31
Page 1 of 31 TENDER DOCUMENTS DAMODAR VALLEY CORPORATION RAGHUNATHPUR THERMAL POWER STATION RAGHUNATHPUR, POST: NILDIH, DIST: PURULIA WEST BENGAL TENDER SPECIFICATIONS FOR RTPS Phase-I (2X600 MW) Transportation of Coal by Road with Truck/Dumper from Collieries / Coal-washery under BCCL to RTPS and Unloading at RTPS Coal yard

NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

  • Upload
    buithu

  • View
    220

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 1 of 31

TENDER DOCUMENTS

DAMODAR VALLEY CORPORATION

RAGHUNATHPUR THERMAL POWER STATION RAGHUNATHPUR, POST: NILDIH, DIST: PURULIA

WEST BENGAL

TENDER SPECIFICATIONS FOR

RTPS Phase-I (2X600 MW) –Transportation of Coal by Road with Truck/Dumper from Collieries / Coal-washery under BCCL to RTPS and Unloading at RTPS Coal yard

Page 2: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 2 of 31

INDEX

v Notice Inviting Tender v Detailed Scope of Work

v General Terms and Conditions

v Special Terms & Conditions

v Commercial Terms &Conditions

v Instruction to Bidders

v Format for BG in lieu of EMD

v Techno-Commercial schedule (Annexure –T).

v Price Schedule (Annexure –P).

Page 3: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 3 of 31

NOTICE INVITING TENDER

Page 4: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 4 of 31

DAMODAR VALLEY CORPORATION OFFICE OF THE CHIEF ENGINEER

RAGHUNATHPUR TPS & PROJECT HEAD PANCHET DUMDUMI, PO-NILDIH-723133, DIST-PURULIA (WB).

PHONE/FAX: 03251201466/06540-286308 E-mail- [email protected]

NIT No. CE/RTPS/CHP/MECH/3083 Date: 09.01.2013

OPEN TENDER NOTICE

For and on behalf of Damodar Valley Corporation, sealed tenders (in duplicate) in TWO PARTS containing 03 (three) envelopes (A,B&C) – Earnest Money Deposit (EMD) alongwith Cost of Tender Paper (if applicable) (Envelope-A) & Techno Comml. Bid (Envelope-B) forming PART-I, Price Bid (Envelope-C) forming PART-II are invited by Superintending Engineer(Mech), RTPS, DVC, Dumdumi, Post:- Nildih, Dist:- Purulia (WB), Pin Code – 723133, for execution of the under mentioned work from the experienced bidders only. The sealed tenders are to be submitted by marking the sealed envelopes correctly as EMD (Envelope –A)/PART-I & Techno - Coml. Bid (Envelope-B) / PART-I & Price Bid (Envelope-C) / PART-II respectively as stated above. BRIEF SCOPE OF WORK: Transportation of Coal by Road with Truck/Dumper from the following Collieries / Coal-washery under BCCL to RTPS and Unloading at RTPS Coal yard. COST OF TENDER PAPERS / DOCUMENTS: Rs. 3,000/- (Rupees Three Thousand only) (Non-refundable). ESTIMATED COST AND EARNEST MONEY: The tender is for transportation contract for different distance slabs as mentioned below along with the relevant details :

S.N.

Distance Slab (in KMs)

Estimated Distance (KM)

Estimated Qty per day (MT)

Estimated Qty for the contract (MT)

Estimated cost (Rs.)

Earnest Money (Rs.)

A 30 to 50 39 1500 30000 7148700/- 142974/- B 51 to 70 53 1000 20000 6317600/- 126352/- C 71 to 100 84 1000 20000 9710400/- 194208/- D 101 to 125 115 1500 30000 19251000/- 385020/-

SALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013

(between 10.00 am to 1.00 pm) DATE OF PRE-BID CONFERENCE : 01-03-2013 at 11.00 A.M. LAST DATE OF SUBMISSION OF TENDER: Up to 3.00 P.M. on 07/03/2013. OPENING OF TENDER: 3.30 P.M. on 07/03/2013. TIME OF COMPLETION OF WORK: 60 days from the start.

On the due date of tender opening, first documents related to Earnest Money and Cost of Tender Paper (if

applicable) will be checked. Only after receipt of requisite earnest money and Cost of Tender Paper Paper (if

applicable) in proper form and amount, the Techno-commercial Bid will be opened. The Price-Bid of techno-

Page 5: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 5 of 31

commercially qualified bidders shall be opened at a later date which shall be intimated to the individual

qualified bidders.

Non-transferable tender papers / tender documents will be available at the office of the Superintending Engineer (M), DVC, RTPS, Raghunathpur, Post- Nildih, Dist- Purulia, Pin- 723133, W.B. on all working days w.e.f. 30/01/2013 to 27/02/2013 (between 10.00 am to 1.00 P.M.) except Sundays, 2nd Saturday and Holidays against cash receipt of Rs. 3,000/- (Rupees three thousand) only (non-refundable) issued from the office of the Addl. Chief Accounts Officer, RTPS, DVC.

Alternatively, the complete bid documents / tender papers are also available on DVC’s

Websites – “www.dvctender.com” and “www.dvcindia.org”. The intending tenderers may also download the tender document from the said websites for participation. In such case, tender fees for Rs. 3000/- (Rupees Three thousand) only (non-refundable) is to be submitted in the form of “Demand Draft / Banker’s Cheque” favouring “Damodar Valley Corporation,RTPS.” payable at Bank Of India, Raghunathpur (Branch Code – 4381) or Canara Bank, Raghunathpur (Branch Code – 3402) and the same to be placed in the Envelope A along with EMD.

If last date of sale of tender paper and/or date of submission & opening of tender is declared a holiday or there is unavoidable functional disruptions at our premises, due to unforeseen circumstances or administrative reasons, then the tender will be opened in the next working day at the same time. Tenders received after scheduled time and date fixed for the purpose will not be considered valid. DVC will not accept any responsibility for delay in submission of tender beyond scheduled time and date fixed for the purpose.

For obtaining tender papers, the intending tenderers shall apply to the Superintending

Engineer (Mech), RTPS, DVC enclosing documents of credentials (Xerox copies) as mentioned below under the “Qualifying Requirement” along with valid STCC /VAT of the firm.

Note:- Documents of credentials (Xerox copies) relating to the ‘’Qualifying Requirement’’ must also

accompany the Techno-Commercial Bid (i.e Part-I - Envelope-B).

QUALIFYING REQUIREMENTS:

1.) Qualifying Requirements (For individual slab A,B , C and D basis) :

(i) The intending Bidder shall furnish - Credential / experience of having completed similar works during last 07 years ending last day of month previous to the one in which offers are invited and should be either of the following:

a) Three similar completed works each costing not less than the amount equal to 40% of the estimated Cost or b) Two similar completed works each costing not less than the amount equal to 50% of the estimated Cost or c) One similar completed works costing not less than the amount equal to 80% of the estimated Cost.

