SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block,...

43
1 KUDREMUKH KIOCL Limited (A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941 E-mail: [email protected] CIN-L13100KA1976GO1002974 ( An ISO 9001-2015 ,ISO 14001-2015 & 18001-2007Company) No. KIOCL/TS/6970/F-480/256 Date: 28.06.2019 OPEN TENDER NOTICE KIOCL LIMITED, Bangalore invites sealed tenders from the experienced contractors for Annual contract for civil maintenance works in KIOCL Limited Township, Kavoor, MangaluruBidders can collect the tender documents on all working days during the working hours from the office of the JGM (P&TS), KIOCL Limited, Bengaluru, from 28.06.2019 to 29.07.2019, 2.30 PM or the same can also be down loaded from websites kicolltd.in & eprocure.gov.in. The last date for submission of the offer is 29.07.2019 at 5.30 PM at Office of the Jt. General Manager (P&TS), Technical Services Dept., KIOCL Limited, 2 nd Block, Koramangala, Bengaluru – 560 034. KIOCL Limited reserves the right to reject any or all the bids without assigning any reasons whatsoever and without any liability. Joint General Manager (P&TS)

Transcript of SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block,...

Page 1: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

1

KUDREMUKH

KIOCL Limited (A Government of India Enterprise)

II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

E-mail: [email protected]

CIN-L13100KA1976GO1002974 ( An ISO 9001-2015 ,ISO 14001-2015 & 18001-2007Company)

No. KIOCL/TS/6970/F-480/256 Date: 28.06.2019

OPEN TENDER NOTICE

KIOCL LIMITED, Bangalore invites sealed tenders from the experienced contractors for “Annual contract for civil maintenance works in KIOCL Limited Township, Kavoor,

Mangaluru” Bidders can collect the tender documents on all working days during the working hours from the office of the JGM (P&TS), KIOCL Limited, Bengaluru, from 28.06.2019 to 29.07.2019, 2.30 PM or the same can also be down loaded from websites kicolltd.in & eprocure.gov.in. The last date for submission of the offer is 29.07.2019 at 5.30 PM at Office of the Jt. General Manager (P&TS), Technical Services Dept., KIOCL Limited, 2nd Block, Koramangala, Bengaluru – 560 034. KIOCL Limited reserves the right to reject any or all the bids without assigning any reasons whatsoever and without any liability.

Joint General Manager (P&TS)

Page 2: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

2

Telephone: (080) 25531461 to 25531470 (10 lines) Fax: 080-25532153

AN ISO 9001:2015, ISO 14001:2015 & OHSAS 18001:2007 COMPANY

KIOCL Limited (A Govt. of India Enterprise)

Block II, Koramangala, Sarjapur Road, Bengaluru -560 034

No. KIOCL/TS/6970/F-480/256 Dated: 28.06.2019

Dear Sir,

Sub: Annual contract for civil maintenance works in KIOCL Limited Township, Kavoor,

Mangaluru.

------

Please find enclosed herewith the tender documents for

(i) Technical Bid - comprising of Proforma for Technical evaluation, Invitation for tender, instructions

to tenderers & terms & conditions, Special conditions of contract, Technical specifications,

Amplification of Schedule of work, Business rule and terms & conditions of online price bidding cum

e-reverse auction, Schedule of work – Annexure I (Unpriced), Supply of materials – Annexure II

(Unpriced), Form of Bid (Unpriced), Labour supply – Annexure III (Unpriced) and

(ii) Documents for Price bid comprising of Schedule of work – Annexure I, Supply of materials –

Annexure II, Form of Bid, Labour supply – Annexure III.

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

technically qualified bidders shall be opened and others shall be rejected.

KIOCL Ltd’s decision on Technical evaluation shall be final and no correspondence shall be entertained

in this regard.

Thanking you,

Yours faithfully,

for KIOCL LIMITED

(NOOR AHMED)

Joint General Manager (P & TS)

Encl: As above.

Page 3: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

3

TECHNICAL BID INDEX

Sl. No. Particulars

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

2. Proforma for technical evaluation of bidders

3.

Instruction to tenderers & terms and conditions –

KIOCL/MR/TC/QF-02

4.

Special conditions of contract

5. Technical specifications, Amplification of Schedule of work

6.

Business rule and terms & conditions of online price bidding

cum e-reverse auction

7. Schedule of work – Annexure I (Unpriced)

8. Supply of materials – Annexure II (Unpriced)

9. Form of Bid (Unpriced)

10. Labour supply – Annexure III (Unpriced)

PRICE BID INDEX

Sl.

No. Particulars

1. Schedule of work – Annexure I

2. Supply of materials – Annexure II

3. Form of Bid

4. Labour supply – Annexure III

Page 4: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

4

INVITATION TO TENDER

KIOCL/MR/TC/QF-01

KIOCL Limited (A Govt. of India Enterprise)

Block II, Koramangala, Sarjapur Road, Bengaluru -560 034

No. KIOCL/TS/6970/F-480/256 Date : 28.06.2019

Dear Sir(s)

Sub: Annual contract for civil maintenance works in KIOCL Limited Township, Kavoor,

Mangaluru.

******

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

2. Sealed bids will be received up to 5.30 PM on 29.07.2019 at the office of the Joint General

Manager (P&TS), Technical Services Department, KIOCL Limited, Bangalore – 34. Bids

received late are liable for rejection. The Technical bids received shall be opened at 11.00 AM

on 30.07.2019. The price bids of techno-commercially accepted offers will be opened on a

specified date which will be communicated to the bidders for participation to witness the same.

3. Bidders shall abide by all the details of “Instruction to Tenderers” enclosed with the tender

documents.

4. Tender documents

The tender document consists of:

Sl. No. Particulars

TECHNICAL BID

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

2. Proforma for technical evaluation of bidders

3. Instruction to tenderers & terms and conditions – KIOCL/MR/TC/QF-02

4. Special conditions of contract

5. Technical specifications

6. Business rule and terms & conditions of online price bidding cum e-reverse auction

7. Schedule of work – Annexure I (Unpriced)

8. Supply of materials – Annexure II (Unpriced)

9. Form of Bid (Unpriced)

10. Labour supply – Annexure III (Unpriced)

PRICE BID

11. Schedule of work – Annexure I

12. Supply of materials – Annexure II

13. Form of Bid

14. Labour supply – Annexure III

NOTE: Bidders are requested to make site visit (KIOCL Limited Township, Kavoor, Mangalore,

Karnataka state to get acquainted with site conditions and the nature of work involved before

submission of their bids.

5. Sealed bids shall be submitted in the manner as mentioned below:

a) First sealed Envelope superscribed as: “Un priced - Annual contract for civil maintenance

works in KIOCL Limited Township, Kavoor, Mangaluru” shall contain one set of all the

above tender documents at 4 above including all Annexure duly filled-in and other relevant

documents in support of your bid with official seal & signature on all pages but without any

mention of rates & prices.

Page 5: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

5

First envelope shall also contain “EARNEST MONEY” and “COST OF TENDER”(if tender

documents are down loaded from company web site) in the form of Demand draft as para 6

below.

b) Second sealed Envelope superscribed as: “Priced - Annual contract for civil maintenance

works in KIOCL Limited Township, Kavoor, Mangaluru” shall contain prices filled in

strictly as per price Bid format with official seal & signature and no other additional papers to be

enclosed there in.

c) Both the above envelopes should be kept in another cover and sealed and superscribed as:

“Bid - Annual contract for civil maintenance works in KIOCL Limited Township, Kavoor,

Mangaluru” shall be addressed to Deputy General Manager (CP & TS), KIOCL Limited,

Bangalore – 560 034.

6. The bid shall be accompanied by an Earnest Money Deposit of Rs.30,000/- (Rupees thirty

thousand only) and cost of the Tender document Rs. 300.00 (Rupees three hundred only) in the

form of;

i. Demand draft from any Bank in favour of “KIOCL LIMITED” payable at Bengaluru.

ii. Pay Order in favour of “KIOCL LIMITED” payable at Bengaluru.

iii. Through RTGS

UNION BANK OF INDIA

PBS (KORAMANGALA) BANGALURU -560 034

ACCOUNT NO. 515401010022015

IFSC CODE: UBIN0551546

No other form of EMD and cost towards Tender Document fee will be accepted. However cost

of tender document may be submitted through cash receipt in addition to above instruments, if

the tender document is obtained from the office of Deputy General Manager (CP & TS). Bids

not accompanied with EMD & Tender Document fee are liable for rejection.

7. EXEMPTION OF EMD & TENDER DOCUMENT FEE:

Exemption from submission of EMD & Tender document fee by small scale unit registered with

the National Small Industries Corporation Limited (NSIC) or MSME or affiliated to Small

Industries Services Institutions, etc., shall be governed by the guidelines issued by the statutory

authorities from time to time and those bidders seeking such exemption shall necessarily furnish

requisite documents along with the tender.

8. FORFEITURE OF EMD

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

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

bids. Bids not accompanied with EMD are liable for rejection.

EMD shall be returned after submission of the initial Security Deposit in the case of successful

bidder. However, the same shall be returned to the unsuccessful bidders immediately after the

award of work to the successful bidder without interest.

9. The Techno-Commercial bid submitted would be opened in the above address at 11:00 AM on

30.07.2019 The opening of tenders can be witnessed by the bidder's authorized representatives

at the place, date and time of opening and the letter of authorization shall have to be furnished

at the time of opening the tenders.

