SECTION-A INVITATION TO TENDER AND TENDERING … · NUCLEAR POWER CORPORATION OF INDIA LIMITED...
Transcript of SECTION-A INVITATION TO TENDER AND TENDERING … · NUCLEAR POWER CORPORATION OF INDIA LIMITED...
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A Government of India Enterprise)
CONTRACTS AND MATERIAL MANAGEMENT WINGRAWATBHATA, RAJASTHAN SITE
TENDER DOCUMENT
SECTION-A INVITATION TO TENDER AND TENDERING
CONDITIONS
SECTION -B CONDITIONS OF CONTRACT
SECTION -C TECHNICAL SPECIFICATIONS OF STORES
SECTION -D FORMAT FOR SUBMISSION OF BID
To
(Through On-line Mode)
SECTION – A
INVITATION TO TENDER AND
TENDERING CONDITIONS
INVITATION TO TENDER To,
(Through e-Mode)
Tender No. RR Site/Stations/Unit-5&6/CMM/ECON/74489
Dated As per tender
Due Date As per tender
Dear Sir,
SUB: Spare Low range Pressure Calibrator as as per attached Specifications
For and on behalf of Nuclear Power Corporation of India Ltd., Head (Contracts & Material Management), Rajasthan Rawatbhata Site, invites bids for the supply of Stores detailed in the Form No. CMM-22A/Rev.5. Any contract against this tender will be governed by General Conditions of Contract contained in form No. CMM-22/Rev.5 and *Special Commercial Terms and Conditions annexed herewith. If you are in a position to quote for the supply in accordance with the requirement stated in the attached online form, please submit your bid in the online tender form CMM-22A/Rev.5. Your bid must be submitted in on-line bidding forms at http://npcil.etenders.in only on or before the due date and time mentioned above. Yours faithfully, Sd/-
( Umesh Shah) Senior Manager (Contracts)
For and on behalf of Nuclear Power Corpn.Of India Ltd. (The Purchaser)
NUCLEAR POWER CORPORATION OF INDIA LTD.
(A Govt. of India Enterprise)
Contracts & Materials Management
Rawatbhata Rajasthan Site.
e - Tender
Tel.: (01475) - 242071/242018/242159 Fax : (01475)-242158
Head(C&MM), RR Site, on behalf of Nuclear Power Corporation of India Limited (NPCIL) invites online (e-Tender) in Single Parton e-tendering Portal of NPCIL as per the details given below:
1.1 Tender No. & Description
: RRSite/Stations/Unit-5&6/CMM/ECON/74489
For Supply of as per tender documents.
1.2 Tender Fee in Indian Rupees
(Non-refundable)
: NIL
1.3 Last Date & time for downloading
of tender document
: As per Tender
1.4 Due Date & Time for online
submission of e-Tender
: As per Tender
1.5 Date & Time for opening of e-
Tender
: As per Tender
Qualifying Requirements: The bidder shall meet all the requirements mentioned below failing which his offer will be summarily rejected. (As per Appendix-X)
(a) Any offers not complying with the features specified in the tender specifications are liable for rejection.
(b) For complete description, tender document & participation details, please visit our e-Tender website https://npcil.etenders.in
(c) Prospective bidders if not already registered in our above website, are required to register online on NPCIL e-Tendering Portal alongwith requisite digital signature to participate in above E-Tender.
(d) NPCIL reserves the right to accept / reject any or all bids in part / full without assigning any reason.
(e) If the due date for opening of Tender happens to be a holiday in NPCIL, the same will be carried out on the next working day at the same time.
For query, if any, please contact DGM , C&MM, Vijay ParamanuBhawan, Ground Floor, RR Site, Anushakti, Rajasthan- 323303, Phone:- (01475)-242071/242018/242159
NUCLEAR POWER CORPORATION OF INDIA LTD.
(A Govt. of India Enterprise)
Contracts & Materials Management
Rawatbhata Rajasthan Site.
e - Tender
Tel.: (01475) - 242071/242018/242159 Fax : (01475)-242158
NUCLEAR POWER CORPORATION OF INDIA LIMITED
SECTION-A
INVITATION TO TENDER AND TENDERING CONDITIONS
FOR SUPPLY OF INDIGENOUS STORES
(SINGLE PART E-TENDER)
1. The bid (E-bid) shall be submitted in E-mode at our NPCIL E-Tendering Web Site i.e.
https://npcil.etenders.in on or before the due date and time. It is in the interest of the
Tenderers to ensure that the e-Bids are submitted well in time. e-Bids shall be submitted
only on our NPCIL e-Tendering Web Site i.e. https://npcil.etenders.in Bids in hard
copy/any other form shall not be accepted in any case.