• Similar works shall mean “loading ,transportation, unloading of ROM coal/Crushed coal/Coal Mill reject/ middling/minerals such as iron ores, Dolomite, Manganese, Bauxite, lime stones from collieries /mines/ washeries/siding under public sector undertaking/ govt./semi govt.organisations / joint sector enterprises (managed jointly by govt. and Private Agency)/PSUs and pvt. Ltd/ private organization of repute as a contractor/transporter under its own capacity and accountability to any beneficiary in the country”.

• Completed work means – “ the executed/completed portion of work, even if the work has not been completed in totality (subject to furnishing proof of executed value of the work in the form of certified copies of RA Bills,but not less than the amount under (a)or (b) or(c) as the case may be)”.

Page 6: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 6 of 31

(ii) Average annual turnover of preceding three years ending on (31.03.12) should not be less

than 30% of the estimated cost. (iii) Transporters in the capacity of Pvt.Ltd. co./Partnership/sole proprietorship firms

etc.should be at least three years old in the operation of similar work defined above and have to establish by giving adequate documents in the form of W.O/P.O. copies of consecutives previous three financial years.

(iv) The bidder must submit the scanned copy/ photocopy of following essential documents (Self attested with seal) in support of fulfillment of qualifying requirement, as fixed for the tender along with their offer, failing which their offer shall not be considered.

(v) Copies of WO/WOs together with successful execution/completion certificate or documents like payment made or any other instruments in respect of furnished orders which can show the execution of the same is required for compliance of qualifying requirement. W.O. date will be considered for the purpose of credential.

(vi) Credential in respect of JVC cannot be utilized in a single name. (vii) Consortium may be allowed provided they show the required credential in the name of JVC

as follows: a)The participating Joint Venture companies formed by two or more firms shall have one firm as a “lead partner and one or more firms as “other partner(s). b) The lead partner shall meet all the eligibility criteria in respect of similar executed works and their performance. The lead partner shall also meet not less than 40% of the minimum financial requirement specified for participation in the job. c) The other partner(s) shall meet not less than 50% of the minimum credential of similar executed work and their performance and 25% of the financial requirement for the job. d) The financial credential of each of the partners of the joint Venture Firms added together shall comply with minimum qualifying requirement as stated in the NIT. e) The lead partner shall be authorized to incur liabilities and receive instruction for and/or on behalf of partners of Joint Venture and the entire execution of the contract including receipt or payment shall be done exclusively through lead partners. The authorization shall be authenticated by submitting power of attorney signed by the legally authorized signatories of all the partners as per approved proforma of DVC. f) All the partners of the Joint Venture Companies shall be liable jointly and severally for the execution of the contract, if awarded, in accordance with the settled terms & conditions and a copy of agreement entered into by the Joint Venture partners having such provision shall be submitted with the bid. A statement to this effect shall be included in the authorisation mentioned under (e) above. g) The Joint Venture of the firms shall furnish all the required information as asked for in the NIT / GCC / Specification in respect of each of their partners in their bid. In case of successful bid, the form of agreement shall be signed so as to be legally binding on all the partners.

(viii) Certified (by Chartered accountant/Auditor) copy of average annual turnover of

preceding three years & Working Capital position as on 31.03.2012.

(ix) The bidder should also furnish scanned copy/ photocopy of following documents:- a) Annual accounts report, Balance sheet, profit and loss account as Certified by Chartered accountant/Auditor, of preceding three years (ending on 31.03.12). b) A latest bank solvency certificate access to the credit facility from their Banker's (other than Co- operative and Rural Bank) regarding financial soundness incase of inadequacy of own working capital. c) Status of organization (i.e. sole proprietorship/ Partnership or Company) with documentary evidence.

(x) The intending bidder must enclose self attested scanned copy /photocopy of documents

regarding status of the bidder where it is company incorporated under companies act, Memorandum of association & articles of association Company registration certificate and whether the bidder is a partnership firm or individually owned,a copy of partnership deed &

Page 7: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 7 of 31

empowerment in favour of partner carrying on business and or affidavit whether the eligible bidder is an individual.

(xi) Statuatory documents to be furnished are :

a) Scanned copy/ photocopy of WBVAT / JVAT Registration certificate and Service tax Registration certificate. b) Scanned copy/ photocopy of PAN no. with document.

(xii) Certificate of no relation in DVC (in original by the signatory of the bid.) (xiii) The intending bidder must furnish an undertaking to mobilize adequate no. of

dumpers/trippers and payloader to meet the required quantity of coal for transportation to RTPS site.

(xiv) The minimum normative transit and loading losses as percentage of the quantity of coal shall be considered as 0.2% at RTPS.

(xv) Firms/tenderers are expected to quote for a quantity/works not less than 50% of tendered quantity/works. Offers for quantity less than 50% of tendered quantity will be considered unresponsive and liable to be rejected in case cartel formation is suspected. DVC, however, reserves the right to order on one or more firms for any quantity.

Note: Ø The firm has to quote separately for individual slab. Ø If the bidder quotes for any one slab he has to meet the credential mentioned in the

respective slab. Ø If the bidder quotes for more than one slab, then credential required will be as per the

total estimated cost of those quoted slabs.

-Sd- Dy. Chief Engineer (M) DVC, RTPS, Raghunathpur

Page 8: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 8 of 31

DETAILED SCOPE OF WORK

Page 9: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 9 of 31

DETAILED SCOPE OF WORK:

a) Contract for Loading (if loading not done by colliery itself) of Coal at Colliery Pit Heads / Stack Yards,

Transportation of Coal by Road with Truck/Dumper from the following Collieries / Coal-washery under BCCL to RTPS and Unloading at RTPS Coal yard.

b) The tender is meant for different distance slabs as mentioned below: S.N. Distance Slabs A From 30KM to 50 KM B From 51KM to 70 KM C From 71KM to 100 KM D From 101KM to 125 KM

c) Location of Colliery areas / Coal-washery, Tentative routes and distances to RTPS and tentative

availability of coal at each area / washery per day and for the contract are as below: S.N. Colliery area /

Coal-washery Tentative routes and distances Tentative

quantity per day

(MT)

Tentative quantity for

the contract

(MT) 1 Chanch Victoria

(CV) Area (Dahibari and Basantimata)

39 KM via Sarwari More, Jhadukhamar to RTPS Coalyard

1500 30,000

2 Bhojudih Washery 53 KM Paharighora, Dubra, Raghunathpur, Jhadukhamar to RTPS Coalyard

1000 20,000

3 Lodna area (N. Tisra and S. Tisra)

84 KM via Phusbangla, Digwadih, Chandankiyari, Paharighora, Dubra, Raghunathpur, Jhadukhamar to RTPS Coalyard

1000 20,000

4 Kusunda Area (Kusunda and Dhansar)

115 KM via Tetulmari, Gobindpur, Kalyaneshwari More, Neyamatpur, Saktoria, Jhadukhamar to RTPS Coalyard

1500 30,000

The above routes and distances are tentative which may vary during execution of contract.

