initially for two months (60 days) from the due date tender opening. Any suo-moto reduction offered by the tenderer after price reverse auction/ opening of the price bids shall not be entertained for the purpose of evaluation and ranking for placement of order. In case the tenderer backs out at any stage of tendering process, the EMD shall be forfeited. NINL shall not be responsible for postal delay or any other delay whatsoever. The Tender received after due date and time of submission of tender shall be rejected. The contractor has to sign with date in each page of Tender Documents as a token of acceptance to the Terms & Condition of Tender If the date of receipt and opening of the bids happens to be a holiday, then the process of receipt and opening of the bids may be shifted to the next working day. The price bid shall be opened in the presence of the tenderers who may be present. The time date and venue for opening of the priced bids shall be intimated to the techno-commercially accepted tenderers. Please note that any deviation, in-complete, late tender, without proper supporting documents and EMD or not complying with the provisions of the invitations to tender shall be rejected without notice.
N.B. 1. The Part – I (Envelope-1) will be opened initially and only on satisfying the eligibility criteria, EMD, Techno-commercially accepted parties are to participate in reverse auction on-line. After this, if required, the Part – II (Envelope – 2) containing Price Bid shall be opened.
2. The tenderer shall mention the offered rates in words also. However in case of any discrepancy, the rates mentioned in words shall supersede the figures.
3. All the Labour related payments i.e. PF, ESI, Bonus etc. and any other statutory payments including taxes and duties shall be borne by the agency except service tax and the tenderers are requested to quote accordingly.
Tender No.202, Date: 24.02.2015, Page 4 of 23 SIGNATURE OF THE TENDERER
NINL reserves the right of rejecting any or all tenders in whole or part, increase or decrease the quantity without assigning any reason thereof and can impose such other conditions as deemed proper at any stage before finalization of tender.
Order on one party shall be placed on the basis of L-1 quotation and if required, negotiations will be held with L-1 tenderer only. However, all the tenderers may be required to explain / justify the basis of their quoted price as and when asked for. In case, any tenderers fails to justify his quoted price or refuses to co-operate in this regard, may not be considered for next tender.
The Contract shall be treated as having been entered into from the date of issue of the Letter of Acceptance/Work Order to the successful Tenderer, unless otherwise specified.
Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads and the like but excluding Service Tax prevailing as on the date of submission of Bids.
NINL reserves the right to accept or reject the lowest or any other Tender without assigning any reason.
DEFAULT BY TENDERERS: The Successful Tenderer may be debarred at the discretion of the Company, from issue of further Tender Documents, Work Orders etc., for a specified period to be decided by the Employer in case of: “Undue delay in starting and execution of work awarded, poor performance, backing out from the Tender, non accepting Work Order/LOA during the validity of Tender or non-observance of Safety Rules and Regulations, misappropriation of Company’s materials/property, non- payment of due wages to labour or such similar defaults”.
Tenderer quoting unworkable rates, will be asked to justify the rates quoted and will have to give guarantee for timely execution of the job at the quoted rates. EMD of the tenderers who refuse to give guarantee will be forfeited and will not be considered in re-tendering.
Successful Tenderer should be in a position to produce the Original Certificates in support of the attested copies of relevant documents enclosed along with techno-commercial documents or afterwards, after opening of the Price Bids.
Failure to produce the original documents on requirement for verification in support of the attested copies of PF Regn / Experience, any other documents etc., submitted in the tender would result in disqualification and forfeiture of EMD and also liable for debarring from participation in NINL Tenders.
Before quoting, the tenderer must visit NINL premises and shall necessarily contact the “Engineer” and fully understand the job, scope of work, unit of measurement, mode of measurement, scope of supply of materials by NINL if any, working conditions, shutdown arrangement, labour deployment requirements, risk contingencies and such other factors which may affect their tender. In case of any dispute, the decision of MD, NINL or an independent Arbitrator appointed by him will be treated as final and binding on the contractors / bidders. The contract is governed by the laws of India and shall be subject to the exclusive jurisdiction of the courts in Bhubaneswar.
Thanking you,
(S. Biswas) AGM (WCC)
Tender No.202, Date: 24.02.2015, Page 5 of 23 SIGNATURE OF THE TENDERER
Annexure - II
persons
1 Semi-Skilled - Works (Hot Zone) 3 365 1095 438.32 479960.00
2 Skilled - Works (Hot Zone) Trade -
FITTER
3 Skilled - Works (Hot Zone) Trade -
WELDER
4 High Skilled - Works (Hot Zone) Trade -
WELDER
2 365 730 494.05 360657.00
5 High Skilled - Works (Hot Zone) 5 365 1825 494.05 901641.00
4144827.00TOTAL (A)
1 Contractor Profit (%) on basic, site
allowance, heat allowance
Note:
1. Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads and the like but excluding Service Tax prevailing as on the date of submission of Bids.
