SR114O0183 - Scclmines.com

The Singareni Collieries Company Limited
(A Government Company)
Area Purchase Cell – Srirampur
Phone: 08736 238211, Extn: 08736 238211
Fax: 08736-238222
08736
e-mail:
mail: [email protected]
________________________________________________________________
NOTICE INVITING TENDER
Sub: - Security
ecurity arrangement with foolproof system for Curbing
Coal
oal pilferage in SRP, BPA & MM areas under BOO concept
for a period of 3 years - Reg.
****
We shall be obliged if you will kindly quote your lowest price and time of
delivery for supplying the material as per list attached herewith.
Enquiry Number
Last date for receipt of tender
Tenders Opening
Type of quotation
EMD Amount
: SR1 14 O 0183
: 25-02-2015
: 25-02-2015
: Three Part
: Rs. 5.00 Lakhs
Dt. 02-02-2015
02
Time at 12.00PM
Time at 03.00PM
Note: Tenders should be posted in sealed envelope clearly superscribed with the
subject, enquiry number, last date of receipt of tender,
tender date of opening of the
tender and Vendor Code,, without which the covers will not be considered.
Tender to be submitted to:to:
Chief General Manager,
Manager
The Singareni Collieries Co. Ltd.,
Area CGM Office, SRP
PO: Srirampur - Dist: Adilabad
Pin: 504303
For and on behalf of
The Singareni Collieries Company Limited
Chief General Manager
Srirampur Area
Encl: List of items.
General Terms & Conditions
SCCL Tax Registration Nos.
Service Tax Registration No. AAACT8873FST001
Central Excise Registration
ation No. AAACT8873FEM001
TIN / CST No. 28150117915
1
1. Subject :
SECURITY ARRANGEMENT WITH FOOL PROOF SYSTEM FOR
CURBING COAL PILFERAGE IN SRP, BPA & MM AREAS
Sl.
No.
1
Description
Qty
Providing
GPS/GPRS
based
Vehicle
Tracking System (VTS) to monitor the coal
transportation
trucks
movement
to
prevent en route pilferage of coal for SRP,
MM and BPA Areas with Boom barriers,
RFID and IP Cameras. The system should
also prevent issue of coal to unauthorized
vehicles – under BOO concept for a period
of 3 years.
Unit
As per Quotation
Format
2. SCOPE OF WORK:
a.
Providing GPS/GPRS based VTS to monitor the coal transportation
trucks movement to prevent en-route pilferage of coal including
prevention of issue of coal to unauthorized vehicles for SRP, MM and
BPA Areas under BOO concept for a period of 3 years with Boom
barriers, RFID, IP Cameras and desk top RFID Readers. The following is
Area wise list of en-routes for transportation of coal from mines to
various destinations for which geo-fences are to be prepared.
Sl
No.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
Area
From Place
SRP
SRP
SRP
SRP
SRP
SRP
SRP
SRP
SRP
SRP
SRP
SRP
MM
MM
MM
MM
MM
MM
MM
MM
MM
MM
MM
MM
MM
SRP OC
SRP OC
UG IK-1A Incline
UG RK-5 Incline
UG RK-5B Incline
UG RK-6 Incline
UG RK-7 Incline
UG RK-8 Incline
UG RKNT
UG RKNT
UG 3&3A Incline
UG SRP-1 Incline
OC RKOC
OC RKOC
OC RKOC
UG Kasipet Mine
UG Kasipet Mine
UG KK-1 Incline
UG KK-1 Incline
UG KK-5 Incline
UG KK-5 Incline
UG KK-5 Incline
UG Shanti Khani
UG Shanti Khani
UG RK-1A Incline
To Place
MM RKP CSP
SRP CSP
SRP CSP
SRP CSP
SRP CSP
SRP CSP
SRP CSP
SRP CSP
MM RKP CSP
SRP CSP
SRP CSP
SRP CSP
MM RKP CSP
SRP CSP
RK WASHARY
SRP CSP
RG1 GDK1 CSP
MM RKP CSP
RG1 GDK1 CSP
MM RKP CSP
SRP CSP
RK WASHARY
MM RKP CSP
RK WASHARY
SRP CSP
Distance in
KMs
16
12
25
3
4
4
6
5
10
6
12
12
3
6
6
27
27
9
30
7
7
7
27
3
11
2
OC Dorli OCP-1
OC Dorli OCP-1
OC Dorli OCP-2
OC Dorli OCP-2
OC Khairaguda OCP
OC Khairaguda OCP
BPA OC-II
BPA OC-II
UG GLT 1&1A Incline
MM RKP CSP
SRP CSP
MM RKP CSP
SRP CSP
MM RKP CSP
SRP CSP
MM RKP CSP
SRP CSP
SRP CSP
64
72
68
76
55
63
41
49
50
35
BPA
BPA
BPA
BPA
BPA
BPA
BPA
BPA
BPA
BPA
OC Dorli OCP-1
REBBANA SIDING
32
36
BPA
OC Khairaguda OCP
REBBANA SIDING
20
26
27
28
29
30
31
32
33
34
b.