10. All technically and commercially acceptable bidders those who have accepted business rules

provided by our service provider would be required to participate in the online bidding cum

e-auction, on a date and time to be intimated by service provider. After the online bidding cum

reverse auction, KIOCL will collect final price bid comparative statement from service provider.

Page 6: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

6

11. After the receipt of the price comparative statement from the service provider, the price-bids of

the bidder(s) who meets the techno-commercial terms and other evaluation criteria would be

opened separately and the eligible bidders would be intimated about place, date and time

of opening of the price bids. The opening of the price bids also can be witnessed by the

bidder or his authorized representatives at the place, time and date of opening of the price-bid.

12. Acceptance of the bid will be intimated to successful bidder through a Letter of Intent (LOI) and

this letter will be treated as authorization for award of work. The bidder shall sign the said copy

of LOI and send to the owner within five days (5) from the date of receipt of the same. In the

event of failure on the part of the bidder to sign and return the LOI within the specified time, the

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

13. The time of completion of all works under this contract shall be ONE YEAR. The effective date

of contract would be specified in Letter of Intent/Work Order.

14. The detailed work order shall be issued after the acceptance of the Letter of Intent.

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

----

Page 7: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

7

TECHNICAL BID

PROFORMA FOR TECHNICAL EVALUATION OF BIDDERS

The agencies who are sending their letter of expression must furnish following details along with

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

them from consideration.

General

Name of the Agency

Postal Address

Communication Address

Contact Person Contact mode/No

Evaluation Criteria

Sl.

No.

Description Document particulars

1. Average annual financial turnover during the last

three years, ending 31st March 2018 (Balance

sheet or Form 16 or Auditor certified copy of

turnover). The auditor should be a Chartered

Accountant.

Should be at least Rs. 3.67 lakhs

(Rupees three lakh sixty seven only)

2. Experience of having successfully completed

similar work during last seven years ending last

day of the previous month of date of publication

of NIT.

Similar work means Civil works/civil

maintenance works carried out in Process Plants/

Industries/ Public sector, Government under

takings, private sectors.

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

of KIOCL Ltd., work order copies are to be

enclosed. However, for the purpose of technical

evaluation, the actual value of work done would

be considered. For works carried out in other

place/s, work completion certificate should be

furnished.

(ii) The ongoing works will also be considered if

the value of the actual work/s completed as on

specified date is/are above the specified threshold

value.

a) Three (3) similar completed works

costing not less than the amount Rs. 4.90

lakhs each (Rupees four lakh ninety

thousand only)

OR

b) Two (2) similar completed works costing

not less than the amount Rs. 6.12 lakhs each

(Rupees six lakh twelve thousand only)

OR

c) One (1) similar completed work costing

not less than the amount Rs. 9.79 lakhs

(Rupees nine lakh seventy nine thousand

only)

Page 8: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

8

Specific Information

1. Provident Fund Account No., if available

2. PAN No. (mandatory), copy to be enclosed

3.

e-mail address (mandatory)

4. ESI No., if available

5. GST No., if available

6. TIN, if available

7.

Ownership of the firm; whether the firm is

proprietary, partnership or company.

In case of partnership or company, the details of

partnership /company along with partnership deed,

company incorporation letter memorandum of

Article details copies and the authorised signatory

on behalf of the firm should be furnished.

8.

All payments shall be made on electronic mode.

Contractor shall furnish the required bank details

to affect the electronic mode of payment.

Name of the Bank

Branch

Type of Account (Current/Savings)

Account No.

MICR Number (9 digit No.)

IFSC no. / RTGS no.

Page 9: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

9

KIOCL/MR/TC/QF-02

KIOCL Limited (A Govt. of India Enterprise)

KORAMANGALA, BENGALURU - 34

No. KIOCL/TS/6970 /F-480/256 Date: 28.06.2019

Sub: Annual contract for civil maintenance works in KIOCL Limited Township, Kavoor,

Mangaluru.

A. INSTRUCTION TO TENDERERS

1. The technical bid shall be accompanied by an Earnest Money Deposit of Rs. 30,000/- (Rupees

thirty thousand only) and cost of the Tender document Rs.300/- in the form of;

i. Demand draft from any in favour of “KIOCL LIMITED” payable at Bengaluru.

ii. Pay Order in favour of “KIOCL LIMITED” payable at Bengaluru.

iii. Through RTGS

UNION BANK OF INDIA

PBS (KORAMANGALA) BANGALURU -560 034

ACCOUNT NO. 515401010022015

IFSC CODE: UBIN0551546

No other form of EMD and cost towards Tender document fee will be accepted. However cost

of tender document may be submitted through cash receipt in addition to above instruments, if

the tender document is obtained from the office of Jt. General Manager (P & TS). Bids not

accompanied with EMD are liable for rejection.

2. Tender will be received up to 5.30 PM. on 29.07.2019 and the technical bids shall be opened on

30.07.2019 @ 11.00 AM. The price bids of techno commercially accepted offers will be opened

on a specified date which will be communicated to the bidders for participation to witness the

same.

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

the tenders.

4. Tenderers shall furnish their quotation in the schedule enclosed to the bid documents.

Quotations should be written in both words and figures.

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

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

necessary.

7. Tenders received late are liable for rejection.

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

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

bids. Tenders submitted without EMD will not be considered.

B. TERMS AND CONDITIONS

1. The work shall generally be governed by KIOCL Ltd’s General Conditions of Contract

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

on all working days.

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

(a) As per schedule of work enclosed.

Page 10: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

10

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

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

modifications will be entertained.

4. No escalation is admissible on any account whatsoever.

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

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

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

hire charges, taxes (except GST), royalties, transport, maintenance incidents, enabling works

etc. based on the conditions mentioned herein. Unless otherwise specified in the tender schedule

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

7. The work executed shall be maintained in good condition for a period of SIX MONTHS from

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

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

at contractor's risk and cost.

8. PAYMENT TERMS: Payment will be on monthly basis for the actual work done as per

General Conditions of Contract. Electronic mode of payment shall be followed for all payments

payable to the contractor. Paying authority shall be DGM (F&A), Pellet Plant unit, KIOCL

Limited, Mangaluru.

9. SECURITY DEPOSIT:

10% of the value of work shall be deducted and retained till the completion of maintenance

period as applicable as per the GCC clause No. 37.00. The mode of recovery of security deposit

is as follows:

i) Initial security deposit of 3% (three percent) of the value of work shall be recovered in

the first running bill. EMD shall be either adjusted against the initial security deposit or

refunded. The balance 7% shall be recovered from each running bill.

ii) The security deposit shall be refunded after successful completion of work or

maintenance period stipulated in clause 7 above.

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

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

shall be left to the sole discretion of the Engineer.

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

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

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

contractor to all his workers and supervisors. None of the workmen without safety appliances

shall be allowed to work at heights.

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

Rules/Regulations/Bylaws/Orders made thereunder.

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

Compensation Act and should be produced before starting the work. This is mandatory for those

contractors who do not have ESI number of their own.

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

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

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

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

and produce the same to Personnel Department.

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

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

Page 11: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

11

18. Time of completion and Liquidated Damages:

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

contract would be specified in Letter of Intent/Work Order. If the contractor fails to complete the

work within the stipulated completion time, the contractor shall pay to owner as liquidated

damages for such default, for every day which shall elapse between the date prescribed thereof

and the actual date of completion of the scope of work, the amounts determined on the basis of

the percentage of the value of the work as specified herein.

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

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

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

reduce or waive the Liquidated Damages.

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

thereudner. Hence the Contractors must abide by the same.

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

Rules.

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

Examination done at Company Hospital/Company recogonised Hospital. The expenditure

towards Medical Examination of Contract Workers shall be borne by KIOCL Ltd.

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

and in accordance with all the provisions of Factories Act, Rules, Regulations, Byelaws and

orders made thereunder.

20. The contractor shall disburse the wages to the labour on or before 7th of the following month and

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

submitted to Personnel Department on or before 25th of the following month.

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

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

all the labourers at Contractor's cost.

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

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

his workers on cost recoverable basis.

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

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

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

requisite records and comply with all laws, enactment, rules and regulations and orders dealing

with employment of contract labour, payment of employee’s compensation, contribution under

ESI Act, 1948, if applicable, and PF/EPF Act 1952, payment of minimum wages, payment of

bonus, fire and safety regulations, regulations relating to employment of female workforce,

security requirements and such other and regulations as may be applicable at present made

applicable hereafter. The wages prescribed by the appropriate Government under the Minimum

Wages Act, 1948 and all provisions of the Contract Labour Regulation Act and Factories Act

shall be complied with by the Agency. Agency shall insure all employees for accidents and third

party losses and produce the policy before commencement of Contract. All employees of the

Agency shall be covered under Workmen Compensation Insurance and Group Accident

Insurance cover, by the Agency.

Page 12: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

12

23. INDEMNIFICATION:

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

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

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

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

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

Employee’s Compensation Act, 1923. The Employees State Insurance Act, the Employees

Provident Fund Act, 1952, The Contract Labour (Abolition & Regulation) Act, 1970 and the

Minimum Wages Act, 1948 and any amendments thereto.