2. Establishment cap is 10%. Any bidder quoting more than this figure, the tender shall be rejected.
3. Break-up of rates is given in the next sheet.
Tender No.202, Date: 24.02.2015, Page 6 of 23 SIGNATURE OF THE TENDERER
BREAK-UP OF RATE
1 Wage 100 150 100 170 100 190 100 205
2 VDA
3 PF 13.61 20.42 13.61 23.14 13.61 25.86 13.61 27.90
4 Holidays(10 days pa) 2.74 4.11 2.74 4.66 2.74 5.21 2.74 5.62
5 Safety & Insurance 5.00 7.50 5.00 8.50 5.00 9.50 5.00 10.25
6 Full & Final
settlement Benefit
(i) Retrenchment
Benefit (15 days pa) 4.10 6.15 4.10 6.97 4.10 7.79 4.10 8.41
(ii) Leave Wages (18
days pa) 5.00 7.50 5.00 8.50 5.00 9.50 5.00 10.25
(iii) Bonus 8.33 12.50 8.33 14.16 8.33 15.83 8.33 17.08
7 Heat allowance 15.00 22.50 15.00 25.50 15.00 28.50 15.00 30.75
8 Site allowance 102.11 102.11 102.11 102.11
9 Spl. Allowance 57.89 57.89 57.89 57.89
10 ESI 4.75 15.79 4.75 16.89 4.75 17.98 4.75 18.80
406.47 438.32 470.17 494.05
Sl.N
1. TDS @ 2% will be deducted from the contractors bill.
2. The agency shall pay full & final settlement at the end of the contract which includes thirty days notice before closing of contract or thirty days pay thereafter from his own sources. The agency however be reimbursed the Bonus amount as per the payment of Bonus Act 1965.
3. The agency after making Full & Final Settlement shall be reimbursed by the company (NINL).
Tender No.202, Date: 24.02.2015, Page 7 of 23 SIGNATURE OF THE TENDERER
ANNEXURE-III
1 SCOPE OF WORK: As per BOQ and annexure V.
1.1 All the works are to be carried out under the guidance of GM(BF) or his authorized representative.
2 ADVANCE: No advance of any sort will be given by NINL.
3 SECURITY DEPOSIT
3.1 EMD amount of the successful bidder shall be retained as Security Deposit for time-bound, due and faithful performance of the Work Order.
3.2 The company will not be liable for payment of any interest on Security Deposit.
3.3 The Security deposit shall be released only after submission of accounting of all free issue materials, return of surplus materials including special tools and tackles, spares etc. up to the satisfaction of Engineer in charge and clearance from P&A department on fulfillment of the statutory compliance and clearing all labour wages as per contract.
4. PENALTY
4.1 Pl. refer GCC and SCC.
4.2 NINL may without prejudice to any other method of recovery deduct the amount penalty from any money or will become due to the Contractor.
5. Recovery of Income Tax at source will be made from Contractor’s bill and deposited with Income Tax Department as per Rules. Recovery of Sales Tax applicable shall be made from the Contractor’s Bills.
6. If the contractor fails to do the job, their EMD / SDBG (if any) will be forfeited and NINL reserves the right to do the job at his risk and cost by alternative arrangement.
7. SECURITY REGULATIONS: The Contractor shall abide by and also observe all Security Regulations promulgated from time to time by the Employer.
8. After completion of work activity, the site has to be cleared of all debris, construction material and the like.
9. The contractor shall start the work immediately after obtaining gate passes and safety induction training and clearance from the Employer.
10. NOTICES: Any notice to be given to the Contractor under Terms of the Contract shall be considered duly served, if the same has been delivered to or posted by Registered Post to the Contractors principal place of business (or in the event of the Contractor being a Company, its Registered Office), at the site or to their last known address including thru’ e- mail also.
11. If it comes to the notice of NINL at any stage right from request for Registration / Tender Document that any of the Certificates / Documents submitted by the Applicant for Registration or by Bidders are found to be false / fake / doctored, the Party will be debarred from participation in all NINL Tenders for a period of 2 (Two) years including Termination of Contract, if awarded. EMD / Security Deposit etc., if any, will be forfeited / encashed. The Contracting Agency in such cases shall make good to NINL any loss or damage resulting from such termination by recovery of risk and cost charges for completion of the job. Other contracts in operation in NINL by the said agency may also be considered for termination apart from forfeiture of EMD and encashment of SDBG. Decision of NINL Management will be final and binding.
