Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
FORM’C’ RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT WORKS CONTRACTS DEPARTMENT VISAKHAPATNAM-530031
PHONE NO: (MAX)3691, TELEFAX NO:0891-2518763
PERIOD OF CONTRACT : 12 (Twelve) Months DEFECT LIABILITY PERIOD : NIL ENGINEER : AGM(O)-BF ISSUED TO SRI/ M/s.__________________________________________________________ No of pages of BOQ alone : 03 (THREE) pages only
Total No. of pages : 28 (Twenty Eight) pages only
TENDER NO: 59262-0
NAME OF THE WORK: Technological assistance for TLC jam up-keeping, BC, TC, changing blow pipes and elbows changing, loading and unloading of boulders, jam removal from Cast House and other areas of Blast Furnace .
Note: Tenderer has to fill the data wherever and whatever required in the tender schedule without fail and sign all the pages
(FOR OFFICE USE ONLY)
1. E.M.D. PARTICULARS : 2. Sl.No. : OUT OF TENDERS 3. COVERING LETTER : NO. OF PAGES: 4. REBATE OFFERED : 5. RATE WRITTEN IN WORDS : 6. VALIDITY OF TENDER : 4 MONTHS FROM THE DATE OF OPENING SIGNATURE OF CONTRACT SIGNATURE OF FINANCE DEPT. REPRESENTATIVE DEPARTMENT REPRESENTATIVE
59262-0
Page 1 of 28 SIGNATURE OF THE TENDERER
RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT
WORKS CONTRACTS DEPARTMENT, VISAKHAPATNAM - 530 031 (A.P.) TELEFAX: 0891 - 2518763 TEL NO: 0891 - 2758705, 2518763
OPEN TENDER NOTICE NO: VSP/WC/BF/59262-0/O/2009-10 DATED 22.12.2009
1. Sealed Tenders along with Earnest Money Deposit (EMD) are invited from Experienced and Registered Contractors for the
following Work :
TENDER NO. NAME OF THE WORK 58262-0 Technological assistance for TLC jam up-keeping, BC, TC, changing
blow pipes and elbows changing, loading and unloading of boulders, jam removal from Cast House and other areas of Blast Furnace for 2008-09
Note : "Tenderer should have experience in executing the work of tuyere stock changing (BC, tuyere, elbow,
blow pipe, etc.) as in BOQ amounting to atleast 20% of the estimated value of the work either as part of the single work order or as an independent executed work order”
Cost of Tender Document (Non-refundable) Eligibility/ experience requirements
Tender Number
By hand By download
Value of single similar work executed
(Rs. in Lakhs) Annual Turn
over (Rs. In Lakhs)
Earnest Money Deposit
(Rs.)
58262-0
800/-
800/- 18.04 10.82
37,500/-
2. Cost of Tender Document(s) shall be paid in the form of Demand Draft / Pay Order / Banker’s Cheque, obtained from
any Nationalised or Scheduled Commercial Bank in India, drawn in favour of RIN Ltd., payable at Visakhapatnam and shall be valid for a minimum period of one month from the date of opening of Tender i.e. Envelope – 1 (Pre-Qualification Documents). THE COST OF TENDER DOCUMENT(S) RECEIVED ALONGWITH TENDER DOCUMENT WILL NOT BE REFUNDED UNDER ANY CIRCUMSTANCES UPON RECEIPT OF TENDER.
3. The value of single similar work executed shall be during the last 05 (Five) years ending last day of month previous to
Tender Notice date i.e.. 30.11.2009 and Turnover shall be the average Annual Financial Turnover during the last three years ending 31st March of the previous financial year i.e. 31.03.2009. The Tender Document shall be accompanied with copies of (a) Work Order, Bill of Quantities, Completion Certificate with details of value of work executed (b) for Turn Over Audited Balance Sheets certified by Practising Chartered Accountant in case the annual Turn-over is more than Rs.40.00 Lakhs (or) in case of Turn-Over is less than Rs.40.00 Lakhs either Turn-over Certificate in the prescribed Format of VSP duly signed by a practising Chartered Accountant/Cost Accountant or T.D.S. Certificate(s) comprising of the Gross Bill values issued by the Deductor(s) for the work done. (c) PF Registration Certificate. (d) Registration Letter copy issued by VSP in case of Registered Agencies and in case of Non-Registered Agencies, either a copy of Notorised Sole Properiatorship OR a copy of Partnership Deed OR a copy of Memorandom of Association & Articles of Association, along with Certificate of Registration – whichever is applicable. VSP reserves the right to reject the offer in case the above Documents are not enclosed along with the offer. The authorized representative of the Tenderer shall sign on all the copies of the Documents submitted along with the Tender Document.
4. The Tenderers are requested to note that :
4.1 The Offer shall be made in 02 (Two) Envelopes. First Envelope (to be superscribed as Envelope-1 with Name of the Work, Tender No.) should contain the cost of the Tender Document (in case the Tender is down loaded from the web site), Earnest Money Deposit (EMD) separately in the form of DD/PO/BC etc (Refer to Instruction to Tenderer), Pre-Qualification Documents (Eligibility Criteria/Experience) duly signed / attested by the authorized Representative of the Company as per Para-1 read with Para-3 above and also Techno-Commercial Bid with filled-in Questionnaire along with details of Experience with supporting Documents and Terms & Conditions duly signed by Authorized Signatory with attested copies of Authorization. The Second Envelope (to be superscribed as Envelope-2, Price-Bid, Name of the Work, Tender No.) shall contain Price Bid only in the Format of VSP.
59262-0
Page 2 of 28 SIGNATURE OF THE TENDERER
4.2 The first cover shall be opened initially and only on satisfying the eligibility criteria, adequacy of cost of Tender Document, EMD, Technical capability etc., the second Envelope containing the Price-Bid shall be opened. The date and time of opening of the Price Bid along with names of successful Tenderers in both Pre-Qualification and Techno-Commercial Bid will be displayed in the Notice Board of Works Contracts only and no individual communication to Tenderers will be made.
4.3 The Documents submitted in the first Envelope by the Tenderers in respect of Pre-qualification criteria are final and no further correspondence / clarifications/submissions in this regard shall be entertained.
4.4 Scope of work, Bill of Quantities (BOQ), Terms & Conditions given in the Tender Documents (placed in the website) are final. On verification, at any time, whether the Tenderer is successful or not, if any of the Documents submitted by the Tenderer including the Documents downloaded from our website / issued are found tampered/altered/ incomplete, they are liable for actions like rejection of the Tender, Cancellation & Termination of the Contract, Debarring etc., as per the Rules of the Company.
4.5 It will be presumed that the Tenderers have gone through the General Conditions, Special Conditions & Instructions to Tenderer etc., of the Contract available in the website which shall be binding on him/ them.
4.6 The Tenderer shall download the “TENDER SCHEDULE” available on the website in totality and submit the same duly signed on each page along with the Tender Documents.
4.7 Tenders submitted against the NIT / Tender shall not be returned in case the tender opening date is
extended / postponed. Tenderers desirous to modify their offer / terms may submit their revised / supplementary offer(s) within the extended TOD, by clearly stating the extent of updation done to their original offer and the order of prevalence of revised offer vis-à-vis original offer. The Employer reserves the right to open the original offer along with revised offer(s).
5. The Tender Documents and other details can be downloaded from our web site: www.vizagsteel.com and the same
are to be submitted to the DGM - Works Contracts I/c, Visakhapatnam Steel Plant duly signed on each page by the Tenderer on or before 03.00 PM on 07.01.2010.
6. Non-transferable Tender Document can also be obtained from the Office of DGM - Works Contracts I/c, VSP on
written request on Bidder’s Letter Head on payment of Tender cost in the form of DD/PO/BC during working Hours 10.00 AM to 4.30 PM on or before 04.30 PM on 06.01.2010.
7. Tenders will be received in the office of DGM-Works Contracts I/c up to 03.00 PM on 07.01.2010 and Envelope-1 will be opened immediately thereafter.
8. If it comes to the notice of VSP at any stage right from request for Registration / Tender Document that any of the certificates /documents submitted by applicant for Registration or by Bidders are found to be false/fake/doctored, the Party will be debarred from participation in all VSP tenders for a period of 05(FIVE) years including termination of contract, if awarded. E.M.D/Security Deposit etc., if any will be forfeited. The Contracting Agency in such cases shall make good to VSP any loss or damage resulting from such termination. Contracts in operation anywhere in VSP will also be terminated with attendant fall outs like forfeiture of E.M.D./Security Deposit , if any, and recovery of Risk and Cost charges etc., Decision of V.S.P Management will be final and binding.