24. Fraud prevention policy of KIOCL Limited:

Fraud Prevention Policy is being followed at KIOCL, which provides a system for prevention /

detection / reporting of any fraud. It also forbids everyone from involvement in any fraudulent

activity and that where any fraudulent activity is suspected by anyone, the matter must be

reported to the ‘Nodal Officer’ (Chief Vigilance Officer) as soon as he / she comes to know of

any fraud or suspected fraud.

25. The bids shall be valid for a period of three (03) months from the due date of submission of

the bid.

26. No additional conditions shall be inserted in ‘Price Bid’, while submitting the tender.

---

Page 13: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

13

SPECIAL CONDITIONS OF CONTRACT

1.0 These special conditions of contract and other contract documents are complimentary to and

shall be read in conjunction with each other. Provisions in these Special Conditions of the

Contract shall be deemed to take precedence over General Conditions of the Contract and other

documents, wherever at variance.

1.1 SCOPE OF WORK

Scope of work in this Contract broadly covers the following:

(a) Miscellaneous type of civil maintenance works,

repairs, newly proposed floorings, laterite/stone/

brick walls, foundations, earth work, emergency

white washing/colour washing and paintings etc.

and towards unforeseen works. Approximate amount

based on rates indicated in Schedule of Work (Annexure I) Rs. 50,000.00

(b) Supply of building/construction materials and

hardware etc. Approximate amount based on the rates

indicated in Supply of Materials (Annexure II) ... Rs. 1,25,000.00

-------------------------

Total - Rs. 1,75,000.00

==============

(b) Supply of various categories of labours as per the details given in ‘Schedule of Work’ for

labour supply (Annexure III). The quantities indicated in this Schedule are approximate

quantity for one year period.

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

clause is applicable for labour supply under Schedule of work (Annexure III only).

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

supply) shall include all taxes, duties, overheads, profits etc. except Service Tax. The

service tax, as applicable would be reimbursed as per the relevant clause mentioned

elsewhere in this tender document. The service charge/s quoted shall remain constant

throughout the contract period and no escalation is admissible for any reason whatsoever.

(b) In case of revision in minimum wages by the Govt. during the tenure of the contract,

difference in minimum wages along with corresponding PF & ESI would be paid from

the date of revision of minimum wages. The minimum wages notification issued by

KIOCL Ltd’s HR department shall be considered for this purpose.

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

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

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

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

HR department.

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

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

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

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

Page 14: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

14

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

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

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

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

be adopted.

1.6. The Contractor shall carry out and complete the works within the area of work in every respect

in accordance with this Contract and with the directions and to the satisfaction of the Owner.

The works shall be carried out by the Contractor as and when ordered by the Owner on the basis

of specific Job orders. Contractor shall not take any work without the written instructions of

Manager (Civil), Land & Estate or his authorised Officer. The Owner in his absolute discretion,

from time to time may issue drawings and or written instructions which are hereafter

collectively referred to as "Owner's Instructions" in regard to:

(a) The design, quality, quantity of works or the additions, omissions or substitution of any

work

(b) Any discrepancy in the drawing or between the Schedule of quantities and/or drawings

and/or specifications.

(c) The removal from the site of any materials brought thereon by the Contractor and the

substitution of any other material thereof.

(d) The dismissal from the work of any person employed thereupon.

(e) The removal and or re-execution of any works executed by the Contractor.

(f) The opening up for the inspection of any work covered up.

(g) The amending and making good of any defects found during and after execution within

the defects liability period, which shall be reckoned as 30 days from the completion of

each Job order and two months from the final completion of contract.

The Contractor shall forthwith comply with and fully execute any work comprised in

such Owner's instructions provided always that verbal instructions, directions and

explanations given to the Contractors or his representatives upon the works by the Owner

shall, if involving a variation, be confirmed in writing by the Contractor within 3 days,

and if not dissented from in writing shall be deemed to be Owner's Instructions within

the Scope of Contract.

1.7. The Contractor shall abide by the Security regulations promulgated from time to time. The

workmen shall confine themselves to the area of work allotted. Works in electrical substation

etc. shall be under taken with specific permit and shut down arrangements. Any delay and

stoppage of work due to non-observance of security rules shall not entitle the Contractor for any

claims or compensation arising hereof from KIOCL Ltd.

1.8. Contractor shall provide necessary safety appliances to the workers and shall abide by safety

rules applicable in factory premises.

1.9. The Contractor shall submit the daily labour report in prescribed format. The Contractor shall

also maintain the labour payment record, which should be made available for inspection as and

when required.

1.10. The Contractor shall clear all materials and debris arising out of his scope of work and leave the

area clean after completion of each job.

Page 15: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

15

1.11 The contractor shall make his own arrangements at the work spot for storing and safety of the

materials.

1.12 A MALE SUPERVISOR with experience should be deployed to ensure that the contract

workers work safely. No additional payment will be made for deploying the supervisor.

1.13 Power and water required for the jobs connected with the work, which will be carried out inside

KIOCL Limited’s Township premises, will be provided at one point on free of cost basis.

1.14 Cement and steel will be provided by KIOCL Limited, free of cost.

1.15 Tools and tackles to be provided by the contractor for all the skilled workers.

1.16 KIOCL Limited will not be responsible for the safety of the equipments of the contractor.

1.17 Cement

(a) Cement required for the work to an extent of 105% of the theoretical consumption shall

be issued by KIOCL Ltd. at Land & Estate Department, KIOCL Township, Kavoor, on

free of cost. Unloading of cement shall be done by the Contractor at his own cost.

(b) Surplus cement, if any, over the theoretical consumption + 5% wastage shall be returned

by the Contractor to KIOCL Ltd.

(c) Cement issued by the Department shall only be used in the works and no cement shall be

brought from any other source without the permission of the Department.

(d) Cement will be issued to the Contractor only after construction of Stores shed and proper

watch and ward arrangements.

(e) For purpose of accounting cement issued, norms specified in CPWD latest edition shall

be adopted. The Contractor at his own cost should arrange to return the surplus cement

i.e. in excess of the theoretical consumption plus 5% wastage.

(f) For surplus cement not returned to KIOCL Ltd', Contractor shall be charged at the actual

cost at site plus 100%.

1.18 Works carried out by the Contractor will be measured as and when they are completed.

Payments for the completed work under each Job orders shall be made normally once in every

fifteen days. It is Contractor’s responsibility to submit the bill of work carried out by him during

the period. However, no claim whatsoever will be entertained in case of delay in payment.

1.19 The period of contract shall be ONE YEAR. Each job ordered, under this contract, shall be

executed within the time limit specified in the Job ordered.

1.20 The Contractor shall have sufficient stockpile of materials to take jobs of emergent nature

ordered by the department on urgent basis.

1.21 The Security Deposit will be released after the completion of final defects liability

period/Maintenance period.

1.22 Contractor shall undertake all such jobs which are ordered during the currency of Contract but

whose physical completion may spill over beyond contract period.

Page 16: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

16

1.23 If the Contractor fails to complete the job within the stipulated time, KIOCL Ltd. shall be at

liberty (after giving a notice of seven days) to get the job done through any other agency at the

risk and cost of the Contractor. This is applicable for normal jobs. In the case of emergent jobs,

if the Contractor fails to make immediate arrangements as requested by the department, the

department is free to engage the required skilled/unskilled labour and materials to get the work

done and the differential cost will be recovered from the Contractor.

1.24 TESTING CHARGES: If any tests are required to be carried out in connection with the

execution of the work, the same would be arranged and got done by the OWNER. The cost of

such tests shall be borne by the Owner. However, the cost of such tests whose results are not in

conformity with the specifications shall be borne by the Contractor.

1.25 ADDITIONAL CONDITIONS

Any of the additional terms and conditions agreed upon between the Owner and the Contractor

shall also form part of this agreement.

1.26 The rate quoted shall be exclusive of GST. GST number shall be provided to claim GST.

KIOCL Limited GST no. 29AAACK8438M1ZX

1.27 EVALUATION AND COMPARISON OF BIDS:

The detailed process for BID Evaluation is as follows:

Based on the rates indicated in the Schedule of work (Annexure I), the estimated

amount for one year period is Rs. 50,000.00 and for Supply of material (Annexure II) is

Rs. 1,25,000.00. The price bids will be evaluated by multiplying the percentages quoted

by the bidders in Form of Bid to the estimated amounts indicated above and adding the

total amount arrived for Labour Supply (Annexure III). The total amount thus arrived

will form the basis for arriving relative position of bidders.

a) First Stage : Techno-Commercial Bid Evaluation :

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

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

representatives for detailed techno-commercial discussions, clarifications, presentation if

required. The names of techno-commercially qualified vendors will be intimated for

participation in the online price bidding cum reverse action and for opening of the Price bids

(i.e., sealed price bid received along with the bid).

b) Second Stage : Online Price bidding cum Reverse Auction and Collection of online final

price bid history from service provider:

As per prevailing guidelines, KIOCL shall be conducting Online Price bidding cum Reverse

Auction prior to opening of price bids. All techno-commercially acceptable bidders those

who have accepted business rules provided by our service provider are eligible to participate

in the online price bidding cum reverse auction.

After the online price bidding cum reverse auction, KIOCL will collect the final price

comparative statement from service provider.

c) Third Stage : Composite price comparative statement

After the receipt of final online price bid cum reverse auction comparative statement from

the service provider, the sealed price bids of all the Techno-commercially acceptable

tenderers, irrespective of whether they have participated in the Online price bidding

cum Reverse Auction or not, shall be opened within a short duration i.e., within 2 to 4

working days.