12. Failure to execute the work after LOA/WORK ORDER is issued and accepted will make the
Tender No.202, Date: 24.02.2015, Page 8 of 23 SIGNATURE OF THE TENDERER
party liable to be debarred for a period of 2 (TWO) YEARS from participating in NINL Tender in future in addition to forfeiture of EMD and / or encashment of SDBG and execution of the job through any other agency at his risk and cost.
13. Clandestine applications in any form and / or any capacity of a tenderer shall be liable to be cancelled / rejected which consequentially shall attract forfeiture of EMD and to be debarred from participating in future NINL tender for two years.
Tender No.202, Date: 24.02.2015, Page 9 of 23 SIGNATURE OF THE TENDERER
Annexure IIIA
QUALIFICATION AND EXPERIENCE OF THE PERSONNEL ENGAGED BY THE QUALIFICATION AND EXPERIENCE OF THE PERSONNEL ENGAGED BY THE QUALIFICATION AND EXPERIENCE OF THE PERSONNEL ENGAGED BY THE QUALIFICATION AND EXPERIENCE OF THE PERSONNEL ENGAGED BY THE
CONTRACTORCONTRACTORCONTRACTORCONTRACTOR
QUALIFICATION AND JOB DESCRIPTIONQUALIFICATION AND JOB DESCRIPTIONQUALIFICATION AND JOB DESCRIPTIONQUALIFICATION AND JOB DESCRIPTION { { { { QUALIFICATION MAY BE RELAXED IN CASE OF HIGHLY EXPERIENCED QUALIFICATION MAY BE RELAXED IN CASE OF HIGHLY EXPERIENCED QUALIFICATION MAY BE RELAXED IN CASE OF HIGHLY EXPERIENCED QUALIFICATION MAY BE RELAXED IN CASE OF HIGHLY EXPERIENCED
PERSONS IN RELEVANT PERSONS IN RELEVANT PERSONS IN RELEVANT PERSONS IN RELEVANT AREAAREAAREAAREA }}}}
HIGHLY SKILLED/
SUPERVISOR
Diploma in Engineering with 2/3 Years of relevant experience or ITI with 10
years of relevant experience or graduate with 10 years of relevant
experience in the non-technical area /or ITI/Diploma with boiler
competency certificate
SKILLED
ITI with minimum 5 years of relevant experience/Graduate with 5 years of
relevant experience in non-technical area.
SEMI SKILLED
{ HELPER }
ITI with 2/3 years of relevant experience. Graduate with 2/3 years of
relevant experience in non –technical area.
UNSKILLED
Sound Physic and Health, Local/land displaced persons to be given
preference.
Tender No.202, Date: 24.02.2015, Page 10 of 23 SIGNATURE OF THE TENDERER
Annexure-IIIB
PAYMENT TERMS: 1. Attendance Cards are to be issued to their workmen and their daily attendance is required to be entered in the Cards for calculation of their wages.
2. The Contractor shall make the payment on monthly basis from their own resource in presence of Management Representative on or before 10th of every month. Payment of wages through Bank Account of their workman shall be facilitated by the Contractor.
3. Wage Slips are to be issued to their workmen as per the act showing the different payments and authorized deductions on the slip.
Tender No.202, Date: 24.02.2015, Page 11 of 23 SIGNATURE OF THE TENDERER
Annexure-IIIC
Payment terms: - 1.0 The daily deployment of manpower by the Contractor shall be required to be
certified by the Engineer-In-charge in the specified register/muster roll as prescribed under the provision of payment of wages Act./Rule.
2.0 Full and final settlement shall be retained by the Company (NINL), which shall be reimbursed after necessary compliance by the agency. Remaining executed price shall be released on monthly basis against submission of documents cleared by concerned safety officer, P&A dept., (duly certified by HOD of P&A dept.) on fulfillment of statutory obligations including wages payment to workers as well as work performance certification by authorised Engineer / Manager and there after the bills will be paid by NINL. However the payments shall be released on actual mandays utilized and the originals of payment details of statutories may be checked by (F&A) dept during release of payments.
3.0 The payment of wages shall be made on 8 hours (normal working hours) basis. There after, extra hour work shall be paid proportionately as per deployment of actual hour.
4.0 No outsourced manpower shall be paid at double rate, if he is allowed to work beyond normal working hour, except national holidays ,i.e. 26th January, 14th April, 1st May, 15th August and 2nd October the employees working on that date are entitled to receive the double wages.
5.0 The contractor shall deploy the minimum numbers of manpower daily as per work order otherwise, penalty shall be imposed upon the contractor.
6.0 If the contractor defaults to pay the wages or deserted from the site without prior intimation, NINL may pay/release the actual wages to the concerned workmen and deduct the amount from the contractor’s bill or any money due to the contractor.
