+ All Categories
Home > Documents > IDCOL FERRO CHROME & ALLOYS LTD.

IDCOL FERRO CHROME & ALLOYS LTD.

Date post: 28-Feb-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
32
1 IDCOL FERRO CHROME & ALLOYS LTD. ( A WHOLLY OWNED SUBSIDIARY OF IDCOL) A Govt. of Odisha Undertaking, Regd.Office; Ferro Chrome Project-755020 Jajpur Road, .Dist: Jajpur,Odisha, India Tel. No. 06726- 224113, Fax No. [email protected] TALANGI CHROMITE MINE TENDER DOCUMENT FOR Annual contract for operation & maintenance( Elect & Mech.) of upgraded Effluent Treatment Plant(ETP)(Capacity 360KL/Hr) along with other ancillary equipments of pumping stations at Talangi Chromite Mine of IFCAL . Signature & Seal of the Tenderer
Transcript

1

IDCOL FERRO CHROME & ALLOYS LTD. (A WHOLLY OWNED SUBSIDIARY OF IDCOL)

A Govt. of Odisha Undertaking, Regd.Office; Ferro Chrome Project-755020

Jajpur Road, .Dist: Jajpur,Odisha, India Tel. No. 06726- 224113,

Fax No. [email protected]

TALANGI CHROMITE MINE

TENDER DOCUMENT

FOR

Annual contract for operation & maintenance( Elect & Mech.) of upgraded Effluent Treatment Plant(ETP)(Capacity 360KL/Hr) along with other ancillary equipments of pumping stations at

Talangi Chromite Mine of IFCAL .

Signature & Seal of the Tenderer

2

IDCOL FERRO CHROME & ALLOYS LIMITED

JAJPUR ROAD. CONTENTS

This tender document contains the following:

1. Tender Call Notice as published in the :Page - 03 Newspaper or otherwise

2. Important Information :Page - 04

3. General Conditions of Contract : Page - 05 to 12

4. Special Conditions of Contract : Page - 13 to 22

5. General Bid : Page - 23 to 24

6. List of documents submitted/Not submitted : Page - 25

7. Brief Scope of work : Page - 26 to 30

8. Annexure - I : Page - 31

9. Price Bid : Page - 32

NOTE: The tender document should be filled in and be signed on each page by the

tenderer or bidder in token of having read, understood and agreed to its terms &

conditions and should be returned in original in the specified address as prescribed at

page no-4 ( Important Information).

Signature & Seal of the Tenderer

3

IDCOL FERRO CHROME & ALLOYS LTD.

(A WHOLLY OWNED SUBSIDIARY OF IDCOL) A Govt. of Odisha Undertaking,

Regd.Office; Ferro Chrome Project-755020 Jajpur Road, .Dist: Jajpur,Odisha, India

Tel. No. 06726- 224113, Fax No. [email protected]

Ref. No-IFCAL/MINES/1843 Date. 09.10.2017

TENDER CALL NOTICE

FOR

Annual contract for operation & maintenance( Elect & Mech.) of upgraded Effluent Treatment Plant(ETP)(Capacity

360KL/Hr) along with other ancillary equipments of pumping stations at Talangi Chromite Mine of IFCAL .

Sealed Bids in two parts( General and Price Bid) are invited from experienced

and eligible parties/agencies for Annual contract for operation & maintenance (

Elect & Mech.) of upgraded ETP (Capacity 360KL/Hr) along with other ancillary

equipments of pumping stations at Talangi Chromite Mine of IFCAL .The tender

documents can be downloaded from our website. www.idcorissa.com/ or

http;//ifcal.ori.nic.in. The Last date for submission of the sealed Bid along with EMD is

within Dt. 20.10.2017 by 3.00 P.M .

For details please contact Mobile No-09937442217, 09437440776.

Managing Director

Signature & Seal of the Tenderer

4

IMPORTANT INFORMATION

1. IDCOL Ferro Chrome & Alloys Limited (IFCAL) is located at Jajpur Road in the district of Jajpur, Odisha. The nearest Railway Station is Jajpur –Keonjar Road located on Howrah-Chennai main line. COB plant of Talangi Chromite Mines is situated at a distance about 55 kms from Jajpur Road in Revenue village -Talangi, of Sukinda Tahasil, Dist – Jajpur and is accessible by well connected road.

2. Description of work : Annual contract for operation & maintenance(Elect. & Mech.) of upgraded ETP having capacity-360kl/hr along with other ancillary equipments of pumping stations at Talangi Chromite Mines.

3. Availability of tender document : To be down loaded from our website www.ifcal.ori.nic.in or www.idcorissa.com

4. Period of downloading of tender

document

: From dt. 10.10.2017 to dt. 20.10.2017 up

to 3.PM

5. Last date & time of receipt of

tender

: Date 21.10.2017 upto 3.00p.m.

6. Date & time of opening of

General bid of the tender(unless

extended)

: Dt. 21.10.2017 at 4.00 P.M.

7. Mode of submission of tender

paper

: By Registered post/ Speed Post / Courier .

8. Address where tender document

is to be submitted

: Office of the Managing Director, IDCOL Ferro Chrome & Alloys Ltd. PO: Ferro Chrome Project, Jajpur Road, Dist: Jajpur, Pin -755020, Odisha.

9. Cost of tender paper : The cost of tender document i.e. Rs.1050/-(Rupees One thousand fifty)only including GST) should be paid in shape of DD drawn an any nationalized bank in favour of IDCOL Ferro Chrome & Alloys Limited , Payable at Jajpur Road, Odisha

10

.

Amount of earnest money : Rs300000/-( Rupees Three Lakhs)only in shape of D.D/ from any nationalized bank favouring IDCOL Ferro Chrome & Alloys Ltd., Payable at Jajpur Road,Odisha

11

.

Total nos. of sheets of tender document.

: 32 sheets.

Signature & Seal of the Tenderer

5

GENERAL CONDITIONS OF CONTRACT (GCC)

1. DEFINITIONS AND INTERPRETATION:

The following words and expressions shall have the meanings hereby assigned

to them except where the context otherwise requires:

(a) Employer means the Managing Director, IDCOL Ferro Chrome & Alloys

Ltd., Jajpur Road.

(b) Management means, the Managing Director, IDCOL Ferro Chrome &

Alloys Ltd., Jajpur Road.

(c) Corporation means, Industrial Development Corporation of Odisha Ltd.

(in short IDCOL).

(d) Authorized representative shall mean the Officers / Supervisors in direct

charge of the work which shall be communicated to the Tenderer in

course of execution of the work from time to time.

(e) The tender shall mean the tender submitted by the tenderer for

acceptance by Employer. The tender may also be called the bid and the

tenderer as bidder.

(f) Agency shall mean the person, firm or company who enters into tender

with the Industrial Development Corporation of Odisha Ltd.(IDCOL).and

shall include their executors, administrators, successors and permitted

assignees.

(g) Tender shall mean and include the Tender Agreement, Work Order,

Letter of Intent, the Tender Schedule duly filled in and signed by the

tenderer and the tender papers comprising Index, Tender notice,

Important Information, General Conditions of Tender, Special Conditions

of Tender. Technical Bid and Price Bid.

(h) Month means, English Calendar month.

(i) Words incorporating the singular only also include the plural and vice

versa where the context requires.

(j) GCC shall mean –General Conditions of Contract.

(k) SCC shall mean-Special Conditions of Contract.

(l) IFCAL shall mean IDCOL, Ferro Chrome and Alloys Limited.