Page 17: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

17

Based on the prices so received, through Online price bidding cum Reverse Auction and the

Sealed price bids received along with the techno-commercial offer, a composite price

comparative statement shall be made considering the lower of the prices (i.e., sealed price

bid prices & final online prices) of all the tenderers. Placement of the order shall be

considered on the L1 price so arrived.

ALL PRICE BIDS WOULD BE EVALUATED EXCLUDING GST

Note:

a) During the online price bidding cum reverse auction, if no bid is received within the specified

time, then KIOCL, at its discretion may scrap the online price bidding cum reverse auction

process and open only sealed price bids of those bidders who are techno-commercial

qualified for opening of Price bids.

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

Commercial bid, sealed price offer only shall be considered for evaluation.

c) In case two or more firms quote exactly same rates in e-reverse action; In such cases, the firm who

has quoted the lowest price in the hard copy of the price bid shall be considered as L1.

d) If no participation for online price bidding :

i) In case if, no bidders are participated in the online price bidding cum reverse auction

within the specified time & duration, only `Sealed Price Bid’ received along with

techno-commercial bid will be opened and Price bids will be evaluated.

ii) In case of Reverse auction is conducted, where there is a response from bidders,

composite price comparative statement shall be made.

NOTE: It is requested that all the techno-commercially qualified bidders should

participate in the E-Reverse auction conducted by the KIOCL`s service provider.

----

Page 18: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

18

TECHNICAL SPECIFICATION, AMPLIFICATION OF SCHEDULE

1. Painting, distempering, snowcem and white/colour washing

(a) For white washing, shell lime of best quality, boiled in hot water to form a fine paste,

sieve to remove cinder and under burnt materials and mixed with robin blue to the

required shade. Gum Arabic shall be mixed at the rate of 10 % by weight.

(b) Preparation of surface: The surface to be white washed should be thoroughly cleaned,

brushed for removing the dirt, cobwebs, smoke, soot and other deleterious materials.

The white wash should be applied with brushes with vertical and horizontal strokes to

give an even shade. Second coat of white wash, wherever specified, shall be applied only

after written permission and certification by the Engineer In-charge. The rate quoted for

white wash includes cost of scaffolding, staging etc. for all heights complete.

(c) While applying white wash, care should be taken not to cover the painted and polished

areas, wood work, electrical fittings, meter boards etc. and exposed cement works. The

lime water dropping should be thoroughly cleaned at all places.

(d) For preparing colour wash, the solution paste is similar to white wash (except admixture

of robin blue colour as specified above) using lime fast pigments.

(e) In particular shade the total volume of solution required should be prepared at one stage

to avoid variance in the shade when applied on the walls.

(f) The contractor shall bring the distemper of approved manufacturer and standard make.

The preparation of surface before applying the distemper shall be as detailed in Para

above.

(g) Cement paint should be of brand Snowcem or Durocem or Supercem of standard

approved make.

(h) Cement paint should be prepared in proportion and consistency as specified in the

manufacturer. The surface on which cement paint to be applied should be cleaned

thoroughly wetted with water and cement paint shall be applied in vertical and horizontal

strokes with hard brushes. The work should be undertaken on the shady side of the

building. Cement applied surface shall be cured with water spray for a minimum period

of three days.

(i) Before applying the plastic emulsion paint the surface shall be thoroughly brushed free

from dirt, grease motor, dropping and other foreign materials. All loose pieces and scales

shall be removed by sand papering and the surface shall be cleaned thoroughly. Where

heavy scaling has taken place, the entire surface shall be scrapped by means of steel

scrapers so as to remove all accumulated plastic emulsion paint leaving clean surface.

(j) All necessary nails shall be removed, putting in plaster shall be made good with Plaster

of Paris. The surface shall thus be rubbed again with fine grey sand paper and made

smooth.

(k) Wherever second coat is applied, the first coat shall be allowed to dry thoroughly.

(l) Enamel Painting: The materials required for the execution of painting works shall be

obtained directly from the approved manufacturer and brought to the site in makers drum

etc. with seals unbroken. All materials actually not in use shall be kept properly

protected. Lids of the containers shall be kept closed and the surfaces of paint are open or

partially open and the containers cover shall be mixed with a thin layer of turpentine to

prevent formation of skin. Materials, which have become stalls or fat due to improper

and long storage, shall not be used. The paint shall be stirred thoroughly in containers

before pouring into small containers. While applying also, the paint shall continuously

stirred in the small containers.

Page 19: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

19

(m) No left over paint shall be put back into stock tins. When not in use the container shall be

kept close. The surface to be painted shall be thoroughly cleaned and dusted all rust, dirt,

smoke and grease shall be thoroughly removed before painted is started. No painting on

exterior or other exposed parts of the work shall be carried out in wet, humid or

otherwise unfavorable weather and all the surfaces must be thoroughly dried before

painting works are started. The brushing operations are to be adjusted to the applying

capacity advised by the manufacturer of the particular paint. The crossing and laying

consists of covering the area over the paint, brushing surfaces hard for the first time over

and brushing alternatively in opposite direction two or three times and then finally

brushing little in a direction at right angles to the same. In this process no brush mark

shall be left after laying of the finished coat. Each coat of painting shall be allowed to

dry completely and lightly rubbed. Brushes, sand papers and loose particles brushed of

before next coat is applied. Each coat shall be got approved from Engineer in Charge

before next coat is started. No hair marks from the brush or clogging of paint puddles in

the corner of panels angle of mouldings shall be left on the work.

In painting doors and windows, the putty round the glass pane shall also be painted. But

care shall be taken to see that no paint strain on glass. Top of the shutters and surface in

similar hidden location shall not be left out in painting.

2. Labour supply consists of skilled labourers like mason, carpenter, plumber, painter, welder and

chippers etc. Only qualified and well-experienced skilled workers shall only be supplied on

manday basis.

Mazdoor - Only male labourers are allowed to work on daily attendance basis.

----

Page 20: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

20

ANNEXURE - V

BUSINESS RULES AND TERMS & CONDITIONS OF ONLINE BIDDING CUM REVERSE

AUCTION

Tender Enquiry No: KIOCL/TS/6970/F-480/256 dated 28.06.2019.

Bid: Annual contract for civil maintenance works in KIOCL Limited Township, Kavoor, Mangaluru.

.

Note :

The bidders are requested to note that they should have a valid digital Certificate issued by any of the

valid certifying authorities to participate in the online bidding or as specified by KIOCL’S authorized

service provider . Those vendors who are not in possession of a valid digital certificate are requested to

apply for the same well in advance to avoid any last minute hassles. The bidders may contact the service

provider/KIOCL if they are not in possession of a valid digital certificate.

NOTE: It is requested that all the techno-commercially qualified bidders should

participate in the E-Reverse auction conducted by the KIOCL`s service provider.

_____________ _______

CONTRACTOR OWNER

BUYER NAME KIOCL Limited,

Projects Department,

Panambur,

Mangaluru – 575 010

Karnataka State

AUCTION TO BE

CONDUCTED BY

M/s. BoB eProcure Solutions Pvt Ltd

Enzyme Tech Park,

No-1604, 3rd floor, 25th Main Road,

22nd cross Road, Sector 2,

HSR LAYOUT, Next to KLM Mall,

Bengaluru, Karnataka -560102

Contact No - 9148982207

Mrs. Marita Ravi : 080 4900213

E mail : [email protected]

Fax Nos : 080 49000211 / 42001251

DATE OF AUCTION

Online bidding cum e-reverse auction Date:

(will be specified at later)

(** Auto extension as applicable)

DOCUMENTS

ATTACHED

Business rule for online bidding e-reverse auction (Annexure-V(A))

Terms & conditions of online bidding cum e-reverse auction

(Annexure-V(B))

Process Compliance form (Annexure-V(C))

Price Confirmation (Annexure-V(D))

Page 21: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

21

ANNEXURE – V(A)

BUSINESS RULES FOR ONLINE BIDDING CUM e-REVERSE AUCTION

GENERAL TERMS AND CONDITIONS

1) Against this Enquiry for the subject item/system with detailed scope of supply as per our

specification, KIOCL Limited, hereinafter referred to as KIOCL, may resort to “REVERSE

AUCTION PROCEDURE” i.e. ON LINE BIDDING CUM e-REVERSE AUCTION on

INTERNET.

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

be eligible to participate.

3) KIOCL will engage the services of a service provider who will provide all necessary training

and assistance before commencement of on line bidding on Internet.

4) Business rules like event date, time, bid decrement etc. also will be communicated through

service provider.

5) Vendors have to fax the process compliance form in the prescribed format provide by KIOCL,

before start of online bidding cum e-Reverse auction. Without this the vendor will not be

eligible to participate in the event.

6) Online bidding cum e-Reverse auction will be conducted on schedule date & time.

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

8) The lowest bidder has to fax the duly signed filled-in offered price in the prescribed format as

provided on case-to-case basis to KIOCL through service provider within 24 hours of action

without fail.

BUSINESS RULE FOR FINALIZATION OF THE PROCUREMENT:

KIOCL shall finalize the procurement of the item against this Tender through reverse auction

mode. KIOCL has made arrangement with M/s Bob eProcure Solutions Pvt. Ltd (hereinafter

referred to as M/s Bob eProcure Solutions Pvt. Ltd) who shall be KIOCL’s authorized service

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

to the same along with your Techno Commercial Bid.