7.0 Service Tax shall be reimbursed by NINL at actuals, if complied to the mandate of statute, after due submission of invoice along with statutory proof by the agency through the user department.
Tender No.202, Date: 24.02.2015, Page 12 of 23 SIGNATURE OF THE TENDERER
Annexure-IV
GCC
1.0 ARBITRATION
1.1 All disputes or differences, whatsoever, arising between the parties out of or in relation to the construction, meaning and operation or effect of this contract or breach there of shall be settled amicably. If, however, the parties are not able to resolve them amicably, the decision of MD (NINL) will be treated as final and binding on the contractors.
2.0 COMPLIANCE OF STATUTORY LAWS AND OTHER REGULATIONS.
2.1 The CONTRACTOR shall throughout the performance of the Contract comply with all the laws, rules, regulations and statutory requirements/obligations of Government of India / State Government of Odisha and other statutory bodies applicable at site for the contract work and the Company shall not be liable for any action of the statute applicable due to non-fulfillment of the statutory obligations by the CONTRACTOR.
2.2 All contracts or terms thereof entered between NINL and the Contractor shall be governed and regulated by the relevant Indian Laws in force.
3.0 OBLIGATION OF THE CONTRACTOR
3.1 The CONTRACTOR shall get himself registered with the concerned authorities as provided under various applicable statutory enactments and rules thereof and shall be directly responsible to such authorities for compliance with the provisions thereof.
3.2 By way of illustration of various Acts as stated in the contract, the following Acts or any amendment thereof shall be complied with by the CONTRACTOR.
i. Employee Provident Fund Act. 1952 & EPS,1995
ii. Contract Labour Act (Regulation and abolition Act., 1970)
iii. Minimum wages Act, 1948
iv. Payment of wages Act, 1936
v. Factories Act., 1948
vi. Apprenticeship Act., 1961.
viii. ESI Act. 1948.
3.3 The CONTRACTOR’s establishment shall be subjected to inspection, investigation etc., by the company for ensuring proper and faithful compliance of the provisions of this contract by the CONTRACTOR with regard to labour laws and matters stated in the contract.
3.4 The CONTRACTOR shall provide at his cost to all staff and workers directly or indirectly employed in the works, all amenities for securing proper working and living conditions at the site and at the labour camp. The CONTRACTOR shall also provide medical facilities at the site as per rules in force in relation to strength of their staff and workmen deployed at site. All the workmen should have valid gate pass issued by NINL’s authorities and all un-authorised workmen shall be procecuted as per law.
4.0. SAFETY AND SECURITY
4.1. The contractors shall take all safety precautions and provide adequate supervision in
Tender No.202, Date: 24.02.2015, Page 13 of 23 SIGNATURE OF THE TENDERER
order to do the job safely and without damage to equipment.
4.2. The contractor is not permitted to start the job without reporting to the Safety
Engineering & obtaining safety clearance.
4.3. The execution department would take necessary shut-downs wherever there are
hazards of gases, electricity, moving machinery etc. The contractor shall ensure that
the shut-down I clearance are taken before sending workers to such locations.
4.4. In case of accidents occurred and injury to the persons, the contractor shall first take
the injured person to Plant Medical Unit with the I.O.W Forms and the contractor
should inform it to the Engineer-in-charge of the shop immediately.
4.5. The contractor shall abide by the provisions of Factories Act, Odisha Factories Rules.
4.6. Whenever work at height is involved, contractor must obtain height passes from
Safety Engineering Dept. for those persons required to do work at height.
4.7. The concerned officer of the department awarding the contract or the Safety Engg.
Department upon his satisfaction that the stoppage of work and require the
contractor to remedy the defects or supply the commissions as the case may be. The
contractor shall not proceed with the work until he has complied with such directions
to the satisfactions of such head of the department.
4.8. The contractor shall be fully responsible for accidents caused due to his or his
agent's or workmen1s negligence or carelessness In regard to the observance of the
safety requirements and shall be liable to pay compensation for Injuries.
4.9. Without prejudice to the right conferred by the clause 7 above for stoppages of work
for violating of .safety requirements, the contractor shall be liable for a penalty up to
Rs. 500/-(Rupees five hundred only) for the first. violation up to Rs.5,000/-(Rupees
five thousand only) for the second vioiation. For the 3rd violation, he shall be liable to
be debarred from further contracts.The penalty amount shall be recoverable from any
bill and/ or EMD I SD or the contractor without any further reference to him. The
CONTRACTOR shall adopt adequate safety measures and ensure use of protective
clothing by all the workmen at site whether or not engaged in actual execution of
work or supervision thereof as per requirement.
