1
RASHTRIYA ISPAT NIGAM LIMITED
MATERIALS MANAGEMENT DEPARTMENT
(PURCHASE WING)
BLOCK-A, ADMINISTRATIVE BUILDING
VISAKHAPATNAM STEEL PLANT
VISAKHAPATNAM-530 031 (A.P) INDIA
Telephone No: +91 891 2742154 FAX NO.+91 891 2518756
Email: [email protected] +91 891 2518753
OPEN TENDER NOTIFICATION
CORRIGENDUM NO.001, Dt.12.08.2016
Invitation to Tender No. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
Sealed tenders are invited for appointment of Agent for participation in Loading supervision Jobs
of Boiler Coal supplies from M/s.Mahanadi Coal Fields Ltd & M/s.Singareni Colleries Company
Limited to Visakhapatnam Steel Plant and Minor Repair of BOX Wagons at M/s.MCL, Talcher
.
Last Date and time for receipt of Tenders has been extended upto 19/08/2016 by upto 1030
HRS(IST).
All other terms and conditions are remain unaltered.
Tenderers who are interested in participating in the tender can download the tender documents
from our Website: www.vizagsteel.com and submit their offer before 1030 Hrs (IST) on last date
of receipt of tender as per the instructions given in the tender documents. In case of difficulty in
downloading of tender documents, the tender document shall be sent by post free of cost on
written request from the tenderer.
The bidder should refer to RINL’s website regularly for any corrigendum.
General Manager (MM)
2
RASHTRIYA ISPAT NIGAM LIMITED
MATERIALS MANAGEMENT DEPARTMENT
(PURCHASE WING)
BLOCK-A, ADMINISTRATIVE BUILDING
VISAKHAPATNAM STEEL PLANT
VISAKHAPATNAM-530 031 (A.P) INDIA
Telephone No: +91 891 2742154 FAX NO.+91 891 2518756
Email: [email protected] +91 891 2518753
OPEN TENDER NOTIFICATION
Invitation to Tender No. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
Sealed tenders are invited for appointment of Agent for participation in Loading supervision Jobs
of Boiler Coal supplies from M/s.Mahanadi Coal Fields Ltd & M/s.Singareni Colleries Company
Limited to Visakhapatnam Steel Plant
And
Minor Repair of BOX Wagons at M/s.MCL, Talcher
.
Last Date for receipt of Tenders : 12/08/2016 upto 1030 HRS(IST)
Tenderers who are interested in participating in the tender can download the tender documents
from our Website: www.vizagsteel.com and submit their offer before 1030 Hrs (IST) on last date
of receipt of tender as per the instructions given in the tender documents. In case of difficulty in
downloading of tender documents, the tender document shall be sent by post free of cost on
written request from the tenderer.
The bidder should refer to RINL’s website regularly for any corrigendum.
General Manager (MM)
3
RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT
(A Government of India Enterprise)
INDEX Invitation for Tender No. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
For appointment of Agent for participation in Loading supervision jobs of Boiler Coal supplies
from M/sMahanadi Coal Fields Ltd & M/sSingareni Colleries Company Limited to
Visakhapatnam Steel Plant and Minor Repair of BOX Wagons at M/s.MCL, Talcher.
---------------------------------------------------------------------------------------------------------------------
Part No. Description No. of pages Page Nos
---------------------------------------------------------------------------------------------------------------------
Notice of invitation to Tender 3 4-6
Annxure -I Instructions to Tenderers 5 7-11
Annexure -II General Conditions of Acceptance to Tender 10 12-21
Annexure -III Schedule of rates (Proforma of Price Bid) 2 22-23
Annexure -IV Proforma of Bank Guarantee for Bid Bond 2 24-25
Annexure -V Letter of Acceptance of terms and conditions 2 26-27
Annxure -VI Proforma of Bank Guarantee for 2 28-29
Performance Guarantee Bond
Annxure -VII Integrity Pact 6 30-35
(Total 35 pages)
---------------------------------------------------------------------------------------------------------------------
4
RASHTRIYA ISPAT NIGAM LIMITED
MATERIALS MANAGEMENT DEPARTMENT
(PURCHASE WING)
BLOCK-A, ADMINISTRATIVE BUILDING
VISAKHAPATNAM STEEL PLANT
VISAKHAPATNAM-530 031 (A.P) INDIA
Telephone No: +91 891 2742154 FAX NO.+91 891 2518756
Email: [email protected] +91 891 2518753
Tender No. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
INVITATION TO TENDER FOR APPOINTMENT OF AGENT FOR PARTICIPATION IN
LOADING SUPERVISION JOBS OF BOILER COAL SUPPLIES FROM M/s MAHANADI
COAL FIELDS LIMITED & M/s SINGARENI COLLERIES COMPANY LIMITED TO
VISAKHAPATNAM STEEL PLANT
AND
MINOR REPAIR OF BOX WAGONS AT M/S.MCL, TALCHER
1. Rashtriya Ispat Nigam Limited (RINL), Visakhapatnam Steel Plant (VSP) invites sealed bids in
two parts (Part-A – Pre-qualification bid and Part-B – Price Bid) in separate envelops for
appointment of Agent for participation in Loading Supervision Jobs of Coal supplies from
M/sMahanadi Coal Fields Ltd (M/s.MCL) & M/s.Singareni Colleries Company
Limited(M/s.SCCL) to Visakhapatnam Steel Plant and Minor Repair of BOX Wagons at
M/s.MCL, Talcher.
2. RINL/VSP looking out for agencies, who can meet the following eligibility criteria, to take up
the job indicated above. (Pre-Qualification Bid should contain the following )
a) A turnover of Rs.70 Lakhs per annum or above during the preceding two financial years. The
Annual report (Balance Sheet and Profit & Loss account) of last two years to be submitted
as proof of their financial standing. A certificate from a Chartered Accountant confirming
that the firm has paid all taxes which are due is also to be submitted.
b) Experience in loading supervision, co-ordination with Railways in any Company for
movement of Bulk loose materials like Iron Ore/Coal/Limestone /Dolomite/Coke/ Minerals
and Ores by RAIL for an average quantity of One Lakh tons per month for a minimum
period of any two years during the last 10 years ending March, 2016 (physical movement by
Rail only and not on Rail cum Sea or Rail cum road) to any PSU / Power House of Govt.
Dept. Certificate from the Client (s) regarding physical movement by Rail and satisfactory
performance must be submitted.
c) Experience in Minor repair work of BOX wagons for an average 10 rakes per month for a
minimum period of Six Months during the last 10 years ending March 2016 to any company.
Experience Certificate from the Client (s) regarding the same only must be submitted.
d) Tenderer should have an office accommodation with communication facilities such as FAX,
Telephone, E-mail etc., near the concerned Railway Divisional Office and loading point or
give an undertaking that they will establish an office with all the communication facilities as
mentioned above within 30 days of award of the Contract.
5
NOTE: VSP reserves the right to verify the certificates / inspect the premises of the tenderer
in support of their eligibility criteria. In case any of the certificates are found to be not
correct, the offer submitted by such tenderer shall be summarily rejected.
2.1 RINL shall have the option of resorting to reverse e-auction. All technically and commercially
acceptable bidders would be required to participate in the reverse e-auction. Details in regard
to reverse e-auction are mentioned at para 2.1.1 below. In case of reverse e-auction the
bidders would be required to quote prices only on the basis of landed net of cenvat.
2.1.1 RINL will inform the technically and commercially acceptable (TA & CA) tenderers of the
date and time of reverse e-auction and they shall participate in the process. All the tenderers
would have to generate user ID & Password by following the following steps.
• Go to www.vizagsteel.com
• Click on auctions link.
• Click on MM Reverse e-auctions
• Click on “new user!!! Click to register” for generating user ID and fixing
corresponding password.
2.1.2 Definition of key terms for reverse auction and RINL’s reverse e-auction user manual is
uploaded on our web site www.vizagsteel.com under auctions menu and MM reverse auctions
sub menu. TA & CA tenderers would be authorized to quote their LNCP prices on only e-
reverse auction engine on a fixed time and date. After the completion of the reverse e-auction
at the end of price delivery process, the purchase order would be placed in the normal mode.
In case of reverse e-auction the bidders would be required to quote prices only on the basis of
landed net of cenvat (Total Cost – Cenvatable component).
2.1.3 In case of the reverse e-auction is conducted the sealed price bids of all the TA & CA
tenderers, irrespective of either they have participated in the reverse e-auction or not, shall be
opened within a short duration. Based on the prices so received through reverse e-auction and
the sealed price bids received in the physical mode of tender, a composite comparative
statement shall be made considering the lower of prices (i.e sealed price bid prices and reverse
e-auction prices) of all the parties. Placement of orders shall be considered on the L1 price(
LNCP) so arrived (Total Cost – Cenvatable component).