1. Computerized Online bidding cum e-reverse auction shall be conducted by KIOCL, on pre-

specified date, while the vendors shall be quoting from their own offices/ place of their choice.

Internet connectivity shall have to be ensured by vendors themselves. In extreme case of

failure of Internet connectivity, (due to any reason whatsoever may be) it is the bidders’

responsibility / decision to send fax communication immediately to M/s Bob eProcure

Solutions Pvt. Ltd Furnishing the price the bidder wants to bid online with a request to the

service provider to upload the faxed price on line so that the service provider will up load that

price on line on behalf of the Bidder. It shall be noted clearly that the concerned bidder

communicating this price to service provider has to solely ensure that the fax message is

received by the service provider in a readable / legible form and also the Bidder should

simultaneously check up with service provider about the clear receipt of the price faxed. It

shall also be clearly understood that the bidder shall be at liberty to send such fax

communications of prices to be up loaded by the service provider only within the closure of

Bid time and under no circumstance it shall be allowed beyond the closure of Bid time /

reverse auction.

Page 22: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

22

It shall also be noted that the service provider should be given a reasonable required time by

the bidders, to upload such prices online and if such required time is not available at the

disposal of the Service provider at the time of receipt of the fax message from the bidders, the

service provider will not be uploading the prices and either KIOCL or the service provider are

not responsible for this unforeseen circumstances. In order to ward-off such contingent

situation bidders are requested to make all the necessary arrangements/ alternatives whatever

required so that they are able to circumvent such situation and still be able to participate in the

reverse auction successfully. Failure of power at the premises of vendors during the Reverse

auction cannot be the cause for not participating in the reverse auction. On account of this, the

time for the auction cannot be extended and neither KIOCL nor M/s Bob eProcure Solutions

Pvt. Ltd is responsible for such eventualities.

2. M/s Bob eProcure Solutions Pvt. Ltd shall arrange to train your nominated person(s), without

any cost to you. They shall also explain you, all the Rules related to the online bidding cum e-

reverse auction to be adopted along with tender. You are required to give your compliance on

it before start of bid process.

3. BIDDING CURRENCY in Rs.

4. BID PRICE: Service contract

5. The technical & commercial terms are as per KIOCL Tender No. KIOCL/TS/ 6970/F-480/256

dtd. 28.06.2019

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

not be subjected any change whatsoever.

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

The online bidding cum e-reverse auction event will be conducted in three stages :-

STAGE -I : Online Bidding

At scheduled time, the screen for On-line bidding will be launched wherein the techno-

commercially qualified bidders will be allowed to submit their price through online.

The bidders would be required to quote price only on the basis of price terms indicated in their

sealed price bid submitted along with techno-commercial bid.

STAGE –II : Start Bid Price for e- Reverse auction

After the expiry of the time for submission of Online bidding, the lowest Price will be frozen

by the system as the Start Bid Price (SBP) for Stage – III on line bidding.

Stage – III : e-Reverse Auction

a. In Stage III, computer screen will display Start Bid Price and which shall be visible to the

all vendors participated in the initial online bidding. You will be required to start bidding

after announcement of Start Bid Price and decrement amount. Also, please note that the

start price of an item in e-reverse auction is open to all the participating bidders. Any

bidder can start bidding, in the e-reverse auction, from the start bid price itself. If the start

bid price is your own price, you still need to bid in the e- reverse auction. Also, please note

that the first online bid that comes in the system during the e-reverse auction should be

lesser than the auction's start bid price by one decrement or should be lesser than the

auction's start bid price by multiples of decrement and so on.

Those vendors who have participated in the Stage –I Online Bidding will only be

eligible to participate in the subsequent e- Reverse Auction.

Page 23: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

23

b. Stage –I online bidding will be for 30 minutes and Online e-Reverse (no ties) Auction shall

be for a period of one hour. If a bidder places a bid in the last 10 minutes of closing of the

e-Reverse Auction and if that bid gets accepted, then the auction’s duration shall get

extended automatically for 10 minutes, for the particular Event/Lot. Please note that the

auto-extension will take place only if a bid comes in those last 10 minutes and if that bid

gets accepted. If the bid does not get accepted, the auto-extension will not take place even

if that bid might have come in the last 10 minutes. In case, there is no bid in the last 10

minutes of closing of e-Reverse Auction, the auction shall get closed automatically without

any extension. However, the bidders are advised not to wait till the last minute or last few

seconds to enter their bid during the auto-extension period to avoid complications related

with internet connectivity, network problems, system crash down, power failure, etc.

c. The weighage factor (multiplication factor), bid decrement amount shall be specified by

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

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

d. Any commercial loading shall be intimated to bidders in advance and it shall be added to

price during Stage –I online bidding. Only for price evaluation & Comparison of bids

purpose, commercial loading if any, shall be added to the quoted price of respective bidder.

However, while ordering these commercial loadings will not be considered.

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

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

a) Leading Bid in the Auction (only total price)

b) Bid Placed by you

c) Your Own Rank

d) Start Bid Price & Bid Decrement value.

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

g. At the end of the e-Reverse Auction, Service Provider will evaluate all the bids (final

price) submitted and final price comparative statement will be forwarded to KIOCL for

further processing.

h. The bidders who have participated in the event, shall be required to submit the final prices,

quoted during the e-Reverse (no ties) in Annexure II & III Format after the completion of

Auction to Service Provider / KIOCL duly signed and stamped as token of acceptance

without any new condition other than those already agreed to before start of auction.

i. Final price received from bidder will be taken as an offer to supply as per terms and

conditions of tender document. Bids once made by the bidders, cannot be cancelled /

withdrawn.

Page 24: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

24

j. During the Online bidding cum e-reverse auction, if no bid is received in the auction

system/website within the specified time duration, then KIOCL, at its discretion, may scrap

the online price bidding cum e-reverse auction process and open only sealed price bids of

all technically and commercially acceptable bidders submitted earlier along with techno-

commercial bids.

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

ordering, without assigning any reason.

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

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

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

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

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

date.

Bidders are required to submit their acceptance to the terms/ conditions/ modality given

above before participating in the reverse auction.

_____________ _______

CONTRACTOR OWNER

Page 25: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

25

ANNEXURE- V(B)

TERMS & CONDITIONS OF ONLINE BIDDING CUM e-REVERSE AUCTION

1) LOGIN NAME & PASSWORD: Each Bidder is assigned a Unique User Name & Password by

M/s Bob eProcure Solutions Pvt. Ltd The Bidders are requested to change the Password after the

receipt of initial Password from M/s Bob eProcure Solutions Pvt. Ltd All bids made from the

Login ID given to the bidder will be deemed to have been made by the bidder.

2) BIDS PLACED BY BIDDER: The bid of the bidder will be taken to be an offer to execute the

work. Bids once made by the bidder cannot be cancelled. The bidder is bound to execute the

work the as mentioned above at the price that they bid. Should any bidder back out and not

make the supplies at per the rates quoted, KIOCL and / or M/s Bob eProcure Solutions Pvt.

Ltd shall take action as appropriate.

3) LOWEST BID OF A BIDDER: In case the bidder submits more than one bid, the lowest bid

will be considered as the bidder’s final offer to execute the work

4) AUCTION TYPE: 1). English Reverse No Ties

5) DURATION OF AUCTION: The duration of Reverse Auction will be for one hour. If a bidder

places a bid in the last 10 minutes of closing of the e-Reverse Auction and if that bid gets

accepted, then the auction’s duration shall get extended automatically for 10 minutes, for the

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

those last 10 minutes and if that bid gets accepted. If the bid does not get accepted, the auto-

extension will not take place even if that bid might have come in the last 10 minutes. In case,

there is no bid in the last 10 minutes of closing of e-Reverse Auction, the auction shall get

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

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

complications related with internet connectivity, network problems, system crash down, power

failure, etc. (THIS SCHEDULE IS TENTATIVE. IF ANY CHANGE IN SCHEDULE, THE

SAME SHALL BE COMMUNICATED TO YOU)

6) BID DECREMENT: The minimum Bid decrement shall be available to the Bidders at the start

of the auction. The bidder can view the same by clicking on the Item details at the start of the

auction. The bidder can bid lower than the Lowest Bid in the auction by a decrement or

multiple of the Bid decrement.

7) VISIBLITY TO BIDDER: The Bidder shall be able to view the following on his screen along

with the necessary fields during English Reverse – No ties Auction:

Leading Bid in the Auction

Bid Placed by him

Your rank

8) PROXY BIDS: Proxy bidding feature is a pro-supplier feature to safe guard the supplier’s

interest of any Internet failure or to avoid last minute rush. The Proxy feature allows Bidders

to place an automated bid against other Bidders in an auction and bid without having to enter a

new amount each time a competing Bidder submits a new offer.

The bid amount that a Bidder enters is the minimum that the Bidder is willing to offer. Here

the software bids on behalf of the supplier.

Page 26: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

26

The proxy amount is the minimum amount that the Bidder is willing to offer. During the

course of bidding, the Bidder cannot delete or change the amount of a Proxy Bid.

Bids are submitted in decrements (decreasing bid amounts). The application automates proxy

bidding by processing proxy bids automatically, according to the decrement that the auction

originator originally established when creating the auction, submitting offers to the next bid

decrement each time a competing Bidder bids, regardless if competing bids are submitted as

proxy or standard bids.