Most of the above mentioned en-routes are having common paths. New
en-routes for transportation of coal may come during the BOO period of
3 years. The firm has to prepare geo-fences for the new en-routes as
and when they are required. The defined en-routes may also change
during the period. The en-routes master should be maintained for
assigning the en-route to the coal admin trucks for GPS tracking.
c.
Recording of GPS coordinates with accuracy of minimum 10 meters
plus or minus into SCCL central Oracle database server for every 2
minutes interval along with timestamp and consider shadow areas of
GSM. VTS is not required for return trip.
d.
The Security System should provide for coal transportation trucks in
BPA Region which are transporting coal internally under Coal
Admittance System from one Area mines to CSP/CHPs of other Area or
within the Area including Rebbana and other Railway sidings.
e.
The foolproof system should allow pit head delivery (PHD) and rail cum
road (RCR) vehicles to take coal from loading points. One time use RFID
cards will be issued to PHD.
f.
All open stock yards will be covered with fencing or compound wall with
single entry cum exit for fixing Boom Barrier. SCCL vehicles used for
shifting of coal from bunker to stock yard, vice versa should be
provided with permanent RFID tags.
g.
The operations of Boom barriers should be initiated by RFID Reader for
authorized vehicles. The manual/remote operation of Boom barrier
should be locked. In case of Boom barrier opened manually/remote,
alert should be given and the same should be recorded including period
of Boom barrier opening. Also, in case of power failure of any gadget,
alert should be generated.
h.
To provide web based application to monitor and track the trucks
carrying coal.
i.
The bidder may conduct physical survey and feasibility study in all the
locations in BPA Region to ensure GPRS connectivity for assessing the
requirement and appraise themselves fully on the site condition at their
own cost. However, for establishing geo-fence for all en routes, SCCL
survey personnel shall associate with the successful bidder.
j.
The successful bidder has to arrange for all valid SIMs with GPRS
facilities from the mobile service providers, so as to minimize the GPRS
shadow zones from coal loading point to the connected CSP/CHPs.
SIMs are to be purchased in the name of the bidder and the bidder
shall pay the monthly rentals.
3
k.
The system shall help for real time tracking of vehicles fixed with GPSGPRS based GPS module for tracking along the en routes.
l.
To provide alerts on unauthorized stoppage and route deviation by
vehicle etc.
m.
GPS modules are to be provided in a tamper proof casing and to be
fitted in each vehicle.
n.
GPS units should be of proven design and able to function well in the
environment of SCCL heat, humidity, dust, rain etc.
o.
GPS Module should have memory to store the data till it is transmitted
to server.
p.
Any kind of tampering of the unit should be recorded & also to be
informed by an alert SMS message to the cell phones of the identified
personnel authorized by the project officers.
q.
Geo fence violation alerts are to be popped up in the control rooms
automatically and the same are to be recorded and also provide facility
to send SMS alerts.
r.
The firm should provide Boom barriers at the loading points and check
posts to allow only authorized vehicles using customized RFID tags and
readers.
s.
The firm should provide IP Cameras at check posts (both IN/OUT),
loading (Pre-weigh bin/bunker/stock yards) points, weigh bridges and
unloading (CSP/CHPs/RCR railway siding) point for taking snap shot
of truck number and body top view.
t.
The system provided shall be of tamper proof and shall not allow
manual entry of any data.
u. The firm should provide location wise equipment as below:
Location
Check post IN
Check post OUT
Loading bunker
Weigh bridge
Pre-weigh bin
Stock yard
Dump yard
Boom
barrier
Passive RFID
Reader
IP
Cameras
1
1
2
1
1
2
1
2
1
1
2
2
2
2
2
2
2
2
1
The sites are having generally all the above locations. Some sites may
not have some of locations mentioned above. The locations are site
specific. Hence, events sequence is also site specific.
v. Area-wise equipments and manpower requirement is as below
(Approximately):
4
Area Wise requirement of Boom barriers, RFID, IP Cameras
Resident
Engineer
Area
GPS
Modules
Boom
Barrier
Passive
RFID
Readers
Desk top
RFID
Readers
Passive
RFID Tags
IP
Cameras
SRP
90
60
65
1
200
90
2
BPA
280
30
30
1
350
50
2
MM
35
28
30
1
100
50
2
2. CHECK POST IN/OUT:
a.
b.
c.
d.
e.
f.