3.0 BID MONEY/BID BOND:
3.1 Each tender shall be considered only if Bid money in Indian Rupees by means of a Bankers
Cheque/Demand Draft (subject to realization) drawn on any Scheduled Bank and payable to
Rashtriya Ispat Nigam Ltd. at Visakhapatnam for an amount of Rs.1,75,000/-( Rupees One
Lakh Seventy five thousand only) is submitted along with or prior to opening of Part-A: Pre-
qualification Bid.
3.2 Tenders received without the Bid Bond / Bid Money of requisite value will be summarily
rejected. Bid money shall not carry interest.
4.0 TENDER DOCUMENTS: Tenderers who are interested in participating in the tender can
download the tender documents from our Website: WWW.Vizagsteel.com and submit their
offer before 1030 Hrs (IST) on last date of receipt of tender as per the instructions given in the
6
tender documents. In case of difficulty in downloading of tender documents, the tender
document shall be sent by post free of cost on written request from the tenderer.
5.0 Tenders will be accepted upto 1030 Hrs. (IST) on 12/08/2016. Pre-qualification part of the
Tender (Part-A) will be opened immediately thereafter in the presence of the Tenderers or
Authorised Representatives of the Tenderers, who may choose to be present. The date and
time of price bid opening shall be intimated separately to tenderers whose offers were found
acceptable. Price Bids (Part-B) of those Tenderers whose offers were accepted shall be opened
in the presence of the Tenderers or Authorised Representatives of the Tenderers who may
choose to be present.
6.0 Number of source is intended only one. Order shall be placed on only one Techno-
commercially acceptable L1 tenderer provided the L1 tenderer offers for supply/ render
service of total tender quantity as per the tentative delivery schedule.
7.0 Not withstanding anything specified in this Tender Documents, RINL, in its sole
discretion, unconditionally and without having to assign any reason, reserves to himself
the rights:
a) to accept or reject the lowest tender or any other tender or all the tenders;
b) to accept any tender in full or in part;
c) to reject the offers not conforming to the tender terms; and d) to give Purchase preference
to Public Sector Undertakings (PSUs) as per Government of India guidelines.
8.0 At any time prior to the deadline for submission of the bids, VSP may for any reason modify
the tender terms and conditions by way of an amendment or Corrigendum. Such amendments
Or Corrigendum will be notified on RINL’s website at regular intervals. Therefore the
tenderers should refer to RINL’s website regularly for any corrigendum.
General Manager (MM)
7
ANNEXURE-I TO ITT NO Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
INSTRUCTIONS TO TENDERERS
1.0 GENERAL INFORMATION / DATA / DOCUMENTS TO BE FURNISHED BY
TENDERERS:
1.1 RINL/VSP is looking out for agencies, who can meet the following eligibility criteria, to take
up the subject job. (Pre-Qualification Bid should contain the following )
a) A turnover of Rs.70 Lakhs per annum or above during the preceding two financial years. The
Annual report (Balance Sheet and Profit & Loss account) of last two years to be submitted as
proof of their financial standing. A certificate from a Chartered Accountant confirming that the
firm has paid all taxes which are due is also to be submitted.
b) Experience in loading supervision,co-ordinationing with Railways in any Company for
movement of Bulk loose materials like Iron Ore/Coal/Limestone /Dolomite/Coke/ Minerals and
Ores by RAIL for an average quantity of One Lakh tons per month for a minimum period of
any two years during the last 10 years ending March,2016 (physical movement by Rail only
and not on Rail cum Sea or Rail cum road) to any PSU / Power House of Govt. Dept.
Certificate from the Client (s) regarding physical movement by Rail and satisfactory
performance must be submitted.
c) Experience in Minor repair work of BOX wagons for an average 10 rakes per month for a
minimum period of Six Months during the last 10 years ending March 2016 to any company.
Experience Certificate from the Client (s) regarding the same only must be submitted.
d) Tenderer should have an office accommodation with communication facilities such as FAX,
Telephone, E-mail etc., near the concerned Railway Divisional Office and loading point or give
an undertaking that they will establish an office with all the communication facilities as
mentioned above within 30 days of award of the Contract.
NOTE: VSP reserves the right to verify the certificates / inspect the premises of the tenderer in
support of their eligibility criteria. In case any of the certificates are found to be not correct, the
offer submitted by such tenderer shall be summarily rejected.
1.2 The tenderers are requested to submit documentary evidence in support of the above along with
the Pre-qualification Bid.
1.3 Integrity Pact: The Tenderer is required to unconditionally accept the “Integrity Pact” enclosed
at Annexure – VII to the tender document and shall submit the same duly signed along with
his offer. Offer of the tenderer received without Integrity Pact duly signed, shall not be
considered. The details of the Nodal officer and Independent External Monitor (IEMs) are as
are given hereunder.
Nodal Officer IEM
Sri.PK Mishra, GM(MM),
Rashtriya Ispat Nigam Limited
Visakhapatnam – 530031
Phone No : 0891-2518683
Fax No : 0891-25183753/756.
(1) Shri Venugopal K Nair IPS (Retd.)
P-1 Chakola Water Ford,
Pandit Karuppan Road,
Near Sacred Heart College,
THEVARA, COCHIN – 682 013.
8
E-mail:[email protected] Contact numbers : 91-484-2664223
09447500010 (Mobile)
E-mail : [email protected]
(2) Shri Shiva Prasad Rao Flat No. 4 H, South Park Apartment Opp. HDFC Bank Nallagandla By pass Road, Nallagandla, Serilingampally, Hyderabad – 500 019 Mobile: +91 9908511188
Email: [email protected] [email protected]
2.0 BID MONEY/BID BOND:
2.1 Each tender shall be considered only if Bid money in Indian Rupees by means of Bankers
Cheque/ Demand Draft (subject to realization) drawn on any Scheduled Bank and payable to
Rashtriya Ispat Nigam Ltd. at Visakhapatnam or a Bid Bond in the form of Bank Guarantee
(as per the prescribed proforma at Annexure -IV of the Tender Documents) established in
favour of RINL for an amount of Rs.1,75,000/-( Rupees One Lakh Seventy five Thousand
only) is submitted along with or prior to opening of Part-A: Pre-qualification Bid.
2.2 The Bid Bond as mentioned above should be either in the form of Bank Guarantee issued by
any of the Nationalized Bank (whether situated at Visakhapatnam or outstation) with a clause
to enforce the same on their local branch at Visakhapatnam or by way of Account payee
Demand Draft payable at Visakhapatnam in favour of Rashtriya Ispat Nigam Limited. If Bid
bond is issued by any scheduled bank (other than Nationalised Bank), the bond should be
issued by the branch located in Visakhapatnam. The bond established through Co-operative
Banks is not acceptable. The Bid Bond should be valid for 120 (One hundred and twenty)
days from the date of tender opening. Tenders received without the Bid Bond / Bid Money of
requisite value will be summarily rejected. Bid money shall not carry interest.
2.3 The Bid Bond / Bid Money must be submitted along with or prior to opening of Pre-
qualification Bid (Part-A). Tenders received without the Bid Bond / Bid Money of requisite
value will not be considered by RINL.
3.0 Forfeiture of Bid Bond / Bid Money:
a) If a Tenderer withdraws or modifies his Bid during the period of Bid validity specified by
the Tenderer, or
b) In case of a successful Tenderer, if the Tenderer fails to furnish Performance Guarantee
Bond in accordance with clause 13 of Annexure - II of the Tender documents.
4.0 SUBMISSION OF OFFERS:
4.1 Tenderers should submit their tenders in two parts:
Part-A : Pre-qualification Bid and
Part-B : Price Bid
9
in separate sealed envelopes indicating clearly on the cover whether it contains Part A: Pre-
qualification Bid or Part B : Price Bid.
5.0 QUOTING OF PRICE(S):
5.1 A Schedule of rates as given in Annxexure -III of the Tender Documents is prescribed for
Part-B : Price Bid. All the tenderers are advised to submit their Part-B: Price Bid only in the
prescribed Schedule of rates. Price bid should contain no caveat / conditions. Offers to the
contrary will stand the risk of getting rejected.
5.2 For Loading Supervision Job: Minimum Basic rates in Rupees per ton and separately
indicating duties and taxes including Service tax if any are to be indicated in the Schedule of
Rates at Annexure –III of the Tender Documents.
For Minor Repair of BOX Wagons: Minimum rates in Rupees per Ton (including all
material cost, other charges, duties and taxes if any) are to be indicated in the Schedule of Rates
at Annexure - III of the Tender Documents. The rates quoted shall be inclusive of all charges,
duties and taxes as applicable on the date of quotation. However the service tax % shall be
indicated separately.