(m) Upgraded ETP shall mean- Upgraded Effluent Treatment Plant.

2. The tenders (also bids) not submitted in prescribed format or in the prescribed

manner as stipulated in this document, shall be rejected at the risk &

responsibility of the bidder.

3. All the information, as called in this tender document shall be submitted in

English.

4. All the rates and amounts shall be quoted in Indian Rupees(INR). The rates

shall be written in figures as well as in words. In case of any discrepancy, the

rates given in words shall be treated as the one quoted by the bidder.

Signature & Seal of the Tenderer

6

5. Tender is to be submitted for supply of manpower for Operation &

Maintenance(Elect. & Mech.) of Upgraded Effluent Treatment Plant and

other ancillary equipments(for the list of ancillary equipments see Annex.1)

for 1(one) year at Talangi Chromite Mines of IDCOL for which the tenderer

has to procure the tender documents.

6. TECHNICAL EVALUTION BY THE SYSTEM

• The work experience of the bidder for those works only shall be

considered for evaluation purpose, which are completed before the last

date of the month previous to the one in which NIT(Notice Inviting

Tender) has been published Hence, the works which are

incomplete/ongoing, as on the last date of month previous to one in which

NIT has been published shall not be considered against eligibility.

• If participating MSEs fulfill the eligibility criteria subject o the concession

allowed to them as per Govt. statutory at their quoted price falls within

price band of L1+15 percent they may be considered to execute the

package by bringing down their price to L1 price in a situation where L1

price is offered by a non MSE category bidder , The award shall be made

as follows :

Award shall be given to L1 bidder if L1 bidder is a MSE.

• In case L1 bidder is not a MSE, then all the MSE vendor(s) who have

quoted within the range of L1+15 percent shall be given the opportunity

in order of their ranking ( starting with the lowest quoted MSE bidder and

so on) to bring down its price to match with L1 bidder . Award shall be

placed on the MSE vendor who matches the price quoted by the L1

bidder.

• If no MSE vendor who has quoted within range of L1+15% accept the

price of L1 bidder then the award shall be made to the L1 bidder.

7. The benefit as above to MSEs shall be available only if they are registered for goods/services required to be provided under the scope of jobs details in the tender. MSEs seeking exemption and benefit should enclose a attested /self certified copy of registration certificate , giving details such as store /services .Certificate Validity etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.

8. TENDER SUBMITTED BY OTHER THAN INDIVIDUALS:

When the tender is not submitted in the name of an individual, the

tenderer shall disclose the nature, constitution and registration of the

tendering firm and shall be signed by a person or persons duly

authorized by him by means of a legally valid document (or a duly

certified copy of the same) which shall be attached with the tender. For

illustration, in the event of a tender being submitted by a partnership

firm, it must be signed separately by each member thereof or in the

event of the absence of any partner, it must be signed on his behalf by a

person holding a power of attorney, which is to be produced with the

tender and it must disclose that the firm is duly registered under Indian

Partnership Act.

Signature & Seal of the Tenderer

7

In the event of a tender submitted by a proprietorship firm, it must be signed by

the proprietor. In the event of a tender submitted by a public/private Limited

company ,it must be signed by the Managing Director of the company.

9. TENDERS LIABLE FOR REJECTION:

The following tenders will be liable to be summarily rejected in case of the

following :-Tenders submitted by tenderers who resort to canvassing.

i) Tenders, which do not fulfill all or any of the conditions laid down in the

tender documents or are incomplete in any respect.

ii) Tenders which contain uncalled for remarks or any alternative / additional

conditions.

iii) Any person / firm / company who had been previously awarded with any

work have failed to execute the work fully or partially to the satisfaction of

the management for any reasons whatsoever or have past records of being

unruly and / or misbehavior inside or outside the plant premises pertaining

to his work or otherwise.

iv) The tender not accompanied with the cost of tender papers and the EMD.

10. COMPLETION AND SIGNING OF THE TENDER:

The tenderer shall have to sign all pages of tender paper as a token of

acceptance of the terms and conditions stipulated in the tender.

11. SUBMISSION OF TENDER PAPER:

Tender is to be submitted for operation & maintenance of 360KL/Hr. of Effluent

Treatment Plant (ETP) for which the tenderers have to procure tender

documents. The set of tender document has, among others, a Technical Bid

format and another Price Bid format. The General and price bid should be put

in separate sealed covers after detaching the same from the Tender document

and these two separate cover should be marked with the tender reference

number, name of the work and the name of the tenderer. Each should also be

identified by writing on the sealed envelope as “General Bid” or “Price Bid”,

as the case may be. Both the sealed covers should be put in a separate bigger

size sealed cover along with rest part of the tender document such as Cover

page, Index ,Tender call notice, Important Information, along with GCC, SCC,

General Bid, Price Bid. All the papers should be tagged or stapled.

The bigger envelope containing both General and

Price bid should be super scribed with tender reference number, name of the

work and name of the tenderer in bold letters and shall be sent to the Managing

Director, IDCOL Ferro Chrome & Alloys Ltd., PO: Ferro Chrome Project, Jajpur

Road, Dist: Jajpur, Odisha, Pin – 755020.by Regd. Post/ Speed Post/Courier

only so as to reach by the specified date and time as mentioned in “Important

Information” of the “Technical Bid”.

Signature & Seal of the Tenderer

8

The General bid shall be opened at the time and place as mentioned in the

“Important Information”, by the tender committee.

Tenders sent by any other mode other than Regd.post /Speed Post/courier will

not be taken into consideration.

The management shall not be held responsible for any postal missing / postal

delay/courier delay in submission of the tender paper. Tender papers

received after the due date and time shall not be taken into consideration.

The Bidders shall quote their rates both in figures as well as in words without

erasing, cuttings and over writing. In case it is found during opening the price

bid that the rates quoted either in words or figures has been crashed ,

overwriting or struck off and then rewritten , then the bid will be rejected. The

prices quoted should be legible and have no ambiguity. In case of variation

between prices quoted in words and figures, those quoted in words shall be

considered for price bid evaluation and shall be treated as the quoted price.

12. OPENING OF TENDER:

The ‘Technical Bid’ shall be opened first. The format for giving details of the

tenderers shall be checked with verification of certificates asked for. The bid

found to have not fulfilled the conditions laid therein shall be rejected. The

“Price Bid” shall be opened thereafter in those cases where General Bids have

been found to be acceptable. The bid shall remain valid for a period of 120

days from the date of opening of the tender.

13. EARNEST MONEY:

The tenderer is required to deposit Earnest Money as specified in “Important

information” of the tender document. The Earnest Money should be deposited

in shape of Bank Draft / Banker’s Cheque in favour of IDCOL Ferro Chrome &

Alloys Ltd. drawn on any Bank payable at Jajpur Road. The Demand Draft /

Banker’s Cheque as Earnest Money deposit should be enclosed to the tender

paper and detail particulars should be mentioned in the relevant place.

Tenders without Earnest Money and with partial Earnest Money will be

summarily rejected.

No request of the tenderer for adjustment of any due from the Corporation

against Earnest Money will be entertained. No interest is payable on Earnest

Money. Earnest Money of successful tenderer will be converted into initial

Security Deposit.

Signature & Seal of the Tenderer

9

Earnest Money of unsuccessful tenderer will be refunded as such after

finalization of tender.

Tender cost/EMD waiver will be applicable for SSI/MSE/MSME/PSUs bidders

with submission of certification as per guideline. The exemption shall, however,

be only to the works for which the certificate issued. The certificate issued by

the authority shall be valid on the date of opening the tender.