4.10. The CONTRACTOR shall ensure that the workmen at work use safety belts,
gloves, helmets, masks, etc. necessary for their safety. The CONTRACTOR
shall be responsible for safety arrangements of all equipments used in connection
with execution of the work and shall ensure employment of only trained operators to
man the equipments. Only tested equipments, tools, wires, ropes, etc. shall be used
and shall periodically be tested to the satisfaction of the Company. All test certificate
shall be made available to the Company at site as and when required by him.
4.11. The CONTRACTOR shall, in connection with the execution of the work, ensure
provision and maintenance at his own cost all lights, guards, fencing with gates and
watching when and where necessary or required by the client or by any duly
constituted authority for the protection of work and/or for the safety and convenience
of the public or others.
4.12. The CONTRACTOR shall take adequate safety precautions for prevention of
accidents at site. The CONTRACTOR shall also ensure that their employees /
workmen observe the statutory safety rules and regulations as also those laid down
by the Company from time to time.
4.13. The CONTRACTOR shall provide at his cost necessary watch and ward force as
may be approved by the company to ensure security and safety of all buildings,
structures, equipments and materials under their custody at the site of work.
4.14. The CONTRACTOR shall abide by all security regulations at site promulgated by the
Company from time to time. If required the CONTRACTOR shall provide identity
badges to their personnel and workmen which must be properly displayed by them at
site.
Tender No.202, Date: 24.02.2015, Page 14 of 23 SIGNATURE OF THE TENDERER
4.15. In order to facilitate issue of gate passes by the Purchaser for materials and
equipments either during execution or the maintenance period, the CONTRACTOR
shall submit to the Company list of construction / erection equipments etc. and / or
other materials that shall be taken inside the site from time to time. Such movement
of materials, equipment, tools, tackles, etc. shall be subject to permission of the
company.
4.16. The CONTRACTOR and his personnel and workmen shall be subjected to security
check by Company’s own security force for the over-all protection of the site.
4.17. If the contractor fails to provide necessary safety items to their workmen ,NINL may
provide the safety items to the workmen and deduct the actual expenses from the
contractor’s bill.
5.0 TERMINATION AND SUSPENSION OF WORK ORDER. 5.1 NINL may cancel the work order in whole or in part at any time by giving
CONTRACTOR a notice period of 7(seven) days in writing of such effect stating the nature, the date and the anticipated duration of such cancellation.
5.2 In the event of cancellation of work, NINL will not be liable to pay to the CONTRACTOR for any damage or loss for idle labour caused by such period of suspension of work.
5.3 The contract shall be terminated if due to any unforeseen circumstances, which may lead to the force closure of the works for reasons such as resource crunch, non- availability of funds, and for other administrative reasons etc. Contractor will be compensated only for the quantum of work/services he has rendered till effective date of foreclosure. Any other claims like compensation for loss in profit, compensation for loss of reputation etc. or any other consequential damages claimed by the Contractor will not be given by the Company.
Tender No.202, Date: 24.02.2015, Page 15 of 23 SIGNATURE OF THE TENDERER
Annexure-IVB
GENERAL GUIDELINES
1. The Contract Agency must have obtained valid Labour License, Provident Fund Code Number, ESI Code No., Service Tax Registration as per the statute from Statutory Authority before execution of work or else, within 15 days of issuance of Work Order. The agency shall have to produce valid Labour License, ESI Act Code No, PF Code No. to Zonal Personnel Officer. Unless they submit the same, their RA Bill cannot be released.
2. The agency will be required to take Social Security coverage under Group Personal
Accidental Scheme for a minimum of ` 5 Lakhs in addition to the ESI coverage for the contract period of their workmen. The premium for the same shall be borne by the agency. The policy cover shall be submitted to the concerned Zonal Personnel Officer before start of the work. The premium for the same to be borne by the agency out of the component earmarked for safety and insurance.
3. The agency shall have to comply statutory requirements, including submission of returns to various statutory authorities under CL (R&A) Act, Minimum Wages Act, Payment of Wages Act, ESI Act, EPF Act & EPS Factories Act etc.
4. Specific guidelines including proforma in regard to statutory compliance shall be given to the concerned agency by HRM department, after award of contract.
5. The agency has to maintain Wage Sheet for inspection.
6. In case of pilferage of materials / theft etc. the concerned agency shall have to lodge FIR at local Police Station with a copy to the Principal Employer.
7. The Agency / Contractor is liable for compliance of statutory provisions and in case of non-compliance; NINL may enforce the same by deducting the amount from their RA bill and other deposits with the company and deposit with the statutory authorities.
8. Disbursement of wages to the workers by the agency shall be made on or before 10 days of succeeding month. The agency shall be resourceful enough to meet the wage payment of workmen without waiting for RA bill clearance / payment every month.