Only authorized vehicles should be allowed at check-post IN by opening
BOOM Barriers.
Vehicle should be stopped in case unloading is not done in the previous
trip in case of coal admin trucks.
Snap shots of authorized vehicle number and top view of the truck
body are to be taken at both check-posts IN and OUT at Mine premises.
Snap shots for capturing coal admittance truck number and top view
should be taken at unloading check-post OUT after unloading the coal
at the destinated CHP/CSP/RCR.
At mine entry check-post, coal admittance truck should not be allowed,
if snap shot is not taken at destinated CHP/CSP/RCR after unloading
coal in the previous trip. BOOM barrier should not be opened and the
alert is to be displayed in the computer including sending SMS alerts in
such cases.
Other vehicles like material transport vehicles, diesel tankers etc.,
should also be allowed to enter the mine premises for transportation
material etc.
3. LOADING POINT:
a.
b.
c.
d.
e.
System should allow only authorized coal trucks assigned to loading
bunker/pre-weigh bin through boom barrier for taking load of coal
when there is no vehicle underneath the bunker. Also, the system
should allow only authorized coal trucks through boom barrier for
taking load of coal at stock yard. The coal loading bunkers/pre-weigh
bins are to be codified for assigning with RFID tag for the purpose of
providing authorization for taking coal into the trucks.
System should capture with RFID Reader the event of loading zone
entry.
System should not allow any vehicle from the exit boom barrier for
taking load of coal.
Other vehicles like material transport vehicles, diesel tankers etc.,
should not be allowed for taking coal at bunkers/pre-weigh bin/stock
yards. Such vehicles should be allowed only at check posts.
The manual/remote operation of Boom barrier should be locked. In
case of Boom barrier opened manually/remote, alert SMS should be
given and the same should be recorded including period of Boom
barrier opening.
5
f.
g.
Snap shots should be taken for capturing coal trucks number at entry
Boom barrier and top view of the body at exit Boom barrier for both
Admittance and PHD vehicles.
Online video should be stored in the identified computer.
4. UNLOADING POINT:
a.
b.
c.
System should capture with RFID Reader the event of unloading zone
entry at CSP/CHP/RCR siding of authorized Coal Admittance truck.
Snap shots should be taken for capturing Coal Admittance truck
number and top view of the body at unloading zone exit after unloading
the coal.
Online video should be stored in the identified computer.
5. COAL TRANSPORT VEHICLES :
a.
b.
c.
d.
e.
f.
RFID, GPS and GSM systems are to be incorporated in a tamper proof
casing and to be fitted in each vehicle. RFID technology for
identification of the vehicle through readers provided at various points,
GPS system to locate the trucks at regular intervals and GSM network
to transfer the data to the central server located at Hyderabad. RFID
permanent tags should also be fixed to RCR vehicles.
RFID Tags are to be fixed to the other vehicles like material transport
vehicles, diesel tankers etc.
Any kind of tampering of the unit should be recorded and also to be
informed by an alert SMS message to the cell phones of the identified
personnel authorized by the project officer. GPS device should be IP 65
rated/grade or above.
The on board units should have the data storage capacity which stores
the data in shadow zones of GSM and to send the stored data to server
as it comes to GSM coverage area.
Geo-fence violation alerts are to be popped-up in the control room
automatically and are to be recorded. In case of violation, the tuck
should not be allowed for unloading until the in-charge officer allows
with his password. The vehicle location is to be identified when it is out
of geo-fence through google map services. SCCL will purchase
necessary google map services.
Analysis of halts in between the travel path is required. The trucks
should not be allowed for weighment at CSP /CHP side if the delay is
more than the prescribed limit and prescribed number of halts which
will be identified by the project officer.
6. SOFTWARE:
a.
b.
c.
d.
All the data should be stored in central oracle server located at
Hyderabad.
The position of the vehicles is to be displayed on web based software
using Google map on internet client system.
Provision to be incorporated for maintaining the event log sheet vehicle
wise.