This feature can be used only once during a particular Reverse Auction and only after the L1

rate is equal to or less than the minimum bid amount that the bidder has put in the system will

he get the option to manually bid for the same. In no case during the bidding till the L1 rate or

less is not reached as equivalent to the minimum bid amount offered by the bidder, will the

bidder get the option to manually bid for the same.

GENERAL TERMS & CONDITIONS: Bidders are required to read the “Terms and

Conditions” section of the auction website (https://kioclltd.in) using the Login IDs and

passwords given to them.

OTHER TERMS & CONDITIONS:

1) The Bidder shall not involve himself or any of his representatives in Price manipulation of

any kind directly or indirectly by communicating with other suppliers / bidders.

2) The Bidder shall not divulge either his Bids or any other exclusive details of KIOCL to

any other party.

3) KIOCL’s decision on award of Contract shall be final and binding on all the Bidders.

4) KIOCL along with M/s Bob eProcure Solutions Pvt. Ltd can decide to extend, reschedule

or cancel any Auction. Any changes made by KIOCL and / or M/s Bob eProcure

Solutions Pvt. Ltd after the first posting will have to be accepted if the Bidder continues to

access the site after that time.

5) M/s Bob eProcure Solutions Pvt. Ltd shall not have any liability to Bidders for any

interruption or delay in access to the site irrespective of the cause.

6) M/s Bob eProcure Solutions Pvt. Ltd is not responsible for any damages, including

damages that result from, but are not limited to negligence. M/s Bob eProcure Solutions

Pvt. Ltd will not be held responsible for consequential damages, including but not limited

to systems problems, inability to use the system, loss of electronic information etc.

Note

All the Bidders are required to submit the Process Compliance Form duly signed to M/s Bob eProcure

Solutions Pvt. Ltd before start of online bidding cum e-reverse auction. After the receipt of the

Process Compliance form, our authorized service provider will provide the modalities to conduct

online bidding cum e-reverse auction and Log in ID & Password.

_____________ _______

CONTRACTOR OWNER

Page 27: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

27

ANNEXURE – V(C)

Process Compliance Form

(The bidders are required to print this on their company’s letter head and sign, stamp before

faxing)

To

M/s Bob eProcure Solutions Pvt. Ltd

Bangalore - 560068

Sub: Agreement to the Process related Terms and Conditions for the Reverse Auction

Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned in the Open tender

Enquiry No. KIOCL/TS/6970/F-480/256 dated 28.06.2019 for Annual contract for civil maintenance

works in KIOCL Limited Township, Kavoor, Mangaluru.

This letter is to confirm that:

1) The undersigned is authorized representative of the company.

2) We have studied the Commercial Terms and the Business rules governing the online bidding

cum e-Reverse Auction as mentioned in your letter and confirm our agreement to them.

3) We also confirm that we have a valid digital certificate which will be valid for the subject tender

whenever we sign on the bid submission or as specified by KIOCL’s authorized service

provider.

4) We also confirm that we have taken the training on the auction tool and have understood the

functionality of the same thoroughly.

5) We also confirm that we will fax the price confirmation & break up of our quoted price as per

Annexure- & the price bid format in the tender document.

6) We, hereby confirm that we will honour the Bids placed by us during the auction process.

7) We hereby confirm that we have neither informed nor mentioned any price in this form and also

not attached any price bid along with this form.

With regards

Signature with company seal

Name –

Company / Organization –

Designation within Company / Organization –

Address of Company / Organization –

Scan & email this document to----------.

_____________ _______

CONTRACTOR OWNER

Page 28: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

28

ANNEXURE – V(D)

Price Confirmation

To

M/s Bob eProcure Solutions Pvt. Ltd

Bangalore - 560068

Sub: Final price quoted during e-reverse auction and price break up for Annual contract for civil

maintenance works in KIOCL Limited Township, Kavoor, Mangaluru.

Ref: 1. Tender Enquiry No. KIOCL/TS/6970/F-480/256 dated 28.06.2019

2. Online bidding cum e-reverse Reverse auction dt. ………

3. Our Offer No. dt.

Dear Sir,

We confirm that we have quoted our Final Prices during the Reverse Auction conducted on …………….

and Final Price Break-up is as under:

We confirm that we have quoted.

1) Rs ……………………Per on Door Delivery to KIOCL- Bangalore basis as our final prices during the

online bidding cum e-reverse auction conducted on dtd …………………

2) Final Price quoted Break-up is as under :

SCHEDULE OF WORK (UNPRICED)

ANNEXURE C

FORM OF BID

(To be filled in by the Tenderer)

To,

Joint General Manager (SD, CPP, T&S)

KIOCL Limited

Panambur, Mangaluru – 10

Dear Sir,

Having examined and perused -

i) KIOCL Limited's General Conditions of Contract.

ii) Instructions for tenderers.

iii) Pre-priced Schedule of Work

I/We agree to perform such services and execute such works upon the terms and conditions

contained or referred to in the aforesaid documents and upon the terms and conditions hereinafter

contained as may be amended during the contract period of 12 months from the date of acceptance

of this tender submitted by me/us at the rates contained in the aforesaid Schedule of Works and

rates enclosed subject to the percentage quoted by me/us herein after: -

Page 29: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

29

To the Schedule of Work (Annexure – I) which is enclosed

For Rs. 50,000.00 *Add QUOTED % thereto

or

For Rs. 50,000.00 *Deduct QUOTED % thereto

IGST,/ CGST, SGST @ -----------% which is `. .

(Both percentage and amount to be quoted, if applicable) (In words: Rs.

To Supply of materials (Annexure - II) which is enclosed

For Rs. 1,25,000.00 *Add QUOTED % thereto

or

For Rs. 1,25,000.00 *Deduct QUOTED % thereto

IGST, /CGST, SGST @ -----------% which is `. .

(Both percentage and amount to be quoted, if applicable)

(In words: Rs.

*Contractor to insert here rate percent both in figure and words. If no percentage over/below

schedule of rates offered `Nil’ should be inserted.

I/We hereby distinctly and expressly declare and acknowledge that before the submission of my

tender, I have carefully followed the General Instructions and clearly understood all the conditions

of contract. I have also seen the locations where the said works are to be carried out and made such

investigations of the works carried out, in regard to the materials required to be furnished, as to

enable me to complete the work successfully.

I/We enclose herewith Demand Draft No. dt. for Rs. (Rupees)

duly certified as good for payment as earnest money not to bear interest. Should this tender be

accepted, I hereby agree to abide by and fulfill all the terms and conditions annexured hereto. If

I/We fail to commence the work specified in the above Memorandum, I/We agree with that my

earnest money shall stand forfeited absolutely to the Owner, otherwise, the earnest money shall be

retained in the above Memorandum. I/We also agree to the balance retention money being

deducted from my bills in accordance with the conditions of contract.

I agree to keep the offer open for three months from the date of opening of tender. I/We am/are, Sir,

Yours faithfully,

Signature:

Date: Address:

Signature of Witness:

Address:

Page 30: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

30

LABOUR SUPPLY (UNPRICED): ANNEXURE III

Sl.

No

Deployment

of various

category

manpower

Unit Qty.

Rate (Rs)

as per

minimum

wages

PF @

12 %

(Rs)

(*) PF

(Admn)

@ 1 %

(Rs)

ESI @

4.75 %

(Rs)

Rate

(Rs)

Service charges

to be quoted by

Contractor per

Manday per

unit

(Rs)

Total per

Manday per unit

(Rs)

Amount

(Rs)

1 2 3 4 5 6

(2+3+4+5) 7

8

(6 +7)

9

(1 x 8)

1 Mason Manday 500 645.00 77.40 6.50 30.60 759.50

QUOTED QUOTED QUOTED

2 Carpenter Manday 325 645.00 77.40 6.50 30.60 759.50

QUOTED QUOTED QUOTED

3 Mazdoor

(Male)

Manday 1900 487.00 58.40 4.90 23.10 573.40

QUOTED QUOTED QUOTED

4 Plumber Manday 310 645.00

77.40 6.50 30.60 759.50 QUOTED QUOTED QUOTED

5 Welder Manday 75 645.00

77.40 6.50 30.60 759.50 QUOTED QUOTED QUOTED

6 Painter Manday 10 645.00

77.40 6.50 30.60 759.50 QUOTED QUOTED QUOTED

Bidders portion of GST@ ------------%

(Both percentage and amount to be quoted, if applicable)

TOTAL

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

_____________ _______

CONTRACTOR OWNER

Page 31: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

31

IMPORTANT : Please quote UNIT PRICE at the time of PRICE BIDDING

Thanking you and looking forward to the valuable order from KIOCL.

Yours sincerely,

For _________________

Signature and Name & Company Seal

CONTACT INFORMATION

M/s BOB eProcure Solutions Pvt. Ltd.

Bengaluru

M/s. BoB eProcure Solutions Pvt Ltd

Enzyme Tech Park,

No-1604, 3rd floor, 25th Main Road,

22nd cross Road, Sector 2,

HSR LAYOUT, Next to KLM Mall,

Bengaluru, Karnataka -560102

Contact No - 9148982207

Mrs. Marita Ravi : 080 4900213

E mail : [email protected]

Fax Nos : 080 49000211 / 42001251

KIOCL Limited,

Technical Services Department,

Bangaluru – 560 034

Krishnamurthy. M

Asst. General Manager (Proj)

E-Mail : [email protected]

Mobile : 9740355455

_____________ _______

CONTRACTOR OWNER

Page 32: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

32

No. KIOCL/MR/TC/QF-05

ANNEXURE - I

SCHEDULE OF WORK (UNPRICED)

Sl.