14. MANAGEMENT WILL NOT ASSIGN ANY REASON FOR REJECTION

OF TENDER:

The acceptance of tender will rest with the “ Employer “ who does not bind

himself to accept the lowest tender and reserves himself the right:

i) to reject any or all tender or

ii) to split the work amongst two or more parties and award a part thereof

only to the tenderer without assigning any reason or giving any

explanation thereof.

15. ACCEPTANCE OF TENDER AND EXECUTION OF AGREEMENT:

Acceptance of the tender will be intimated to the successful tenderer through a

Letter of Intent in which the date of commencement of work will be mentioned

followed by a Work Order within a short interval .In the event of failure on the

part of the Agency to commence the work within the specified time, the amount

of Earnest Money shall be forfeited and the acceptance of his tender shall be

considered as withdrawn.

16. The tenderer should use separate piece of paper, where the space provided in

the format in this tender document is not sufficient for submission of information.

17. The bidders should send tenders by Regd. Post/Speed Post /courier/. However,

the Employer shall not be responsible for postal and other delays in receipt of

the

bids.

18. If the last date of submission of the tenders/bids turns out to be a holiday, it will

automatically be extended to the next working day and in such case opening

date would stand deferred accordingly.

19. All or any of the tenders (or bids) submitted can be rejected without assigning

any reason thereof. No claim, whatsoever, shall be admissible for the

loss/damage suffered by the bidders on account of such rejection.

20. The “General Bid” shall be opened first and scrutinized by the Employer.

21. The General Bid format for giving details of the tenderer shall be checked with

verification of certificates/documents asked for and thereafter eligibility criteria

shall be checked. The bid found to have not fulfilled the conditions laid therein

shall be rejected. The “Price Bid” shall be opened thereafter in those cases

where “General Bid” have been found to be accepted.

Signature & Seal of the Tenderer

10

22. The Tender shall mean and include Cover page, Contents , Tender Call Notice

,Important information, GCC, SCC, General Bid, Price Bid, Negotiated Terms

mutually agreed , Letter of Intent, Work Order, Agreement & Tender Documents

duly filled in, signed and sealed in each page by the bidder.

23. SIGNING OF TENDER DOCUMENT: The person signing the tender document

should be duly authorized by the company and a copy of such authorization is to

be attached along with the bid. All the pages of the tender document should

be signed and sealed properly.

24. List of papers/documents/credentials to be annexed to General Bid:

i) Copy of PAN Card

ii) Copy of GST Registration Certificate (PAN must be linked to GST).

iii) Copies of work orders ( at least one) for operation & maintenance of

ETP/ /Chrome Ore Beneficiation Plant (COBP) executed on contract

basis during last 3 years i.e. from the year 2013-14 to 2015-16

iv) Details showing annual turnover against the financial years 2013-

14,2014-15 & 2015-16.

v) Demand draft for Rs.1050/- towards cost of tender paper.

vi) Demand draft for Rs.300000/- ( Three lakhs ) towards EMD

vii) Any other credentials as prescribed in the General Bid format.

viii) All the pages of the tender documents set are to be submitted except

price bid format.

25. Cost of Bidding: The bidder shall bear all the cost associated with preparation and submission of bid and IFCAL, in no case shall be responsible or liable for these cost regardless of conduct or out come of the bidding process. Statutory: The contractor shall abide by all statutory requirements as per the

norms of State and Central Government. 26. CONTRACT PERIOD: -

The period of contract shall be one year from the date of issue of the work

order the period of contract can be extended for another one year keeping the

rate, other terms and conditions unchanged based on mutual consent between

the parties i.e. IDCOL Ferrochrome & Alloys Ltd. and the contractor . If the

contractor is not willing for extension of the contract period beyond the original

contract period of one year , then IDCOL Ferrochrome & Alloys Ltd. reserves

the right to extend the contract period by three months at the same rate and

other terms and conditions as stated in the original work order. If during the

extended contract period the Govt. or any statutory authority issues

notifications or circular enhancing the labour wages either with immediate

effect or with retrospective effect , then the contractor can not claim any upward

revision in the rate allowed in the work order . However in such case if the

contractor expresses in writing his inability to continue the contract job at the

exiting rate then the contract validity period shall be revised up to a maximum

of three months from the date of receipt of written intimation from the contractor

regarding the enhancement in labour wages .

Signature & Seal of the Tenderer

11

During such revised validity period , the rate and other terms and conditions

shall remain same as the original work order .The principal Employer , (IDCOL

Ferrochrome Alloys Ltd). reserve the right to terminate the contract at any time

during the contract period if the performance of the contractor is found to be

unsatisfactory .

If it is deemed necessary by the management to discontinue abandoned

contract execution at any time, it reserves its right to do so with a notice

period of 30 days to the Contractor and in such case the Contractor cannot

claim any damages on account of such abandonment

Time shall be regarded as the essence of the contract . In case of failure on the

part of the Contractor to execute the job within the stipulated period, the

management may at their discretion get the work done at Contractor’s account,

cost and risk. The decision of the management is final and binding in

determining the time limit for completing the particular portion of work.

FAILURES AND TERMINATION:

Should the Contractor at any time fail to execute the work in accordance with

the requirement specified in the tender, the employer will be at liberty to adopt

any or several of the following.

i) To rescind the tender of which rescission notice in writing to the

Contractor under the hand of the management shall be conclusive

evidence in which case the Security deposit of the Contractor with

IFCAL shall stand forfeited.

ii) The employer shall have right to recover from the Contractor all

consequential losses due to Contractor’s failure to execute the tender

and any amount by which the cost of completing the work by any other

Contractor exceeding the value of the tender and the employer shall

have lien on Contractor’s bills / properties and Security deposit for those

amounts of the employer.

iii) To carry out the works or part thereof by any means and engaging any

agency, the costs of which shall include all expenses including

supervision and incidental charges and debit the Contractor with such

costs, the amount of which as certified by the management shall be final

and binding upon the Contractor , and to credit the Contractor with the

value of the works done as if the works had been carried out by the

Contractor under the terms of the tender and the certificate of

management in respect of the amount to be credited to the Contractor

shall be final and binding upon the Contractor .

iv) To measure the work as executed by the Contractor and to get the

remaining work completed by any means and engaging any Contractor

at the risk and expense of the agency in all respects in which case any

expenses that may be incurred in excess of the sum which would have

been paid to the Contractor if works had been carried out by him under

the terms of the tender, the amount of which excess as certified by the

management shall be final and binding upon the Contractor shall be

borne and paid by the Contractor and may be deducted from any

amount due to him by Talangi Chromite Mines / IFCAL under the tender

or otherwise or from his Security deposit.

Signature & Seal of the Tenderer

12

27. CONTRACTOR’S RESPONSIBLE FOR HIS EMPLOYEES:

i) During the contract period, the contractor must ensure for proper

implementation and compliance of provisions of the contract

labour(Regulation & Abolition) Act.1970 and Rule .1971, Employees

Provident Fund and Miscellaneous Act.1952, together with schemes and

notification , Payment of Bonus Act 1965, payment of Gratuity Act 1972,

Workmen compensation Act 1923 , Maternity Benefit Act.Mines

Act.1952, Mines Rule.1955, Metalliferous Mines Regulation.1961,

Payment Wages Act, Payment of wages (Mines) Rule, Mines Mineral (

Regulation & Development)Act.1957, Mineral Conservation And

Development Rule.1958, Conservation Rule.1960 , Water(Prevention

and Control of Pollution )Act.1974, Water(Prevention and Control of

Pollution) Cess Act.1977, Cess Rule-1978, Air(Prevention and Control of

Pollution) Act.1981Rule-1982, Environment (Protection Act.1986 and all

other statutory provisions, schemes , notifications, directions as

applicable to mine frame by both Central & state Govt. Necessary

records pertaining to various statutory requirements in respect of work

men /staff engaged at mines are to be maintained.