5.3 Taxes and duties including Service tax prevailing on the date of scheduled tender opening shall
be considered as exclusive of the rates quoted by the tenderer and any variation or new charges,
duties and taxes shall be to the account of VSP. Wherever Service Tax is said to be inclusive or
claimed as extra, the same would be paid against CENVATABLE document submitted. Else,
the component of Service Tax would be computed and deducted from the bills of the Party.
6.0 VALIDITY OF THE OFFER:
6.1 Each tenderer shall keep his offer firm and valid for acceptance by RINL for a period of 120
(One hundred and twenty) days from the date of opening of tenders.
7.0 STATEMENT OF DEVIATIONS:
7.1 If any tenderer is unable to accept any particular term(s) as incorporated in the Tender
document, or proposes any deviation there from, the Tenderer shall enclose along with his
offer, a statement of deviations clearly spelling out the deletions / deviations proposed, which
may, however, have an impact on the evaluation of his offer or rejection by RINL. As a token
of acceptance of the terms and conditions of the tender, the tenderer shall submit a letter
as per the proforma at Annexure -V of the tender document along with the Pre-
qualification bid.
8.0 OTHER GENERAL POINTS RELATING TO THE PREPARATION / SUBMISSION /
DESPATCH OF THE OFFER:
8.1 The detailed offer together with its enclosures should be submitted as Part-A -Pre-
qualification Bid in a sealed envelope. Part-A should contain all details, other information/
data/ documents/ confirmations/ deviations, if any. Confirmation with regard to information/
data/ documents to be furnished by tenderers as per Para 1.1 above are also to be enclosed in
Part-A.
10
8.2 Each page of the offer should be numbered consecutively, referring to the total number of
pages comprising the entire offer, at the top right-hand corner of each page.
8.3 Each page of the offer should be signed by the authorised officer(s) of the Tenderer.
8.4 The Part-A – Pre-qualification Bid of the offer together with its enclosures and Part-B – Price
Bid should be sealed in separate envelopes clearly indicating the cover whether it contains
Part-A or Part-B should bear in Block capital letters, superscription “Tender for appointment
of Agent for participation Loading Supervision Job of Boiler Coal from M/s.MCL &
M/s.SCCL and Minor Repair of BOX Wagons at M/s.MCL, Talcher against Tender No.
Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016". The name and address of the tenderer
should be mentioned on the envelope.
8.5 Both the envelopes referred to in para 8.4 above should be kept in another sealed envelope
addressed to the Executive Director (MM), Administration Building, 3rd
Floor, Block-A,
Purchase Dept, Visakhapatnam Steel Plant, Visakhapatnam 530 031, Andhra Pradesh, India
and should bear in Block Capital Letters the superscription "OFFER IN RESPONSE TO
TENDER NO. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016".
8.6 Tenders will be accepted upto 1030 Hrs (IST), on 12/08/2016. The Part-A: Pre-qualification
bid of the tenders shall be opened immediately thereafter in the presence of the tenderers or
authorised representative of the tenderers, who may choose to be present.
8.7 Offers shall be submitted in two bids only.
8.8 In case any tenderer is silent on any clauses mentioned in this tender document, VSP shall
construe that the tenderer had accepted the clauses as per this Invitation to Tender.
8.9 The price quotations should be given in the Part -B : Price bid and not in any other
accompanying documents or statement. No revision in the price (s), terms and conditions
quoted in the offer will be entertained after the last date and time fixed for receipt of tenders.
8.10 Offers received by VSP by cable, telex, fax, e-mail or telegrams and tenders received late /
delayed will not be considered under any circumstances.
9.0 COMPLETENESS OF THE TENDER:
9.1 Each Tenderer should ensure that the aforesaid conditions for submission of offers are duly
complied with. Failure to furnish correct and detailed information as called for, will render the
concerned tender liable to rejection.
10.0 PUNITIVE ACTIONS TO BE TAKEN AGAINST AGENCIES WHO SUBMIT
FALSE/FORGED DOCUMENTS TO VSP:
10.1 If it comes to the notice of VSP at any stage from request for enlistment/ tender document
that any of the certificates / documents submitted by applicants for enlistment 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 5 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
11
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 EMD/ Security
Deposit, if any, and recovery of risk and cost charges etc. Decision of VSP Management will
be final and binding.
11.0 AWARD OF CONTRACT:
11.1 Participation in Loading Supervision Job at M/s.MCL and Minor Repair of BOX Wagons at
M/s.MCL, Talcher are combined Jobs. Hence, the contract shall be awarded on single
agency on overall L1 basis for carrying out both the jobs. Separate contracts shall not be
awarded on different agencies. Offers received if any for only one particular job either
'Loading Supervision Job at M/s.MCL' or 'Minor Repair of BOX Wagons at M/s.MCL,
Talcher' shall be summarily rejected.
12
ANNEXURE -II TO ITT NO. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
GENERAL CONDITION OF ACCEPTANCE TO TENDER FOR PARTICIPATION IN
LOADING SUPERVISIONS JOBS OF BOILER COAL SUPPLIES FROM
M/s.MCL & M/s.SCCL TO VISAKHAPATNAM STEEL PLANT
AND
MINOR REPAIR OF BOX WAGONS AT M/S.MCL, TALCHER
1.0 TENURE AND QUANTITY:
1.1 The contract is for one year (1 year) with effect from the date of award of contract .
1.2 Estimated inflow of Boiler Coal will be approx as follows
1.2.1 M/s.MCL : 1.40 lakh tonnes ( One Lakh Forty thousand only ) per month apprx. from any
collieries of M/sMCL.
1.2.2 M/s.SCCL : 40,000 tonnes ( Forty Thousand only) per month apprx. from any collieries of
M/s.SCCL
1.3 The above quantity is only indicative and is subject to wide variation depending on RINL's
production schedule and actual requirements at plant. No claim what so ever on this account
shall be entertained.
2.0 SCOPE OF WORK FOR LOADING SUPERVISION JOBS OF OF BOILER COAL
SUPPLIES FROM M/S.MCL & M/S.SCCL :
2.1 To inspect and ensure loading of good quality Boiler coal as per our Agreement with
M/s.MCL & M/s.SCCL. Supplied coal shall be free from stone, shale and other extraneous
matter such as muck wood pieces, iron / metallic pieces etc.
2.2 To ensure loading of proper size of Boiler coal as per the agreement with M/s.MCL &
M/s.SCCL and that coal already subjected to spontaneous combustion is not loaded in the
wagons to VSP. All efforts shall be made by the Agent to ensure that over sized coal (i.e, in
size beyond the size as per the Agreement with M/s.MCL & M/s.SCCL) is not loaded into
the wagons.
2.3 The complaints of over size coal, presence of stone / shale pieces if any, shall be recorded by
the Agent at the loading point in the Joint Register maintained for this purpose. To ensure
that M/s. MCL & M/s.SCCL takes adequate steps to rectify the defects pointed out by the
Agent and ensure that such coal is not loaded in to wagons.
2.4 To witness weighment of loaded wagons at the weigh bridge of Railways / Collieries and to
ensure that actual weight is recorded in the RR. To ensure that weigh bridges are repaired /
recalibrated regularly in your presence or as required by both the parties with prior consent
and furnish Joint calibration reports from time to time.
2.5 To ensure loading of coal up to the computed standard loading heights for specific lines,
corresponding to the carrying capacity of wagons as specified by Railways for wagons
dispatched unweighed for want of weighing facilities at dispatching end. To participate in
computation of standard loading height on the basis of volume to weight conversion factor
with M/s MCL & M/s SCCL and Railways on quarterly basis including participation and
furnishing minutes of the computation arrived at.
13
2.6 To follow up and maintain good co-ordination with the M/s MCL & M/s SCCL and the
Railways for timely placement of indents/wagons etc.
2.7 To furnish daily loading, weighment and rake movement reports to VSP.
2.8 To prepare colliery programs against requirement of VSP and get the same endorsed by
M/s.MCL & M/s SCCL as per standing arrangements.
2.9 To submit the monthly program to the Director Rail movement (Coal) office for issue of
priority sanction as per SLC linkage and forward copies to VSP by 1st
week of subsequent
month.
2.10 To ensure that rakes are loaded as per the Railway circular in force with respect to carrying
capacity and ensure proper levelling to avoid spillage enroute. The Agent should also inform
VSP with regard to under-loading and over-loading of wagons immediately after noticing
the same with a copy to M/s MCL & M/s SCCL.
2.11 To arrange for movement of block rakes after fully satisfying the loading capacity / siding
accommodation.
2.12 To ensure that Block rakes and indents are accepted by the Director (Movements), Railways,
as per VSP requirements.