No. Description of item Unit Rate (Rs)

SECTION - 1 - CONCRETING WORKS

1.01

Material (excluding cement) and labour for plain cement concrete

in foundation, beds, floors etc., using 40mm downgraded stone

aggregate including shuttering and curing etc. complete. In P.C.C.

1:4:8

Cu.M. 4664.50

1.02 -do- in P.C.C. 1:3:6 Cu.M. 4654.20

SECTION - 2 - STONE MASONRY WORK

2.01

Material (excluding cement) and labour for random rubble granite

stone masonry and proper bond stones scattered all as specified

including curing etc., complete in all heights in CM 1:6

Cu.M. 3257.20

2.02

Material (excluding cement) and labour for coursed laterite stone

masonry at any height including necessary scaffolding and curing

etc., complete in CM 1:6

Cu.M. 4906.10

SECTION - 3 - ROOF WORK.

3.01

Labour charges only for fixing AC sheets for repair of roofs

including removal of the existing broken AC sheets and providing

new sheeting bolts/`U'/ or hood/`J' bolts with washers etc.,

complete.

Sq.M. 436.20

3.02 All as in 3.01 above but in AC ridge sheets -do-. Pair 326.60

SECTION - 4 - PLASTERING & PAINTING WORK

4.01

Material (excluding cement) and labour for providing cement

plaster to the laterite/ brick wall and concrete surfaces at all heights

including curing etc., complete 20mm thick in CM 1:6 in two

layers

Sq.M. 173.90

4.02 -do- 12mm thick in CM 1:6 in one layer Sq.M. 134.10

4.03 Dismantling cement plastering and removing the debris with a

lead up to 200 Mtr. Sq.M. 25.20

SECTION - 5 - PAINTING AND GLAZING WORK

5.01

Material and labour for application of white washing using best

shell lime including cleaning the surfaces and scaffolding etc.

complete for one coat.

Sq.M 6.60

5.02 -do- 2 coats Sq.M 8.70

Page 33: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

33

Sl.

No.

Description of item Unit Rate (Rs)

5.03

Material and labour for colour washing using approved colour

pigments including cleaning the surface, scaffolding etc. complete

for one coat

Sq.M 6.00

5.04 -do- 2 coats Sq.M 11.50

5.05

Material and labour for application of oil bound washable

distemper including cleaning the surfaces thoroughly with sand

paper and brushes, removal of deposit of ore, grease, oily surface,

stains and application of one coat of distemper

Sq.M 31.60

5.06 -do- 2 coats of distemper Sq.M 79.80

5.07 Material and labour for application of one coat of wood primer on

newly prepared surfaces Sq. M 37.80

5.08 Material and labour for application of one coat of red oxide primer

on iron surfaces Sq. M 32.20

5.09

Material and labour for application of synthetic enamel paint for

already treated wood or steel /wall surfaces including thorough

preparation etc. complete - 1 coat

Sq.M 66.50

5.10 -do- 2 coats Sq. M 106.50

5.11

Material and labour for providing plain glass in window/door

panes including removing the broken glasses and dried up

putty/wooden beadings and fixing the new glasses with glazier

paint/putty and wooden/rubber beading etc. complete for 3mm

thick glass

Sq. M 1106.40

5.12 -do- 4mm thick glass Sq. M 1208.10

5.13 -do- 5mm thick glass Sq. M 1342.70

5.14 All as in 2.12 above but for pin headed 4mm thick glass Sq. M 1072.20

____________ ______

CONTRACTOR OWNER

Page 34: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

34

Annexure - II SUPPLY OF MATERIAL (UNPRICED)

Item

No. Description of item Unit Rate (Rs)

1. Bricks well burnt 35 grade 1000 Nos. 6221.50

2. Laterite Stones 1000 Nos. 37328.80

3. Red earth Cu. M. 353.20

4. Wash basin of size 18" x 12" of approved make. No. 931.10

5. Wash basin of size 22" x 18" of approved make. No. 1139.80

6. IWC 20 ″of approved make with 'P' trap. No. 1797.80

7. Foot rest Pair 160.50

8. EWC of approved make with 'P' or 'S' trap. No. 1444.90

9. Flush door 30 x 32 mm thick approved quantity as per

EIC. Sq. ft. 114.80

10. RCC door frames of approved quality as per EIC R. ft. 99.50

11.

RCC window frame with partisan not more than 400

mm and MS rods 12 mm not more than 125 mm

center to center gap.

Sq. ft. 176.50

12. PVC blue pipes (Sunrise or equivalent)

i) Size ½" RM 37.40

ii) Size ¾" RM 44.20

iii) Size 1" RM 63.70

13. PVC grey pipe of 4 kg/Sq.cm pressure.

a) Size 1" RM 33.50

b) Size 1½" RM 49.30

b) Size 2" RM 61.50

c) Size 4" RM 178.60

d) Size 6" RM 388.30

14. Steel sink of approved quality.

i) Size 18"x 16" No. 1364.40

ii) Size 24" x 18" No. 2070.60

15. AC sheet of approved quality 6 mm thick Sq. M. 224.80

16. Water storage tank 500 ltrs. Capacity make Sintex No. 4334.00

17. Precast RCC slab for drainage cover with handle 50

mm thick.

Sq. ft. 80.30

___________ ______

CONTRACTOR OWNER

Page 35: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

35

FORM OF BID (UNPRICED)

(To be filled in by the Tenderer)

To,

Joint General Manager (SD, CPP, T&S)

KIOCL Limited

Panambur, Mangaluru – 10

Dear Sir,

Having examined and perused -

i) KIOCL Limited's General Conditions of Contract.

ii) Instructions for tenderers.

iii) Pre-priced Schedule of Work

I/We agree to perform such services and execute such works upon the terms and conditions contained or

referred to in the aforesaid documents and upon the terms and conditions hereinafter contained as may be

amended during the contract period of 12 months from the date of acceptance of this tender submitted by

me/us at the rates contained in the aforesaid Schedule of Works and rates enclosed subject to the percentage

quoted by me/us herein after: -

To the Schedule of Work (Annexure – I) which is enclosed

For Rs. 50,000.00 *Add QUOTED % thereto

or

For Rs. 50,000.00 *Deduct QUOTED % thereto

IGST,/CGST, SGST @ -----------% which is `.

(Both percentage and amount to be quoted, if applicable)

To Supply of materials (Annexure - II) which is enclosed

For Rs. 1,25,000.00 *Add QUOTED % thereto

or

For Rs. 1,25,000.00 *Deduct QUOTED % thereto

IGST/ CGST, SGST @ -----------% which is Rs.. (Both percentage and amount to be quoted, if applicable)

*Contractor to insert here rate percent both in figure and words. If no percentage over/below schedule of

rates offered `Nil’ should be inserted.

Page 36: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

36

I/We hereby distinctly and expressly declare and acknowledge that before the submission of my tender, I

have carefully followed the General Instructions and clearly understood all the conditions of contract. I

have also seen the locations where the said works are to be carried out and made such investigations of the

works carried out, in regard to the materials required to be furnished, as to enable me to complete the work

successfully.

I/We enclose herewith Demand Draft No. dt. for Rs. (Rupees

) duly certified as good for payment as earnest money not to bear interest. Should this tender be accepted, I

hereby agree to abide by and fulfill all the terms and conditions annexured hereto. If I/We fail to commence

the work specified in the above Memorandum, I/We agree with that my earnest money shall stand forfeited

absolutely to the Owner, otherwise, the earnest money shall be retained in the above Memorandum. I/We

also agree to the balance retention money being deducted from my bills in accordance with the conditions of

contract.

I agree to keep the offer open for three months from the date of opening of tender.

Yours faithfully,

Signature:

Date: Address:

Signature of Witness:

Address:

Page 37: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

37

ANNEXURE - III

LABOUR SUPPLY (UNPRICED):

Sl.

No

Deployment

of various

category

manpowr

Unit Qty.

Rate (Rs)

as per

minimum

wages

PF @

12 %

(Rs)

(*) PF

(Admn)

@ 1 %

(Rs)

ESI @

4.75 %

(Rs)

Rate

(Rs)

Service charges

to be quoted by

Contractor per

person per

day(Rs)

Total per

Manday per

unit

(Rs)

Amount

(Rs)

1 2 3 4 5 6

(2+3+4+5) 7

8

(6 +7)

9

(1 x 8)

1 Mason

Manday 500 645.00 77.40 6.50 30.60 759.50 QUOTED QUOTED QUOTED

2 Carpenter Manday 325 645.00 77.40 6.50 30.60 759.50 QUOTED QUOTED QUOTED

3 Mazdoor

(Male) Manday 1900 487.00 58.40 4.90 23.10 573.40 QUOTED QUOTED QUOTED

4 Plumber Manday 310 645.00 77.40 6.50 30.60 759.50 QUOTED QUOTED QUOTED

5 Welder Manday 75 645.00 77.40 6.50 30.60 759.50 QUOTED QUOTED QUOTED

6 Painter Manday 10 645.00 77.40 6.50 30.60 759.50 QUOTED QUOTED QUOTED

Bidders portion of GST @ ------------%

(Both percentage and amount to be quoted, if applicable) QUOTED

TOTAL QUOTED

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

_____________ _______

CONTRACTOR OWNER

Page 38: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

38

No. KIOCL/MR/TC/QF-05

PRICE BID ANNEXURE - I

SCHEDULE OF WORK

Sl.