9. The date of opening of the Pre-Qualification cover (Envelope-1) shall be the date of Tender opening in respect of both the Single Bid and Two Bid (Techno-Commercial and Price Bid).
10. Successful Tenderer should be in a position to produce, after opening of the Price Bids, the Original Certificates in support of the attested copies of relevant documents submitted along with Tender Document. Failure to produce the original certificates at this stage in support of the attested copies of P.F. Regn./ITCC/Electrical License/experience /qualification/any other documents etc. submitted earlier would result in disqualification and forfeiture of EMD and also liable for debarring from participation in VSP Tenders.
11.Tender Documents will be issued to Tenderers based on their request and on payment of Tender cost or same can be downloaded from our web site by submitting the cost of Tender along with their offer. However, RINL will not be responsible for any delay/loss/any website related problems in downloading the Tender Documents etc.. RINL reserve the right to (a) Issue or Refuse Tender Documents without assigning any reason. (b) Split and award the Work to more than one Agency, (c) reject any or all the Tenders or to accept any Tender wholly or in part or drop the proposal of receiving Tenders at any time without assigning any reason thereof and without being liable to refund the cost of Tender Documents thereupon
.
59262-0
Page 3 of 28 SIGNATURE OF THE TENDERER
FORM – A
Ref. Tender No. 59262-0 Name of the Work : Technological assistance for TLC jam up-keeping, BC, TC, changing
blow pipes and elbows changing, loading and unloading of boulders, jam removal from Cast House and other areas of Blast Furnace for 2008-09
To The Deputy General Manager I/c Works Contracts Department, Visakhapatnam Steel Plant, Visakhapatnam-530 031. Sirs, With reference to the Notice Inviting Tender, I/We have gone through the Tender Documents issued to us. I/We have also gone through the General Conditions of Contract of VSP available in the VSP web site and noted the contents therein. I/We hereby confirm that I/We shall abide by Terms and Conditions of General Conditions of the Contract including Form of Tender, Invitation to Tender, Articles of Agreement etc. I/We hereby declare that, I/We have visited, inspected and examined the site and its surroundings and satisfied ourselves before submitting this Tender, obtained information about the nature of work, facilities that may be required and obtained necessary information about Working Conditions, risk contingencies etc., which may influence this Tender. We hereby offer to execute & maintain the work during the Defect Liability period in conformity with the Tender Conditions at the respective rates quoted by us. I/We have deposited the EMD, which amount is not to bear any interest and I/We do hereby agree that this sum shall be forfeited by me/us if I/We revoke/withdraw/cancel my/our Tender or if I/We vary any Terms in our Tender during the validity period of the Tender without your written consent and/or if in the event of Visakhapatnam Steel Plant accepting my/our Tender and I/We fail to deposit the required Security Money, execute the Agreement and/start the work within reasonable time (to be determined by the Engineer) after written acceptance of my/our Tender.
• Status of the Firm (mark)
Following Details are to be furnished by the Tenderer compulsorily (neat&legible) while submitting the Tender Schedule Income Tax PAN No. Status/Reason for not having PAN No.
• Proprietary /Partnership/others (Specify)
* Authority to Sign: a) Proprietor
OFFICIAL ADDRESS Phone No: Cell No : FAX Number :
b) Managing Partner c) Power of Attorney Holder Names of Partners: 1) 2) 3) yours faithfully,
e-mail Address :
(Signature of Contractor)
Name:…………………………………
59262-0
Page 4 of 28 SIGNATURE OF THE TENDERER
INSTRUCTIONS TO TENDERERS 1.a) Tenders shall be submitted in the Office of the DGM (Works Contracts), Visakhapatnam Steel Plant,
Visakhapatnam – 530 031. b) Tenders shall be submitted in the prescribed form issued by VSP. The Tender Documents are not
transferable. Tender Documents issued/downloaded shall be submitted wholly without detaching any part.
c) The Tenderer shall agree to VSP’s Terms and Conditions, Specifications/Scope of work, etc., and quote their “Total Amount only” accordingly.
d) Tender shall be for the entire Scope of Work mentioned in the Tender Documents. e) Tenderer “Shall quote only the Total Amount in figures and in words”. Over-writing is not permitted
and corrections are to be essentially initialed. Amount quoted in words shall govern in case of variance between figures and words.
f) The “Total Amount quoted in figures and words shall be tallied” before submission of the Tender and all mistakes corrected and initialed. Quotation shall preferably be typewritten or written in neat and legible handwriting. All the pages of Tender Documents; shall be signed by the Tenderer
g) If by any reason the Tender opening is postponed to any other date, the details will be displayed in the Notice Board of Works Contract Department. Tenderers shall see the Notice Board regularly, and keep themselves informed in this matter.
h) Before quoting, the Tenderer shall necessarily contact the “Engineer” and fully understand the Job, Scope of Work, Unit of measurement, Mode of measurement, Scope of supply of materials by VSP, if any, Working conditions, shutdown arrangements, Labour Deployment requirements, risk contingencies and such other factors which may affect their Tender.
i) General Conditions of Contract of VSP for Works Contracts are available in the Office of DGM (Works Contracts) and also in VSP’s website for reference. The Tenderers shall study and understand all the relevant Provisions before quoting.
j) Tenders shall be kept open for acceptance for a period of 4 (Four) MONTHS from the date of opening of Tender i.e. Envelope-1.
k) After opening of Tender, the Tenderers may be called for negotiations and the details like date, time etc. will be displayed on the Notice Board of Works Contracts Department. The Tenderers shall see the Notice Board regularly and keep themselves informed in this matter and promptly attend negotiations without fail
l) Purchase Preference will be given to PSU’s where applicable as per DPE Guidelines. m) The local Small Scale Industries as approved by VSP and enlisted with Works Contracts Department of
Visakhapatnam Steel Plant in the Category of Industrial Paint Manufacturers for Supply and Application of Industrial Paints to various structural, equipment pipelines etc., are eligible for purchase preference as per the Policy of VSP in force from time to time. The local Small Scale Industries, those who are technically and commercially acceptable shall be considered for extension of Purchase Preference, if the offer is within 15% of L-1 price, and upon their matching with L-1 price.
n) The date of opening of the pre-qualification envelope-1 shall be the date of Tender opening in respect of both the SINGLE BID and TWO-BID (Techno-Commercial & Price Bid) Tenders.
2) EARNEST MONEY DEPOSIT (EMD)
(a) In case of Earnest Money Deposit being less than or equal to Rs.5.00 Lakhs, Earnest Money Deposit shall be in the form of Demand Draft / Pay Order / Banker’s Cheque obtained from any Nationalised or Scheduled Commercial Bank in India, drawn in favour of Rashtriya Ispat Nigam Limited, Visakhapatnam Steel Plant, payable at Visakhapatnam and shall be valid for a minimum period of one month from the Envelope-1 (Pre-Qualification Documents) opening date. No other mode of payment will be accepted. However, in case EMD exceeds Rs.5.00 Lakhs, Tenderers have the option to submit the same in the form of Bank Guarantee (in the format as enclosed to the GCC) from any Scheduled Commercial Bank, encashable at Visakhapatnam. Bank Guarantee shall be valid for a minimum period of 04 (four) months from the date of opening of Envelope-1 (Pre-Qualification Documents). The above shall supercede the Instructions regarding “form of EMD” elsewhere in the Tender Document.
59262-0
Page 5 of 28 SIGNATURE OF THE TENDERER
b) Govt. Departments, Public Sector Units, SSI Units (ONLY PERMANENTLY REGISTERED) etc., are exempted from submitting EMD.
c) Small Scale Industrial Units who request for exemption from submission of EMD shall submit a copy of their PERMANENT REGISTRATION in a separate sealed cover stapled or attached with their sealed Tender. Only such SSI Units registered for the same Trade/Item for which the Tender is relevant will be exempted from submission of EMD.
d) EMDs of unsuccessful Tenderers will be refunded after reasonable time without interest.