d) Depending on the conditions during actual execution of the work, the Contractor may be required to load the trucks/ dumpers at the supplying collieries from the available coal stock either at the surface or at the colliery/colliery pit-head. All sorts of expenses, be it contingencies or statutory taxes, levies etc. applicable by the governing laws of the State, shall be borne by the contractor.

e) SCHEDULE OF TRANSPORTATION: The schedule of transportation alongwith quantity and source shall be allotted to the Contractor(s) on the basis of availability at Colliery end as per allocation made thereof by the concerned Colliery authorities. DVC will not be responsible for non-availability of coal at Colliery or failure on the part of the Colliery to supply coal.

f) DVC does not give any guarantee for the quantum of work to be performed by the party. The quantities mentioned in the tender are only indicative and maximum limit may vary depending up on the availability of coal. However, except Force Majeure conditions and the situations beyond DVC's control, DVC will put its effort to the extent possible to minimize any variation with respect to the estimated quantity.

g) LOADING CHARGES: If loading is done by the respective siding (s) of the coal company, the same will be deducted from the Transporter's bill accordingly at the actual cost charged by the coal companies.

h) JOINT SAMPLING: Joint sample may be collected from loaded trucks at loading end as well as unloading end by the representative of RTPS & Transporter and testing will be done in the DVC Lab in presence of representative of transporter or DVC or Govt. lab selected jointly by both party to ascertain that the quality of coal unloaded at RTPS is same as loaded at colliery end in terms of GCV. In case there is a quality variation, more than tolerance as specified in tolerance clause, penalty will be imposed as mentioned in penalty clause.

Page 10: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 10 of 31

i) TRANSPORTATION ARRANGEMENTS - The contractor shall deploy sufficient number of truck/ tipplers/dumpers to complete the allotted work. All arrangements of trucks/tipplers/dumpers and public carriers, their permits, legal documents etc. for the vehicles used by the Contractors to ply on public roads, shall be made by the Contractor at its own risk and cost. The Corporation shall in no way be responsible for arranging any truck/tippler/dumper or for securing permits etc. and will not be liable for any kind of loss arising out of non-existence of such instruments/ permits etc. The Contractor shall indemnify the Corporation against all police action for any breach of Rules & Regulations of the Police Department or violation of RTO Rules & Regulations or for any incomplete papers of the trucks/tipplers/ dumpers made knowingly or unknowingly by the contractor.

j) HOURS OF WORK – Normally the loading of coal at the supplying Collieries/ washeries will be carried out on daily basis limiting to 06 (six) days in a week from 6:00 am to 9:30 pm or as per prevalent practice followed by respective colliery authorities. At RTPS weigh Bridge, the trucks/dumpers will be normally received for unloading on daily basis round-the-clock, even on Sundays and Holidays. However, this unloading period can be altered / recast from time to time at the discretion of RTPS authority depending on the prevailing governing situation.

k) Contractor must ensure the following – (i) Lumpy pieces of coal above 200 X 200 X 200 mm size are not transported to RTPS. Only coal

stock is transported which have been specified by the concerned Colliery and DVC. (ii) Stones, shales or any extraneous materials' are not loaded and transported to RTPS. (iii) Extraneous materials if found after joint inspection during unloading shall be taken away by the

transporter after weighment. It shall be responsibility of contractor to assure loading of quality coal free from stone, Boulders, soil & any other extraneous material and size of coal lower than 200 X 200 X 200. In case of any difficulty, the contractor shall normally inform in writing to the Chief Engineer & HOP , RTPS, DVC and to the Manager/Agent of the concerned Colliery.

l) CONTRACTOR'S SITE OFFICE AND ACCOMMODATION - (i) The contractor must maintain a business place or office at the site so that at the time of

emergency, they could be contacted to take up any of the work as mentioned above. (ii) Subject to availability DVC may provide unfurnished accommodation on chargeable basis.

m) QUANTITY :

(i) The total quantity to be transported indicated in tender is tentative quantity only and the same is liable to increase or decrease as the situation warrants & it will be depending upon the allocation of coal from the concerned colliery. DVC is not responsible for non-availability of coal at colliery end or allocation thereof by the competent authority. The management also reserves the right to execute the work partly by other agency without assigning any reason whatsoever and without incurring any liability to any compensation.

(ii) Tolerance of ± 5% in contractual quantity will be allowable. (iii) Quantity of transported coal will be assessed on the basis of weighment of Loaded & Unloaded

tripper/truck/hyva at unloading point of RTPS end. The contractor will have to submit challan in quadruplicate for every tripper /truck /hyva of coal duly signed by representative of coal company weighbridge attendant at loading end/CISF deputed at loading end. The transit loss will be assessed on the basis of challan weight and actual weight at unloading end and penalty will be applicable in case loss will be more than allowable quantity of 0.2%.

(iv) Representative of contractor may witness the calliberation of weighbridge at unloading end (i.e.weightment of their truck/tripper/hyva at unloading end).

n) QUALITY : The performance of contractor for quality shall be measured in term of presence of stone/boulders and GCV of receipt coal at unloading end w.r.t. the parameters fixed and the penalty shall be applicable for deviation.

i) The contractor is supposed to bring stone-free coal which is impractical in actual practice as some small size stone are mixed during mining but transportation of boulders (big stone) free coal is possible. Considering the actual fact, the acceptability of stone shall be considered up to 0.2% of the coal receipt. The penalty as mentioned in penalty clause on stone on transporter would be levied above allowable tolerance as per the actual stone segregated & weighed at unloading point in a month.

Page 11: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 11 of 31

ii) The allowance of 250 Kcal/Kg would be provided considering that there may be sampling error of 250 Kcal/Kg between tests carried out on the same lot which is the standard band as mandated by CIL and other power generating companies are also considering. The difference above the allowable tolerance penalty will be applicable as mentioned in penalty clause.

o) PENALTY : (i) Subject to “Force Majeure” conditions due to the reasons not attributable to the DVC, if the

Contractor fails to carry out targeted quantity (in MT) of coal as per schedule a penalty shall be levied on the following rates :

a) For shortfall up to 5% of the scheduled quantity- Nil. b) For short fall above 5% of the scheduled quantity – Rs. 5.00 (Rupees five) only per

ton on entire shortfall quantity.

(ii) In order to have control over movement of truck contractor shall be required to get loaded trucks weighed at the weighbridge authorized for respective loading point by Coal companies and the shortfall enroute should be fixed by shortage in quantity in excess of permissible tolerance of 0.2% as found at RTPS end shall be borne by the contractor double the cost of short delivery of coal along with other taxes/levies etc. as applicable & shall be recovered from the contractor . The recovery will be made from the transport bill.

(iii) The penalty on lower GCV would be imposed on contractor as per formula given below.