Tender No.: RR Site/Stations/Unit-5&6/CMM/ECON/74489
Dtd.: AS PER DETAILS IN NIT
Due Dtd.: AS PER DETAILS IN NIT
2. The system will not allow submitting E-bids after last date and time. Therefore, the bidder shall
ensure the submission of E-bids well within the due date and time.
3. The delivery of all items contained in the tender shall be made in one lot. As such, no
prorata delivery shall be permitted unless asked for nor will any price variation be
allowed.
4. (a) The bids shall remain valid for acceptance for 90 days from the due date of
tender.
(b) Prices are required to be quoted according to units indicated in the annexed
Tender Form. When bids are given in terms of units other than those specified in
the Tender Form, relationship between the two sets of units must be furnished.
5. The prices quoted shall be on free and safe delivery basis to the place of delivery
mentioned in the tender. These prices shall remain FIRM throughout the currency of
contract. Ex-stock delivery will be preferred. If ex-stock delivery cannot be offered,
earliest guaranteed delivery date by which time the stores can be supplied shall be
indicated.
6. Price Quote shall be FOR Purchaser's Site including GST and all other indirect taxes &
duties. Freight and Transit Insurance Charges shall be included in the Price Quoted.
7. Bid should contain bidder‟s specific confirmation regarding compliance of all
commercial terms and conditions of the Tender as per ITT (Section-A), General
Conditions of Contract, Special Conditions of Contract (Section B) and Section „D‟ (if
applicable). The Bidders, in addition, should mention applicability of Statutory Levies
like Goods and Services Tax (CGST / SGST / UTGST / IGST) etc. and all other related
information. All input tax credit benefits available to Indian manufacturers / dealers /
contractors, etc, shall, however, be taken into consideration in quoted prices and the
Bidder shall pass on the benefits to the Purchaser.
8. GST as applicable during the contractual delivery period shall be reimbursed by the
purchaser at actuals against submission of a certificate from the contractor.
9. In case of increase in existing taxes/ duties and any other new indirect taxes / cess, if
levied by Government during the contractual delivery period, the same shall be
reimbursed / paid by the Purchaser, as the case may be, at actual against documentary
evidence and on submission of a certificate from the contractor. This provision shall not
apply to changes in Personal Income tax or Corporate Income tax or to changes in non-
Indian Taxes.
10. Any contract pursuant to this tender shall be governed by General Conditions of Contract
governing supply of stores as per Form No. CMM-22/Rev.5 and *Special Commercial
Terms and Conditions enclosed herewith. Accordingly, the Tenderer shall submit his bid
strictly as per the Terms and Conditions contained therein. *Special Commercial Terms
and Conditions shall prevail over the General Conditions of Contract Form No. CMM-
22/Rev.5 to the extent of difference between them. In exceptional cases, if any deviations
are proposed these must be clearly stated in the bid and incorporated as Annexure-'B' to
the tender form. The right to accept or reject these deviations is absolutely reserved by
the Purchaser.
11. Bids seeking deviations from the above mentioned terms and conditions of the tender are
liable to be rejected.
12. The Purchaser reserves the right to accept or reject, lowest or any bid, in whole or in part,
without assigning any reasons whatsoever and without any liability to the Purchaser. The
Tenderer not withstanding that his bid has not been accepted in whole shall be bound to
supply such item or items and such portion or portions of one or more items, as may be
accepted by the Purchaser.
13. Scanned copy of the latest Income Tax Clearance Certificate/Scanned copy of the latest
Income Tax returns filed with Income Tax Department duly attested by the tenderer shall
be uploaded with the bid without fail.
14. Tenderer‟s GST Identification Number (GSTIN) should be indicated in the bid.
15. If registered with NPCIL/DGS&D/NSIC/SSI/DPS etc., registration details should be
indicated in the bid.
16. Purchase Preference :
Purchase Preference to Micro and Small Enterprises (MSEs) for Supply of Goods or
Services will be given as per Public Procurement Policy for Micro & Small Enterprises
(MSEs), order 2012 and Amendment order, 2018 under Micro, Small and Medium
Enterprises Development Act, 2006 of Government of India or as amended from time to
time, in force at the time of opening of bids provided their bids are in compliance with
the conditions of policy.