2.13 To keep a close co-ordination with the M/s MCL & M/s SCCL to ensure that coal of
required quality in sufficient quantity is available on the date of allotment and no wagon in
rakes or under piecemeal are left empty or short loaded.
2.14 To keep close contacts with COM, Officiate Head Quarters of the loading Railways and at
Divisions, so as to ensure that wagons allotted are placed for loading as per allotment order
do not get into arrears or short supplied and rakes loaded are not diverted to other plants.
2.15 To keep VSP informed of any change in the programme given by the Director (Movement),
Railways, office.
2.16 To ensure supply of each rake with required number of wagons to avail Train load facility as
per Railway circulars in vogue. In case of short supply of wagons, a certificate from the
Railways at loading point should be obtained immediately to avoid wagon load charges and
to avail train load facility. Such certificates with correct details should be submitted to RMD,
VSP within 30 days from the date of loading. If such certificate is absent, the differential
amount will be to the account of the Agent.
2.17 To collect the loading advices, RRs and other loading documents immediately after loading
is completed.
2.18 The details of daily loading particulars like Railway rake number, Wagon numbers of first
and last wagon of the loaded rake, the total quantity loaded and wagon number of empty
wagons if any, etc should be furnished to Raw Materials Dept. of VSP through Fax or E-mail
or both on daily basis. The daily loading information should also contain other information
like presence of excess moisture, under loading, working / non-working of weighbridge etc,
if any.
14
2.19 To ensure that all the rakes loaded for VSP should be dispatched to VSP. Diversion of rakes
(i.e., diverting of rakes loaded for VSP to others, rakes loaded for others to VSP) to be
avoided. The Agent should ensure and arrange for diversion certificates in case rakes /
wagons divered from originating yards / enroute to enable VSP to settle their claims with
Railways on the strength of Diversion certificate. Diversion certificates to be couriered to
DGM (Raw Materials Dept.), VSP to enable verification with actual arrivals.
2.20 Keeping VSP informed daily by Fax / telephone / E-mail about dates and number of wagons
indented / allotted / placed.
2.21 Pasting labels on wagons with particulars of date of loading, station of dispatch etc for
enabling easy identification of rakes by VSP.
2.22 To keep VSP (Liaison Office, Kolkata(for MCL),Hyderabad (for SCCL), Purchase Dept. and
Raw Materials Department, VSP, Visakhapatnam ) duly informed about day to day
developments in various offices in respect of submission of indents and allotment of
wagons, dispatch of coal from collieries to siding, the production problems at the collieries
etc.
2.23 To ensure booking of rakes with pre payment of freight either through e-payment or weight
only or pre-paid system. The Loading agent has to ensure no rake should be booked under
To-pay system. In case, any rake is not booked under Pre-paid system but To-Pay system is
proposed to follow, the Agent is responsible to furnish advance information to RINL before
the actual rake booking is done.
2.24 To communicate any difficulty which is apprehended/ faced and needs to furnish advance
information to interventions by VSP for taking up with higher authorities. It is however
expected that the agent would make their own efforts with the Railway Board before seeking
an intervention. The reasons for VSP’s intervention shall be clearly spelt out. This would
also enable VSP to determine and assess the capacity of agent.
2.25 To render other services needed from time to time connected with the allotment of Railway
Wagons / Movement of correct quality and quantity of coal and also lodging of claims /
refunds with Railways in connection with this work of coal movement.
2.26 To lodge complaint with the supplier at the time of loading if quality of coal being loaded on
account of VSP is not up to the mark.
2.27 To compile information about date and number of wagons allotted and date and number of
wagons loaded and take up with Railways frequently.
2.28 To ensure that the weight of the rakes as determined at loading point reach the destination
(VSP) with no loss or inescapable minimum loss. For this purpose, the Agent has to ensure
that there is no pilferage en-route. For the purpose of determining the shortages, the
weighment as per VSP’s in-motion weighbridge and loading station weighbridge shall be
final and shall be computed on monthly receipts basis ( not on monthly dispatched basis) as
follows:
15
a) For the first month of the Agent’s working, the average net weight of the wagons
weighed will be extrapolated to the total receipts of the month for the purpose of
calculating the penalty. In case there is no weighment done at VSP, RR weight / loaded
weight whichever is less will be taken as the received weight.
b) In the subsequent months, if the weighment is minimum 60% of the wagons received in a
month, the average weight of the wagons will be extrapolated to all the wagons received
during the month (100%), based on which the payment after adjusting Penalty will be
made to the Agent.
c) If the weighment is less than 60%, whatever is the percentage of weighment done, the
average net weight of the wagons will be extrapolated for the total receipts during the
month. Such extrapolated weight or RR weight of the receipts during the month,
whichever is less will be considered for payment.
d) If during the whole month the weighbridge is not working, the previous months average
weight of the wagon as arrived at (b) or (c) above shall be considered and extrapolated
for the total receipts during the month. Such extrapolated weight or RR weight / loaded
weight during the month whichever is less will be considered for payment.
e) VSP will not consider any transit gain for payment. Payment will be restricted to RR
tonnage only in such cases.
2.29 Weighment shall be restricted to RR weight or the actual weight recorded at VSP
weighbridge, whichever is less.
2.30 SHORTAGES: All efforts shall be made to contain the shortages (transit loss) to a level
below 1.5% including moisture loss if any.
2.31 Penalty: Penalty will be levied as per the slabs mentioned below for the shortages beyond
1.5%.
Shortages Penalty
Upto 1.5% Nil
Above 1.5% upto
2.0%
25% of Service charges on receipt quantity for
loading supervision charges.
Above 2.0% 25% of service charges on receipt quantity for
loading supervision + Landed cost of Boiler coal
during the month of shortage for the short receipt
quantity beyond 2.0% shortages
(Present landed cost is apprx. Rs.2,500/t for
M/s.MCL and Rs.3,661/t for M/s.SCCL.
However the maximum penalty will be subject to recovery which can be made in
corresponding month or subsequent month of the contract within remuneration payable to
party.
2.32 For deciding percentage of shortage, if any in a month for calculation of penalty, the total
receipts at plant during the month shall only be considered.
16
2.33 If Railways undertakes any weighment at enroute (Second weighment) the difference in
penalty overloading charges levied shall be recovered from loading agent bills.
2.34 To ensure that the despatches are made as per the requirement given by VSP for the month
and in the absence of specific requirement, as per the monthly allocation given by the Coal
Controller. If the materialisation is more than 95%, performance of the party shall be
considered satisfactory. If, however, materialization is below 95 % of the monthly allocation
the Agent shall pay penalty at the rate of Rs.1.00 per Ton for the shortfall quantity below
95%.
3.0 To collect the original RRs from the loading station and send them directly from the
Collieries of M/s MCL & M/s SCCL to the consignee i.e., Dy. General Manager (Raw
Materials) Raw Materials Department, Rail Bhavan, Visakhapatnam Steel Plant,
Visakhapatnam-530 031. The RRs shall be sent to VSP by the fastest mode of delivery i.e.,
speed post/private air courier in 2 or 3 lots every week.
4.0 SPECIAL TERMS & CONDITIONS :
4.1 The Agent should be required to render all services as may be required by VSP in connection
with the procurement and dispatch of Boiler coal from the collieries from time to time.
4.2 The Agent should make timely/prompt representation to M/s MCL & M/s SCCL in case of
poor quality of Boiler coal arising out of mixing up of foreign material and inform the same
to VSP immediately.
4.3 The Agent should keep VSP informed about the coal supply position as well as suggest
measures, if any, for improvement.
4.4 The Agent should safe guard the interests of Visakhapatnam Steel Plant in all respects in
ensuring quality, quantity against allocation / requirement. The Agent should represent VSP
in the said matters should the situation demands and make endeavor in assisting VSP to
obtain better quality of Boiler coal, with an intimation to VSP.
4.5 The Agent should keep VSP informed about the names and addresses of their representatives
posted at different loading points for VSP's job
4.6 The Agent should provide assistance to VSP officials who may visit the Collieries / Railway
officer for discussions pertaining to coal supplies / movements and other related matters.
4.7 The Agent should make 4 copies of the analysis results received from the laboratory. Rake-
wise analysis results have to be furnished to the following executives of VSP, within seven
days of analysis along with the relevant RR Nos., name of the colliery, period of loading,
wagon numbers from which samples are drawn and the actual weight of all wagons to which
these results pertain to as detailed below:
a) M/s.MCL / M/s.SCCL -1 copy each.
b) Dy. General Manager(Raw materials), Raw Materials Department, Rail Bhavan,
Visakhapatnam Steel Plant, Visakhapatnam-530031– One copy
c) Dy. General Manager (QATD), Visakhapatnam Steel Plant, Visakhapatnam-530 031 –
17
One copy
d) DGM(MM -Purchase), Administration Building, Visakhapatnam Steel Plant,
Visakhapatnam-530 031 – One copy.
e) AGM (F&A-Raw Materials A/c), Administration Building,
Visakhapatnam Steel Plant,Visakhapatnam-530 031 – One copy.