(a) Up to a differences of 500 Kcal/Kg(Lower side) between the GCV of loading end & unloading end, the penalty would be imposed as

(GCVlp --- GCVulp-250) Rs. = Qty received at lower GCV X ---------------------------------- X Transportation rate

GCVlp (b) Differences above 500 Kcal/Kg(Lower side) between the weighted average GCV of loading end

& unloading end, the penalty would be imposed as (GCVlp ----GCVulp-250)

Rs. = Qty received at lower GCV X ----------------------------------- X Landed cost of coal GCV lp

Where GCVlp- weighted average GCV at loading end. GCVulp-weighted average GCV at unloading end calculated for the contract & deduction will be made on running bills.

(c) Penalty on Stone receipt at unloading point(TPS end) more than 0.2% of receipt Quantity:

Penalty shall be levied from transporter @ 150% of coal landed price for the quantity of stones above 0.2%. The penalty shall be applicable on the aggregated quantity of stone received and segregated as %of aggregate quantity of coal transported during contract period.

(d) In addition to the imposition of penalty as above the project head of RTPS shall have the power to terminate the contract on 07(seven) days notice in writing and in such case the security deposit and/or earnest money deposit of the successful bidders shall stand forfeited and will be at disposal of the corporation. Alternatively project head may award the work to any other party for execution of same and in such case the extra cost thereof, if any shall be borne and paid by the successful bidder and may be deducted from any amount due to him by the Corporation under this contract or othewrwise or from his security deposit/earnest money deposit.

p) ESCALATION: Escalation/de-escalation due to variation of diesel price : In the event price of diesel is

increased or decreased by Govt. from the date of opening of quotation or during the period of contract including period of extension, if any, the formula given herein shall be applicable and binding. I = (Dx2)/dx(Pl-Po)/Q where :

I = increase/decrease in transport rate per tone/KM, D= Distance of the colliery from Thermal Plant(as jointly measured/surveyed)., d = Average run/liter of the vehicle which may be taken as 2.5 Km/liter. Pl = Price of diesel per liter on the date of transportation. Po = Price of diesel on the date of opening of quotation.

Page 12: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 12 of 31

Q = Total tonnage carried in previous month before the date of increase in the price of diesel/number of corresponding trips during the same month. (i.e. average carrying capacity).

In case there is diesel price rise/fall between the date of opening of quotation and the starting of the work then “Q” can be calculated based in first three months (90 days) actual transported quantity and the corresponding number of trips for the said 03(three) months.

Page 13: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 13 of 31

SPECIAL TERMS & CONDITIONS

Page 14: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 14 of 31

SPECIAL TERMS & CONDITIONS :

(i) DVC is developing infrastructure for implementation of GPS system for continuous tracking of coal vehicle movement. On development of Infrastructure, installation of GPS system in each vehicle which will be engaged by transporter for coal transportation will be mandatory. On assessment of coal requirement and considering the ordered quantity to be transported by DVC & contractor, DVC RTPS will issue gate passes for entry of vehicle and DVC will install GPS system for effective tracking of all the vehicles in route and controlling mishandling/malpractice in the routes. The transporter shall deploy sufficient number of truck/tripper/hyva to cater the coal requirement of RTPS.

(ii) On installation of GPS system by DVC, Vehicle should be engaged by transporter at least 12(twelve) months in DVC for transportation of coal and ash and incase that vehicle will be engaged other than DVC, the total cost of installation of GPS will be recovered from bill/SD of transporter. Further, in case other vehicle will be engaged by transporter in place of GPS installed vehicle, the cost of installation of GPS will be borne by transporter. No vehicle without installation of GPS system will be allowed for transportation of Coal.

(iii) The transporter shall have to ensure that GPS system installed in the vehicle are functional all the time and incase of non-functional vehicle will not be allowed for transportation of coal and installation cost will be recovered from the transporter.

(iv) The transporter shall have to ensure that the loaded vehicle will move only pre-determined route. (v) Loading of truck/tripper/hyva will be done in day light for quality coal loading. In case Loading will be

required in night, transporter shall have to arrange flood light for loading of quality coal free from extraneous material.

(vi) The truck should be loaded up to the level and quantity which do not contradict RTO Rule in this respect, which is statutory and binding in nature. The top level of loaded truck should be firm and flushed and the loaded truck should be covered with tarpaulin to avoid spillage and dust nuisance and water increases in rainy season on the way.

(vii) On weighment of coal loaded vehicle the representative of transporter/DVC will communicate the same to designated official/Engineer in-Charge to put the vehicle in tracking system.

(viii) Transporter shall have to liaison with authority/official of coal companies/colliery for allotment/allocations of quality coal free from extraneous material for transportation to RTPS of DVC.

-----------

Page 15: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 15 of 31

GENERAL TERMS &

CONDITIONS

Page 16: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 16 of 31

General Terms & Conditions

1. The Contractor shall be responsible to comply with all Law of the land including labour rules and acts in vogue or as may come into vogue during the validity of the contract and shall indemnify DVC against any claim arising out of any non-compliance/or accidents to the Third Party.

2. EPF provision shall have to be made by the Contractor. Provident Fund Registration details

with name of staffs & code Nos. must be submitted to appropriate authority when the situation warrants.

3. The contractor shall have to follow all safety rules at the time of execution of work. All

safety equipment as required during execution of the contract shall be supplied by the contractor to the workmen without any extra cost to DVC.

4. The contractor shall abide by the legal provision with regard to health, Welfare & safety of

workers engaged by him as per factory act and rules. The contractor shall also be responsible for medical care of personnel engaged.

5. Exgratia /Bonus, leave salary, retrenchment benefits etc. under statutory levies shall be paid

by the contractor to their laborers as per Bonus Act/ other rules at his own cost. No extra payments shall be made by DVC in this regard.

6. The Contractor shall be responsible for compliance of all the rules and regulations of the

land as detailed but not limited to the following prevailing acts. Factory Act, Minimum Wages Act, Payment or Wages Act, Bonus Act, Contract Labour (Regulation and Abolition Act) as prevalent and the Rules and Regulations made therein from time to time and shall indemnify and hold harmless the purchaser against any claim arising out of compliance or non compliance and / or accident to the third party. The Contractor shall obtain necessary certificate from Govt. Labour Officer that all legal formalities of the prevalent labour contract (R&A) Act have been completed by the Contractor.

7. The Staff engaged by the Contractor should not be under addiction of drug / liquor while on

duty. It would be obligatory on the part of the Contractor to remove any such worker /workers from the job whose action or conduct in the opinion of DVC management is detrimental to the interest of the Corporation.

8. The Contractor shall be fully responsible for his engaged workers with regard to terms of

employment/services. DVC should not be held responsible in any manner, whatsoever, in respect of workers engaged by the Contractor for carrying out the work at RTPS, DVC.