28. Force Majure :

This tender is subject to force majeure clauses and the performance of the

work order either wholly or in part will be governed by the stand and force

majeure clauses. Any failure of the work order due to strike, shortage, cyclone

etc. and all other causes beyond the control of the Company, IDCOL Ferro

Chrome & Alloys Ltd. shall not be responsible for the same in any manner

whatsoever.

29. DISPUTE AND ARBITRATION:

a. All disputes, differences, controversies or claims arising out of or relating to

construction, meaning and operation or effect of this tender or breach or

termination or invalidity thereof, if not resolved by mutual discussion, either

party may give to other party notice in writing the existence of such

disputes, question or difference and the matter shall be referred to

Chairman, IFCAL, Bhubaneswar as the “Sole Arbitrator” and whose

decision and award made thereof shall be final and binding on the parties.

b. The parties hereto mutually agree that notwithstanding the place of

execution, the tender shall be taken to have been entered into by the parties

at Bhubaneswar (Odisha) and for the purpose of any dispute, in any Law

Court, the jurisdiction shall be limited to any court under the jurisdiction of

the Hon’ble High Court of Odisha.

c. The venue of Arbitration will be Bhubaneswar.

Signature & Seal of the Tenderer

13

SPECIAL CONDITIONS OF THE CONTRACT(SCC)

1 The special conditions given here-in –after shall prevail over the General conditions given here in before in case of any repugnancy. 2. The tenderer should study all the tenderer documents very carefully. Information given is only indicative . The tenderer are required to visit the plant site between 9.00 am to 3.00 pm with prior appointment on any working day of the mines to see and assess the actual installation themselves to assess and familiarizes themselves the quantum of work involved before submitting the tender . Once the tender is submitted , it is presumed that the tenderer has seen and understood the complete work involved for each of the system. No claim whatsoever will be entertained as extra compensation over and above the mutually agreed rates on any ground.

3. Description of upgraded ETP and other ancillary equipments ( pumping

station ) Upgraded Effluent Treatment Plant (ETP) have a capacity to treat 360kl/hr of untreated water pumped from the mines and surface area.Pumping of untreated water from mines to the reservoir of pumping station is done by other agency. But pumping of feed water from 2 nos. of reservoir shall have to be done by the successful tenderer awarded with the contract, for which there are 2 nos. of pumping stations . One near the upgraded ETP and another near the defunct old ETP. There are 2(Two) nos. of pump sets(30HP, 60 HP) in the pumping station of old ETP and 3 nos. of pumps in the pumping station of upgraded ETP(2 for pumping feed water (40hp) and one submersible pump (2hp) for dilution of chemicals). By operating the pump of the pumping station , untreated water which contains Hexavalent Chromium is fed to the ETP for treatment and the treated water is discharged. Periodically , sludge generated from the process is to be shifted to the designated place in the manner advised by the officer – in charge.

4. ELIGIBILITY CRITERIA : TECHNICAL

A. i) The bidder should have executed at least one turnkey project in respect of construction of an ETP of minimum 250 Kl/Hr capacity / construction of COB plant of minimum project cost of Rs.1 crore ( One crore).

Or The bidder should have at least one year experience (during the last four year

2013-14,2014-15, 2015-16 & 2016-17) in operation & maintenance (Electrical & Mechanical) of ETP/ operation of Chrome Ore Beneficiation Plant.

ii).List of client for whom the bidder has executed annual operation and maintenance contract in respect of ETP/ Chrome Ore Beneficiation Plant during last years i.e. 2013-14, 2014-15 , 2015-16 . & 2016-17.

Signature & Seal of the Tenderer

14

(B) FINANCIAL

The bidder has to submit the following with the general bid

i) Copy of GST registration certificate.

ii) Rs. 3,00,000/-( Rupees Three Lakhs) only to be submitted along with the tender document as EMD in shape of DD drawn on any nationalized bank in favour of IDCOL Ferro Chrome & Alloys Limited , Payable at Jajpur Road, Odisha

iii) The bidder should have Annual turnover not less than Rs.40 lakhs( Rupees forty Lakhs) only in each of the financial year 2013-14, 2014-15,2015-16( copy of audited balance sheet & the Profit & Loss statement are to be enclosed with general bid.)

iv) Copy of Income Tax Return for the year 2013-14,2014-15 and 2015-16 to be

enclosed . v) Copy of PAN, which should have been linked to GST

vi) Cost of tender document amounting to Rs.1050/-( Rupees one thousand fifty )

only including GST in shape of DD drawn on any nationalized bank in favour of

IDCOL Ferro Chrome & Alloys Limited , Payable at Jajpur Road, Odisha to be

submitted along with general bid.

5. SECURITY DEPOSIT:

i) In the event of acceptance of the tender, the EMD of Rs.3,00,000/- ( Rupees Three Lakh only) shall be automatically converted to “Initial Security Deposit”. Earnest money of the unsuccessful tenderers will be refunded as such after finalization of the tender without interest.

ii) 5% of each certified monthly bill value excluding GST shall be deducted towards Additional Security money .

iii) The total Security Deposit consisting of the initial security deposit and additional security money shall be released without interest after due performance and satisfactory completion of the contract in all respect.

iv) The EMD of a bidder will be forfeited if the bidder withdraws or modifies its bid during the period of bid validity period.

v) The Security Deposit will be forfeited if the successful tenderer fails to execute the contract to the full satisfaction of the employer, leading to any loss/damage to the buyer.

vi) Security deposit waiver/partial exemption will be applicable for SSI/MSE/MSME/PSUs bidders with submission of certification as per guideline. The exemption/partial exemption awarded should be valid only in respect of electrical / mechanical works The certificate issued by the authority should have been valid up to a period of at least four months from the issue of our short tender notice.

6. OWNER’S RIGHT TO AMEND THE TENDER DOCUMENTS : IFCAL reserves the right to issue any addition to tender documents and /or to clarify , amend, supplement and delete any of the conditions /clauses or items stated in the tender documents prior to opening the bid.

7. RESPONSIBILITY OF THE CONTRACTOR : The contractor shall be solely responsible towards the client i.e. .IFCAL for integration , interface and co- ordination of all activities . The contractor shall not only be responsible and liable for his scope of service but for the liabilities in respect of manpower engaged.

Signature & Seal of the Tenderer

15

8. BILLING AND TERMS OF PAYMENT :

The contractor shall raise monthly bills towards operation and

maintenance charges in respect of upgraded ETP and other

equipments covered under te scope of annual contract . After

verification , payment will be released within 30 days subject to

satisfactory execution of the work during the concerned month. If

deduction is applicable for that particular month , then deduction shall be

done by IFCAL and contractor shall have to agree with such deduction.

9. FIRMNESS OF PRICE :

The price offered and agreed shall remain firm during the period of contract and not subject to any escalation whatsoever . Rather it may be reduced in case of non performance , non compliance etc..