5.0 GENERAL CONDITIONS OF CONTRACT :
5.1 The Agent shall not assign this contract or any part of it, if awarded to him, to any person /
Organisation or give sub-contract or sublet without the written consent from RINL / VSP.
5.2 RINL, VSP reserves the right to appoint more than one agency / agencies or Contractors for
this very job during the currency of this contract and such an act shall not confer any right
on the analyst for any compensation or alteration of the terms of this contract.
5.3 RINL, VSP reserves the right to terminate this contract, if the performance is found
unsatisfactory without any prejudice to other remedies available under this contract.
5.4 In case there are any changes in the Agreement between VSP and M/s MCL & M/s SCCL
which have a bearing on the terms and conditions of this Agreement, VSP has the right to
change certain clauses of this agreement suitably.
5.5 All terms and condition of General condition of contract of VSP shall be applicable.
6.0 REMUNERATION
6.1 Minimum Basic rates in Rupees per ton and separately indicating duties and taxes including
Service tax if any are to be indicated in the Schedule of Rates at Annexure -III of the
Tender Documents.
6.2 The rates quoted in the “Schedule of Rates” shall be firm during the currency of this contract
as indicated at para 1.1 above.
6.3 Taxes and duties including Service tax prevailing on the date of scheduled tender opening
shall be considered as exclusive of the rates quoted by the tenderer and any variation or new
charges, duties and taxes shall be to the account of VSP. Wherever Service Tax is said to be
inclusive or claimed as extra, the same would be paid against CENVATABLE document
submitted. Else, the component of Service Tax would be computed and deducted from the
bills of the Party.
7.0 BILLING PROCEDURE & PAYMENT TERMS :
7.1 Monthly bills in triplicate complete in all respects along with Analysis Report, dispatch
particulars, sampling particulars indicating wagon numbers shall be submitted in triplicate to
DGM(MM -PURCHASE), Visakhapatnam Steel Plant, Visakhapatnam-530 031.
7.2 The Bill amount shall be released on 60th
day from the receipt of Bills complete in all
respects. The payment shall be made to the credit of Party’s Bank account by NEFT / RTGS.
The successful tenderer has to submit Bank account details in the prescribed proforma of the
Company after receipt of LOA.
18
7.3 Statutory deductions like Income Tax etc., deductable at source, if any, shall be made at
source as per rules prevailing and certificate shall be issued to that effect.
7.4 The payment shall be made for the actual quantity supervised by the Public Analyst and
received by VSP as per the certificates issued by our Raw Materials Dept. w.r.to the quantity
as received by VSP and by QATD of VSP with respect to the Ash analysis of the rakes after
adjusting penalty or other recoverable amounts, if any.
7.5 For diverted rakes i.e., rakes supervised by the Agent but not received by VSP and for rakes
received by VSP but not supervised by the Agent, payment shall not be made.
8.0 SCOPE OF WORK FOR MINOR REPAIR OF BOX WAGONS AT M/S.TALCHER:
8.1 Estimated inflow of rakes will be approximately 12 per month from MCL Talcher Railway
siding.
8.2 The above quantity is only indicative and is subject to wide variation depending on our
production schedule and actual requirements at plant. No claim what so ever on this account
shall be entertained.
8.3 The contractor has to commence the work within 15 days of award of contract/LOA.
8.4 Minor Repair of BOX wagons at MCL Talcher Railway siding before loading. The repairing
is inclusive of putting gunny bags, sheet, ply or any other minor repair etc. where ever
needed in the wagons before loading. Proper closing of doors by minor welding & necessary
tightening with GI wires wherever necessary.
8.5 The quoted rates are inclusive of purchase of material for minor repair, labour charges etc.
towards the work as mentioned above.
8.6 The bills shall be payable based on average number of loaded wagons received/rake on
monthly basis as per table below:
S.No. Average no of loaded wagons
received /rake in a month
Payment in % of
rate
1 <53 Nil
2 =53 70.00%
3 =59 100.00%
4 In between 53 & 59 payment shall be done on
fractional prorata basis.
9.0 SAFETY:
a) Safety of the workmen engaged by supplier in connection to this work is the sole
responsibility of the agency.
b) The agency shall provide all personal protective equipments (PPEs) to the workmen
19
9.1 The Contractor shall be required to post qualified and competent representatives at
the loading points for close coordination with the Suppliers for getting timely information of
loading, undertake Minor Repair of BOX wagons at MCL Talcher Railway siding before
loading. The Contractor will be required to keep records of all Minor Repair of BOX
wagons containing the number of individual wagon numbers of the rakes, RR Nos., tonnage
loaded, date of loading etc. Further the agency should inform Raw Material Department
daily about the details of Rake in which Minor Repair of BOX wagons in the format to be
prescribed by RMD.
10.0 SPECIAL TERMS & CONDITIONS :
10.1 Contractor should be required to render all services as may be required by RINL in
connection with the Minor Repair of BOX wagons at MCL Talcher Railway siding before
loading from time to time.
10.2 Contractor should keep RINL informed about the names and addresses of their
representatives posted at different loading points for RINL’s job.
11.0 REMUNERATION ;
11.1 Minimum rates (including all charges, duties and taxes including Service tax, if any) are to
be indicated in the Schedule of Rates at Annexure - III of the Tender Documents.
11.2 The rates quoted in the “Schedule of Rates” shall be firm during the currency of this contract
as indicated at para 1.1 above.
11.3 Taxes and duties including Service Tax prevailing on the date of scheduled tender opening
shall be considered as inclusive of the rates quoted by the tenderer and any variation or new
charges, duties and taxes shall be to the account of RINL during the stipulated completion
period. Wherever Service Tax is said to be inclusive or claimed as extra, the same would be
paid against CENVATABLE document submitted. Else, the component of Service Tax
would be computed and deducted from the bills of the Party.
12.0 BILLING PROCEDURE & PAYMENT TERMS :
12.1 Bills in triplicate complete in all respects along with, dispatch particulars indicating wagon
numbers shall be submitted in triplicate to DGM(MM - PURCHASE) Visakhapatnam Steel
Plant, Visakhapatnam-530 031 (2 No Purchase Dept copy + 1 No RMD Copy).
12.2 The bills shall be forwarded to Raw Materials Dept (RMD) for certification and based on
certification, the Bill amount shall be released on 60th day from the receipt of Bills complete
in all respects. The payment shall be made to the credit of Party’s Bank account by
Electronic Fund transfer (EFT) / RTGS. The successful tenderer has to submit Bank account
details in the prescribed proforma of the Company after receipt of LOA.
12.3 Statutory deductions like Income Tax etc., deductable at source, if any, shall be made at
source as per rules prevailing and certificate shall be issued to that effect.
20
12.4 The payment shall be made on the basis of actual quantity received by VSP as per the
certificates issued by our Raw Materials Dept.
12.5 For diverted rakes i.e., rakes in which Minor Repair of BOX wagons covered by the
Contractor but not received by RINL, payment shall not be made.
13.0 PERFORMANCE GUARANTEE :
13.1 Within 15 (Fifteen) days from the date of Acceptance to Tender / LOA, the successful
Tenderer shall furnish Performance Guarantee Bond in the form of a Bank Guarantee as per
proforma at Annexure -VI of the tender document, for an amount covering 5%(five
percent ) of the value of the contract . No change in the prescribed proforma of the Bank
Guarantee for Performance Guarantee bond is acceptable, and it should be received in the
office of Deputy General Manager (MM -Purchase), RINL/VSP within 15 (Fifteen) days
from the date of Acceptance to Tender. The payment shall be released only after submission
of Performance Guarantee as mentioned above.
13.2 The Performance Guarantee Bond should be established in favour of RINL through any
Nationalized Bank situated at Visakhapatnam or outstation with a clause to enforce the
same on their local branch at Visakhapatnam. If the bond is issued by any scheduled
bank (other than nationalized bank), bond is to be issued by the branch located in
Visakhapatnam only. Bonds from Co-operative banks are not accepted.
13.3 The Performance Guarantee Bond shall be for the due and faithful performance of the
contract and shall remain binding, notwithstanding such variations, alterations or extensions
of time as may be made, given, conceded or agreed to between the successful tenderer and
the Purchaser under the terms & conditions of Acceptance to Tender.
13.4 The successful tenderer is entirely responsible for the due performance of the Contract in all
respects according to the spirit, intent and meaning of the terms & conditions and
specifications and all other documents referred to in the Acceptance to Tender.