In case a tendered item is non-splitable or non-divisible, MSE quoting Price within the
Price – band of “L1- Price (Other than MSE) + 15%” may be awarded for full/ complete
value of supplies, subject to matching of the L1 Price.
The MSEs, who are interested in availing themselves of the benefits, will enclose with
their offer the proof of their being MSE registered with any of the agencies mentioned in
notification no. 503 dated 26.03.2012 and notification no. 85 (E) dated 10.01.2017as
printed in the Gazette of India indicated below:-
(i) UdyogAadhar Memorandum(UAM) issued by Ministry of MSME
(ii) District Industries Centers
(iii) Khadi and Village Industries Commission
(iv) Khadi and Village Industries Board
(v) Coir Board
(vi) National Small Industries Corporation
(vii) Directorate of Handicraft and Handloom
(viii) Any other body specified by Ministry of MSME.
The MSE bidder must upload a copy of registration certificate along with the bid, failing
which such bid shall be rejected.
i) Wherever, the certifying agency is issuing the registration certificate with terminal validity, the
MSE must also indicate the terminal validity date for their registration. The MSE should upload
certificate valid as on date for submission of tender. In case such a certificate claiming exemption
from payment of Tender Fee is found to be defective or invalid, such bids shall be rejected.
Or
ii) Wherever the certifying agency is issuing registration certificate without terminal validity, the
same shall be submitted for claiming exemption from payment of Tender Fee.In case such a
certificate claiming exemption from payment of Tender Fee is found to be defective or false, such
bids shall be rejected.
The contractor on whom the contract may be entered into against this tender shall furnish
the Purchaser, the details of the sub-contractors meeting any part of contract execution
herein and who qualify as MSE‟s as per the Micro, Small and Medium Enterprises
Development Act, 2006 and amendments to same.
17. Banning of Business Dealings by NPCIL
17.1. Grounds for Banning
The business dealing with the Contractor shall be liable for banning, on account of the
reasons attributable to them, which shall include, but not limited to the following:
17.1.1. Involvement in cartel formation during bidding.
17.1.2. Baseless allegations by the bidder on NPCIL evaluation Process or officials.
17.1.3. If any of the owner, proprietor or partner of the Contractor, is convicted by a court of
law, during bidding process or currency of the contract, for offences involving corrupt
and fraudulent practices including misrepresentation of the facts, moral turpitude in
relation to its business dealings with NPCIL.
17.1.4. Malafide /unlawful acts /malpractices or improper conduct on part of Contractor based
on the approved findings of the Investigation agency.
17.1.5. If the Contractor misuses the premises or facilities of the NPCIL forcefully occupies,
tampers or damages the Company properties etc. or fails to vacate the
properties/land/complex within reasonable time limit as specified or even after
receiving the notices from the department.
17.1.6. Security concerns for the assets of the Corporation and State.
17.1.7. Submission of bids that contain false information or falsified documents or the
concealment of such information in the bids in order to influence the outcome of
eligibility screening or /at any other stage of public bidding and execution.
17.1.8. Withdrawal of a bid or refusal to accept an award of contract with the NPCIL without
justifiable cause, after being adjudged as the successful bidder.
17.1.9. Supply of Counterfeit items.
17.2. Show Cause Notice
17.2.1. NPCIL will issue Show Cause Notice to the Contractor on noticing/receipt of a
complaint of any irregularities and /or misconduct and /or unethical practice as
mentioned in clause no. 17.1.
17.2.2. Upon receipt of Show cause notice, the Contractor is required to submit the reply to
Show Cause Notice within 30 days of its receipt and no extension shall be given
without justifiable reasons. The Contractor shall also be given an opportunity for oral
hearing to present the case in person to NPCIL and the date of Oral Hearing will be
indicated in the Show Cause Notice. Only the regular employees of Contractor will be
permitted to represent the Contractor during the Oral hearing, and no outsider shall be
allowed to represent the Contractor on their behalf.
17.3. Period of Banning
The period of banning shall be for a period of three years or as considered appropriate by
NPCIL in the first instance and for a period up to five years for repeated instances.
17.4. Effect of Banning of Business Dealings by NPCIL:
In case NPCIL has banned the business dealing with the bidder/contractor, the following
shall be the consequences on issuance of the order of banning of business dealings with
the bidder/contractor:-
17.4.1. The bidder shall not be allowed to participate in any future tender enquiry. If the
bidder has already participated in tender process and the price bids are not opened, his
techno-commercial bid will be rejected and price bid will be kept unopened. In cases,
where the price bids of bidder have been opened prior to the order of banning, such
bids shall be rejected.