QUOTING THE RATE :- The tenderer is advised to consider and asses the following cost while quoting i) Tools & tackles to be arranged by the contractor . ii) PPEs to be provided by the contractor to his/her/their staff. Iii) staff salary/wages to be paid by the contractor. iv)Additional security money to be deducted from monthly bill. v) Contractor profit and commission. vi) Contractor contingency overhead charge. vii) Any other expenses / liabilities which are to be borne by the

contractor as per the terms and conditions of the tender . 10. CLIENT’S SCOPE :

i) The client i.e. IFCAL shall supply electricity free of cost for operation

and maintenance and other related work.

i) IFCAL shall supply requisite spare parts, requisite steel materials ,

consumables such as oil, grease, paints, welding consumables for

operation and maintenance work

iii) Fire extinguishers, sand filled buckets are to be provided by IFCAL.

iv) Requisite chemicals for treatment shall be supplied by IFCAL.

v) Maintenance of instruments shall be done by IFCAL.

11. SUBLETING OF CONTRACT IS NOT ALLOWED.

12. SAFETY:

Safety being the prime responsibility of the contractor in respect

of the workmen employed by him, he must provide safety appliances

such as safety shoes, helmet, welding screen, leather apron , leather

hand gloves welding goggles, rubber gloves for electrician acid and

alkali proof hand gloves goggles and apron for handling acid etc. &

proper tools and implements to his workmen required for the job. The

Agency must ensure that none of his workmen should enter the

mines/plant without proper safety appliances.

Signature & Seal of the Tenderer

16

In case of any deviation is observed the concerned workman

shall not be allowed to work or the management of IFCAL may provide

with prescribed safety appliances by the ’management’, the cost of

which shall be recovered from the concerned contractor’s bills, without

taking any consent from the contractor.

13. Accident or injury to workmen: IFCAL will not be liable for any compensation/penal action in case of injury/death of any workmen of the contractor’s establishment due to accident caused by contractor’s fault/negligence or violation of the safety norms by the contractor and/or his/their staff. The contractor shall be liable for such accidents. The contractor shall bear any compensation which may be claimed or any penalty which may be imposed in such cases.

14. STATUTORY REGISTERS :

The contractor shall maintain the following registers in respect of the

workmen engaged by them. The list is not exhaustive & will include any

other records/registers to be maintained under various statutes.

1.Attendance Register.

2. Register of Wages.

3. Bonus Register in form “C”

4. Leave with wages Register.

5.Personal protective equipment issue Register.

The contractor shall be solely responsible for complying to

statutory requirements of various Govt. agencies, such as OSCPB,

Director of Mines Safety, IBM etc.

15. SUBMISSION OF BILL & RELEASE OF PAYMENT:

(i) The contractor shall submit the bill in triplicate to the concerned Officer

in the office of the G.M. ( Prodn.) I/C Mines, IFCAL , at Jajpur Road.

The same will be verified by the authority concerned for necessary

payment.

(ii) Income Tax and other statutory deductions as applicable shall be

deducted from each running bill and the same will be deposited with the

Govt. Authorities as required under law.

Signature & Seal of the Tenderer

17

16. EMPLOYER’S LIEN ON ALL AMOUNT DUE:

The principal employer i.e. IDCOL Ferro Chrome & Alloys Ltd. has lien on and

over all or any amount that may become due and payable to the contractor

under those presents and / or also on and over the deposit or security amount

or amount made under the tender and which may become repayable to the

contractor under the conditions in that behalf herein retained for or in respect

of any debt or sum that may become due and payable to the IFCAL by the

contractor either alone or jointly with another or other Agency or transaction of

any nature whatsoever between IFCAL and the contractor. And further that

IFCAL shall at all times be entitled to deduct the said debt or sum due by the

contractor from the money bills, Security Deposit which may become payable

to the contractor under these presents.

17. PENALTY FOR PRESSURISATION:

Any action of the contractor either singularly or jointly with other contractor (s)

to pressurise the management to accede to any demand, will make him

(them) liable for termination of this tender by the management. Decision of

the management in this regard shall be final and binding on the contractor.

The contractor is to abide by all the Statutory Rules and Regulations of

Indian Mines Act,1952, Rules made there under. The contractor shall be

liable to comply with the provisions of the Mining Statute framed there under.

18. The management reserves the right to amend/modify/alter/delete the

existing procedure or may adopt any new procedure for smooth functioning of

work or for compliance of statutory provisions at any time without any notice

or assigning reasons and the Agency has to abide by the same. The

management reserves the right not to allow any labour to work in case his

activities are found to be detrimental to the interest of the ‘Management’ and

the contractor shall be liable for any litigation arising there from.

19. The management reserves the absolute right to terminate the tender at

any time without any notice or assigning any reason thereof. In such event all

statutory terminal dues are to be paid by the contractor.

Signature & Seal of the Tenderer

18

20. The contractor and his workmen are to abide by prevailing mines

discipline. The contractor and his workers should not misbehave any of the

officer/employee of the ‘employer’ on any occasion inside / outside the Mines

premises pertaining to his work or otherwise, failing which the tender will be

terminated without any notice and the contractor will be black-listed.

Failure to comply with any of the foregone terms and conditions shall be

deemed to be breach of tender and the management shall be at liberty to take

any action on the contractor including termination of his tender.

21. The contractor and/or his authorized representative should always be

present in the work spot to receive all communications and/or instructions

given by the authorized personnel of IFCAL.

22. The aforesaid special terms and conditions shall be deemed to be a part

of tender agreement and any violation observed will be deemed to be

breach of tender and the management will be at liberty to

cancel/terminate the tender without any notice or assigning reasons

thereof.

23. As the work would be carried out within the Mining Lease area. All

statutory rules as per Mines Act, rules & Regulations, are to be followed

and must be complied with.

24. Accident or Injury to workmen.

The Employer shall not be liable for or in respect of any damages or

compensation payable as per law in respect or in consequence of any accident

or injury to any workman or other person in the employment of the contractor

and the contractor shall indemnify and keep indemnified the employer

against all such damages and compensation and against all claims,

demands, preceding, costs, charges and expenses, whatsoever, in respect or

in relation thereto.

i) The contractor shall maintain first aid facilities , medicine and other

medical facilities as per statue for his employees. However the management

will provide medical staffs like doctor pharmacist and dresser on availability.

ii) The contractor shall make outside arrangements for ambulance service and

for the treatment of mining injuries. Names of those providing these services

shall be furnished to owner prior to start of work and their telephone numbers

shall be permanently posted in contractor’s ’s field office.

iii) All critical industrial injuries shall be reported promptly to owner and a copy

of contractor’s report covering each personal injury requiring the attention of a

physician shall also be furnished to the owner.

Signature & Seal of the Tenderer

19

25. DETAILS OF STAFF TO BE ENGAGGED:

Shift pattern for O&M for upgraded ETP & and it’s ancillary equipments

Sl. No Category Quantity Minimum

Qualification

required

Experience Nature of

experience

1 Supervisor 01(one) Dip. In Mech.

Engg./

B.Sc.(Chemistry)

05 years In similar line or

in any process

in any process

industries/mines

2 Fitter cum

Welder

01(one) 8th class passed 05 years In the field of

Mechanical

maintenance ,

pipe line

fabrication &

erection

3 Fitter cum

Operator

01(one) 8th class passed 05 years In the field of

Mechanical

maintenance ,

pipe line

fabrication &

erection

4 Operator

cum

Electrician

02(two) ITI (electrician

trade

With work man

permit-B

05 years In similar line or

in any process

in any process

industries/mines

5 Semi-

skilled

Labour

(existing

Labours)

06(six) 02 years Any process

industries/mines

NB:-i) The supervisor shall be paid wages allowances and other benefits applicable

to

High- Skilled category.

ii) The fitter cum welder shall be paid wages allowances and other benefits

applicable to Semi- Skilled category.

iii) The fitter cum operator shall be paid wages allowances and other benefits

applicable to Semi-Skilled category.

iv) The operator cum Electrician shall be paid wages allowances and other

benefits applicable to Skilled category.

v) The above said staff will be allotted shift duties (G/A/B/C) as per the decision

of the officer-in-charge

Signature & Seal of the Tenderer

20

vi) The allowance, benefits and income tax in respect of any staff member of

the contractor shall be 30% of relevant basic wage.