9. RA Bill should be routed through HRM Department with regard to compliance of statutory obligations.
10. In case of unsatisfactory performance, contract shall be terminated with one-month notice.
11. The Agency has to give an undertaking at the time of issue of Gate Pass that he has verified the credentials of the workmen to be engaged by him and he is responsible for any omission & commission of any workman.
12. Under any circumstances the agency shall not make less payment than the prescribed minimum wage notified by the Government of Odisha from time to time.
Tender No.202, Date: 24.02.2015, Page 16 of 23 SIGNATURE OF THE TENDERER
13. The Agency must ensure pre-security check up by Chief Security Officer, NINL and pre-employment health check up by a registered Medical Practitioner before engaging any workman as a Contract Worker in the Plant.
14. The Agency providing manpower will have to formally request to executing authorities for necessary Gate Passes only after due recommendations from the executing authorities supported by pre-security check up by CSO, Police Verification, Pre employment verification, pre-health check-up and pre-engagement safety training certificates. Necessary Gate Passes will be issued by CSO for a maximum period of SIX months at a time.
15. The Agency will be fully responsible for compliance of all applicable statutory provisions. He must maintain Wage Sheet, Muster Roll, all records and registers required under different statutes and will produce before the inspecting authority anytime on demand.
16. The Contractor is fully responsible for the conduct of the workmen engaged by them. Contractor should also specify a set of guidelines and should deal with his workmen accordingly for cases like drunkenness, absenteeism, indiscipline, disobedience etc.
17. The Contractor must submit their bills duly certified by executing authority for the preceding month within 20th of following month.
18. Consequent to changes in Basic Wages and Allowance either by statutory amendments or by any settlement, necessary modifications as applicable will be effected and reimbursed by NINL. Agency will accordingly be required to revise the terms and conditions.
19. Due notice of ONE month should be given to their workmen before closing of the Contract. Full & final settlement should be made before that.
TAXATION 1. The agency shall have to comply with statutory requirements including submission of returns as provided under Service Tax/ excise/ work Contract/ VAT/ CST Act and rates framed there under as applicable to the transactions and the duties/levies shall have to be paid in time to the statutory authorities. NINL will in no way be responsible for non compliance of statutory requirement by the agency. On each bill/ RA Bill the agency shall under-take to state that requirements of statutory provision have been complied with.
2. Since Manpower contracts are subject to TDS under the Income Tax act, the Contractor must have a valid PAN in his name. The validity of PAN shall be ensured particularly in case where the name in which the tender is submitted does not match with the name appearing in PAN (e.g. proprietary concern). For the purpose of correct deduction of TDS and subsequent tax credit in PAN ledger of the Contractor, PAN shall be invariably mentioned in the tender along with the constitution of the contractor (i.e. proprietorship / partnership / company etc.).
Tender No.202, Date: 24.02.2015, Page 17 of 23 SIGNATURE OF THE TENDERER
Annexure IVC
Guidelines
1. The agency intending to provide the required manpower must strictly
match the profile asked for to be certified by a committee appointed by the executing authority.
2. The agency will be required to engage one supervisor to oversee day to day working and statutory compliance.
Other Criteria
1. The agency must submit a solvency certificate for appropriate amount and IT clearance.
2. The agency must be solvent enough to pay the wages and allowances to its workmen at least for two months from its own resources.
3. Agencies must have cleared their dues in respect of PF/ESI up to the preceding financial year.
Tender No.202, Date: 24.02.2015, Page 18 of 23 SIGNATURE OF THE TENDERER
Annexure - V
SCOPE OF WORK
1. The Party must deploy the out sourced man power for Mechanical Maintenance and
Operational enabling jobs in BF Proper Complex which encompasses the areas of BF
proper, GCP, Stoves, SGP, Stock House, Conveying Systems, Cast House, De-dusting
systems, BF cooling, Charging system etc.
2. The man power will be deployed for repair and maintenance jobs, fabrication and
erection jobs, preventive, predictive and breakdown maintenance jobs, equipment
over hauling, Maintenance store management jobs, house keeping and area
cleanliness jobs, developmental & modification jobs, maintenance office jobs and all
other jobs as instructed by shift in-charge and the area in-charge.
3. The man power deployed must carry out the works at all levels and heights of the
Blast Furnace in the existing work environment.
Special Terms and Conditions
1. The contractor must strictly ensure the safety of their workmen and should provide
all the PPEs.
Annexure - VI
Tender No.202, Date: 24.02.2015, Page 19 of 23 SIGNATURE OF THE TENDERER
Eligibilty Criteria The tenderer must fulfill all the following eligibility criteria and submit supporting documents, failing which, the offer shall be liable to be rejected without notice.
1. The agency interested to participate in the tender for providing manpower on contract basis must be a registered vendor (otherwise should apply for registration) with NINL (not applicable for the existing manpower supply agencies of NINL).