3) MODE OF SUBMISSION OF TENDER a) Earnest Money Deposit shall be in the form of Demand Draft / Pay Order / Banker’s Cheque obtained
from any Nationalised or Scheduled Commercial Bank in India drawn in favour of Rashtriya Ispat Nigam Limited, Visakhapatnam Steel Plant, payable at Visakhapatnam shall be valid for a minimum period of one month from the Envelope-1 (Pre-qualification documents) opening date. No other mode of payment will be accepted. The above shall supercede the instructions regarding “Form of EMD” elsewhere in the tender document.
b) Govt. Departments, Public Sector Units, SSI Units (ONLY PERMANENTLY REGISTERED) etc., are exempted from submitting EMD.
c) Small Scale Industrial units who request for exemption from submission of EMD shall submit a copy of their PERMANENT REGISTRATION in a separate sealed cover stapled or attached with their sealed tender. Only such SSI units registered for the same Trade/Item for which the tender is relevant will be exempted from submission of EMD.
a) EMDs of unsuccessful Tenderers will be refunded after reasonable time without interest. SPECIAL CONDITIONS OF CONTRACT (SCC)
1. General: The Special Conditions of the Contract (SCC) are complementary to and shall be read in conjunction with General Conditions of Contract (GCC) of VSP for Works Contracts. Scope of work, Bill of Quantities and other Documents forming part of the Tender Documents. In case of any conflict of meaning between SCC & GCC, Provisions of SCC shall over ride the Provisions of GCC.
2. Visakhapatnam Steel Plant reserves the right to accept or reject the lowest or any other Tender without assigning any reason and the work may be awarded to one of the Tenderers or to more than one Tenderer.
3. The Contract shall be treated as having been entered into from the date of issue of the Letter of Intent/Work Order to the successful Tenderer, unless otherwise specified.
4. WATER, POWER AND COMPRESSED AIR: Unless otherwise specified to the contrary in the Tender Schedule, the Contractor is entitled to use in the work such supplies of water, power and compressed air (Basing on availability) from VSP ’s sources from approved tapping points, free of cost. The Contractor shall make his own arrangement for drawing the same to the work spot.
5. Immediately on receipt of Work Order, the successful Tenderer shall obtain and submit the following documents to the Engineer with a copy to ZPE/ Mgr (Per) /CLC before start of work: A (i) ESI Registration Certificate with the Contractor’s Code No: covering all the workmen under ESI Scheme, which shall be effective from the date of start of contract and cover for the entire period of contract including extended period/defect liability period, if any. A (ii) Insurance Policy covering payment of Exgratia amount of Rs. 5,00,000/- (Rupees FIVE lakhs only) in case of fatal accidents to the contract labour engaged by him while they are in duty. As and when a fatal accident takes place, the Contractor is required to pay the exgratia amount within 30 days from the date of accident to the Legal Heir of the deceased. This Insurance Policy is to be taken by the Contractor over and above the Provisions specified under Clause No.6.13 (Third Party) and 6.14 (ESI Act) of the General Conditions of Contract. A (iii) Copy of the Policy for Third Party Insurance as stipulated in Clause 6.13 of the GCC b) Labour License obtained from Deputy Commissioner of Labour, Government of Andhra Pradesh, Visakhapatnam as required. c) P.F. Registration Certificate issued by Provident Fund Authorities. d) Safety Clearance from Safety Engineering Department of VSP.
6. The Contractor shall submit wage records, work commencement/completion certificate etc. and obtain necessary clearance from Contract Labour Cell of VSP for bills clearance.
7. The Contractor shall ensure strict compliance with Provisions of the Employees' Provident Fund Act, 1952 and the Scheme framed there under in so far as they are applicable to their Establishment and Agencies engaged by them. The Contractor is also required to indemnify the Employer against any loss or claim or penalties or damages whatsoever resulting out of non-compliance on the part of the Contractor with the
59262-0
Page 6 of 28 SIGNATURE OF THE TENDERER
Provisions of aforesaid Act and the Schemes framed there under. A copy of the Provident Fund Membership Certificate/PF CODE Number shall be submitted by the Contractor
8. The Contractor shall follow the Provisions of Indian Factories Act and all Rules made there under from
time to time as applicable and shall indemnify the Employer against all claims of compensations under the provisions of the Act in respect of Workmen employed by the Contractor in carrying out the Work against all costs, expenses and penalties that may be incurred by the employer in connection therewith.
9. a). Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads and the like but excluding Service Tax prevailing as on the date of submission of Bids
b) During the operation of the Contract if any new Taxes/Duties/Levies etc are imposed or rates undergo changes, as notified by the Government and become applicable to the subject works, the same shall be reimbursed by VSP on production of documentary evidence in respect of the payment of the same. Similarly benefits accruing to Agency on account of withdrawal / reduction in any existing Taxes and Duties shall be passed on to VSP.
c) The benefit offered by the Agency (other than Service Tax) will be deducted from each bill on the offered percentage basis. Amount so recovered shall be released, limiting to the percentage of benefit offered on the quoted price, only on receipt of credit by VSP.
d) Amount paid by Agency towards Service Tax shall be reimbursed only on production of relevant documents like Registration Certificate and Cenvatable Invoice, as specified in Service Tax Rules.
10. ADVANCE: No advance of any sort will be given by VSP. 11. PAYMENT TERMS: Payment will be made monthly on recommendations of the Engineer basing on the
quantities executed, at accepted rates. 12. MEASUREMENTS; The Contractor shall take measurements jointly with the Engineer or his
Representative and keep joint records for the same. Bills shall be prepared and submitted by the Contractor basing on agreed measurements.
13. INITIAL SECURITY DEPOSIT (ISD): Initial Security Deposit for the work shall be @ 2% of contract price. Earnest Money Deposited by the successful Tenderer shall be adjusted against ISD, and the difference between ISD and EMD shall be deposited in the manner mentioned in the Work Order/Letter of Intent.
14. RETENTION MONEY: Retention Money at the rate of 7.5% of the Bills will be deducted from each bill until this amount together with the Initial Security Deposit reach the limit of retention which is 7.5% of the value of work. The Retention Money shall be released after the satisfactory completion of Defect Liability period after liquidating the defects. For Contracts of value above Rs.100 Lakhs, the limit of Retention Money shall be Rs.7.5 Lakhs plus 5% of the value exceeding Rs.100 Lakhs. For contracts where maintenance period/ defect liability period is NIL the retention money deduction from on account bills will be 5% in case of contracts less than Rs. 100lakhs.
15. Recovery of Income Tax at source will be made from Contractor’s bill and deposited with Income Tax Department as per Rules. Recovery of Sales Tax applicable shall be made from the Contractor’s Bills.
16. SAFETY: a) The Contractor and his workers must strictly take all safety precautions and shall supply to his
workers dependable safety appliances like hand gloves, safety boots, safety belt, safety helmets, duster cloth, dust mask/nostril filter etc. In addition to this, Contractor shall also provide additional safety appliances as per requirement and follow safe working practices like using fully insulated electrode holders etc. He shall also ensure that his workmen intelligently use only dependable safety appliances supplied to them.
b) The Contractor shall take adequate safety precaution to prevent accidents at site. The Contractor shall also ensure that his employees observe the Statutory Safety Rules and Regulations and also those laid down by the Employer from time to time and promptly submit report of accident and state the measures taken by him to prevent their recurrence and also keep the Employer indemnified of all claims arising out of such accidents.
c) No Workmen shall be engaged on the work without proper safety induction and without using required PPE. Use of safety helmet and shoe is must excepting in painting works where shoe will not be used.
d) All the safety appliances required for safe working as decided by SED/Contract operating Department shall be provided by the Contractor to his workmen.
e) Clearance to start the job will be obtained by the Contractor in Form ‘A&B’ before start of work. The Forms may be obtained from the Department concerned.
59262-0
Page 7 of 28 SIGNATURE OF THE TENDERER
f) Works at height cannot be started without clearance from Zonal Safety Officer. The workers engaged for work at height shall possess height pass from SED. The names of workmen working at height or in hazardous areas will be written on the body of Form “B”.
g) Contravention of any Safety Regulation of VSP in vogue from time to time will result into work stoppage, levying penalties and ultimately in Contract Termination.
h) “The Contractor shall ensure that the Welders and Gas Cutters wear cotton dress and leather apron. They shall not wear nylon / synthetic dress. This is required to avoid any fire accident. This must be followed strictly”.
17. SHUTDOWNS: A) Necessary shutdowns will be arranged by VSP to the Contractor for carrying out the work based
on requirement. No claims on account of delayed/prolonged shutdown will be entertained. B) The works assigned to the Contractor by the Engineer from time to time shall be completed within
the time schedule fixed by the Engineer in each case, within the approved shut down period. 18. LABOUR DEPLOYMENT: A) The Contractor shall deploy his Labour as per requirement and as instructed by the Engineer. It
may be necessary to carry out the work round the clock based on requirement and shutdown provided. The Contractors rate shall cover such eventualities.
B) Only trained, experienced, safety inducted workers acceptable to the Engineer shall be engaged on this work. Work shall be executed as per specifications to the satisfaction of the Engineer.