13.5 The Performance Guarantee Bond shall be kept valid and in full force and effect during the
period of the contract and shall continue to be enforceable for a period of 180 (One hundred
and eighty) days from the end date of tenure of the Contract. In the event of extension of the
tenure of the contract by VSP, the validity of the Bank Guarantee shall be extended
accordingly.
13.6 The Performance Guarantee Bond is liable to be forfeited or appropriated towards any loss
that may be sustained by RINL / VSP as a result of any act or omission on the part of the
Agent.
13.7 The Performance Guarantee Bond shall be released after 180 (One hundred and eighty) days
from the end date of tenure of the Contract, subject to clearance from our Raw Materials
department, under the Acceptance of Tender.
13.8 The Agent shall also submit a certificate to the effect that he has no claim(s) against the
RINL / VSP under the Contract. However, if any of the Bills submitted by the Agent for
works done / obligations discharged as per the contract, remain pending at the time of
furnishing the above certificate, the certificate may be furnished in the following manner: “
21
I/we hereby certify that there are no claims against Rashtriya Ispat Nigam Limited under the
Contract No. ……………………. for the work ................, except to the extent of the claim
referred by me/us as per the bills mentioned hereinafter”.
14.0 LABOUR LEGISLATION & INDEMNITY :
14.1 The Agent shall be solely liable for any injury and / or damage that may be caused to his men
or any person due to accident or otherwise. Agent shall be also liable for damages caused to
any property by his men or materials while executing this contract. Agent shall indemnify
and keep VSP indemnified and save VSP from the losses that VSP may be put to on account
of any fault on the part of the Agent.
14.2 The Agent shall comply with all statutory rules and provisions as applicable to him to
carryout this job.
15.0 DISPUTE, ARBITRATION AND JURISDICTION :
15.1 All matters relating to any dispute, which may arise during execution of this contract shall be
referred to Arbitration. The Chief Executive of Visakhapatnam Steel Plant or his authorised
nominee will act as the sole arbitrator and the decision of the arbitrator shall be final and
binding.
15.2 That in case any legal proceedings are to be instituted against Rastriya Ispat Nigam Limited,
Visakhapatnam Steel Plant, they shall be instituted at the appropriate civil courts of
Visakhapatnam and the Courts at Visakhapatnam only shall have jurisdiction.
****
22
ANNEXURE - III TO TENDER NO. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
PROFORMA FOR PART B: PRICE BID FOR PARTICIPATION IN LOADING
SUPERVISION JOBS FOR SUPPLIES OF BOILER COAL FROM M/S.MCL & M/S.SCCL
(REFER CL.5.0 OF ANNNEXURE - I OF TENDER DOCUMENT)
SCHEDULE OF RATES
1. Name of the Tenderer :
2. Address :
Description of work Basic Price
(Rs per Ton)
(A)
Service Tax
(Rs per Ton)
(B)
Total Cost
(A+B)
I) For M/s.MCL:
Loading supervision, collection
and sending of RRs, ensuring
minimum short receipt etc. (For
detailed scope of work Refer
clause 2.0 of Annexure - II
of tender document)
II) For M/s.SCCL:
Loading supervision, collection
and sending of RRs, ensuring
minimum short receipt etc. (For
detailed scope of work Refer
clause 2.0 of Annexure - II
of tender document)
…………………………………….
Signature of the tenderer with stamp
Note: Present rate of service tax may be indicated for evaluation purpose.
23
ANNEXURE - III TO TENDER NO. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
PROFORMA FOR PART B: PRICE BID FOR MINOR REPAIR OF BOX WAGONS FROM
M/S.MCL, TALCHER
(REFER CLAUSE-5.0 OF ANNNEXURE - I OF TENDER DOCUMENT)
SCHEDULE OF RATES
1. Name of the Tenderer :
2. Address :
Rate ( Rs. Per Ton)
3. Minor repair work of BOX wagons
at MCL Talcher Railway siding : Rs.
before loading
(Rupees (In words)........................ only)
(For detailed scope of work refer clause 8.0 of
Annexure - II of tender document)
…………………………………….
Signature of the tenderer with stamp
Note: The rates quoted shall be inclusive of all charges, duties and taxes as applicable on the date of
quotation. However the service tax % shall be indicated separately.
Service tax rate = ________%
24
ANNEXURE -IV TO TENDER NO. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
PROFORMA OF BANK GUARANTEE FOR BID BOND
(REFER CL.2.0 OF ANNNEXURE -I OF TENDER DOCUMENT)
(To be typed on Non-judicial stamp paper of the value of Indian Rupees of One Hundred)
TO BE ESTABLISHED THROUGH ANY OF THE NATIONALISED BANKS (WHETHER
SITUATED AT VISAKHAPATNAM OR OUTSATTION) WITH A CLAUSE TO ENFORCE
THE SAME ON THEIR LOCAL BRANCH AT VISAKHAPATNAM OR ANY SCHEDULED
BANK (OTHER THAN NATIONALISED BANK) SITUATED AT VISAKHAPATNAM.
BONDS ISSUED BY CO-OPERATIVE BANKS ARE NOT ACCEPTED.
To
Rashtriya Ispat Nigam Limited
Visakhapatnam Steel Plant,
Admn. Building,
Visakhapatnam-530 031. INDIA.
Bank Guarantee No. Dt.
LETTER OF GUARANTEE
WHEREAS Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant (hereinafter referred to as
RINL) have invited Tenders vide Tender No. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
(hereinafter referred to as the said Invitation to Tender) for appointment of Agent for participation in
Loading Supervision Jobs of Coal supplies from M/s.Mahanadi Coal Fields Ltd & M/s.Singareni
Colleries Company Limited to Visakhapatnam Steel Plant and Minor Repair of BOX Wagons at
M/s.MCL, Talcher.
AND WHEREAS the said Invitation to Tender requires that any eligible Tenderer wishing to make
an offer in response thereto shall establish an irrevocable Bid Bond in favour of RINL in the form of
Bank Guarantee for Rs……….. and valid upto ………. as guarantee that the tenderer:
a) shall keep his offer firm and valid for acceptance by RINL for a period of 90 (Ninety) days from
the date of opening of tenders.
b) shall, in the event of the offer being accepted by RINL, establish a Performance Guarantee (PG)
Bond in favour of RINL, in the form of Bank Guarantee for an amount covering 5% (five percent )
of the value of contract /-, within 15 (Fifteen) days from the date of Acceptance to tender / LOA.
AND WHEREAS M/s.......................(hereinafter referred to as the said Tenderer) wish to make an
offer in response to the said Invitation to Tender for appointment of Agent for participation in
Loading Supervision Jobs of Boiler Coal supplies from M/s.Mahanadi Coal Fields Ltd &
M/s.Singareni Collieries Company Limited. to Visakhapatnam Steel Plant and Minor Repair of
BOX Wagons at M/s.MCL, Talcher.
25
NOW THIS BANK HEREBY GUARANTEES that in the event of the said Tenderer failing to
abide by any of the conditions referred to in any of the preceding paragraphs, this Bank shall pay to
Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant, Visakhapatnam, INDIA on demand and
without protest or demur Rs…………… (Rupees…………...).
This Bank further agrees that the decision of RINL as to whether the said Tenderer has committed a
breach of any of the conditions referred to in the preceding paragraphs, shall be final and binding.
This Bank further agrees that the claims if any, against this Bank Guarantee shall be enforceable at
our Branch office at Visakhapatnam situated at ……………………………………….. (Address of
local branch at Visakhapatnam).
THIS BANK FURTHER undertakes that this Guarantee shall remain irrevocably valid and in force
upto 120 days from the due date of opening the tenders.
For and on behalf of
(Name of the Bank)
Signature
Name
Duly constituted attorney and authorised signatory
Designation :
Name and Address of the Bank
26
ANNEXURE - V TO TENDER NO. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
PROFORMA OF LETTER OF ACCEPTANCE OF THE TERMS AND CONDITIONS
MENTIONED IN THE TENDER (REFER CL.7.0 OF ANNNEXURE - I OF
TENDER DOCUMENT)
To
THE EXECUTIVE DIRECTOR (MM)
BLOCK - A, PURCHASE DEPARTMENT
ADMINISTRATIVE BUILDING,
RASHTRIYA ISPAT NIGAM LIMITED,
VISAKHAPATNAM STEEL PLANT,
VISAKHAPATNAM-530031
Dear Sir,
Sub: Your Tender Notice No. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016.
With reference to your Tender No. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016, for appointment
of Agent for participation in Loading Supervision Jobs of Boiler Coal supplies from M/s.Mahanadi
Coal Fields Ltd & M/s.Singareni Colleries Company Limited to Visakhapatnam Steel Plant and
Minor Repair of BOX Wagons at M/s.MCL, Talcher, we hereby give our confirmation and
acceptance of the terms and conditions mentioned in the above captioned Tender.