17.4.2. The bidder shall not be permitted to participate in any business process in any form or
entity i.e. as Associate/Collaborator/Joint Venture Partner/Consortium Partner of the
Main Contractor even if the banning order is passed subsequent to opening of Part-I
bids.
17.4.3. The bidder shall not be allowed to participate as Sub-Vendor/sub-contractor in the
tenders for contracts for works, service and supplies.
17.4.4. Even if, the banned contractor is an approved sub-vendor under any Contract for such
equipment/component/service, the Main contractor shall not be permitted to place
work order/Purchase order/Service contract on the banned contractor as a sub-vendor
after the date of banning even though the name of the party has been approved as a
sub-vendor prior to the order of banning.
17.4.5. The completion certificate issued to the contractor shall make a mention regarding
banning during execution of the contract.
17.4.6. Banned bidder shall not be permitted to submit the bid. The bid submitted by the
banned bidder shall be summarily rejected.
18. Civil Liability for Nuclear Damages (CLND) Act 2010 & Rule 2011 thereof:
Subsequent to the enactment of CLND Act 2010 and Rule 2011, the Purchaser shall have
Right to Recourse against the contractor in accordance with provisions under Section
17(a) of Civil Liability for Nuclear Damage Act, 2010, as referred in GCC.
To have clarity on the terms used in the CLND Act 2010 and Rule 2011 pertaining to
Right to Recourse, following definition to be considered by the bidder before submission
of bids.
i. “Contractor” – shall be as per applicable GCC.
ii. “Supplier” shall be as defined in CLND Rule 24-2.
iii. “Product Liability Period (PLP)” shall be as defined in CLND Rule 24-2.
Explanation w.r.t. GCC: In case of supply of equipment(s), PLP shall be
the Defect Liability Period plus contractual Latent Defect Liability Period,
where as in case of services, PLP shall be up to Defect Liability period as
defined in applicable GCC.
iv. “Initial License” (Refer CLND Rule 24-2): The initial license, unless otherwise
specified, is valid for a period of five years from the date of its issue by AERB.
* Strike off if not applicable
* * *
APPENDIX-X
PRE-QUALIFICATION CRITERIA
NOT APPLICABLE
SECTION – B
GENERAL CONDITIONS OF CONTRACT (FORM NO. GCC/CMM-22/REV.5)
&
SPECIAL CONDITIONS OF CONTRACT
(ATTACHED/UPLOADED SEPARATELY)
SECTION-C
TECHNICAL SPECIFICATIONS OF
STORES
SCHEDULE TO FORM NUMBER C&MM 44(A) 1/22 (A)
न्यकू्लऱयर पावर कॉरपोरेशन ऑफ इंडिया लऱलिटेि
NUCLEAR POWER CORPORATION OF INDIA LIMITED (भारत सरकार का उद्यि) (A Government of India Enterprise)
रावतभाटा राजस्थान साईट RAWATBHATA RAJASTHAN SITE
िाकः अणुशक्लत, वायाः कोटा (राज.) Plant Site, PO-Anushakti, Via-Kota (Raj.) 323303
INDENT NO : 74489 Schedule to Tender No. RR Site/Stations/Unit-5&6/CMM/ECON/74489 Date :
Fax : 01475-242158
Due on date................ AS PER TENDER . Ph. : 01475-242018, 242071, 242128
S NO.
Description Qty. Unit of Measurement
Unit Price (DAP
Rawatbhata Rajasthan Site) (In
Rs.)
GST Rate on DAP Site Price in
Percentage
Total Price Including
GST (in Rs.)
HSN No. / SA No.
1 Spare Low range Pressure Calibrator as as per attached Specifications in Annexure-1 Note: Bidder shall submit compliance sheet along with the offer.
1.00 No. All items to be quoted in e-mode only
Other terms [Tick wherever applicable]
PRICES : DAP Rawatbhata Rajasthan Site [ ]
PAYMENT TERMS : As per GCC are acceptable. [ ]
Other, Please Specify:
Validity of offer: …………………… Delivery Period: ……………………
GST Registration No: ……………………
I / We have understood the terms and conditions of the contract as contained in form No. (GCC / Supply-1 / Rev-4)/(CMM-22 / Rev. 4) and have thoroughly examined the specification drawing and or pattern quoted or referred to herein and are fully aware of the nature of the stores required and my / our offer is to supply the stores strictly in accordance with the requirements under the subject tender.