SCCL will provide required computers, printers and network facility
including power supply at plant and CHP/CSP sites.
6
e.
f.
g.
h.
i.
j.
Integration with Coal Admin software / pre-weigh bin software / RCR /
SAP is to be done where ever required.
The system should allow the PHD / RCR trucks with one time use RFID
card for taking coal. The firm should do necessary integration with SAP.
The firm should provide compatible specifications for one time use
RFID cards. SCCL will procure required quantity of one time use RFID
cards. Also, the firm should supply one desk top RFID reader per Area
(three in total).
Provision for data entry of delivery order details software using desk top
RFID Reader for one time use RFID tags for PHD vehicles.
The software must have authorization and access control features to
view the data and features Area wise and role wise by authorized users.
Snap shots taken with IP Cameras at all locations shall be stored in
central server located at Hyderabad.
All the events right from entry of vehicle at check post, taking tare
weight and gross weight at weigh bridge, loading of coal, exit at check
post, entry of check post at CSP/CHPs including Rebbana and other
railway sidings, unloading of coal, etc, should be captured. The list of
events are as below.
i. Entry of authorized vehicles at mine entry check post.
ii. Taking tare weight at weigh bridge.
iii. Loading of coal at pre-weigh bin / bunker at mines.
iv. Taking gross weight at weigh bridge.
v. Exit at mine check post.
vi. Entry of authorized vehicles at unloading zone.
vii. Unloading of coal at destinated CSP/CHP/RCR siding either in
the bunkers or in the yard.
viii. Any other events, if any will be specified.
k.
Truck movement events master is to be maintained for recording site
wise defined sequence of the events.
l.
Any vehicle within the mine premises not moved as per the defined
movement sequence, Boom barrier should not be opened where the
vehicle is trying to pass through. Also, a message is to be flashed in the
computer informing that the truck has not travelled through previous
defined event location.
m. The software should not allow unauthorized vehicles to enter in to the
check post.
n. The software should not allow unauthorized vehicles to enter into
loading zone of coal from mine bunker/pre-weigh bin.
o. GPS tracking should start from exit check post for coal admin trucks
after taking coal at mines. The software should be integrated with
SAP/Coal Admin system for accessing registered coal trucks to assign
the en-route to coal truck for tracking the movement till it reaches the
destinated CHP/CSP/RCR.
p. GPS tracking is not required for the return trip for coal admin trucks
after unloading the coal at destinated place.
q. Provision should be made for shifting of coal from breakdown truck into
another truck in en-route with the permission of the shift-in-charge.
r. The system shall be integrated with the existing pre-weigh bin system /
SAP to retrieve the required information like Truck No., Qty., Grade of
coal/pre-weigh bin No., date and time etc.
7
7. REPORTS:
Firm has to develop various reports as follows:
a. Shift/Day wise Trip sheet.
b. Shift wise, loading point wise report with snap shot of vehicle number
taken from IP Cameras.
c. Vehicle wise and Place wise Stoppage Report.
d. Vehicle not deployed.
e. Over speed Report.
f. Trip not ended Report.
g. Mine wise shift wise vehicles taken coal at bunkers with vehicle no as
per RFID and actual vehicle no (snap shot taken).
h. Generation of exceptional reports for anti coal theft squad at the end
of shift at every mine to track the missing trucks if any immediately.
i. Any other reports required by management time to time should be
developed without any additional payment.
8. ELIGIBILITY CRITERIA:
a. Bidder should be a GPS based Vehicle Tracking Solution Provider /
Dealer/System Integrator/OEM and having the ability to handle such
an installation and the supplier shall support for repair and
maintenance of the system for a period of 03 years from the date of
commissioning of the system. Consortium of the parties for bidding may
be considered with prime bidder fulfilling the financial criteria.
b. Bidder should be an IT/ITES company experienced in vehicle tracking
system. Proof must be enclosed. Bidder must be ISO or CMM certified
company.
b. The bidder shall have a turnover of not less than Rs. 100 Lakhs in the
last 3 years as a whole in vehicle tracking system and IT / ITES
development together. Document proof is to be submitted.
d. The firm should give the commitment to run the firm for 5 years.
9. ACCEPTANCE TEST:
The firm should formulate acceptance procedures. The acceptance test will
be carried by SCCL nominated personnel separately for each Area.
Acceptance test will be carried out at SCCL site. On signing the acceptance
test plan by both SCCL and the firm, the project is deemed accepted and the
payment will be made from that day subject to terms and conditions.