*** There are no other deviations to the above captioned tender / Statement of deviations in
enclosed to this letter duly specifying the clause no of the tender document.
The attached form is filled in and is duly signed for your ready reference in agreement with vital
eligibility criteria
Thanking you,
Yours faithfully,
(Signature and Seal of Tenderer)
" *** " : Strike off which ever is not applicable.
Note: If there is any deviations / deletions from the terms and conditions mentioned in the tender
document a separate statement duly signed should be sent along with the offer.)
27
Form attached with Annexure V of ITT
1.Name of Bidder:
2. Postal Address for Correspondence
Telephone number
FAX number
Email Address
3. Details of BID MONEY
4 . (a) Please confirm turn over of more than Rs.70 lakhs per annum during the preceding two
financial years as per our eligibility criteria. Refer para 2( a ) of our invitation to tender
(Yes/No)
(b) Whether copy of last 2 years balance sheet / profit and loss account and certificate from
Chartered accountant is enclosed.
(Yes/No)
5. Please confirm that you have experience of loading supervision, co-ordination with railways and
any coal company for movement of coal by rail as per eligibility criteria para 2(b) and
Experience in Minor repair work of BOX wagons for an average 10 rakes per month for a
minimum period of six months during the last 10 years ending March 2016 as per eligibility
criteria para 2(c) of our Invitation to tender.
(Yes/No)
Please submit the relevant documents and give the details in the form below.
Sl No Name of
work
executed
Organisat
ion
Value
of
work
Volume of
work
Period
of
contract
Performanc
e certificate
6. Whether full fledged office is available at present or you will be able to establish office as per
para 2(d) of our invitation to tender? (Yes/No)
(documents enclosed in support of your reply at 6(a) above) (Yes/No)
(Signature and Seal of Tenderer)
28
ANNEXURE - VI TO TENDER NO. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
PROFORMA OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE BOND
(REFER CL.13.0 OF ANNNEXURE - II OF ITT)
(To be submitted on Non-judicial stamp paper of value of Indian Rupees one Hundred)
To
Rashtriya Ispat Nigam Limited,
Visakhapatnam Steel Plant,
Administrative Building,
Visakhapatnam-530031
Bank Guarantee No Dt
LETTER OF GUARANTEE
WHEREAS M/s____________________________________________hereinafter referred to as the
AGENT) and M/s RASHTRIYA ISPAT NIGAM LIMITED (hereinafter referred to as the
PURCHASER) have entered into an AGREEMENT vide ACCEPTANCE TO TENDER
No._______________ Dated___________(hereinafter called the said A/T) for participation in
Loading Supervision Jobs of Boiler Coal supplies from M/s.Mahanadi Coalfields Ltd. And
M/s.Singareni Collieries Co Ltd. to Visakhapatnam Steel Plant and Minor Repair of BOX Wagons
at M/s.MCL, Talcher (hereinafter referred to as the WORK) on the terms and conditions mentioned
therein.
2. We, ……………..... (name of bank & branch) at the request of the AGENT, do hereby
undertake and indemnify and keep indemnified the PURCHASER to the extent of Rs.
_________________(Rupees________________________________) against any loss or damage
that may be caused to or suffered by the PURCHASER, by reason of any breach by the AGENT
of any of the terms and conditions of the said A/T and/or in the performance of the said
A/T by the AGENT. We agree that the decision of the PURCHASER as to whether any breach of
any of the terms and conditions of the said A/T or in the performance thereof has been
committed by the AGENT and the amount of loss or damage that has been caused to or suffered
by the PURCHASER shall be final and binding on us and the amount of the said loss or damage
shall be paid by us forthwith to the PURCHASER on demand and without protest or demur.
3. We, .……………. (name of bank & branch) hereby further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for
satisfactory performance and fulfillment in all respects of the said AGREEMENT and that it
shall continue to be enforceable for (a) six months after the completion of the tenure of the
Contract under the said AGREEMENT or (b) in the event of any dispute(s) between the
PURCHASER and the AGENT, until such period(s) the dispute is settled fully, whichever
date is the latest and that if any claim accrues or arises against us, …………………….(name of
bank & branch) by virtue of this guarantee before the dates referred to at (a) and (b) herein
above, the same shall be enforceable against us, .………….. (name of bank & branch), not
withstanding the fact that the same is enforced after the dates referred to at (a) or (b) herein
above, whichever date is the latest, provided that notice of any such claim has been given by the
PURCHASER before the dates referred to at (a) or (b) herein above, as the case may be. Payments
under this LETTER OF GUARANTEE shall be made promptly upon our receiving the notice to
that effect from the PURCHASER on demand and without protest or demur.
29
4. We, .…………… (name of bank & branch) fully understood that this Guarantee shall become
effective from the date of the said A/T and undertake not to revoke this Guarantee during its
currency without the prior written consent of the PURCHASER.
5. We, .…………….. (name of bank & branch) hereby further agree that the PURCHASER shall
have the fullest liberty, without affecting in any manner our obligations here under, to vary
any of the terms and conditions of the said A/T or to extend the time of performance of the said
A/T by the AGENT from time to time or to postpone for any time or from time to time any
of the powers exercisable by the PURCHASER against the AGENT and to forbear or to
enforce any of the terms and conditions relating to the said A/T and We, …………... (name of
bank & branch) shall not be released from our liability under this Guarantee by reason of any
such variation or extension being granted to the AGENT or any forbearance and/ or omission
on the part of the PURCHASER or any indulgence by the PURCHASER or by any other matter or
thing whatsoever which under the law relating to sureties would, but for this provision, have the
effect of so releasing us from our liability under this Guarantee.
6. We, .……………….. (name of bank & branch) hereby further agree that the Guarantee herein
contained is initially valid upto ________________________and that the same shall be extended
further according to the provisions contained herein above.
7. We, ...……………… (name of bank & branch) hereby further agree that the Guarantee herein
contained shall not be affected by any change in the constitution of the AGENT and/ or the
PURCHASER.
8. We, ...……………… (name of bank & branch) further agrees that the claims if any, against this
Bank Guarantee shall be enforceable at our Branch office at Visakhapatnam situated at
……………………………………….. (Address of local branch at Visakhapatnam).
FOR AND ON BEHALF OF
(name of bank & branch)
Signature:
Name:
DULY CONSTITUTED ATTORNEY
& AUTHORISED SIGNATORY
Designation (Name of Bank & branch)
30
ANNEXURE - VII TO TENDER NO. Pur.5.66.PABC/MRBW/0576, Dated 22/07/2016
(Refer Para 1.3 of Annexure-I instruction to tenderers)
INTEGRITY PACT
Rashtriya Ispat Nigam Limited (RINL) hereinafter referred to as “The Principal”,
And
…………………………………………………………………………………. hereinafter referred to as “The
Bidder/Contractor”
Preamble
The Principal intends to award, under laid down organizational procedures, a contract for (nature
of contract, in brief). The Principal values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources, and of fairness/transparency in its relations with
its Bidder(s) and /or Contractor(s).
The Principal will nominate Independent External Monitor(IEM) by name, from the panel of IEMs,
at the tender stage, for monitoring the tender process and the execution of the contract in
order to ensure compliance with the Integrity Pact by all the parties concerned.
Section 1 – Commitments of the Principal:
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
a. No employee of the Principal, personally or through family members, will in connection with the
tender or the execution of a contract, demand/take a promise/accept for self or for third
person, any material or non material benefit which the person is not legally entitled to.
b. The Principal will, during the tender process treat all Bidders with equity and reason. The
Principal will in particular, before and during the tender process,provide to all Bidders the same
information and will not provide to any Bidder confidential/additional information through which
the Bidder(s) could obtain an advantage in relation to the tender process or the contract
execution.
c. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the PC Act/ applicable law, or if there be a substantive suspicion in this regard,
the Principal will inform the Chief Vigilance Officer of RINL and in addition can initiate disciplinary
action.