DETAILS OF SHIFT TIMING :

• General Shift : 08.00 AM to 1.00 PM & from 02.00 PM to 5.00 PM

• “A” Shift : 06.00 AM to 02.00 PM

• “B” shift : 02.00PM to 10.00 PM

• “C” Shift : 10.00 PM to 06.00 AM

Note-: Shift timing for duty are modifiable time to time to suit efficient O&M of ETP at

the discretion of IFCAL.

26. TAXES, DUTIES, LEVIES AND INSURANCE ETC.

i) Any and / or all taxes, duties, levies, other dues etc. pertaining to this

Tender shall be payable by the Agency and the Employer will not

entertain any claim, whatsoever, in this respect.

ii) Notwithstanding anything contained elsewhere in the tender, the

Employer shall deduct at source from the payment due to the Agency

the taxes, duties etc. as required under the Central or State statute and

the necessary tax credit certificate will be issued to him. It is for the

Agency to deal with the concerned tax authorities directly in respect of

any claim or refund relating to the above deductions and the employer

shall not be liable or responsible for any claims / payments /

reimbursements in this regard.

27. PENALTY :

A) Necessary penalty will be recovered as decided by IFCAL for the

following:

i) In case of disturbance of the operation of the plant /pumping station

due to non availability /absence of the operating/maintenance staff.

ii) For malfunctioning of the plant due to improper operation/ faulty

maintenance of the components of ETP / pumping station.

iii)Unreasonably long breakdown of the system.

iv) Non supervision by the staffs as per requirements.

v)Lack of performance reason attributable to the contractor

vi) The treated water is not meeting the norms of SPCB & other Govt.

statutory Agency.

B) The treated water generated from upgraded ETP should meet the

standard prescribed by SPCB . If SPCB stipulates any other norms , the

same shall have to be followed by the contractor. If the contractor fails to

do so , management have every right to terminate the contract and

forfeit the security deposit. Again IFCAL have every right to impose

penalty on the contractor. The quantum of penalty shall be decided by

IFCAL and is binding on the contractor. Such penalty amount shall be

recovered from contractor’s security deposit , pending bills, pending

dues etc.

Signature & Seal of the Tenderer

21

C) if completion of preventive / routine maintenance work or breakdown

maintenance work is deployed beyond 8 hours or multiple thereof

compared to a reasonable time of completion as per the judgment of the

officer-in-charge, then each 8 hours delay , an amount of 2.5% of the

order value /monthly charge stated in work order shall be deducted from

the contractor’s monthly bill pertaining to the month in which above such

delay has happened . However the contractor will be penalized only for

fault / negligence’s / bad workmanship attributed to him/her/them.

28. MANPOWER :

i) Existing manpower (6 nos. of semi-skilled labours) of our ETP are to

be engaged by the contractor in addition to other manpower as spelt out

at clause at clause no-25 of SCC.

ii) Any additional manpower required for breakdown/additional work

shall be arranged by the contractor without any extra cost to IFCAL.

iii) Contractor has to ensure engagement of the required routine staff as

specified in the special conditions of the contract (SCC) for O&M of

plant . If at any time the staffs engaged is found to be less than that

prescribed in SCC , IFCAL have every right to recover the pertinent

labour wages

and it shall be deducted from the monthly bills of the contractor along

with 100% penalty which is optional.

This penalty which is based on short supply of staff/workmen

does

not relieve the contractor’s liabilities, if performance towards O&M

activities are affected .

29. DUTY MOBILE PHONE :

The contractor has to provide duty mobile phone at his own cost to all

staffs for ease of communication.

30. GATE PASS/ I- CARD

The contractor should submit the bio data along with recent

passport size photograph (3 nos.) of the persons engaged for the work

and they have to report for duty as per schedule. Persons employed

should not be changed frequently and every person employed for the

work has to obtain proper gate pass /identity card from the contractor to

work in ETP.

31. Contractor having contract with IFCAL regarding any tender and record

of non compliance / violations of terms & conditions of contract need not

apply. Their bid shall be cancelled.

32. Convicted or penalized person shall not be employed by the contractor.

Signature & Seal of the Tenderer

22

33. In case any staff is not found up to mark and not able to work properly ,

he will have to be replaced immediately by suitable substitute.

34. Contractor has to ensure always the required staff specified in conditions

Of contract (SCC) for O&M of plant . If at any time , the staffs engaged is

Found to be less than is prescribed in SCC , IFCAL have every right to

recover the mutually agreed rate quoted for that particular category of

staff and it shall be deducted from monthly bills of the contractor along

with penal rate , which is extra

.

This penalty which is based on short supply of staff/

workmen does not relieve the contractor’s liability as performance

towards O&M activities are affected . Penalty for such short fall shall be

finalized by IFCAL and binding to the contractor.

Signature & Seal of the Tenderer

23

Tender Ref No :IFCAL/MINES/1843 Date :09.10.2017

GENERAL BID

FORMAT FOR GIVING DETAILS OF TENDERER/BIDDER

1. (a) Name of the Bidder :

(b) Full address :

(c) Tel.No. :

(d) Fax No. :

(e)E-mail ID :

2. Whether the Bidder is private or :

public limited company or individual or registered partnership firm (Enclose attested copies of Memorandum of Articles of Association or Deed)

3. Date of establishment/registration : of the firm.

4. Date of commencement of Business : (Enclose certificate).

5. Name of the Managing Director/Director/: Partner/Individual as the case may be.

6. Details of PAN issued by income : Tax Authorities(enclose the copy Of the PAN)(The GST code Should have been linked to PAN)

7. EMD details Amount : D/D No. & Date Issuing Bank

8. Cost of tender document :` Amount D/D No. & Date Issuing Bank

9. GST Regn. No. : (Enclose Xerox copy of valid Registration certificates).

Signature & Seal of the Tenderer

24

10. Proof of execution of at least 1(one) no : Submitted / Not Submitted 11. of turnkey project for construction of

12. ETP / construction or up gradation any COB plant

13. or proof of one year experience towards operation

14. & maintenance ( Elect. & Mech.) of

15. ETP /COB plant on contract basis during last four i.e

16.

17. 2013-14,2014-15, 2015-16 & 2016-17 years .

18. Photo copies of work order and completion

19. work order to be shown to us for verification

20. on demand

21. 22.

23.

11. List of clients with details for last 4 (four) financial years to be submitted in a

separate sheet. ( enclose copy of work orders)

Sl.No. Client Job description work order No.

12. Annual turn over not less than Rs.40 Lakhs : Submitted /Not Submitted

( Forty Lakhs ) during each of the 3(three) financial years i.e. 2013-14,2014-15 & 2015-16 (Enclose audited balance sheet & profit loss statement) .

14) Have/Has you/your representative -YES/NO properly assessed the site condition? (Tick mark)

Certified that the above statements are true to the best of my knowledge and belief. In case any of the above statement is found to be untrue either during the tender process or during the execution of the contract. I/we shall have no objection to forfeiture of my/our EMD/Security deposit and cancellation of Work order issued, if any, at our risk & cost.