The acceptance test procedure is same for pilot site and other roll out sites
of SRP, MM and BPA Areas.
8
10. STATUTORY RULES
The firm should follow:
a.
b.
c.
d.
All statutory rules, regulations, applicable laws etc., and statutory
requirement related to government licenses, workmen compensation,
insurance etc., including minimum wage act, for their personnel/
works.
Should follow rules, if any, imposed by local/state/central authorities
should also be complied with by the contractor(s).
Should indemnify the company (SCCL) from any liability befalling on
SCCL due to any commission/ omission by himself or by his
representative or by his employee or by any third party in execution of
contract. If the company (SCCL) is made liable for such claims by the
court or authority, the same should be reimbursed to the company
(SCCL) by the contractor(s), as if the company (SCCL) has paid on their
behalf.
During the course of execution of the work, if any accident occurs
whether major or minor, the successful tenderer(s) or his supervisory
staff should inform the same immediately without any delay to the
colliery manager/ project officer/ agent/general manager concerned to
take steps in accordance with the mines act and other relevant laws,.
otherwise, the successful tenderer(s) or his supervisory staff will be
prosecuted for violation of the mines act and other relevant laws.
11. DELIVERY SCHEDULE:
The material shall be supplied/placed within 6 to 8 weeks from date of
receipt of Purchase Order for the pilot site. Installation to be completed
within 6 to 8 weeks from the date of receipt of the material / complete of site
preparation whichever is later for the pilot site.
The Delivery schedule for the rolling-out for the remaining sites shall be
three months from the date of completion of pilot site.
12. PAYMENT TERMS:
Monthly rental charges will be paid for GPS Modules, Boom barriers,
passive RFID Readers, desk top RFID readers, passive RFID Tags, IP
Cameras and for resident engineers.
The firm has to arrange two residence Engineers per Area available round
the clock.
The firm has to quote monthly rental charges item wise separately. The total
amount of monthly rental charges will be arrived based on the population of
the above the items deployed at each site.
Area wise separate Purchase Orders will be released for SRP, MM and BPA
Areas.
9
The system should be implemented at one identified site in SRP Area on
pilot basis and tested for all the defined features. On successful
implementation at pilot site, the system will be rolled out for all other sites
in SRP Area and also in BPA and MM Areas in phased manner.
The monthly charges will be paid by respective Areas for the sites
completed.
13. PENALTY:
The firm should maintain Area wise equipment placed as mentioned at
para-9 and ensure working round the clock.
The firm shall maintain sufficient stock of relevant materials at the site. It
minimizes the loss of time for repair, replacement of the
equipments/apparatus to be arranged by the firm.
Penalties:
The firm shall maintain 1 or 2 spare GPS Modules, RFID Card Readers and
IP Cameras per Area. If any of the RFID Card reader is down, the same shall
be repaired / replaced immediately.
a.
b.
c.
d.
Penalty shall be levied per day down time of each Boom Barrier /
Passive RFID card reader / IP Cameras @ 1% of the contract value of
the payment month.
Penalty shall be levied per day down time of each GPS Module / Desk
top RFID Reader / Passive RFID Tag @ 1% of the monthly rental value
of the equipment.
The service engineers should not be absent without prior intimation to
SCCL. Replacement for their absence due to normal leave, sick, etc
should be done immediately.
Penalty shall be levied for the absence of resident Engineer @
Rs.200.00 per working day for the first 5 days and Rs. 300.00 after 5
days.
If the total system fails for more than two hours, no payment will be
made for the day.
All the above penalties are subject to Force majeure conditions. All the force
majeure conditions should be recorded in site order register and should be
signed by both the firms at the beginning and end of the force majeure.
For physical damage/tampering of the equipment/gadgets shall be jointly
inspected by the bidder and SCCL for assessing the damage for
replacement/payment of equipment damaged.
14. FORCE MAJEURE CONDITIONS:
The
a.
b.
c.
following shall be treated as force majeure conditions:
Natural calamities
War
Public commotion
10
c.
e.
Fire
Regulations of the Government authorities.
15. TERMS AND CONDITIONS:
A) TECHNICAL
a.
The equipment / gadgets using various technologies shall be state of
art technology available in the world.
b. Getting and renewal of licenses for all the related systems like
GPS/GSM/ RFID etc is the responsibility of the firm.
c. The equipment / gadgets used shall not disturb / hamper any system
or functionality of the transport vehicles.
d. Only provision will be given to tap the power from the auto electrical
circuit of the truck.
e. Power tapping circuit should be in proper layout & should have separate
fuse.