Section 2 – Commitments of the Bidder(s)/contractor(s):
(1) The Bidder/ Contractor commits to take all measures necessary to prevent corruption and
31
commits to observe the following principles during his participation in the tender process/during
the contract execution(in case of Bidder to whom the contract has been awarded).
a. The Bidder/Contractor will not, directly or through any other person or firm, offer, promise
or give to any of the Principal’s employees involved in the tender process or the execution of the
contract or to any third person any material or other benefit which he/she is not legally entitled
to, in order to obtain, in exchange, any advantage of any kind whatsoever during the tender
process or during the execution of the contract or to vitiate the Principal’s tender process or
contract execution.
b. The Bidder/ Contractor will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process or to vitiate the
Principal’s tender process or execution of the contract.
c. The Bidder/Contractor will not commit any offence under the PC Act/ Applicable law, like
paying any bribes or giving illegal benefit to anyone including employees of RINL, to gain undue
advantage in dealing with RINL or for any other reason etc. Further, the Bidder/Contractor will
not use improperly, for purposes of competition or personal gain, or pass on to others, any
information or document provided by the Principal as part of the business relationship regarding
plans, technical proposals and business details including information contained or transmitted
electronically.
d. The Bidder/Contractor of foreign origin shall disclose the name and address of their
Agent(s)/representative(s) in India, if any. Similarly the Bidder/Contractor of Indian Nationality
shall furnish the name and address of the foreign supplier/contract Agency, if any. Further
details, as mentioned in the Guidelines on Indian Agents of Foreign “Suppliers/contract agencies”,
shall be disclosed by the Bidder/Contractor, wherever applicable. Further, as mentioned in the
Guidelines, all the payments made to the Indian agent(s)/representative(s) have to be in Indian
Rupees only. Copy of the Guidelines on Indian Agents of Foreign “Suppliers/contract agencies” is
enclosed.
e. The Bidder/ Contractor will, when presenting his bid, disclose any and all payments he has
made or committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.
(2) The Bidder/Contractor will not instigate third persons to commit offences outlined above or
be an accessory to such offences.
Section 3 – Disqualification from tender process and exclusion from future contracts:
(1) A transgression is considered to have occurred, if the Principal after due consideration of
the available evidence, concludes that a reasonable doubt is possible.
(2) If the Bidder/Contractor, before award of contract or after award of contract has
committed a transgression through a violation of Section 2 above or in any other form such as to
32
put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder from
the tender process or to terminate the contract, if already awarded, for that reason, without
prejudice to other remedies available to the Principal under the relevant GCC of the
tender/contract.
(3) If the Bidder/Contractor has committed a transgression through a violation of any of the
terms under Section 2 above or in any other form such as to put his reliability or credibility into
question, the Principal is entitled also to exclude the Bidder / Contractor from future
tenders/Contract award processes. The imposition and duration of the exclusion will be
determined by the Principal keeping in view the severity of the transgression. The severity will be
determined by the circumstances of the case, in particular the number of transgressions, the
position of the transgressors within the company hierarchy of the Bidder /Contractor and the
amount of the damage.
(4) If it is observed after payment of final bill but before the expiry of validity of Integrity
pact that the Contractor has committed a transgression through a violation of any of the terms
under Section 2 above during the execution of contract, the Principal is entitled to exclude the
Contractor from future tenders/Contract award processes.
(5) The exclusion will be imposed for a Period not less than six (6) months and, up to a maximum
period of three (3) years.
(6) If the Bidder / Contractor can prove that he has restored/ recouped the damage to the
Principal caused by him and has installed a suitable corruption prevention system, the Principal
may revoke the exclusion before the expiry of the period of such exclusion.
Section 4 – Compensation for Damages:
(1) If the Principal has disqualified the bidder from the tender process prior to the award in
accordance with Section 3 above, the Earnest Money Deposit (EMD)/Bid security furnished, if
any, along with the offer as per the terms of the Invitation to Tender (ITT) shall be forfeited.
This is apart from the exclusion of the Bidder from future tenders as may be imposed by the
Principal, as brought out at Section 3 above.
(2) If the Principal has terminated the Contract in accordance with Section 3 above, or if the
Principal is entitled to terminate the Contract in accordance with Section 3 above, the Security
Deposit/performance bank guarantee furnished by the Contractor, if any, as per the terms of the
ITT/Contract shall be forfeited without prejudicing the rights and remedies available to the
Principal under the relevant General conditions of contract. This is apart from the exclusion of
the Bidder from future tenders as may be imposed by the Principal, as brought out at Section 3
above.
Section 5 – Previous transgressions:
(1) The Bidder declares that, to the best of his knowledge, no previous transgression occurred
in the last five (05) years with any Company or Organization or Institution in any country or with
any Government in any country conforming to the anticorruption approach that could justify his
33
exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process. The contract, if already awarded, can be terminated for such reason.
Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors:
(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors, he
desires to appoint, a commitment in conformity with this Integrity Pact, and to submit it to the
Principal at the time of seeking permission for such subcontracting.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders/ Contractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or
violate its provisions.
Section 7 – Criminal charges against violating Bidder(s)/ Contractor(s)/ subcontractor(s) :
If the Principal obtains knowledge of conduct of a Bidder, Contractor, Sub-contractor or of
any employee or a representative or an associate of a Bidder/Contractor/ Subcontractor which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal
will inform the same to the CVO of RINL.
Section 8 – Independent External Monitor(s)(IEM(s)):
(1) The Principal appoints competent and credible Independent External Monitor with the
approval of Central Vigilance Commission. The IEM reviews independently, the cases referred to
him or written complaints with all details received directly by him to assess whether and to what
extent the parties concerned complied with the obligations under this Integrity Pact,
(2) In case of complaint/representations on compliance of the provisions of the Integrity Pact
by any person/agency, the complaint/representation can be lodged by the aggrieved party with
the Nodal Officer for IP of RINL or directly with the IEM. The Nodal Officer shall refer the
complaint /representation so received by him to the IEM for his examination. Similarly, RINL in
case of any doubt regarding compliance by any or all the bidders can lodge its complaint / make a
reference to IEM through Nodal Officer. For ensuring the desired transparency and objectivity
in dealing with the complaints arising out of the tendering process, the matter should be
examined by the full panel of IEMs who would look into the records, conduct an investigation and
submit their joint recommendations to the Management.
(3) The IEM is not subject to instructions by both the parties and performs his functions
neutrally/independently. The IEM will submit report to the CMD, RINL.
(4) The Bidder(s)/Contractors(s) accepts that the IEM has the right to access without
restriction, to all tender/contract documentation of the Principal including that provided by the
Bidder/Contractor. The Bidder/Contractor will also grant the IEM, upon his request and
34
demonstration of a valid interest, unrestricted and unconditional access to his tender/contract
documentation. The same is applicable to unrestricted and unconditional access to tenders /
contract documentation of Subcontractors also. The IEM is under contractual obligation to treat
the information and documents of the Bidder(s)/ Contractor(s)/Subcontractor(s) with
confidentiality.
(5) IEM will have the right to attend any meeting between RINL and Counterparties in respect
of the cases falling under the purview of IP.
(6) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will inform the
Principal and request the Principal to discontinue or take corrective action or to take other
relevant action. The IEM can, in this regard, submit non binding recommendations. Beyond this,
the IEM has no right to demand from the parties that they act in a specific manner, refrain from
action or tolerate action.
(7) The IEM will submit a written report to the CMD-RINL within four (04) to six (06) weeks
from the date of reference or intimation to him by the Principal/ receipt of the complaint and,
should the occasion arise, submit proposals for corrective actions for the violations or the
breaches of the provisions of the agreement noticed by the IEM.
(8) IEM may also submit a report directly to the CVO of RINL and the Central Vigilance
Commission, in case of suspicion of serious irregularities attracting provisions of the PC Act/
applicable Law.
(9) Expenses of IEM shall be borne by RINL/VSP as per terms of appointment of IEMs.
(10) The word ‘Monitor’ means Independent External Monitor and would include both singular and
plural.
Section 9 – Duration of the Integrity Pact:
(1) This Pact comes into force upon signing by both the Principal and the Bidder/Contractor. It
expires for the Contractor twelve (12) months after the last payment under the contract, and for
all unsuccessful Bidders, six (06) months after the contract has been awarded and accordingly
for the Principal after the expiry of respective periods stated above.
(2) If any claim is made/ lodged during the valid period of the IP, the same shall be binding and
continue to be valid even after the lapse of this Pact as specified above, unless it is
discharged/determined by CMD of RINL.
Section 10 – Other provisions:
(1) This Pact is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. Visakhapatnam, State of Andhra Pradesh, India.
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements to this pact have not been made.
(3) If the Contractor is a partnership firm/ Consortium, this Pact must be signed by all
35
partners/ Consortium members, or their Authorized Representative(s) by dulyfurnishing
Authorization to sign Integrity Pact.
(1) Should one or several provisions of this Pact turnout to be invalid, the remaining part of the
Pact remain valid. In this case, the parties will strive to come to an agreement with regard to
their original intentions.
(2) Wherever he or his is indicated in the above sections, the same may be read as he/she or
his/her, as the case may be. Similarly, wherever Counterparty or Bidder or Contractor is
mentioned, the same would include both singular and plural.
_______________________ _____________________
(For & On behalf of the Principal) (For & On behalf of Bidder/
Contractor)
(Office Seal) (Office Seal)
Place ---------------
Date ---------------
Witness 1: Witness 2:
(Name & Address) (Name & Address)