Certified that I/we have visited the site and have assessed the conditions

there in and the bid is based on our full understanding of the nature and circumstances of the job.

Certified that I/we possess due authority to submit the bid (enclose

certified copy of such authorization, wherever applicable).

Signature & Seal of the Tenderer

25

List of documents submitted / Not submitted

Sl.No. Description 1. Photo copies of memorandum & : Submitted/Not submitted

articles of association in case of Private/ Public Limited Company Partnership deed In case of registered partnership firm/ Proof of Partnership incase of proprietary firm .

2. Photo copies of PAN card : Submitted/Not submitted

3. EMD details amount, DD No. & date. : Submitted/Not submitted

4. Cost of Tender document, amount, DD : Submitted/Not submitted No. & Date.

5. Photo copy of GST Registration : Submitted/Not submitted Certificate.

6.(i) Photo copy of work order as required under eligibility criteria clause No- A(i) of the : Submitted/Not submitted SCC)

7 List of clients as required under the : Submitted/Not submitted Eligibility criteria clause no (ii)of SCC

8. Xerox of audited balance sheet and profit/loss: Submitted/Not submitted statement for the financial year

2013-14,2014-15,2015-16. 9. Photocopy of income tax return for the : Submitted/Not submitted

financial year 2013-14,2014-15,2015-16 .

Signature & Seal of the Tenderer

26

SCOPE OF WORK :- PROCESS DESCRIPTION :

(A) Pumping station :

(a) There are 02 nos. of pumping station consisting of 02 nos. of 40 hp & 01

nos. of 30 hp pump for feeding untreated water to the ETP. One submersible

pump 2 hp is there to pump raw water for dilution of chemicals.

(B) UPGRADED ETP :

In upgraded ETP having capacity to process 360kl/hr of untreated

water , the feed pumps as per requirement are pumped to tanks (serpentine

channel with setting tanks ) and further pumped at controlled rate to flash

mixing tank where reducing agent (fe So4)) shall be dosed along with poly

electrolyte through metering type dosers. For effective reduction from Cr+6 to

Cr+3 the PH of effluent is to be maintain at 2-3 for which acid dosing system

has been provided . The acid is to be dosed at controlled rate through metering

type dosers .

The content shall then be let in to High rate Reactivater type

clarifier , which reduces consumption of reagents and control fluctuation in

twibidity of feed and yields consistent output. The clarifier supernatant shall be

collected in the tank and after on-line adjustment of PH using NaOH, shall be

pumped through multi grade pressure filter .

The sludge from the clarifier shall be continuously withdrawn in

sludge sump and pumped through filter press for dewatering . The dewatering

cakes, which contain Cr(OH) and Fe(OH)3 shall be disposed off through

sanitary land fill 1. The contractor shall operate and maintain successfully and statistically ,

the various systems of ETP and it’s related ancillary equipments (see-

Annex-1) on round the clock basis on all days including Sunday and

holidays by engaging manpower till the period of contract.

2. Services ( both operation and maintenance ) shall be offered round the clock in 3 shifts (A,B,C) including General shift till the completion of the contract.

Signature & Seal of the Tenderer

27

3.(i) The operation and maintenance envisages all required tasks for

Regular operation and maintenance of ETP , raw water pumping

system, chemical dosing system, treated water pumping system sludge

handling system etc.

(iii) Compliance to safety rules and regulations.

4. Periodic Maintenance :

All the periodic /preventive maintenance ( as per schedule and

instructed by officer I/C of the ETP and ancillary equipments of the

pumping stations are to be carried out by the contractor.

5. Breakdown Maintenance :

Breakdown of any of the components of the system are to be reported

to officer I/c immediately. The contractor has to make arrangement for

attending the breakdown /repair as per the direction of the officer I/C of

IFCAL. only spare parts and consumables such as welding rod

lubricants etc. shall be supplied by IFCAL. Hiring of extra labour if

required for breakdown work etc. , the cost of same shall be borne by

the contractor.

6. CHEMICAL TREATMENT :

The required chemicals for the treatment will be supplied by IFCAL.

The chemical treatment is to be carried out as per requirement to

ensure proper treatment . Necessary stock register of chemical to be

used for treatment is to be maintained properly as per the instruction of

IFCAL

7. Operation & Maintenance of Equipments : i)Operation of the entire installations and maintenance of mechanical &

electrical equipments. ii)Regular cleaning and drainage of sludge from clariflocculator, pumping

of sludge to sludge filter press, cleaning of sludge in filter press, chemical dosing pipe system.

iii) Zero spillage of sludge, water, oil & grease etc. iv) House keeping of complete plant area ( including entire installation of Mechanical , Electrical, Instrumentation , sludge tank ,water tank,

equipments components, pump piping , valves, sludge filter press etc. v) Checking of level of water , oil level in gear box etc. vi) Attending the rotating units.

vii) Checking of glands, bearing etc. of each rotating units.

viii) Arrange for replacement /repairing of equipments as and when

required

ix) Any leakage point from piping system / unit must be identified and

taken certificatory at the earliest to avoid further mishap.

x) Checking of lubricating oil etc. in units for increasing the life of same.

xi) Checking the working of all slice valves.

Signature & Seal of the Tenderer

28

8. All day to day maintenance activities ( both Mech. & Elect.) normally minor in

nature would be carried out by the contractor.

(a) Checking of gland of pump/valves and taking of remedial measures.

(b) Checking of oil of gear box and if required either top up or replace

(c) Greasing of bearing.

(d) Changing leaky gaskets in pipe flanges, valves, pumps etc.

(e)Storing and shifting of sludge/other materials to the designated place .

Tipper shall be provided by IFCAL for shifting of sludge.

(f) Unloading and stacking of chemicals and other materials in ETP.

(g) Checking of motors electrical panels connections etc.

(h) Checking of nuts bolts etc.

(i) Any other related work not mentioned above.

9. Maintain of Log Book/ Reports :

i)Maintain required documents –log book, reports etc. chemical consumed etc. ii) Maintaining required documents /reports/registers etc as per instruction of officer- in-charge.

10. IFCAL’S REESPONSIBILITY:

i) Power and service water. ii) Chemicals for plant operation.

iii)Tipper will be supplied by IDCOL for sludge removal. iv) If the motor is burnt owing to contractors fault , cost of repairing shall be borne by the contractor . If the motor is burnt by supply of high voltage or any other reason beyond the control of contractor the cost of repairing shall be borne by IFCAL and in this case decision of IFCAL is final and binding to the contractor.

v) Oil & grease and lubricants will be supplied by IFCAL. vi) Fire extinguisher , sand filled buckets are to be provided by IFCAL. 11. The primary aim of the contract is the running and maintenance of the plant

efficiently and economically, so that the treated water from the ETP meets the

standard prescribed by SPCB.

The contractor has to carryout necessary treatment so as to maintain the following parameter

Capacity 100 LPS (360.0 m3 /hr)

Sl.No PARAMETER UNIT INLET OUTLET

1 pH ----- 6 to 7 7.0 to7.5

2 Total suspended solids mg/l 150-300 <30.00

3 Hexavalent

Chromium(cr+6)

mg/l 2-2.5 <0.05

All the parameters are in mg/lit except pH

Signature & Seal of the Tenderer

29

Note :- (i)IFCAL shall carryout testing of water at regular interval in own cost and

whenever felt necessary.