9. No child labour shall be engaged for the work by the Contractor as per statutory rule

of Govt. of India. 10. Agreement: The contractor shall execute an agreement in DVC’s prescribed format (T – 3). 11. The Contractor shall have to maintain all statutory registers as required under the

(a) Contract Labour Regulation and Abolition Act. Payment of Wages Act, (b) Minimum Wages Act, Factory Act etc.

The statutory return to be submitted to the Personnel Department/ Statutory bodies as required under the Acts and Rules.

Page 17: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 17 of 31

12. Details of mobilization including materials and men etc. should be furnished to the

Engineer-in- Charge of DVC before commencement of the work. 13. The contractor shall satisfy himself with the nature / extent of work to be executed

and where necessary with the site condition and other relevant matters and details before submission of the offer. In case any discrepancy is found in the specification, the tenderer must bring in writing such discrepancy to the knowledge of DVC with a request for resolution / interpretation and obtain DVC’s decision before submission of the tender. In absence of such request before submission of the tender it will be presumed and agreed to that in case there exists any discrepancy, DVC’s decision / interpretation shall be final and binding on the tenderer to comply with without any commercial implication to DVC.

14. During execution of the jobs by the Contractor if it is observed by DVC that the work

performed by the Contractor is not found satisfactory, the competent authority of user section of DVC shall have the right to get the work done by engaging external agencies at the cost and sole risk of the Contractor.

15. Earnest Money will be refunded to only the unsuccessful Tenderer(s) after finalization of Tender

and no interest will be paid thereon.

16. Issuance of the tender papers / documents shall not automatically imply qualification of the firm for bidding – which shall be determined during bid evaluation.

17. DVC reserves the right not to accept the lowest rate quoted by the bidder and may reject any or

all the tenders without assigning any reason whatsoever. 18. All legal suits arising out of the enquiry and subsequent Letter of Intent /Work Order, if any are

subject to jurisdiction in the Court of City of Kolkata in India and no other Court elsewhere. 19. Any addendum/corrigendum/extension, if required, pertaining to the NIT will be hoisted in DVC

website only and will not be published in Newspaper again. Bidders are requested to visit DVC website regularly for any addendum/corrigendum/extension till opening of the said NIT.

20. If last date of Sale of Tender or date of submission of Tender is declared holiday, the due dates

will be the next working days accordingly. 21. If any tenderer withdraws his tender before its acceptance or refuses without giving any

satisfactory and acceptable explanation therefor, the tenderer shall be disqualified for taking part in any tender in DVC for a period of 1 (one) year.

22. In case, any tenderer refuses to carry out the work after acceptance of his tender without any

satisfactory and acceptable reasons therefor, the tenderer shall be disqualified for submission of tender/quotation in DVC for a period of 2 (two) years.

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

Page 18: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 18 of 31

COMMERCIAL TERMS &

CONDITIONS

Page 19: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 19 of 31

COMMERCIAL TERMS & CONDITIONS:-

01) The job/s is/are to be performed independently as per direction of the Engineer in-charge or his authorized representative.

02) The contractor must maintain all the tippers and pay loader in good working condition for which necessary group of competent operating & maintenance staff along with spares & consumables to maintain at site so that work does not hamper.

03) Tippers to be deployed for the subject job should have fitness certificate from the competent authority and other valid statutory papers such as road permit, tax token, pollution control certificate, insurance etc. as per M.V.Act. On demand copies of such papers are to be submitted to the Engineer-in-charge whenever required. The corporation shall in no way be responsible for arrangement of vehicle or securing permits etc. and will not be liable for any kind of loss arising out of non-existence of such permits etc.

04) If the successful bidder on placement of work order fails to commence the work as per direction of Engineer in-charge within the time frame mentioned in the LOA/LOI/WO or if he refuses to carry out the work after acceptance of their tenders, they shall be disqualified for submission of tenders in future for a minimum period of 2(two) years including forfeiture of instant EMD & Security Deposit as the case may be.

05) Successful bidder on placement of work order has to obtain requisite license(s) from the appropriate authority for execution of the subject job if so required and shall abide by fully the provisions of the statutes/rules may be applicable.

06) Contractor’s representative either self or authorized personnel should be available at RTPS end during the period of transportation of coal.

07) DVC shall have no responsibility for any damage of equipment by destruction or otherwise for any reason whatsoever and shall have no liability to pay any compensation to the person including the operators/helpers & other staff of the coal tippers and pay loaders being involved in any accident. The contractor shall take full responsibility on all such matters including the statutory requirement by law.

08) The contractor shall bear all the charges for running of the equipments including. a. Wages allowances and other emoluments of the operating & maintenance personnel. b. Repair and maintenance of tippers and pay loaders. c. Diesel oil, hydraulic oil, lubricant etc. d. Tyres, tubes and other spares etc.

09) Contractor will have to arrange the accommodation of their deployed manpower for the job at their own cost and arrangement. However, accommodation to the site staff of transporters may be provided on chargeable basis subject to availability at TPS.

10) The contractor must maintain business place or office at site so that in time of emergency, they could be contacted to take up the works.

11) Neither the contractor nor the person employed by him/them for this contract shall be entitled to medical or any other benefit from the Corporation.

12) DVC reserves the right of engaging any number of contractors for this work if felt necessary in the interest of the Corporation’s work. If orders are placed on more than one contractor for transpiration of coal from same colliery/site, every contractor should co-ordinate with other contractor regarding weighment, unloading, stacking etc. and also with colliery authorities.

13) The successful bidder/s on placement of work order/LOI shall have to start the coal transportation work within 15(fifteen) days from the date of issuance of the respective LOA/LOI/Work Order or as per direction of Engineer In-charge, failing which LD will be deducted at the rate of 0.5% of order value for per week delay or part thereof subject to maximum delay of one months. Even if the transportation work is not started by the successful bidder after one month of placement of LOI/Work Order, there EMD/SD may be forfeited and the contract may be terminated by DVC and awarded to other transporter without prejudice to its right.

14) Subletting of the contract/part contract will not be permitted. 15) The contractor should furnish P&T/Mobile No. to Engineer in-Charge for emergency need.

Page 20: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 20 of 31

16) DVC may terminate / short close the contract by not less than 30 days written notice to the bidder, to be given after occurrence of any of the events specified in the Sl. No. (a) to (d) of this clause and 60 days in the case of the event referred to Sl. No. (e) & (f) below.

a. The Vendor fails to comply with any of the terms of the Order or the bidder do not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days after being notified or within any further period as the Owner may have subsequently approved in writing.

b. The Vendor becomes bankrupt or goes into liquidation. c. If as a result of Force Majeure, the Bidder is unable to transport the coal for a period

of not less than 60 days. d. If the Bidder, in the judgment of the Owner has engaged in corrupt or fraudulent

practices in completing or in executing the Contract. For the purpose of this clause: i. “Corrupt Practice” means the offering, giving, receiving or soliciting of anything

of value to influence the action of a public official in the selection process or in contract execution.

ii. “Fraudulent Practice” means a misrepresentation of facts in order to influence a selection process or the execution of a contract to the detriment of the Owner.

e. The vendor is otherwise precluded from complying with any of the terms of the order on account of any directives of any lawful authority.

f. If the Owner, at its sole discretion, decides to terminate this Contract. 17) In case of any dispute, the decision of the Chief Engineer, DVC, RTPS, shall be final and

binding. 18) In case of damage to any DVC property during execution of the job the Contractor shall

have to repair / replace the same at their own cost & arrangement as per decision of Engineer-in-Charge, DVC, RTPS.