19. SECURITY REGULALTIONS: The Contractor shall abide by and also observe all Security Regulations promulgated from time to time by the Employer.
20. STORING/STACKING OF MATERIALS: Storing/Stacking/Placing of materials shall be only at the places designated by the Engineer.
21. The Contractor, his Supervisors and Workmen shall observe entry and exit timings strictly. 22. After completion of work activity, the site has to be cleared of all debris, construction material and the like. 23. The successful Tenderer shall start the work immediately after obtaining gate passes and safety induction
training and clearance from the Employer. 24. NOTICES: Any notice to be given to the Contractor under Terms of the Contract shall be considered
duly served, if the same has been delivered to, left for or posted by Registered Post to the Contractors principal place of business (or in the event of the Contractor being a Company, its Registered Office), at the site or to their last known address.
25. DEFAULT BY TENDERERS: The Successful Tenderer may be debarred at the discretion of the Company, from issue of further Tender Documents, Work Orders etc., for a specified period to be decided by the Employer in case of: “Undue delay in starting and execution of work awarded, poor performance, backing out from the Tender, non accepting Work Order/LOI during the validity of Tender or non-observance of Safety Rules and Regulations, misappropriation of Company’s materials/property, non- payment of due wages to labour or such similar defaults”.
26. Successful Tenderer should be in a position to produce the Original Certificates in support of the attested copies of relevant documents enclosed along with pre-qualification documents or afterwards, after opening of the Price Bids.
27. Failure to produce the Original Certificates at this stage in support of the attested copies of PF Regn/ITCC/Electrical License/Experience/Qualification, any other documents etc., submitted earlier would result in disqualification and forfeiture of EMD and also liable for debarring from participation in VSP Tenders.
28. If it comes to the notice of VSP at any stage right from request for Registration / Tender Document that any of the Certificates / Documents submitted by the Applicant for Registration or by Bidders are found to be false / fake / doctored, the Party will be debarred from participation in all VSP Tenders for a period of 05 (Five) years including Termination of Contract, if awarded. EMD / Security Deposit etc., if any, will be forfeited. The Contracting Agency in such cases shall make good to VSP any loss or damage resulting from such termination. Contracts in operation any where in VSP will also be terminated with attendant fall outs like forfeiture of E.M.D. / Security Deposit, if any, and recovery of Risk and Cost charges etc. Decision of V.S.P. Management will be final and binding.
29. Failure to execute the work after LOI/WORK ORDER is given will make the party liable for debarring for a period of 2 (TWO) YEARS.
30. In case it is found before / after award of work to the person / agency through Limited Tender Enquiry (L.T.E.), that the same person / agency is proprietor / proprietress / partner of two or more separate agencies and quoted for the same work, then punitive action to the extent of debarring up to 02 (TWO) years from participating in V.S.P. Tenders will be taken.
59262-0
Page 8 of 28 SIGNATURE OF THE TENDERER
31. Contractor shall note that: i). Time for mobilization after issue of FAX Letter of Intent/detailed Letter of Intent /Work Order shall be:
a) 03 (Three) days for Capital Repairs b) 15 days for Civil Works c) 60 days for painting works of Structural Engineering Deptt. d) 07 (Seven) days for Annual Mechanical, Electrical and Works of Technological Assistance /
Cleaning. ii). Re-starting the work after disruption shall be within 04 (Four) to 06 (Six) hours after the
cause of disruption is removed, as decided by the HOD. iii). Notice period for Contract Termination shall be - 03 (Three) hours in the event of
Breakdowns, 02 (Two) days in Capital Repairs and 10 days in other Works Failure to adhere to above stipulation may result in Termination of Contract at Risk & Cost and will make the Party liable for debarring for a period of 02 (TWO) years.
32. SSI Units registered with Govt. of AP/NSIC are eligible for exemption from Payment of EMD/SD as per Clause 13 above including ISD in case of obtaining specific Registration for executing Works/Contracts outside the premises of their Factory/Workshop. Otherwise the above Exemption shall be limited to their line of manufacture/production only. However, in lieu of S.D., a Performance Guarantee Bond in the Prescribed Pro-forma equivalent to the value of S.D. covering the period of contract + defect liability period + 6 months (Claim Period) is to be submitted.
33. Agencies are required to submit Bank Guarantee for the value as decided by the Engineer as a Security while taking out Equipment/Components/Materials of VSP to their Workshop situated outside the VSP premises for carrying out repairs.
34. Govt. Undertakings are exempted from submission of Earnest Money Deposit and Security Deposit as cited at Clause 13 above for executing works in VSP. However, in lieu of the same, a Performance Guarantee Bond in the Prescribed Pro-forma equivalent to the value of S.D covering the period of contract + defect liability period + 6 months (Claim Period) is to be submitted.
35. In case of any statutory revision in the minimum wages payable to contract workmen, by the Government of Andhra Pradesh, Escalation shall be paid as per the following Formula:
V = L x W x (X-Xo) Xo WHERE: V= Escalation Payable L=Labour Content as Percentage of the Work is: 70% (SEVENTY PERCENT) ONLY W= Gross value of work done on the basis of Contract Rates for the period for which variation is applicable X= Revised Average Wages for Unskilled, Semi-skilled and Skilled Categories of Workers as notified by Commissioner of
Labour, Government of Andhra Pradesh, Hyderabad, published in the A.P. Gazette for the period under consideration.
Xo = Average Wage of Un-skilled, Semi Skilled and Skilled Categories of Workers as notified by Commissioner of Labour, Government of Andhra Pradesh, Hyderabad, Published in the A.P. Gazette as on the date of opening of (Single Bid)/Technical Bid (Two Bid System) Envelope-1 in both cases
36. PAYMENT OF MINIMUM WAGES: Wages paid to the Workmen by the Contractor should not be less than the rates notified by the Commissioner of Labour, Andhra Pradesh, Hyderabad published in the Andhra Pradesh Gazette from time to time with regard to the minimum wages applicable to the respective category of workmen plus the ad-hoc amount at the rate of Rs.11-54 ps per working day per workman per category. Wages with ad-hoc amount to the workmen should be paid on or before the 7th of the subsequent month. If 7th falls on a holiday or weekly off day, the payment should be made one day prior to that. Payment of PF for the month, both the employer’s (in this case-contractor) and employee’s (in this case- workman employed by the contractor) contributions should be deposited in the Bank in the permanent PF code number and challan obtained before the 15th of the subsequent month and forwarded to the Engineer”. In case of failure of the Contractor to comply with any of the above, the following action will be taken by VSP.
59262-0
Page 9 of 28 SIGNATURE OF THE TENDERER
LAPSE ACTION BY VSP 1. a) Payment of wages at rates less than
those notified under the minimum wages
b) Non-payment of ad-hoc amount.
2. Non payment of wages
3. Non Payment of PF
4. Delayed Payment of PF
a) An amount equivalent to the differential amount between wages to be paid under minimum wages notification of the Govt. applicable for the period less actual wages paid shall be recovered from the bills as certified by the Engineer. b) An amount equivalent to actual payable towards ad-hoc amount to the workmen engaged for relevant period shall be recovered from the bills as certified by the Engineer. An amount equivalent to wages payable by the Contractor applicable for the relevant period shall be recovered from the bills as certified by the Engineer. Recovery of PF amount and an amount equivalent to maximum penalty leviable by Regional Provident Fund Commissioner for the delayed period under the Provisions of EPF & MP Act and Rules for delayed remittance of PF Contributions (both the Employee’s and Employer’s Contribution), shall be recovered from the bills of Contractor as certified by Engineer. An amount equivalent to maximum penalty leviable by Regional Provident Fund Commissioner for the delayed period under the Provisions of EPF & MP Act and Rules for delayed remittance of PF Contributions (both the Employee’s and Employer’s Contribution), shall be recovered from the bills of the Contractor as certified by Engineer.
37. The Contract period can be extended at the discretion of V.S.P. up to 04 (Four) months at the existing
Rates, Terms and Conditions and the Contractor shall be bound to execute the work accordingly and the offer of the Contractor is deemed to include this aspect.
38. The Tenderers shall note that in case of quoting above the Estimated Value of V.S.P., the L-1 Party shall furnish logical / satisfactory explanation which V.S.P. may seek if felt necessary for quoting such high rates. If the explanation offered by the L-1 Party is not acceptable to V.S.P., the L-1 Party may be recommended for disqualification while re-tendering the work.
39. The Contractor should clearly understand and comply with the Factories Act 1948 and relieve the FEMALE WORKERS from their work site within the restricted working hours prescribed therein under Section 66(b).