Date : Stamp and Signature of Tenderer STATUS OF SIGNATORY
ANNEXUR-1
1.0 Low Range Pressure Calibrator
Range: -0.85 to 20 bar
Sr.
No. Parameter Description COMPLIANCE BY
BIDDER (YES/NO)
1. Ranges -0.85 0.25 to 20 5 Bar
2. Accuracy 0.025% FS or better
3. Resolution Minimum 5 Digits or more
4. Display Large Graphic Display or better
5. Pressure Units (minimum requirement)
Kg/cm2, Bar, PSI, mmH2O
6. Current loop Features
Current measuring range: 0 to 24 mA DC or more ,
with resolution of 0.001 mA.
7. Operating temperature 0 to 50 Deg C or more
8. Over Pressure Alarm Min. 120% FS (Audio / Visual)
9. Instrument Casing Portable and handy
10. Pressure generation Priming Pump & Fine Adjustment Vernier
11. Following Accessories are to be supplied with each Digital Pressure Calibrator:
a) Test Leads
Test Leads (Red & Black)- 01set, with each
calibrator
b) Spare Seals Kit One set with each calibrator
c) Set of Adaptors (NPT)
One set of adaptor with each calibrator along with
Hose having ¼ NPT M open end and required
fittings.
d) Battery
2 sets of Batteries ( 1 set means total batteries used
in one unit)
e) Calibration Certificate Calibration Certificate from NABL Accredited
f) Instruction Manual/user
manual One number Hard copy/soft copy
SECTION-D
FORMAT FOR SUBMISSION OF BID
TENDER FORM
From To
Head, CMM Rawatbhata Rajasthan Site Paramanu Vijay Bhawan, C&MM Wing. Ground Floor, Anushakti Rajasthan- 323303.
Dear Sir, 1. I/We have read the ‘Invitation to Tender’, ‘Instructions to Tenderers’, ‘General
Conditions of Contracts in FORM NO. CMM-22/Rev.5’ and ** ‘Special Commercial Terms and Conditions’ as contained in the tender documents.
2. I/We have thoroughly examined the specification, drawing and/or pattern quoted or
referred to herein and/or fully aware of the nature of the stores required and my/our bid is to supply the stores strictly in accordance with the requirements under this tender.
3. I/We hereby agree to supply the stores, strictly adhering to the General Conditions of
the Contract in FORM NO. CMM-22/Rev.5 and **Special Commercial Terms and Conditions of the tender documents.
4. You will be at liberty to accept any one or more of the items of stores offered by us and I/We shall be bound to supply you the stores as may be specified in the purchase order/contract.
5. I/We hereby agree to keep the prices and our bid valid for your acceptance for a period of 90 (Ninety) days from the due date of this tender.
Tenderer’s Bid No.:
Dated :
M/s.
Tender No. : RR Site/Stations/Unit-5&6/CMM/ECON/74489
Dated : As per Tender
Due date : As per Tender
**Strike out whichever is not applicable. 6. **Deviations to technical specifications are detailed in Annexure-'A' to the tender
form and compliance proposed to General Conditions of the Contract in FORM NO. CMM-22/Rev.5 and Special Commercial Terms and Conditions of the tender documents are detailed in Annexure-'B' to the tender form.
7. I/We are also enclosing herewith all the leaflets/catalogues etc. pertaining to the
stores offered. 8. Details of the stores along with prices and the bid terms are enclosed under schedule
to this tender form. Yours faithfully, Stamp and Signature of the Tenderer **Strike out whichever is not applicable. Encl: Deviation to technical specifications-Annexure 'A' Compliance to General Conditions of Contract in FORM NO. CMM-22/Rev.5 and
Special Commercial Terms and Conditions - Annexure 'B’ Leaflets/Catalogue.
ANNEXURE A
The tenderer shall note that any deviation to Technical Specifications of our tender
may lead to disqualification of their bid. However tenderer may submit the details of
deviations.
Deviation to Technical Specification(If Any) Confirmation of Bidder(s) (Tick
against Yes or No)
Deviation to Technical Specification of Tender. YES NO
If Yes please Provide complete Details and attached the supporting documents.
ANNEXURE B
(To be filled online)
PRICE BID
(To be filled online)
GENERAL INFORMATION
(To be filled online)