2. The agency must have a minimum two years of experience of supply manpower in a large industrial set-up or have engaged manpower on job basis in a large industrial setup, preferably in government sector. The agency must have deployed the required number of manpower for the required period in a similar type of job advertised in the tender. (Agency has to submit proof in support of that).
3. The agency must have a valid labour license, valid PF code of state of Odisha & ESI code.
4. Since Manpower contracts are subject to TDS under the Income Tax act, the Contractor must have a valid PAN in his name. The validity of PAN shall be ensured particularly in case where the name in which the tender is submitted does not match with the name appearing in PAN (e.g. proprietary concern). For the purpose of correct deduction of TDS and subsequent tax credit in PAN ledger of the Contractor, PAN shall be invariably mentioned in the tender along with the constitution of the contractor (i.e. proprietorship / partnership / company etc.).
5. Contractors/agencies having financial turnover in any one of the last three financial years ending 31st March should be at least ` 28,50,000/- (rupees twenty eight lakh fifty thousand only) (relevant work only). This turnover requirement is mutually exclusive.
QMS/W/WCC/F/004
Tender No.202, Date: 24.02.2015, Page 20 of 23 SIGNATURE OF THE TENDERER
Annexure - VII
DECLARATION TO BE SUBMITTED BY THE CONTRACTORS (WITHOUT THIS DECLARATION TENDERS WILL NOT BE ACCEPTED)
REF TENDER NO. NINL/CC/14-15/BF/TDR-202, Date: 24.02.2015
NAME OF WORK: Annual contract for deployment of outsourced manpower for mechanical maintenance (II) in BF.
NAME OF AGENCY: M/s.________________________________________ The In charge, Works Contracts Cell, Neelachal Ispat Nigam Ltd, Duburi-755026. Sir, With reference to the notice Inviting Tender, I/We have gone through the tender documents issued to us. I/We have also gone through the general conditions of the contract of NINL. I/We here by confirm that I/We shall abide by terms and conditions of General Conditions of the Contract (GCC) and Special Conditions of Contract (SCC) including form of tender, Invitation to Tender, Articles of Agreement etc. I/We hereby declare that, I/We have visited, inspected and examined the site and its surroundings and well aware about the prevailing site conditions. I / we have satisfied ourselves before submitting this tender; obtained information about the nature of work, facilities that may be required and obtained necessary information about working conditions, risk contingencies etc., which may influence this tender. We hereby offer to execute & maintain the work during the defect liability period in conformity with the tender conditions at the respective rates quoted by us. I/We shall also comply to all applicable statutory requirements i.e. PF, ESI, Bonus, Minimum Wages, labour license & insurance, Sales Tax, Income Tax, Works Contract Tax etc. The quoted unit rates are firm and are inclusive of all taxes, duties, levies, statutory payments, royalties etc. (except specifically mentioned in our offer) and will not claim any extra during the execution of contract. The payment of bonus if any will also be attributed to me/us. I/We also declare that the deposited EMD amount (if applicable as per provisions of tender) will not bear any interest and I/We do hereby agree that this sum shall be forfeited by me/us if I/We revoke/withdraw/cancel my/our Tender or if I/We vary any terms in our tender during the validity period of the tender without your written consent and/or if in the event of Neelachal Ispat Nigam Limited accepting my/our Tender and I / We fail to deposit the required security money, execute the agreement and/start the work within reasonable time (to be determined by the engineer) after written acceptance of my/our Tender.
Tender No.202, Date: 24.02.2015, Page 21 of 23 SIGNATURE OF THE TENDERER
Status of the Firm (mark) : Proprietary/Partnership/Others (Specify) Authority to Sign a) Proprietor
b) Managing Partner
c) Power of Attorney holder Names of partners 1) 2) 3)
Following Details are to be furnished by the Tenderer compulsorily (neat & legible) while submitting the Tender schedule. Income Tax PAN No.
Status/Reason for not having PAN No.
Service Tax No.
Yours faithfully, For M/s. …………………………………….. (Signature of Contractor) Name:……………………………………...
Tender No.202, Date: 24.02.2015, Page 22 of 23 SIGNATURE OF THE TENDERER
ANNEXURE - VIII DECLARATION TO BE SUBMITTED BY THE TENDERERS FOR REVERSE AUCTION
REF TENDER NO. NINL/CC/14-15/BF/TDR-202, Date: 24.02.2015
NAME OF WORK: Annual contract for deployment of outsourced of manpower for mechanical maintenance (II) in BF.