40. The following deductions per workman deployed category-wise shall be made from the bills/ amounts due to the Contractor as applicable for the work done and such deducted amounts shall be released as mentioned below:
Recovery amount per Labour per every WORKING DAY (in Rs.) (Ro) S.No
. Component UN-SKILLED SEMI-SKILLED SKILLED
To be released when
01 Notice pay Rs.14.63 Rs.18.40
Rs.22.18
02 Retrenchment compensation
Rs.7.31 Rs.9.20 Rs.11.09
03 Leave with wages
Rs.9.00 Rs.11.33 Rs.13.65
After the Contractor makes payment to the workmen in the presence of Engineer and CLC Representatives. A Certificate to this effect is to be enclosed with pre-final bill. (to be paid with pre-final bill)
Sub-total Rs.30.94 Rs.38.93 Rs.46.92
04 Bonus Rs.12.71 Rs.12.71 Rs.12.71
After the Contractor makes payment to the Workmen in the presence of Engineer and CLC Representatives. A Certificate to this effect is to be enclosed with RA bill / pre-final bill. (to be paid with RA bill / pre-final bill as and when paid by the Contractor)
Grand total Rs.43.65 Rs.51.64 Rs.59.63
59262-0
Page 10 of 28 SIGNATURE OF THE TENDERER
Note: a). i) In case of any statutory revision in Minimum Wages payable to Contract Workmen, by the Government of Andhra
Pradesh, the above recovery amounts for above components per Workman category-wise, are to be revised as per the following Formula; Revised wage (X)
Revised recovery amount(R 1) = Original Recovery amount (Ro) x ------------------ Original wage (Xo)
Where: R1 = Revised recovery amount per working day per workman category Ro=Original recovery amount envisaged in Contract per working day per workman category X = Revised wage per day per category of workman., i.e.,for Unskilled , Semiskilled, and Skilled categories of workers as notified by Commissioner of Labour, Government of Andhra Pradesh, Hyderabad, published in the A.P. Gazette for the period under consideration. Xo = Wage per day per category of workman .ie., for Unskilled , Semiskilled, and Skilled categories of workers as notified by
Commissioner of Labour, Government of Andhra Pradesh, Hyderabad, published in the A.P. Gazette as on the date of opening of Envelope-1.
ii). Wage per day per Workman=(Wage per category per workman per month notified by AP Govt. / 26) iii). Payment against the above components have to be made to the workmen based on prevailing wages of last month pay.
iv). The above recovery amounts are inclusive of 10% towards Profits & Overheads. The actual amount payable to each Workman shall be arrived at by deducting 10% (towards Profits & Overheads) from the above recovery amounts.
PAYMENT MODE FOR BILL AMOUNTS: 41.1 Following are the options available to the Contractors for availing e-payments:
41.1.1 EFT System: Under this System, Banks offer their Customers Money Transfer Service from account of any Bank Branch to any other Bank Branch. The EFT System presently covers all the Branches of about 77 Banks located at 15 centers indicated below, where Clearing Houses are managed by RBI i.e.,
i) New Delhi ii) Chandigarh iii) Kanpur iv) Jaipur v) Ahmedabad vi) Mumbai vii) Nagpur viii) Hyderbad ix) Bangalore x) Chennai xi) Trivendrum xii) Kolkata xiii) Bhubaneswar xiv) Guwahati xv) Patna.
41.1.2 Direct Credit: Suppliers opting for this system may open Bank Accounts with any one of the following
Banks : i) State Bank of India -Steel Plant Branch ii) Canara Bank -Steel Plant Branch iii) Bank of Baroda -Steel Plant Branch
iv) State Bank of Hyderbad -Steel Plant Township Branch v) Andhra Bank -Steel Plant Township Branch vi) UCO Bank -Steel Plant Township Branch vii) IDBI -Visakhapatnam Branch
41.2 The Successful Tenderer shall agree that all the payment due and payable in terms of the Contract will be paid direct to his Bank Account and he shall give the Bank Account Number and the address of the Bank in which the money is to be deposited as per the Format given below: 1) Party Code : 2) Option : RTGS/EFT
3) Beneficiary Details : a) Name of the Beneficiary (Max. 35 characters) b) Bank Name (Max. 35 characters) : c) Branch Name (Max. 35 characters : d) Account Number (Max. 35 characters) : e) Account Type (Max. 35 characters) : (Savings/Current/Over draft) [Mention Code No. also] f) Beneficiary Bank’s IFSC Code (Max. 11 characters) : (For RTGS Mode only) g) Beneficiary Bank’s MICR Code (Max. 09 characters) :
SIGNATURE OF THE PARTY/ CONTRACTOR NAME: DESIGNATION:
59262-0
Page 11 of 28 SIGNATURE OF THE TENDERER
CERTIFICATE
Certified that the above particulars are found to be correct and matching with our records in respect of the above beneficiary.
Sd/-…………… (Signature of the Branch Manager) NAME:
Bank Seal:
41.3 The contractor has to submit their bank account details in VSP format duly certified by conserned benk manager for the purpose of making electronic payment before submission of first running account bill, failing which the bill will not be processed.
41.4 The Successful Tenderer is required to give an undertaking to the Finance Dept of VSP that the payment made by RINL/ VSP of any sum due to him by directly remitting the same in his Bank, the address and the number of which is to be furnished, shall be in full discharge of the particular bill raised by him, and that he shall not have any claim in respect of the same.
41.5 In respect of payment made through Electronic Fund Transfer mechanism or Direct Credit to the Supplier’s / Contractor’s Bank Account, the Supplier / Contractor / receiver should intimate discrepancies, if any, within 10 days from the date of dispatch of intimation letter of payment to them, to Finance Dept of VSP failing which it shall be presumed that the funds have reached their Bank Account and no claims will be entertained after the said 10 days.
42. CLAUSES CONCERNING CENVAT AGAINST EXCISE DUTY:
a) The tenderer shall specify the percentage of CENVAT Benefit on quoted price for which they shall furnish the duty paying documents.
b) The successful tenderer shall take necessary steps to comply with the rules and provisions of central excise and service tax law facilitating VSP to avail CENVAT credit.
c) The amount of CENVAT benefit declared shall be deducted from the tendered price for the purpose of tender evaluation i.e. the evaluation shall be on the net of CENVAT benefit.
d) The invoice raised by the Contractor should clearly mention VSP as the consignee (Consignee: RINL, VSP, A/c: Name of the contractor). It should be ensured that material has been delivered along with the duplicate for transporter copy of the invoice, based on which CENVAT credit is to be claimed.
e) The duty paying documents shall be submitted as soon as the material is procured by the agency for incorporation in the work. The CENVAT benefit offered by the agency will be deducted from each bill on the offered percentage basis and will be released to the extent CENVAT benefit could be availed by VSP. The contractor shall extend all possible help to facilitate VSP to avail CENVAT benefit. If CENVAT benefit could not be availed by VSP due to reasons attributable to the contractor, such amount will not be released by VSP.
f) In the event the CENVAT benefit realized by VSP (based on documents) is in excess of the CENVAT benefit offered by the agency/contractor, the refund will be restricted to the benefit offered by the agency. The excess amount realized from Excise Authorities will be to the credit of VSP only.
g) Material once received in to the factory would not be allowed to go outside the factory premises for any reason. Excess/Rejected material will be allowed to be taken back after complying with the provisions of CE Act.
**************
59262-0
Page 12 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
1
2
Cond No
ITEM NO. 1 OF BOQ: LOADING AND UNLOADING OF BOULDERS
Scope of work: The job involves in loading metallic boulders on
flat car at hot metal de sulphurization plant and unloading the
same at skull breaker yard.
VSP Scope: 1. Crane, flat car & slings will be provided by VSP.
2. Movement of flat cars from HMDP to skull yard and back to
HMDP will be organized by VSP.
Contractor scope: 1. Arranging the required manpower for
handling the boulder and scrap generated.
ITEM NO. 2 OF BOQ: UP-KEEPING OF TLC JAMS
Scope of work:
1.The job involves removal of entire metal jam from TLC by
lancing, cutting etc., The jam cutting by lancing is to be done
in phases for safety of ladles, and while lancing, care should
be taken to avoid any damage to the shell and
linning.
2.Contractor has to undertake removal and re-fixing of disc and
covers/ plates, removal of jams, debris, skull etc., from TLC
and transportation of the same to dump yard or any other place
assigned by the site engineer as well as transportation of iron
scrap to SSD by contractors own transportation and people after
proper weighment at weigh bridge. Removal of any other metal
jams in BF area by cutting and lancing. (other than the
refractory repair times)
3.Payment will be done based on tonnage certified by site
incharge.