19) The Contractor will be responsible for all payment including minimum wages to their workers as per the Govt. rules. DVC does not have any responsibility for employment of contractor workers during and after completion of work.

20) TERMS OF PAYMENT: 100% payment on successful completion of work shall be made to the contractor on fortnightly basis against submission of bill to Engineer in charge who will pass the same on satisfactorily transported actual quantity of coal per MT received at RTPS end. The decision of the Engineer-in-charge DVC, RTPS in the matter of measurement of coal transported will be final and binding to the contractor. The final bill shall be made payable only after reconciliation on dues, outstanding etc if any from the contractor at the end of contract period and after issuance of “No dues / No objection certificate” from Engineer-in-charge, DVC, RTPS. No payment shall be made to the contractor unless the SDBG is accepted by the DVC and Agreement & Indemnity Bond is duly executed immediately on placement of order.

21) SECURITY DEPOSIT – The successful tenderer will have to deposit as security, for an amount equivalent to 10% of the order value in the form of Bank Guarantee (as per DVC format) within 30 days from the date of issuance of Work Order, from any Nationalised Bank / Scheduled Bank and it should have validity initially for 3 (three) months from the date of execution of BG plus 6 months claim period thereafter. The said BG should be extended suitably covering the entire contract period plus 6 months claim period. No payment will be made till the acceptance of the said BG by DVC. In case banks refuse to issue BGs having Claim Period separately, the validity period of those BGs may be taken as contract period plus 6 (six) months.

Exemption: SSI Units registered with NSIC, under its single point registration scheme, are exempted from depositing Security Deposit for ordering value up to the monetary limit for which the unit is registered. Small Scale Industries seeking such exemption must enclose valid registration Certificate from appropriate Govt. authority giving details such as validity,

Page 21: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 21 of 31

stores, monetary limit etc. failing which exemption will not be granted’.

22) SHORTAGE IN ROUTE: In order to control over movement, contractor shall require to get loaded trucks weighed at the weigh bridge authorized for the respective loading point by concerned collieries authorities & weighment charges, as may be fixed by concerned colliery authorities ,shall be borne by the contractor. Any shortage in quantity in excess of permissible tolerance of 0.2% found at thermal plants shall be borne by the contractor @ twice the cost of coal short-delivered along with other taxes /levies etc. The recovery /adjustment from /with the contractor will be made on running bills.

23) VALIDITY OF THE CONTRACT: The validity of the contract will be for six months from the

date of award.

24) COMMENCEMENT AND COMPLETION: Subject to availability of coal and clearance from RTPS Coalyard the work has to be completed within 60 (sixty) days from the date of start failing which LD will be deducted at the rate of 0.5% of order value for per week of delay or part thereof subject to maximum delay of one months.

25) If the transportation work is not started by the successful bidder after one month of

placement of LOI/Work Order and/or issuance of instruction for commencement of work, the EMD/SD may be forfeited and the contract may be terminated by DVC and awarded to other transporter without prejudice to its right.

26) MEASUREMENT OF THE WORK – For measurement of the quantity transported, the

loaded trucks / dumpers will report at RTPS Weigh Bridge for their Gross weighment with respective Challan supplied by the Contractor without any extra cost/ charges to DVC. There the Gross weight will be duly recorded. After unloading in the Coal storage yard, the Tare weight will be recorded in the Challan as well as in the weighing ticket. The difference of the gross and tare weight will be the net weight of coal transported in each trip and will be binding to the Contractor. The Challan will bear the signature of the representative of the CE & HOP, RTPS as well as that of the authorized representative of the contractor. The contractor shall submit Challan in quadruplicate for every Truck trip of coal. The Trucks/dumpers should be loaded up to the brim and flushed to the top level as permissible under R.T.O rules. The contractor has to provide its authorized representative at the Weighbridge for witnessing the weighment failing which the decision of RTPS authority shall be final and binding to the contractor. All the loaded trucks should be covered with tarpaulin to avoid any spillage of coal and dust nuisance on the transit.

27) SETTLEMENT OF DISPUTES AND ARBITRATION –

The parties shall use their best efforts to settle amicably all disputes arising out of or in connection with their contract or the interpretation thereof. Any disputes between the parties as to matters arising pursuant to their contract which cannot be settled amicably within 30 (thirty) days after receipt by one Party of the other Party’s request for such amicable settlement, the dispute may be submitted by either Party for settlement in accordance with the Arbitration clause in DVC’s General Condition of Contract. In the event of any dispute or difference whatsoever arising under the contract or in connection therewith including any question relating to existence, meaning and interpretation of the contract or any alleged breach thereof, the same shall be referred to the Secretary, CEO of DVC, Kolkata-54 or to a person nominated by him for arbitration. The Arbitration shall be conducted in accordance with the provisions of arbitration and conciliation law 1996 or latest and the decision/judgment of Arbitrator(s) shall be final and binding on both parties. However, in case, contractor is a Central Public Sector Enterprise, the dispute arising between the owner and contractor shall be settled through permanent arbitration machinery (PAM) of the Department of Public Enterprise, Govt. of India as per prevailing rules. All suits arising out of this enquiry and subsequent work order, if any, are subject to jurisdiction of court in the city of Kolkata only and no other court, when

Page 22: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 22 of 31

resolution/settlement through mutual discussion and arbitration fails.

28) CONDITIONS OF FORFEITURE OF EMD: The same shall be applicable as per relevant clause of GCC.

29) PRE-BID CONFERENCE:

The authorized representative of the intending tenderers may attend the pre-bid conference at RTPS. The purpose of the pre-bid conference will be to clarify any issue regarding the bidding documents in general and the Technical specifications in particular and for quick finalization of the contract. Non attendance at the pre-bid conference will not be a cause for disqualification of a bidder.

30) MEASURE AGAINST CURTEL FORMATION:-

i. If it is found that all or most of the bidders quote same or equal rates, DVC reserves

the right to place order on one or more firms/tenderers with the exclusion of the rests without assigning any reason thereof.

ii. Firms/tenderers who quote in cartel are hereby warned that their names are likely to be deleted from the list of approved sources/ they are likely to be barred from participating in any tender in future or are likely to be black listed for a period of three years.

iii. DVC, whenever and wherever cartel formation is suspected, reserves the right to place order on any vendors/ firms based on vendor rating/ merit rating based on capacity/ resources of bidders to perform the particular contract taking into account experience and best performance of similar job, capabilities with respect of personnel, equipments, of finance over and above, the eligibility condition prescribed in the tender.