NAME OF AGENCY: M/s.________________________________________
I /We agree as below: 1. I/We hereby understand and agree that the responsibility of preserving and maintaining the
confidentiality and secrecy and security of my/our Login ID and transaction password solely rests upon me/us and I/We shall be solely responsible for any breach/loss in this respect to the total exclusion of mjunction. I/We also understand and agree that without authorized written instructions from me/us, new password shall not be re-issued by Mjunction Services Limited. I / We are aware that multi log in using the same User ID & Password is not permitted.
2. I/We confirm to have read the specific terms and conditions that are displayed on mjunction website regarding the auction event. I/We agree to strictly abide by any and all the Terms and Conditions displayed on the mjunction website.
3. I/We understand and agree that Mjunction/Client will forfeit my/our security deposit/Bank guarantee on infringement/breach of any Terms and conditions as prescribed from time to time by mjunction and its Client (NINL). I /We agree that Mjunction/Client will be well within its right to take any punitive measure against me/us including permanently debarring/blacklisting from participating in any and all mjunction’s event.
4. I/We understand and agree that all voice communications made by me/us with the auction room of mjunction are recorded and kept for future reference and action, if necessary. I/We further agree and confirm that any and all such verbal communication and instructions passed by me/us shall constitute a valid communication and shall be treated as valid contractual obligation casts on me/us to ratify such communication/instruction in writing as and when required by mjunction.
5. In no event, mjunction shall be liable to the customer for any loss or damage whatsoever or howsoever caused arising directly or indirectly in connection with the Services and/or this Agreement, including without limitation any:
(i) Loss of data; (ii) Interruption or stoppage to the Customer’s access to and/or use of the online
market/exchange (website portal); arising out of the performance of the Services or otherwise.
6. Mjunction expressly excludes liability for consequential loss or damage or loss of profit, business, revenue, goodwill or anticipated savings, which may arise in respect of the Services.
7. I/We understand and agree that mjunction makes no warranty, representation or promise not expressly set forth in this agreement. Mjunction disclaims and excludes any and all implied warranties of merchantability, fitness for a particular purpose and non-infringement, except as expressly set forth herein, mjunction makes no warranty with respect to any software, product, configuration or system tested, analyzed or reviewed by mjunction and does not warrant that they are without defect or error, except as expressly set forth herein, the results,
Tender No.202, Date: 24.02.2015, Page 23 of 23 SIGNATURE OF THE TENDERER
data, performance, and information reported or disclosed by mjunction in connection with the services or this agreement are not warranted and client bears all risks of reliance thereon. Mjunction does not warrant that any results, data, performance or information can be reproduced, repeated or verified (i.e., they may vary). Except as expressly set forth herein, the methodologies, equipment, software, practices, procedures, and technology used by mjunction in connection with the services are not warranted and except as expressly set forth herein there shall be no claim against mjunction based on any of the foregoing or any alleged or actual inadequacy, malfunction, defect, or incompleteness of or in the foregoing.
8. I/we agree to ratify the acts of mjunction carried out in good faith.
9. I/We agree and undertake not to resort to any activity (ies) having the impact or causing interference to the system (hardware, software, internet related application, servers etc.) I/We understand that mjunction strictly forbids me/us from indulging in any of the cybercrime activities including(a) unauthorized access(b) e-mail bombing (c) data diddling(c) Salami attack (d) internet time theft (e) logic bomb (f) virus/worm attack (g) Trojan attack (h) distributed denial of service attack (i) denial of service attack(j) email spoofing (k) cyber pornography(l) intellectual property crime (m) cyber stalking.
10. I/We agree to submit ourselves for resolution of any disputes with mjunction in the manner as prescribed hereinafter. Dispute or differences arising out or relating to this undertaking/Agreement shall be resolved amicably by the parties. Failing such amicable resolution of dispute / differences either tenderer may refer the matter to arbitration of a Sole Arbitrator to be appointed by the Managing Director of Mjunction Services Limited. The Arbitration proceedings shall be governed and regulated by the provisions of Indian Arbitration and conciliation Act, 1996 and the rules framed there under along with amendment made thereto-up-to-date. The award of the Arbitrator shall be final, binding and conclusive on the parties. The venue for arbitration shall be at Kolkata. Governing Law: Law of India without giving effect to any principle of conflict of law. Jurisdiction: The Court at Calcutta shall have exclusive jurisdiction.
N.B.:
1. Mjunction reserves the right to vary the auction duration from the pre specified duration, in case of receipt of no bid , single bid or in case of any infrastructure problem effecting majority of the participants.
2. In case of e-auction, you have any complaint / suggestion kindly log into https://auction.buyjunction.in and use the feedback link given on the top left hand side of the page. Complaints/Suggestions received through any other mode will not be treated as formal.
For M/s. …………………………………….. (Signature of Contractor) Name:……………………………………...

Recommended