V S P scope:
1.Oxygen, lancing pipes and crane for loading will be arranged
by VSP.
Contractor scope:
1.Contractor has to arrange all tools, tackles, hoses and
manpower round the clock to complete the work as per schedule.
2.Contractor should be able to organize the job with in 24 hours
notice.
ITEM NO. 3 OF BOQ: JAM REMOVAL FROM CAST HOUSE & OTHER AREAS
Scope of work: 1. The job involves in cutting & removal of
metal jams on railway tracks, cast house runners, tuyere
platform area, receiving bin of SGP, TLRS etc., 2. Contractor
should supply required no. of lancers in emergency situations
Cond Desc
Proposal No 339090980400
59262-0
Page 13 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
3
Cond No
within 2 -3 hours notice. The no. of lancers to be deployed
will be decided by site engineer depending upon the cricticality
of job for fast revival of tracks
3. Some times the job requires three shifts working. 4.
Transportation of iron scrap to SSD by contractors with
transport and people after weighment. 5. Payment will be done on
based on tonnage certified by the site Incharge.
V S P Scope :1. Oxygen and lancing pipes will be supplied by VSP
free of cost.
ITEM NO 4 of BOQ: TC CHANGING
Scope of work: 1. The job involves removal of blow pipes,
tuyeres, tuyere coolers, refixing the TC , tuyere & blow pipe
back in position properly and ensure zero leakage of blast when
the furnace is started. If the Tuyere/Tc is jammed by the inside
metal then such Tuyere/Tc shall cut and removed by the
contractor with the help of oxygen lancing, while lancing care
should be taken to avoid any damage to BC. 2. The contractor
should mobilise the required no. of man-power within 24 hours
notice period. Contractor should also arrange lancer for lancing
if required. Contractor will arrange all tools and tackles
required for the job. 3.The contractual agency should have a
similar experience of handling the jobs at a furnace.
Contractor Scope: As the job is a highly critical and skilled
one, the agencies with past experience in the same area and who
had executed similar job at BF, are required. The contractor has
to ensure zero leakage of blast when the furnace is restarted.
ITEM NO. 5 of BOQ: LANCER SUPPLY
Scope of work: 1. The job involves removal of metallic jams by
lancing, cutting in any areas of BF and disposal of the same to
SSD by contractors own transport & people 2. The contractor
should supply the required no. of persons with in 24 hours
notice period. 3. Manday means 8 hours working per day per man.
4. Payment will be done based on lancer supply (mandays)
certified by site incharge.
V S P Scope: 1. Lancing pipes and Oxygen required for lancing
will be supplied by VSP.
ITME NO 6 OF BOQ: MUDGUN NOSE CLEANING
Cond Desc
59262-0
Page 14 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
4
Cond No
1. The job involves removal of clay jam from the mudgun
noses,removed from the mudgun and kept in cast house by
chisilling/pocking . 2. The contractor should bring his
manpower as per the requirement. Contractor scope: 1.
Contractor has to arrange the required tools & tackles for the
above work.
ITEM NO 7 OF BOQ: BLOW PIPES & ELBOWS CHANGING
Old blow pipes along with Elbows are to be taken out. New Blow
Pipe along with elbows are to be fixed back by proper wedging
and tie rod fixing. The contractor has to ensure zero leakage of
blast when the furnace is restarted. VSP,s Scope: 1.Water,
Electricity, Compressed air, Crane facility, lancing pipes &
Oxygen for lancing will be supplied by VSP free of cost.
Contractor Scope: 1. As it is a highly critical and skilled
job, the agencies with past experience in the same area and
who had executed similar job at BF, are required.
ITEM NO 8 OF BOQ: BLOWPIPE CHANGING
The job involves removal of blow pipe, fixing the new blowpipe
back in position by proper wedging and tie rod fixing. The
contractor has to ensure zero leakage of blast when the furnace
is restarted. VSP,s Scope: 1.Water, Electricity, Compressed
air, Crane facility, lancing pipes, and Oxygen for lancing
will be supplied by VSP free of cost. Contractor Scope: 1.As it
is a highly critical and skilled job, the agencies with past
experience in the same area and who had executed similar job at
BF, are required.
ITEM NO 9 OF BOQ: TUYERE CHANGING
The job involves removal of blow pipe and tuyere, fixing the new
tuyere, and fixing back the blow pipe in position by proper
wedging and tie rod fixing. If the tuyere is jammed by inside
metal then such tuyere shall be cut and removed by the
contractor with the help of oxygen lancing. The contractor has
to ensure zero leakage of blast when the furnace is restarted.
VSP,s Scope: 1.Water, Electricity, Compressed air, Crane
facility, lancing pipes, and Oxygen for lancing will be
supplied by VSP free of cost.
Contractor Scope:
1.As it is a highly critical and skilled job, agencies with past
experience in the same area and who had executed similar job at
Cond Desc
59262-0
Page 15 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
5
Cond No
BF, are required.
ITEM NO 10 OF BOQ: BREAST COOLER CHANGING.
This item of work consisting of removal of the existing Blow
pipe, tuyers, tuyer coolers & breast cooler and installation of
the new Breast Cooler, tuyer cooler, tuyer and Blow pipe,
aligning & welding of breast coolers with BF shell among other
things shall include but not limited to the following:
1. Removal of Blowpipe, then removal of existing tuyer with
the help of tuyer knocking device which shall be provided by
VSP at cast house. If the tuyer is jammed by the inside metal
then such tuyers shall be cut & removed by the contractor with
help of oxygen lancing. 2. Removal of the existing tuyer cooler
with the help of tuyer cooler knocking device which shall be
issued by VSP at cast house. If the tuyer cooler is jammed by
the inside metal then it shall be cut & removed by the
contractor with help of oxygen lancing. 3. Dismantling of the
existing damaged breast cooler from the mother flange of breast
cooler as per the standard practice of cutting the existing
breast cooler with the help of oxygen lancing. The Engineer
depending on the site condition may adopt improved methods,
if any found convenient for carrying out this work and same
would be followed by the contractor.
4. a) After the removal of breast cooler, the contractor shall
clean the surfaces of the mother flange for breast cooler and
inside area with the help of chisels and pneumatic/electric
grinders.
b) Fixing of the new Breast Cooler by doing required cleaning of
jams inside the Furnace.
5. Marking the center line of the breast cooler and aligning
with the furnace shell strictly as per the drawing to the
satisfaction of the site engineer and making center-line
reference points for the measurement by VSP survey. If any
intolerable deviation is noticed by VSP survey, the contractor
shall immediately deploy his workmen for the
re-work or rectification of the defect at no extra cost.
6. Welding of the breast coolers with the mother flange for
breast cooler shall be commenced by the contractor after
getting clearance from the Engineer. The special electrodes
required for welding the breast coolers shall be provided by VSP
at free of cost.
Cond Desc
59262-0
Page 16 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
6
Cond No
7. After the erection of BC, new tuyer cooler to be fixed. The
contractor shall inform the Engineer to ensure correct
positioning of the tuyer cooler in to the tuyer stock and shall
take clearance for the erection of tuyer.Then tuyer will be
fixed.
8.a) After erection of the new tuyer, the contractor shall
inform the Engineer to ensure correct positioning of the
tuyer in the tuyer stock.After getting clearance Blow pipe
fixing is to be done.
b) All the cooling connections taken out to carry out the job
are to be restored back.
9. After completion of the erection of blow pipe, tuyer, tuyer
cooler & welding of breast coolers, the furnace will be
pressurized in three stages by VSP i.e. . at 0.5 kg/cm2, 1.0
kg/cm2 & 2.0 kg/cm2. In all these stages , the breast cooler
welding joints shall be tested with soap solution for leakages
and the defective weld joints (if any) are to be marked with
chalk by the contractor. Then immediately the contractor has to
carry out the rectification of defects with in the time schedule
as directed by the Engineer. Any blast leakages observed between
BP-tuyere, tuyer and TC sitting, TC & BC sitting will be
rectified immediately by adjustment.
10 If required refixing of BP, Tuyer and TC is to be done to
arrest the leakages to the satisfaction of Engineer.
11 VSP shall provide at cast house all lancing arrangements like
hoses, lancing holder, lancing pipe and oxygen for lancing but
the contractor shall carry out lancing by a skilled and
competent lancer.
ITEM NO 11: TUYERE CLEANING
Scope: 1. Tuyere cleaning involves poking with crow bars/drill
bits to clean the hard/cemented slag. If required hammering is
to be done.