Note - All Tenderers would be bound by the terms and conditions as detailed in the tender specification by DVC and General Conditions of Contract (GCC). Bidders are requested to go through GCC (General Conditions of Contract) on DVC website – www.dvcindia.org. Terms and Conditions which are not specifically mentioned in the NIT and Tender Documents shall be covered by the General Conditions of Contract.

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

Page 23: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 23 of 31

INSTRUCTION TO BIDDERS

Page 24: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 24 of 31

INSTRUCTIONS TO BIDDERS

1. Submission of EMD / NSIC certificate for Tender and Cost of Tender Document (in case tender document downloaded from website): The Tenderer shall submit Earnest Money Deposit (EMD) / NSIC certificate (if applicable) and the cost of Tender Document if the tender document is downloaded by the bidder from DVC website in the following manner: Envelope – A: The envelope shall contain the Earnest Money Deposit (EMD)/ NSIC certificate (if applicable) of appropriate amount in appropriate form and Cost of Tender Document (if applicable) in appropriate form and appropriate amount and shall be superscribed with Bidder’s name, Tender Notice no., Due date of tender opening and the words “Envelope-A: Earnest Money Deposit (EMD) Transportation of Coal by Road to RTPS”. MODES OF EARNEST MONEY DEPOSIT: Earnest Money as indictaed above must be deposited in any of the following forms:

(i) Pay Order or demand draft favouring “Damodar Valley Corporation,RTPS.” payable at Bank Of

India, Raghunathpur (Branch Code – 4381) or Canara Bank, Raghunathpur (Branch Code – 3402)

(ii) Bank Guarantee (B.G) from a Nationalized Bank / Scheduled Bank / Foreign Banks, irrevocable and operative till the validity of the offer and claim period of 3 (three) months as per standard proforma enclosed.

(iii) Post Office National Savings Certificate having face value equal to the EMD value and duly endorsed in favour of DVC.

(iv) Fixed Deposit Receipt issued by Nationalized Bank endorsed in favour of DVC. (v) DVC Bonds duly endorsed in favour of DVC.

The offer accompanied by B.G against EMD will only be considered valid on acceptance of the Bank Guarantee. The offer not accompanied by EMD or specified EMD in proper form as defined above shall not be considered as valid tender for opening. The envelope shall be submitted in sealed condition. 2. Submission of Techno-Commercial Bid The Tenderer shall submit Techno-Commercial bid in the following manner: Envelope – B: The bidder shall enclose techno-commercial offer in the Envelope-B which shall be superscribed with Bidder’s name, Tender Notice no., Due date of tender opening and the words “Envelope-B: Techno-Commercial” and the words “Transportation of Coal by Road to RTPS”. The Bidder shall fill in the Techno-Commercial Schedule (as given in Annexure-T) with signature and seal and shall enclose all necessary documents relating to technical, commercial and qualifying requirement etc. as desired in the NIT. The complete set shall be properly inserted inside the Envelope-B and submitted in sealed condition. 3. Submission of Price Bid The Tenderer shall submit Price bid in the following manner: Envelope-C: The bidder shall submit the Price Bid in the Envelope-C which shall be superscribed with Bidder’s name, Tender Notice no., Due date of tender opening and the words “Envelope-C: Price Bid” and the words “Transportation of Coal by Road to RTPS”. The Bidder shall fill in the Price Schedule (as given in Annexure-P) with signature and seal and shall enclose properly inside the Envelope-C and submit in sealed condition.

Page 25: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 25 of 31

4. Main Envelope Finally all the three envelopes viz. Envelope-A, Envelope-B and Envelope-C shall be together inserted in one main envelope which shall be superscribed with Bidder’s name, Tender Notice no., Due date of tender opening and the words “Main Envelope” and the words “Transportation of Coal by Road to RTPS”. 5. Quotation must be kept valid for at least 180 days from the date of opening of the Enquiry/Tender. 6. The price bid part of techno-commercially accepted bidders shall be opened on a later date for which separate intimation will be sent to the qualified and techno commercially accepted bidders. 7. All the self attested supporting documents to meet qualifying requirement and other necessary document covered under the scope mentioned in the NIT are to be enclosed along with the techno-commercial part in Envelope-B. DVC reserves the right to call for original document, if needed, failing which the offer is liable for rejection. 8. At any time prior to the deadline for submission of bids, the owner may, for any reason whatsoever, at its own initiative, or in response to a query raised by a prospective bidder, issue amendments/addendums/ corrigendum / clarifications to the bidding documents. 9. The amendments/addendums/corrigendum/clarifications, if any, to the bidding documents, will be hoisted in DVC website only and will not be published in newspaper again and will be binding on the bidders. 10. The bidders are advised to keep on visiting the above websites for any Notification / Amendment / Addendum / Corrigendum issued by DVC in respect of the bid documents. 11. The information so contained in such Amendment / Addendum / Corrigendum will be deemed to have been taken into account by the bidder in his bid. 12. In order to afford prospective bidders to have reasonable time to take the amendment into account in preparing their bid, the owner may, at its discretion, extend the deadline for the submission of bids. 13. Bidders are required to quote the price in the price bid of the NIT only. Please note that if quoted prices are disclosed anywhere in the documents other than the forms meant for price bid only, the offer will be rejected. 14. Bidders are required to quote the price in the Price Bid Schedule (Annexure – P) of the NIT only. 15. Bids submitted after the time & date fixed for receipt of bids as set out in the Invitation of bid will not be entertained.

16. During bid evaluation, the owner may, at its discretion, ask the bidder for any clarification on its bid. The request for clarification and the response shall be in writing. 17. The Bidder is also advised to visit and examine the sites related to the proposed service to be provided and its surroundings and will obtain on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for subject works. The costs of visiting the site shall be at the Bidder's own expense. 18. Quotation submitted by the tenderers through Fax/ Tele-grams will not be considered valid. 19. Settlement of disputes and Arbitration: - The relevant Clause of “General Conditions of Contract” available in www.dvcindia.org shall be applicable.