(ii) The capacity mentioned above is maximum and dependant up on the

Feeding quantity of water.

12.The basic requirements for the successful operation and maintenance of the ETP

are as follow and the contractor has to be sincere in this regard.

(i) A through knowledge of this process

(ii) A through knowledge of the plant and equipments and their functions

(iii) Assignment of specific maintenance responsibilities to operating staffs.

(iv) Good House keeping

(v) Proper & adequate tools.

(vi) proper Logging of all operation /maintenance activates.

(vii) Keeping stock registers etc.

(viii) Observation of safety precaution and procedure.

(ix) Cleaning of various tanks in ETP once in a month , cleaning of plant premises

,

office etc. regularly on a daily basis and as when required by authority.

(x) Back washing of filters.

(xi) Other if any unless other wise specified.

13. DAMAGES :

In case of damages/defects happened to the exiting facilities due to the

negligence or mistake of the serving personnel , the cost of repair along with

penalty are to beborne by the contractor. Quantum of penalty shall be fixed by

IFCAL.

14. MAINTENANCE AND SUBMISSION OF RECORDS :

The contractor shall maintain various log books and records as per the

prescribed format of IFCAL and submit the same once in a week for countersign..

The details are as below.

i) Quantity and hours of raw effluent pumping with log book .

ii) Flow rate of effluent.

iii) Log book of major operation.

iv) Dosing of chemicals.

v) Flow rate of sludge.

vi) Flow rate of treated water.

vii) Electrical parameter/ readings of various equipments.

viii) maintaining daily up to date running of filter press

ix) Routine maintenance.

x) Breakdown Maintenance.

xi)Stock register of chemicals, consumables etc.

xii) other if any as required of as directed by IFCAL.

Signature & Seal of the Tenderer

30

15. HAND OVER OF PLANT :

The contractor should handover the plant with all equipments in good

working condition and up to full satisfaction of IFCAL after completion of contract.

16. Repair & Maintenance : The contractor has to do all minor and major repairs

for which no additional labour charges will be paid requisites spares shall be

supplied by IFCAL. However damage caused to any machinery/equipments/plant

due to negligence of contractor/his staff shall be assessed by IFCAL and the

charges shall be deducted from the monthly bills of the contractor. Decision

regarding quantum of deduction by IFCAL for the above is final and binding to the

contractor. Under no circumstances plant shall remain under breakdown more than

3 hours. In the event of breakdown /shutdown the attending to the problem in the

shortest possible time will rest on contractor, failing which IFCAL is empowered to

get the breakdown/shutdown any defect rectified by any outside agency at the risk

and cost of the contractor and make necessary deduction from their bills. The

contractor shall have to keep all the area and surrounding at the site neat and

clean and dump the scrapped materials /sludge etc. at the designated places. Only

tipper /trolly shall be provided by IFCAL for the shifting of sludge to the designated

place.

It is the contractors responsibility to maintain ETP and other

ancillary equipment in healthy state all the time , to plan and undertake preventive

maintenance activities every day.

It is the responsibility of contractor to remove sludge from the

point. In addition he shall also carryout cleaning of oil/used grease /sludge from

sludge press tanks/water tanks etc.. It is the responsibility of contractor to remove

sludge from the point. In addition he shall also carryout cleaning of oil/used grease

/sludge from sludge press tanks/water tanks etc. periodically and disposal of them

at the designated place on own cost . Only one dumper along with driver shall be

provided by IFCAL for shifting of the above materials .

17. GENERAL WORK FOR WORKMEN :

a) Unloading and loading of materials related to O&M at site /site store .

b) Shifting of spares/lubricants and other materials from store to plant site.

c) Return of spare/used unused lubricants to site store

d)Cleaning and house keeping of plant.

18. TOOLS & TACKLES AND OTHER EQUIPMENTS :-

The contractor shall provide requisite tools and tackles Arc. Welding machine and accessories, gas cutting equipments and accessories including oxygen , DA filled cylinders , measuring instruments etc. at his own cost.

19. In case of feed pumps , effluent pumps , chemical dosing pumps etc. One set will be operational and one set shall remain stand by for proper maintenance in order

to make ready for operation on rotational basis

Signature & Seal of the Tenderer

31

ANNEXURE -I

LIST OF MAJOR EQUIPMENTS

DESCRIPTION QUANTITY.

(A) Pumping Station (near Upgraded ETP) :

(i) Pump set, Model MF 20-25 : 2 sets

With 40 hp motor, make-Kirloskar

(ii)Submersible pump set (2HP) : 1 set

2. Pumping Station (near old ETP)

(i) Pump set , Model-UP 100/35 : 1 set

With 30 HP motor, make-Kirloskar

(ii) Pump set model-UP-150/38B with 45 KW : 1 set

Make- Kirloskar

(B) Upgraded ETP :-

(i) Pump set Model-DB 150/32 : 2 sets

With 60 HP motor, make-Kirloskar

(ii) Submersible pump set /Sludge pump : 2 sets

Model-SN32/16QT with 3.7 K.W

Motor, make-Kirloskar

(iii) Air blower with motor : 2 sets

Model-M5 125B make-everest

With 7.5 K.W motor , make-Crompton Greaves

(iv) Dosing Pump Set : 5 sets

Model-PPE25A-100, Make-Leak proof pump

P.vt. Ltd. , with 1 HP motor make-Crompton Greaves

(v) Agitator : 1 set

Type-AS 25FP -9865 with 1.1 KW motor

Make-REMI electrical

(vi) Clarifloculator, make-EFFWA, : 1 set

20 mtr. dia X 3.5 m SWD

With drive model-SPC-160 make-

Gear premium super drive.

(vii) Paddle Drive : 2 sets

Model- 3SNU , Make- Elecon

(viii) Sludge Filter press(1200 mmX1200 mmX32 mm) : 1 set

Model-40DL10 SG, Make-polyhydron Pvt. Ltd

(ix) Submersible pump set ( Back washing waste pump: 1 set

Model-1500CW with 2 hp motor, Mke-KBL

(x) Pressure Sand Filter (1200kl/hr) Horizontal centrifugal: 3 nos.

(xi) Agitator ( for chemical) : 5 sets

Model-PGA 15-16 with 1.1 KW motor

Make- REMI

(xii) Dosing Pump Set : 3 sets

Model-MDP-20 make-Minimax pump pvt. ltd

With 1 hp motor

Signature & Seal of the Tenderer

32

IDCOL FERRO CHROME & ALLOYS LTD.

(A WHOLLY OWNED SUBSIDIARY OF IDCOL) A Govt. of Odisha Undertaking,

Regd.Office; Ferro Chrome Project-755020 Jajpur Road, .Dist: Jajpur,Odisha, India

Tel. No. 06726- 224113, Fax No. [email protected]

TALANGI CHROMITE MINE

PRICE BID

Tender Ref. No.IFCAL/MINES/1843 Dt.09.10.2017

Sl No Description Lumps sum Charges per month

( Rs. in Words & Figure)

1 Annual contract for operation & maintenance( Elect & Mech.) of upgraded Effluent Treatment Plant(ETP)(Capacity 360KL/Hr) along with other ancillary equipments of pumping stations at Talangi Chromite Mine of IFCAL.

Note- 1. If there is any discrepancy in the amount stated in figures and in words then the amount stated in words will be considered .If any overwriting , erasing or corrections are found have been made in the quoted lump sum charge while opening the price bid then the tender will not be taken in to consideration.

2. GST will be paid extra as applicable as per rule. Signature & Seal of the Tenderer


Recommended