2.After clening the slag, lancing is to be done to cut and
remove the metal jam. Lancing is to be done in intervals by
cleaning the molten metal from the tuyere.
3. Lancing is to be done carefully to avoid burning of tuyere
and TC.
4. Skilled and experienced lancers are required for this job.
5.Once the tuyere is cleaned, lancing is to be done to clean the
Cond Desc
59262-0
Page 17 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
7
Cond No
metal jam infront of the tuyere to expose the coke and till the
entire jam is melted and coke is visible.
6. This job is to be performed on the tuyere platform in hot &
fumes.
Note: Removal of B.P and refixing is not in this scope
ITEM NO 12:STRAIGHT PIPE & REDUCER CHANGING
Scope: Old straight pipe and reducer is to be removed with the
help of CP blocks after cutting the flange bolts. Flange joint
area is to be cleaned properly. New straight pipe & reducer is
to be lifted and fixed after providing suitable packing.
ITEM NO 13: REDUCER CLEANING
1. The job is very critical and to be done carefully and safely
on tuyere platform under difficult conditions of heat and fumes
and the reducer is in fixed position to Bustle main. Cleaning is
to be done standing on some drum/stool below the reducer. While
cleaning solidified /hard slag with the help of crow
bars,chisels,breakers, etc., all precautions are to be taken to
avoid slag falling on the individual.2. Only experienced and
skilled people can do this job.
3. Contractor has to make arrangements like scaffolding/platform
to reach the reducer.4. Some times it may take more than a shift
to clean one reducer depending upon the t ype of slag
filled.5.Cleaning is to be done in position without damaging
the refractory lining of the reducer.
Note: Removal of Blow pipe,Elbow and Straight pipe and refixing
is not in this scope
ITEM NO 14: STRAIGHT PIPE CLEANING
Scope: Cleaning is limited to straight pipe in position only(i.e
fixed to reducer).While cleaning the solidified/hard slag with
the help of crowbars,chisels & breakers, etc., all precautions
are to be taken to avoid slag falling on the individual. Blow
Cond Desc
59262-0
Page 18 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
8
Cond No
pipe, Elbow dropping and fixing back is not in this scope. The
job is very critical and to be done carefully and safely, on
tuyere platform under difficult conditions of heat and fumes.
ITEM NO 15: STRAIGHT PIPE CHANGING
Scope: Old straight pipe is to be removed with the help of CP
blocks after cutting the flange bolts. Flange joint area is to
be cleaned properly. New straight pipe is to be lifted and fixed
after providing suitable packing. It is limited to Straight pipe
changing only. Blow pipe, Elbow dropping and fixing is not in
this scope.
SPECIFICATION
3.0 MATERIALS
3.1All the above tuyer stock items and bolts, nuts, washers,
pins, wedges, nipples & other related items required for the
erection of the tuyers stock items shall be issued by VSP as
free issue. All other steel required for the
dismantling/erection of the tuyere stock items and other
fabrication works including scaffolding and enabling works,
shall be issued at yard near BF complex by VSP at free of cost.
3.2 HANDLING EQUIPMENTS
VSP shall provide the required help of circular crane for
the dismantling/erection of old/new tuyere stock items. However
in case of non-availability of the same due to unforeseen
reason, the contractor shall mobilize the required handling
equipments at his cost without hampering the work progress. The
contractor shall bring required tools and tackles including
chain pully blocks for the erection/dismantling of the tuyere
stock items. The contractor shall bring necessary aligning
instruments like spirit level indicator, plums, twine, piano
wire etc., and align the plates after placement.
All the enabling equipments issued by VSP as enumerated in the
various clauses of the specification are free issue and the
contractor shall maintain them & shall return the same to VSP
stores in good condition after completion of their works.
Any blast leakages observed between any of the members of the
tuyere stock (BP-Tuyere, Tuyer and TC sitting, TC & BC.,
sitting, etc.,) will be rectified immediately by adjustment.
3.3ELECTRODES:
Welding electrodes covered under this specification, will be
supplied to the contractory by VSP free of cost.
Cond Desc
59262-0
Page 19 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
9
Cond No
3.4 VSP shall provide two numbers of single point welding
rectifiers at VSP stores to the contractor as free issue for
carrying out the welding job. VSP welding machines are to be
shifted by contractor as per the requirement of work. The
required welding cable and other welding accessories shall be
under the scope of contractor.
3.5 The DA and oxygen regulators with torch and hoses are to
be brought by the contractor. Oxygen can be drawn from the
nearest available oxygen points in BF Complex and DA cylinders
will be supplied by VSP at free of cost.
3.6 Required oxygen cylinder wherever VSP Oxygen pipe line
net work is not available shall be provide by VSP to the
contractor. The contractor shall collect the required oxygen
and DA cylinders from BF site store.
3.7.The contractor shall bring soap solution to test all their
weld joints during pressure testing of the furnace.
3.8.Necessary steel, pipes, valves, fittings etc. required for
laying of any compressed air and water pipe lines will be
issued by VSP free of cost.
3.9 All the material issued by VSP as enumerated in the various
clauses of this specification is free issue.
4.0 WELDING GENERAL:
The welding and the welded work shall generally confirmed to IS:
816 & 823, unless other wise specified.
4.1 Surface preparation:
The surface shall be cleaned by electric or pneumatic tool such
as abrasive grinders, chipping hammers etc. The tools shall be
used carefully to prevent excessive roughening of surface and
formation of ridges and burrs. The required tools are to be
arranged by the contractor.
4.2 PREPERATION OF JOINTS:
The welding surface shall be smooth, uniform and free from fins,
tearing, notches or any
other defects which may be adversely affect welding and shall be
free of loose scale, slag or any other foreign material.
4.3 DE-SLAGGING:
After making each run of welding, all slag shall be thoroughly
removed and the surface cleaned.
4.4 QULITY OF WELDS:
Cond Desc
59262-0
Page 20 of 28 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
10
Cond No
The weld metal as deposited shall be free from cracks, slag
inclusions, porosity, cavities and other deposition faults. The
weld metal shall be properly fused with the parent metal without
undercutting or overlapping at the toes of the weld. The
surface of the weld shall have a uniform consistent contour and
regular appearance.
4.5QUALIFICATION AND TESTING OF WELDERS:
The contractor shall satisfy the Engineer that the welders are
suitable for the work for which they will be employed and shall
produce evidence to the effect that welders have satisfactorily
complete and appropriate tests as described in IS.877. the
Engineer may at his own discretion order periodic tests of the
welders and/or of the welds produced by them. Such tests shall
be at the expense of the contractor.
5.0 CONTROL IN THE JOB EXECUTION
5.1 The contractor shall conduct the tests in accordance with
the following norm:
Visual examination / 100% of the welding joints
5.2 The following points shall be checked by the contractor for
the weld joints:
i) Correctness & shape of the welded joints.
ii) Incomplete penetration of the weld metal.
iii) Influx
iv) Burrs
v) Undercuts
vi) Cracks in welded spots and heat affected zones
vii) Porosity in welds
viii) Displacement of welded element
6.0 MOBILISATION OF MANPOWER AND RESOURCES
The contractor shall carryout works as per the work schedule. If
the Engineer feels that the works are not progressing as per
schedule, all steps shall be taken by the agency to increase man
power and other resources to complete the work as per the work
schedule.
Cond Desc
59262-0
Page 21 of 28 SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
WORK DESC :
1
2
Cond No
GENERAL TERMS AND CONDITIONS
1.The quantities indicated in BOQ are approximate and may vary.
2.Payment shall be made as per actual work carried out at
corresponding accepted rate.
3.All tools and tackles like shovels, crowbars, gammelas, brooms
etc. are to be supplied by the contractor.
4.All safety appliances like F/R coats, helmet, shoe, dust mask,
hand gloves, safety belts and gum boots etc., are to be supplied by
the contractor.
5.In case of any rain, rain coats are to be supplied by the
contractor for the persons working in open area.
6.The contractor should be able to mobilize extra manpower as and
when required due to certain unforeseen conditions (within 24 hrs.
notice period). He should be able to mobilize manpower as per
requirement.
7.General shift working time is 9.00 AM to 5.30 PM. All persons
should report to duty by 8.30 AM. In case of shift working , the
persons should report as per shift timings.
8.The BOQ and scope of work is indicative and not limited to. Any
work required to be done for completeness, should be done by the
contractor free of cost.
9.The contractor must see all the areas and know details of
work and should quote accordingly after getting himself
satisfied.