The on board equipment should able to work with the available voltage
f.
in the truck.
g. Transfer of on board equipment from one vehicle to another should be
on free of cost.
h. The problem in any of the equipment / gadgets should be solved within
two hours from time of the report. Otherwise, delay will attract the
penalty clause.
Firm should maintain sufficient stocks of all the equipment / gadgets.
i.
j.
The data transmitted shall fit in to SCCL’s database structure where
ever required.
k. The cost of all On board equipment, Boom barrier, RFID card readers,
cameras etc is on firm’s account.
l.
The replacements for these equipment during contract period is on
firm’s account.
m. Maintenance of all the above equipment is to be done by the firm with
their manpower.
B) GENERAL
a.
All the persons deployed by the firm shall be trained at SCCL training
centers. The persons shall carry the identity card issued by the
contractor.
b.
VTC, Medical Examination Certificates shall be produced to the Office
of the Mine Manager.
c.
The safety of the persons deployed in the project site is the
responsibility of the firm and shall produce indemnified bond.
d.
The firm shall identify one senior person as project manager till the
completion of project, who is well versed with all the related
technologies and shall take spot decisions and authorized to draw
minutes of the meeting from time to time.
e.
SCCL provides all the civil and electrical works if any with power
supply at free of cost.
11
f.
Training is to be given to all the truck drivers, control centre staff & all
the related persons at free of cost.
g.
The entire work of implementation should be completed within 6
months from date of release of firm order.
h.
The stay of the employees from firm side at project shall be the sole
responsibility of the firm including their transportation for entire period
of the project.
i.
The firm is not responsible for any physical or intentional damage of on
board module and gadgets installed at various locations. The cost of the
same will be reimbursed to the firm by SCCL.
GENERAL TERMS AND CONDITIONS:
Note: Tenderers are requested to submit their Offers as indicated hereunder on 3
Part Basis :
Part A -Technical offer (in one cover)
I.
The items (MAKE) proposed to be supplied by the manufacturers /
dealers
II.
Technical competence of the manufacturers/dealers
III.
Order copies for supplies made to reputed concerns or Govt.
undertakings
IV.
Performance reports.
V.
ISO or other certificates along with other documents.
VI.
Guarantee/Warranty
VII.
Service support, Spares replacement to be made ( Whether OEM
spares or alternate spares )
viii. Any other relevant technical details
Part B -Commercial terms (in one cover)
i) Validity, delivery period, applicability of taxes and duties, LD Penalty,
warranty/ guarantee.
ii)
Specimen copy of Part C without prices.
Part C -Price bid (in one cover)
Basic price quoted, PVC formula, if any, duty, taxes and other commercial terms
viz credit rebate etc.
To avoid inadvertent opening of the cover, all the Three covers should be distinctly
marked with the following on its left hand top corner:
i) Enquiry Number & Date and name & address of the bidder
ii) Cover No. i.e. Part A / Part B / Part C as the case may be and name &
address of the bidder
iii) Closing & opening date of the tender and name & address of the bidder
All the Three covers are to be individually sealed and superscribed as
mentioned above and shall be kept in another sealed cover superscribing enquiry No.
due date of the submission of the tender and due date of opening of tender and name
& address of the bidder alongwith Vendor Code. Without which the Offers will not be
considered.
Part -A & B shall be opened on the due date of the tender opening and Part-C
shall be opened after completing technical & commercial evaluation & firming up
with NIT conditions with advance intimation to qualified bidders.
12
2.
Last date of receipt of tenders is 12.00 noon of the due date and the tenders will be
opened on the date mentioned above during evening working hours. Tenders
received after 12.00 noon on the closing date will not be accepted. Tenders received
late for whatsoever reason will not be considered under any circumstances.
3.
The Tenderers have to separately mention Excise Duty / Service tax, wherever
leviable on the goods / services to be supplied / provided as “The dealer shall
submit Excise Invoice / Tax Invoice”.
4.
Quotations consisting of Tax - VAT / CST / TOT – Details will be considered.
5.
Income Tax deduction will be regulated as per IT Act and relevant Section and as per
rules announced by Government Authorities from time to time. Any other taxes,
which are applicable, shall also be deducted as per rules in force without any prior
intimation.
6.
PRICE VARIATION CLAUSE: Prices are FIRM till complete execution of entire order.
7.
RISK PURCHASE CLAUSE: In case the Firm/Contractor fails to execute the work as
per the terms & conditions mentioned in the order, and SCCL if forced to get the job
done by any other firm/contractor at a higher price, the different amount will be
recovered from the defaulted firm/Contractor including liquidated damages from
pending bills anywhere at SCCL.
8.
PRICE FALL CLAUSE: The Firm /Contractor shall pass on the benefit to the SCCL,
in case the firm/Contractor executes similar work to a public or private concern
within a period of 6 months from the date of receipt of order at price less than the
price offered to SCCL.
9.
All damages, losses such as theft, damage to the equipment, loss of equipment at the
site incurred during the execution of the work shall be to Contractor’s account.
10. Financial liabilities towards wages of employees, Provident Fund, accommodation,
medical assistance, local transport, handling of equipment etc., shall have to be
looked after by the contractor at his own cost.
11. Not withstanding any thing mentioned above / herein, the Company (SCCL) reserves
the right to terminate the contract, with immediate effect without assigning any
reasons, if the Company (SCCL) is of the opinion that the works are not being
conducted/carried out to its satisfaction and the Company (SCCL) will be the sole
judge in this regard. Due to imposition of any law/change in law by the
government/court decision, if the work is to be stopped the work will be terminated
and payments will be made only for the portion of the works executed on the
principle of quantum merit. No payments will be made for shifting of equipment or
personnel.
12. As the time is the essence of the contract, in case the firm/Contractor lags behind in
your work, to keep up the schedules, the company (SCCL) reserves the right of
awarding the residual work either in whole or part to any other contractor(s) and
difference in value will be recovered.
13. The terms and conditions if any, that will be stipulated from time to time by
authorities concerned, including the office of Inspectorate, Hyderabad, will be
binding on the contractor.
14. If the tenderer does not mention in writing regarding acceptance of terms and
conditions as per the enquiry, SCCL assumes that Tenderer has accepted for these
terms as per enquiry.
15. Quotation should be kept valid for a minimum period of 6 months from the date of
opening the tenders.
16. The Company does not bind itself to accept the lowest tender or assign any reason
for non acceptance. No correspondence will be entertained in this regard with
suppliers.
13
17. The SCCL being Government owned body is entitled for the rates applicable to DGS
& D/QUASI Government and Public Sector Undertaking when the tenderer is on
Rate Contract, they are requested to quote the DGS & D rates with supporting copies
of R.C.
18. In all case of disputes the decision of Company shall be final. Failing this, the matter
will be referred to Arbitration in accordance with the Indian Arbitration Act. Any
dispute or difference or any matter arising out of contract or purchase order on
incidental there to under this enquiry shall be subject to jurisdiction of a competent
court in Andhra Pradesh alone and not at other places.
19. CGM, SRP is the authority to determine whether there is any failure on the part of
contractor regarding execution of the work / supply of material. An appeal against
GM’s decision shall lie with Director (Operations) / Director (P&P), Kgm and his
decision will be final and binding. In all cases of disputes the decision of the
company shall be final. However, in case of any unresolved disputes the same can
be resolved in the court of Mancherial, dist. Adilabad in the state of Telangana
having jurisdiction to deal with and decide whatsoever arising out this work.
20. The company does not bind itself to place order for the entire quantity enquired for
and reserves the right to distribute the orders for any or all of the items on more
than one firm.
21. If the due date of opening of the tender is postponed for any reasons, if any bidder
has submitted revised / subsequent quotation with different / revised rates, terms
and conditions, the revised / latest quotation of that bidder will only be considered.
9.
The following copies should be enclosed with offer in case of quotations
submitted first time by new vendors only.
a)
b)
c)
d)
e)
VAT registration copy with TIN Number
PAN card Number with copy
Latest Income Tax returns
Service Tax registration
Authorized Dealership / Partnership certificates with manufacturers.
31. If your firm is registered under Micro, Small & Medium Enterprises Development
(MSMED) Act 2006, please submit copy of the same.
32. The quantities indicated in the enquiry are tentative and may increase or decrease at
the time of placement of order.
33. Earnest money deposit:
a. Submission of EMD:
The EMD shall be Rs.5,00,000.00 Lakhs (Rupees Five Lakhs only). Tenderer shall
submit bid along with EMD, unless exempted. Bid submitted without EMD will be
summarily rejected. The EMD shall be paid in the form of DD / Pay Order, drawn in
favour of “The Singareni Collieries Co. Ltd”, payable at SBH, Srirampur /
Mancherial or Andhra Bank, CCC.
i)
No interest will be paid on the EMD.
ii) EMD of unsuccessful bidders will be refunded within 3 months from the
date of opening of price bid or immediately after the expiry of the offer
validity, whichever is earlier.
iii) EMD of successful bidder will be refunded after faithful execution of the
order.
iv) EMD paid against earlier enquiry (ies) will not be adjusted for the current
enquiry.
14
b. Exemption for submission of EMD:
The following are exempted from submission of EMD:
i)
All Government Undertakings.
ii)
Firms registered under Micro, Small and Medium Enterprises Development
(MSMED) Act for enquired items.
iii) Ancillary Units / Subsidiaries of SCCL.
The Bidder exempted from submission of EMD shall indicate as “Eligible for
Exemption” in the quotation format against “EMD payment details” column and
submit documentary proof. Otherwise, the offer is liable for rejection.
c. Forfeiture of EMD:
EMD of the Bidder will be forfeited in the following circumstances:
i)
Withdraws the offer during validity / extended validity period.
ii) Changes the terms and conditions of the offer during validity / extended
validity period.
iii) Does not accept the LOI / order placed within the offer validity period /
extended validity period, in accordance with terms & conditions of NIT, offer
& negotiations.
iv) Breach of contract during execution.
v) The information/documents submitted by the bidder proved to be false/
incorrect.
vi) In case the bidder submits revised bid or more than one bid, the lowest will
only be considered unless the bidder clearly specifies which bid is to be
considered. After considering the lowest bid as above by SCCL, if the bidder
insists for consideration of any other bid submitted by him, the EMD will be
forfeited.
34. Performance Bank Guarantee: 2.5% value from the monthly bills against the order
towards Bank Guarantee will be deducted till end of the contract period and will be
refunded after faithful execution of the order.
35. Price evaluation: Technically & Commercially qualified bids shall be evaluated on
the total file value.
for Chief General Manager,
Srirampur Area
Signature of the tenderer with name date & office seal.
Tenderers are requeted to quote their rates in the following “QUOTATION FORMAT”.
15
QUOTATION FORMAT
(to be filled and submitted by the tenderer on letter head only)
Ref.No:___________________
Dt_____________
To
The Chief General Manager,
Singareni collieries Company Limited,
Srirampur, 504 303
Dear Sir,
Sub: - Security arrangement with foolproof system for Curbing
Coal pilferage in SRP, BPA & MM areas - Reg.
Ref: Enquiry No. SR114O0183, dtd. 02-02-2015.
*****
With reference to the above, we hereunder furnish the rates for the above subjected
service.
For SRP Area
Item
SlNo
Details of Equipment /
material required
Quantity
Unit
1
GPS Modules
90
NOS
2
Boom Barrier
60
NOS
65
NOS
1
NOS
3
4
Passive RFID
Readers
Desk top RFID
Readers
5
Passive RFID Tags
200
NOS
6
IP Cameras
90
NOS
Quantity
Unit
Rental Charges per
month per Unit
Rs. Ps.
For MM Area
Item
SlNo
Details of Equipment /
material required
1
GPS Modules
35
NOS
2
Boom Barrier
28
NOS
30
NOS
1
NOS
3
4
Passive RFID
Readers
Desk top RFID
Readers
5
Passive RFID Tags
100
NOS
6
IP Cameras
50
NOS
Rental Charges per
month per Unit
Rs. Ps.
16
For BPA Area
Item
SlNo
Details of Equipment /
material required
Quantity
Unit
1
GPS Modules
280
NOS
2
Boom Barrier
30
NOS
3
4
Passive RFID
Readers
Desk top RFID
Readers
Rental Charges per
month per Unit
Rs. Ps.
NOS
30
NOS
1
5
Passive RFID Tags
350
NOS
6
IP Cameras
50
NOS
Service tax extra, if applicable. Tenderers are requested to quote rates exclusive
of service tax.
1. I / We am/are in possession of the necessary equipment to carry out the above
work.
2. I/we have gone through the terms and conditions enclosed herewith and submit
this tender.
3. I/we abide to the terms and conditions and agree for any amendments made from
time to time during the period of contract.
4. I/we further agree to sign an agreement bond within two weeks from the date of
receipt of LOI / Order.
Details of E.M.D: Rs. 5.00 lakhs paid vide D.D. / Pay order NO. ____________, dtd.
___________ drawn on S.B.H., SRP / MNCL or Andhra Bank, C.C.C.
Phone No.
Yours faithfully,
(Signature of the Tenderer)
Address:
17