No. Description of item Unit Rate (Rs)

SECTION - 1 - CONCRETING WORKS

1.01

Material (excluding cement) and labour for plain cement concrete

in foundation, beds, floors etc., using 40mm downgraded stone

aggregate including shuttering and curing etc. complete. In P.C.C.

1:4:8

Cu.M. 4664.50

1.02 -do- in P.C.C. 1:3:6 Cu.M. 4654.20

SECTION - 2 - STONE MASONRY WORK

2.01

Material (excluding cement) and labour for random rubble granite

stone masonry and proper bond stones scattered all as specified

including curing etc., complete in all heights in CM 1:6

Cu.M. 3257.20

2.02

Material (excluding cement) and labour for coursed laterite stone

masonry at any height including necessary scaffolding and curing

etc., complete in CM 1:6

Cu.M. 4906.10

SECTION - 3 - ROOF WORK.

3.01

Labour charges only for fixing AC sheets for repair of roofs

including removal of the existing broken AC sheets and providing

new sheeting bolts/`U'/ or hood/`J' bolts with washers etc.,

complete.

Sq.M. 436.20

3.02 All as in 3.01 above but in AC ridge sheets -do-. Pair 326.60

SECTION - 4 - PLASTERING & PAINTING WORK

4.01

Material (excluding cement) and labour for providing cement

plaster to the laterite/ brick wall and concrete surfaces at all heights

including curing etc., complete 20mm thick in CM 1:6 in two

layers

Sq.M. 173.90

4.02 -do- 12mm thick in CM 1:6 in one layer Sq.M. 134.10

4.03 Dismantling cement plastering and removing the debris with a

lead up to 200 Mtr.

Sq.M. 25.20

SECTION - 5 - PAINTING AND GLAZING WORK

5.01

Material and labour for application of white washing using best

shell lime including cleaning the surfaces and scaffolding etc.

complete for one coat.

Sq.M 6.60

5.02 -do- 2 coats Sq.M 8.70

Page 39: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

39

Sl.

No. Description of item Unit Rate (Rs)

5.03

Material and labour for colour washing using approved colour

pigments including cleaning the surface, scaffolding etc. complete

for one coat

Sq.M 6.00

5.04 -do- 2 coats Sq.M 11.50

5.05

Material and labour for application of oil bound washable

distemper including cleaning the surfaces thoroughly with sand

paper and brushes, removal of deposit of ore, grease, oily surface,

stains and application of one coat of distemper

Sq.M 31.60

5.06 -do- 2 coats of distemper Sq.M 79.80

5.07 Material and labour for application of one coat of wood primer on

newly prepared surfaces Sq. M 37.80

5.08 Material and labour for application of one coat of red oxide primer

on iron surfaces Sq. M 32.20

5.09

Material and labour for application of synthetic enamel paint for

already treated wood or steel /wall surfaces including thorough

preparation etc. complete - 1 coat

Sq.M 66.50

5.10 -do- 2 coats Sq. M 106.50

5.11

Material and labour for providing plain glass in window/door

panes including removing the broken glasses and dried up

putty/wooden beadings and fixing the new glasses with glazier

paint/putty and wooden/rubber beading etc. complete for 3mm

thick glass

Sq. M 1106.40

5.12 -do- 4mm thick glass Sq. M 1208.10

5.13 -do- 5mm thick glass Sq. M 1342.70

5.14 All as in 2.12 above but for pin headed 4mm thick glass Sq. M 1072.20

____________ ______

CONTRACTOR OWNER

Page 40: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

40

Annexure - II SUPPLY OF MATERIAL

Item

No. Description of item Unit Rate (Rs)

1. Bricks well burnt 35 grade 1000 Nos. 6221.50

2. Laterite Stones 1000 Nos. 37328.80

3. Red earth Cu. M. 353.20

4. Wash basin of size 18" x 12" of approved make. No. 931.10

5. Wash basin of size 22" x 18" of approved make. No. 1139.80

6. IWC 20 ″of approved make with 'P' trap. No. 1797.80

7. Foot rest Pair 160.50

8. EWC of approved make with 'P' or 'S' trap. No. 1444.90

9. Flush door 30 x 32 mm thick approved quantity as per

EIC. Sq. ft. 114.80

10. RCC door frames of approved quality as per EIC R. ft. 99.50

11.

RCC window frame with partisan not more than 400

mm and MS rods 12 mm not more than 125 mm

center to center gap.

Sq. ft. 176.50

12. PVC blue pipes (Sunrise or equivalent)

i) Size ½" RM 37.40

ii) Size ¾" RM 44.20

iii) Size 1" RM 63.70

13. PVC grey pipe of 4 kg/Sq.cm pressure.

a) Size 1" RM 33.50

b) Size 1½" RM 49.30

b) Size 2" RM 61.50

c) Size 4" RM 178.60

d) Size 6" RM 388.30

14. Steel sink of approved quality.

i) Size 18" x 16" No. 1364.40

ii) Size 24" x 18" No. 2070.60

15. AC sheet of approved quality 6 mm thick Sq. M. 224.80

16. Water storage tank 500 ltrs. Capacity make Sintex No. 4334.00

17. Precast RCC slab for drainage cover with handle 50

mm thick.

Sq. ft. 80.30

___________ ______

CONTRACTOR OWNER

Page 41: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

41

FORM OF BID

(To be filled in by the Tenderer)

To,

Joint General Manager (SD, CPP, T&S) KIOCL Limited

Panambur, Mangaluru – 10

Dear Sir,

Having examined and perused -

i) KIOCL Limited's General Conditions of Contract.

ii) Instructions for tenderer.

iii) Pre-priced Schedule of Work

I/We agree to perform such services and execute such works upon the terms and conditions contained or

referred to in the aforesaid documents and upon the terms and conditions hereinafter contained as may be

amended during the contract period of 12 months from the date of acceptance of this tender submitted by

me/us at the rates contained in the aforesaid Schedule of Works and rates enclosed subject to the percentage

quoted by me/us herein after: -

To the Schedule of Work (Annexure – I) which is enclosed

For Rs 50,000.00 *Add % thereto

or

For Rs 50,000.00 *Deduct % thereto

IGST, / CGST, SGST @ -----------% which is `.

(Both percentage and amount to be quoted, if applicable)

To Supply of materials (Annexure - II) which is enclosed

For Rs 1,25,000.00 *Add % thereto

or

For Rs 1,25,000.00 *Deduct % thereto

IGST, / CGST, SGST @ -----------% which is Rs.

(Both percentage and amount to be quoted, if applicable)

*Contractor to insert here rate percent both in figure and words. If no percentage over/below schedule of

rates offered `Nil’ should be inserted.

Page 42: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

42

I/We hereby distinctly and expressly declare and acknowledge that before the submission of my tender, I

have carefully followed the General Instructions and clearly understood all the conditions of contract. I have

also seen the locations where the said works are to be carried out and made such investigations of the works

carried out, in regard to the materials required to be furnished, as to enable me to complete the work

successfully.

I/We enclose herewith Demand Draft No. dt. for Rs…………. (Rupees

) duly certified as good for payment as earnest money not to bear interest. Should this

tender be accepted, I hereby agree to abide by and fulfill all the terms and conditions annexured hereto. If

I/We fail to commence the work specified in the above Memorandum, I/We agree with that my earnest

money shall stand forfeited absolutely to the owner, otherwise, the earnest money shall be retained in the

above Memorandum. I/We also agree to the balance retention money being deducted from my bills in

accordance with the conditions of contract.

I agree to keep the offer open for three months from the date of opening of tender.

Yours faithfully,

Signature:

Date: Address:

Signature of Witness:

Address:

Page 43: SPECIAL CONDITIONS – DREDGING OF COOLING POND ......(A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. Ph: 25531461-70 Extn: 283 Fax: 25532153 / 25535941

43

ANNEXURE - III

LABOUR SUPPLY

Sl.

No

Deployment of

various category

manpower

Unit Qty.

Rate (Rs)

as per

minimum

wages

PF @

12 %

(Rs)

(*) PF

(Admn)

@ 1%

(Rs)

ESI @

4.75 %

(Rs)

Rate

(Rs)

Service

charges to be

quoted by

Contractor per

person per day

(Rs)

Total per

Manday per

unit

(Rs)

Amount

(Rs)

1 2 3 4 5 6

(2+3+4+5) 7

8

(6 +7)

9

(1 x 8)

1 Mason Manday 500 645.00 77.40 6.50 30.60 759.50

2 Carpenter Manday 325 645.00 77.40 6.50 30.60 759.50

3 Mazdoor (Male) Manday 1900 487.00 58.40 4.90 23.10 573.40

4 Plumber Manday 310 645.00 77.40 6.50 30.60 759.50

5 Welder Manday 75 645.00 77.40 6.50 30.60 759.50

6 Painter Manday 10 645.00 77.40 6.50 30.60 759.50

TOTAL

Bidders portion of GST @ ---------------%

(Both percentage and amount to be quoted, if applicable)

GRAND TOTAL

`

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

(In words: Rs.

_____________ _______

CONTRACTOR OWNER