10.Sales tax clause
a.Material supplied by vsp: Slings,pipes, valves for water &
compressed air lines
b.consumables supplied by vsp: welding electrodes, lancing pipes,
oxygen,DA gas cylinders.
c.materials supplied by contractor: Nil
d.consumable supplied by contractor: Nil
The deduction of sales tax shall be done as per the rules
prevailing from time to time.
11.Work is to be done and completed to the satisfaction of the area
in-charges.
12.The tenderer should clearly understand and comply with Factories
act 1948.
13. No female worker is allowed in this contract.
SPECIAL TERMS AND CONDITIONS
1.Man day means 8 hours working per day per man.
Cond Desc
PROPOSAL NO : 339090980400
59262-0
Page 22 of 28 SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
WORK DESC :
Cond No
2.Normally the job requires maximum of 30 persons per day. This is
only an indicative figure for understanding of the contractor. The
requirement of number of persons may vary depending upon the site
conditions prevailing at that point of time and will be decided by
the site in-charge.
3.The contractor should be able to mobilize the extra manpower as
and when required due to some unforeseen circumstances/emergencies
within a notice period of 24 hours.
4.The contractor should be able to mobilize the entire manpower
into one shift, as and when required due to some unforeseen
circumstances/emergencies within a notice period of 24 hours.
5.Certification will be done by the area in-charges as per the
work execution. His decision is final regarding payment.
6.Contractor with past experience in Tuyere, Tc,Bc,Bp changing is
required as the job is very critical.
7. The contractor should be able to mobilize the manpower required
as and when needed to execute the tuyere platform jobs at any time,
round the clock within a notice period of 2 to 3 hrs in case of
breakdowns/emergencies.
8. Tuyere platform jobs are to be done in shortest possible time to
start the Furnace at the earliest.
9. Some times these jobs are required to be done on emergency,
during breakdowns which may happen at any cross section of time.
10. All the jobs in this contract will be executed as and when
requirement comes, and the contractor should be able to mobilize
the manpower within the notice period of 8 hours.
Cond Desc
PROPOSAL NO : 339090980400
59262-0
Page 23 of 28 SIGNATURE OF THE TENDERER
ADDITIONAL SPECIAL CONDITIONS TENDER NO :
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc
1
Cond No
SAFETY MEASURES TO BE FOLLOWED
1.All persons must wear safety helmet and safety shoes to be supplied by
the contractor at his cost.
2.All persons must wear f/r coat, hand gloves, dust mask, gum boots
etc., as per the requirement at site and are to be supplied by the
contractor at his cost.
3.All persons required to work at height, under ground chambers,
scaffoldings etc., must wear safety belt. Persons working at heights
should possess height pass issued by the safety engineering department.
Safety belts to be supplied by the contactor at his cost.
4.All persons must have safety induction training before starting the
job.
5.?Permit-to-work? must be taken before starting the given job.
6.In gas prone area, work is to be started after taking clearance from
Energy Management Department.
7.Proper attention is required while on work regarding movement of
ladles, wagons, telphers, cranes, conveyors etc.
8.special care is to be taken for protection from heat and spillage of
hot metal
Cond Desc
Proposal No 339090980400
59262-0
Page 24 of 28 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 1 of 3
TECHNOLOGICAL ASSISTANCE FOR TLC JAM UP-KEEPING, BC,TC, CHANGING,
BLOW PIPES AND ELBOWS CHANGING, LOADING AND UNLOADING OF BOULDERS,
JAM REMOVAL FROM CAST HOUSE AND OTHER AREAS OF BLAST FURNACE
Work Desc :
330101RESP CODE :
1
2
3
4
5
6
7
Item
No.
Loading & Unloading of
Boulders at BF
up-keeping of TLC jams
Jam removal from cast
house and other areas
TC changing
Lancer supply
Mudgun nose cleaning
Blow pipes and elbows
changing
Item Description
NUMBER
METRIC
TONNE
METRIC
TONNE
NUMBER
MAN DAY
NUMBER
NUMBER
Unit
Desc.
5.000
100.000
400.000
25.000
600.000
450.000
20.000
Quantity
6201.77
2696.43
3370.50
24267.84
393.90
458.38
6867.79
Rate
(Rs.)
Amount
(Rs.)
31008.85
269643.00
1348200.00
606696.00
236340.00
206271.00
137355.80
DEPT NAME : BF ENGG DIVN : OPERATIONS
PROPOSAL NO : 339090980400
Rupees Six thousand two hundred one and paise
seventy-seven Only
Rupees Two thousand six hundred ninety-six
and paise forty-three Only
Rupees Three thousand three hundred seventy
and paise fifty Only
Rupees Twenty-four thousand two hundred
sixty-seven and paise eighty-four Only
Rupees Three hundred ninety-three and paise
ninety Only
Rupees Four hundred fifty-eight and paise
thirty-eight Only
Rupees Six thousand eight hundred sixty-seven
and paise seventy-nine Only
59262-0
Page 25 of 28 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 2 of 3
8
9
10
11
12
13
14
15
Blow pipe changing
Tuyere changing
Changing of Breast
Cooler along with tuyere
cooler & tuyere as per
specification and scope
of work mentioned along
with
TUYERE CLEANING
STRAIGHT PIPE & REDUCER
CHANGING
REDUCER CLEANING
STRAIGHT PIPE CLEANING
STRAIGHT PIPE CHANGING
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
30.000
60.000
2.000
15.000
4.000
4.000
4.000
4.000
1224.25
7687.84
75472.10
3955.96
6131.94
3590.38
3340.40
3091.65
36727.50
461270.40
150944.20
59339.40
24527.76
14361.52
13361.60
12366.60
Rupees One thousand two hundred twenty-four
and paise twenty-five Only
Rupees Seven thousand six hundred eighty-
seven and paise eighty-four Only
Rupees Seventy-five thousand four hundred
seventy-two and paise ten Only
Rupees Three thousand nine hundred fifty-five
and paise ninety-six Only
Rupees Six thousand one hundred thirty-one
and paise ninety-four Only
Rupees Three thousand five hundred ninety and
paise thirty-eight Only
Rupees Three thousand three hundred forty and
paise forty Only
Rupees Three thousand ninety-one and paise
sixty-five Only
3608413.63
Rupees Thirty-six lakh eight thousand four
hundred thirteen and paise sixty-three Only
59262-0
Page 26 of 28 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 3 of 3
Signature of I/C Signature of HOD
59262-0
Page 27 of 28 SIGNATURE OF THE TENDERER
FORM’G’
RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT
WORKS CONTRACTS DEPARTMENT BILL OF QUANTITIES (BOQ)
Name of the work : Technological assistance for TLC jam up-keeping, BC, TC, changing blow pipes and elbows changing, loading and unloading of boulders, jam removal from Cast House and other areas of Blast Furnace
TENDER NO: 59262-0
1. The quantities indicated are approximate and may vary to a wide range. Payment shall be made as per the actual work carried out at corresponding accepted rate.
2. Wherever old items are replaced for fixing new items, all related connections are to be made good for proper functioning of new items. Dismantled / old items are to be handed over to the stores.
No. DESCRIPTION UNIT QTY. RATE (Rs.) AMOUNT (Rs.)
As per the detailed Bill of Quantities enclosed in 03 (THREE) pages.
ESTIMATED VALUE ………… (Rupees THIRTY SIX LAKHS EIGHT THOUSAND FOUR HUNDRED THIRTEEN AND PAISE SIXTY THREE only)
36,08,413=63
TOTAL AMOUNT QUOTED IN FIGURES: Rs. _________________________________ TOTAL AMOUNT QUOTED IN WORDS: Rs. ___________________________________________________ ______________________________________________________________________________ only.
UNDERTAKING Name of the work : Technological assistance for TLC jam up-keeping, BC, TC, changing blow pipes and elbows changing, loading and unloading of boulders, jam removal from Cast House and other areas of Blast Furnace Tender No. 59262-0
We hereby confirm that our quoted value for the subject work is after considering the revision in minimum labour wages intimated by the Govt. of A.P. vide G.O.No.6 Dt.18th August, 2009 and we are agreeable for the recovery components towards the final settlement benefits to the contract labour in the Special Conditions of the Contract, revised in line with the revised wages in the LOA / Work Order issued to us, if we are the successful tenderer.
Signature of the tendererDate :
Seal Note: 1. Tenderer shall write their quoted offer both in WORDS and FIGURES. The quoted offer in
WORDS shall be in CAPITAL / BLOCK letters. 2. If there is discrepancy between the amount mentioned in FIGURES and the amount
mentioned in WORDS, the amount as mentioned in WORDS only shall be taken as the quotation of the tenderer.
59262-0
Page 28 of 28 SIGNATURE OF THE TENDERER