**********

Page 26: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 26 of 31

FORMAT FOR B.G. IN LIEU OF

EMD

Page 27: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 27 of 31

FORMAT FOR B.G. IN LIEU OF EMD (On Non-judicial stamp paper of appropriate value)

To Damodar Valley Corporation, B.G.No.:- Raghunathpur TPS, Raghunathpur Date:- P.O.Nildih, PIN:-723133, W.B. Dear Sir, In accordance with your Notice Inviting Tender for….. .. … …. … … … …. … … …. … … … .. … … …. … under your specification No….. … .. …. … dated …. …. ….. …. M/S(Name & full address of the firm)(hereinafter called the Tenderer) hereby submit the Bank Guarantee: Whereas to participate in the said tender for the following: 1….. …. ….. ….. …. …. ….. … (Nature/items to be supplied as per NIT) 2……………………………….. 3……………………………….. It is a condition in the Tender Documents that the Tenderer has to deposit Earnest Money amounting to Rs…….. in respect to the tender, with Damodar Valley Corporation (hereinafter called the “Corporation”) by a Bank Guarantee from a Nationalised Bank/Schedule Bank/Foreign Bank irrevocable and operative till the validity of the offer (i.e.………days from the date of opening of Tender) for the like amount which amount is likely to be forfeited on the happening of contingencies mentioned in the tender documents. And whereas the Tenderer desires to secure exemption from deposit of Earnest Money and has offered to furnish a Bank Guarantee for a sum of Rs…………........to the Corporation as Earnest Money. Now, therefore, we the ........………………….(Bank),a body corporate constituted under the Banking Companies(Acquisition and transfer of Undertaking)Act,1969 and Branch Office at…………(hereinafter referred to as the Guarantor)do hereby undertake and agree to pay forthwith on demand in writing by the Corporation of the said guaranteed amount without any demur, reservation or recourse.

We, the aforesaid Bank, further agree that the Corporation shall be the sole judge of and as to whether the Tenderer has committed any breach or breaches of any of the terms costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation on account thereof to the extent of the Earnest Money required to be deposited by the Tenderer in respect of the said Tender Document and the decision of the Corporation that the Tenderer has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation shall be final and binding on us.

We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the Corporation and it is further declared that it shall not be necessary for the Corporation to proceed against the Tenderer before proceeding against the Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any security which the Corporation may have obtained or shall be obtained from the Tenderer at any time when proceedings are taken against the Bank for whatever amount that may be outstanding or unrealized under the Guarantee.

Page 28: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 28 of 31

The right of the Corporation to recover the said amount of Rs. ----- ----- (Rupees…………) from

us in manner aforesaid will not be precluded/affected, even if, disputes have been raised by the said M/s……….(Tenderer)and/or dispute or disputes are pending before any authority, officer, tribunal, arbitrator(s) etc.

Notwithstanding anything stated above, our liability under this guarantee shall be restricted to Rs………………(Rupees………………………………………………….) only and our guarantee shall remain in force upto………..and unless a demand or claim under the guarantee is made on us in writing within three months after the aforesaid date i.e., on or before the …………….all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder. (Signature) ………………………………. Date………….. Place .. .. .. .. . (Printed Name) ………………………….. (Designation) ……………………………. (Bank’s Common Seal) ---------- In presence of: WITNESS (With full Name, designation, address & official seal, if any) 1)…………………………… ……………………………. 2)…………………………… ……………………………. * Please indicate the name and address of the Projects /Stations / Offices where the B.G. is to be executed.

---------

Page 29: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 29 of 31

GUIDELINES FOR SUBMISSION OF BANK GUARANTEE

• The Bank Guarantee shall fulfill the following conditions in the absence of which they cannot be considered valid.

• Bank Guarantee shall be executed on non-judicial stamp paper of applicable value

purchased in the name of the Bank.

• Two Persons should sign as witness mentioning their full name and address.

• The executors (Bank Authorities) should mention of the power of attorney no. and date executed in his/ her favour authorizing him / them to sign the document or produce the Photostat copy of power of attorney.

• The Bank Guarantee should be executed by a Nationalised / Scheduled Commercial Bank

only. BG issued by rural Bank and Cooperative Bank is not acceptable.

• A confirmation letter of the concerned bank must be furnished as a proof of genuineness of the Guarantee issued by them.

• Non-judicial stamp paper shall be used within 06 months from the date of Purchase of the

same. Bank Guarantee executed on the non-judicial stamp paper of more than 06(six) months old shall not be treated as valid.

• The contents of Bank Guarantee shall be strictly as per our Proforma.

• Each page of Bank Guarantee shall bear signature and seal of the Bank.

• All conditions, corrections, deletions in the Bank Guarantee should be authenticated by

signature of Bank Officials signing the Bank Guarantee.

• In case banks refuse to issue B.Gs having claim period separately, the validity period of those BGs may be taken as together of validity period and claim period as sought in NIT.

Page 30: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 30 of 31

Annexure - B

TECHNO-COMMERCIAL SCHEDULE Bidder’s Name, Address, Phone No./Fax No./email ID

Quotation No. and Date

NIT No. and Date Subject of NIT Transportation of Coal by Road with Truck/Dumper from Collieries /

Coal-washery under BCCL to RTPS including loading at colliery end and Unloading at RTPS Coal yard

Sl. No.

Clauses (as per NIT) Bidder’s Ccompliance/Comment

1.0 Whether “Scope of Work” of NIT is accepted.

YES

2.0 Whether “General Terms and Condition” of NIT is accepted.

YES

3.0 Whether “Special Terms and Conditions” is accepted.

YES

4.0 Whether “Commercial Terms and Conditions” is accepted.

YES

5.0 Whether Validity of Offer for 180 day from the date of opening is accepted.

YES

6.0 Whether Copies of Service Tax Registration Certificate and other documents have been enclosed.

YES

7.0 Whether Price quoted in the Price Schedule (enclosed in the Envelope-C) is Firm except for variation on account of Fuel price as may arise.

YES

NOTE: It is confirmed that no deviation has been taken in the bid in respect of the technical as well as commercial issues of the NIT. If anything in contrary to the terms of the NIT is found in the bid the same shall be considered as withdrawn and the respective terms of the NIT shall be ruling. Signature of Bidder along with Seal Date:

Page 31: NIT Coal Transport RTPS Final - 3.imimg.com3.imimg.com/data3/OU/TQ/HTT-849/849_2013-02-25-11-38-02_1361772482.pdfSALE OF TENDER PAPERS/DOCUMENTS: From 30/01/2013 to 27/02/2013 (between

Page 31 of 31

ANNEXURE – C

PRICE SCHEDULE

Bidders Name and

Address

Quotation No. and Date

NIT No. and Date Subject of NIT Transportation of Coal by Road with Truck/Dumper from Collieries

/ Coal-washery under BCCL to RTPS and Unloading at RTPS Coal yard

PRICE S.N. Distance Slab

(in KMs) Estimated Qty per day (MT)

Estimated Qty for the contract (MT)

Quoted Rate (Rs. per MT per KM) for loading, transportation and unloading

A 30 to 50 1500 30000 B 51 to 70 1000 20000 C 71 to 100 1000 20000 D 101 to 125 1500 30000 The taxes and duties reimbursable against documentary eveidence are stated as below: (Bidder to indicate all such applicable taxes and duties alongwith their present rates. They are also to submit copies of necessary registration certificates alongwith techno-commercial bid.) 1. ….. 2. ….. 3. ….. ……….

Signature of Bidder along with Seal

Date: