MN114O0302 - Scclmines.com

THE SINGARENI COLLIERIES COMPANY LIMITED
( A GOVT COMPANY )
AREA PURCHASE CELL, MANUGURU
E-Mail: [email protected]
Telephone: 08746- 220080
Fax:08746 222206
PIN CODE: 507 117
DISTRICT: KHAMMAM, A.P.
TIN: 28150117915
NOTICE INVITING TENDER
Sub : RECONDITIONING / REPAIR OF DUMP BODIES OF KOMATSU AND BEML 100T
DUMPERS - REG.
***
Sealed quotations are invited from registered Venders for repair of Dumper bodies. We
shall be obliged if you will kindly quote your lowest price and time of delivery for supply of the
material as per list attached herewith.
Enquiry Number MN114O302
Last date for receipt of tender
Opening date of tender
Validity of offer:
Dt. 09.02.215
Dt. 11.03.2015, 12.00 noon
Dt. 11.03.2015, 3.00 pm.
180 days from the date of opening of tender.
Tenders should be posted in sealed envelope clearly super scribed with the subject, enquiry
number, due date of opening tender, without which the covers will not be taken for delivery
and would be returned to the sender.
Tender to be submitted to:
The General Manager,
The Singareni Collieries Company Limited,
Area GM Office, MANUGURU
P.O. MANUGURU, Dist. KHAMMAM
Pin: 507 117 Andhra Pradesh
For and on behalf of
The Singareni Collieries Company Limited,
for GENERAL MANAGER,
MANUGURU AREA
Encl: Item list.
General Terms & Conditions.
P.2
Ref: MN114O0302 dt.09.02.2015
1). Requisition work:
Item
S.No.
Material Description
1
2
Qty
Unit
RECONDITIONING / REPAIR OF DUMP BODIES OF
KOMATSU HD785-7 100T DUMPERS
9
NOS
RECONDITIONING / REPAIR OF DUMP BODIES OF
BEML 100T DUMPERS
20
Store/Plant
PKOC
NOS
Note: Drawings are attached separately for each type of dumper.
2) Eligibility :
i).
Offers of OEM / OES / Dump body Manufacturers of 85T Dumpers and above
capacity only / Wear Plate manufacturers/ Electrode manufacturers
(Esab / L&T / D&H / Advani oerlicon only) or their authorized dealers will
be accepted.
Proof of the dealer ship / Valid Authorization Certificate shall be enclosed
along with the offer, otherwise the offer cannot be considered.
ii). Offers of “Firms having experience in dump body repairs of 85T Dumper and above
capacity in SCCL/CIL/ Any Govt. / Public Sector Units only will be considered.
Contd..P.2
P.3
Ref: MN114O0302 dt.09.02.2015
3. I. The firms have to quote the prices for the repair of each dump body in the following
format only for 100T Komatsu Dumpers.
S.No.
a.
b
c
d
e
Description
Material cost such as new
wear plates required as per
the drawing, weld material
like electrodes, gas, safety
gadgets etc., and single
coat painting of completed
bucket for each dump body
100 T Komatsu make
dumpers.
Service charges to carry out
the job mentioned at (a)
Cost of rebuild of dump
body at patches where the
parent material has worn
out – to be quoted as per
square meter including
material cost and service
charges per/Sq.m.
Basic
Price
Tax %
Tax Amount
Rs._____
___%
Rs._____
Rs.______
Rs._____
___%
Rs._____
Rs.______
Rs._____
___%
Rs._____
Rs.______
___%
Rs._____
Rs.______
___ %
Rs.______
Rs._____
Cost of repairing the dump
Rs._____
body cracks – to be quoted
per meter length of crack
including material cost and
service charges to be
quoted in Rs./running meter
Other components not
covered in a to d, if any
Rs.__ ___
TOTAL
4. a) Evaluation Criteria : Commercial status of the L-1 firm will arrived
as (a+b+c+d+e)
P-4
Ref: MN114O0302 dt.09.02.2015
3. II. The firms have to quote the prices for the repair of each dump body in the
following format only for 100T BEML Dumpers.
S.No.
a
Description
Material cost such as new
wear plates required as per
the drawing, weld material
like electrodes, gas safety
gadgets etc., and single
coat painting of completed
bucket for each dump body
100 T BEML make dumper.
b
Service charges to carry out
the job mentioned at (a)
c
Cost of rebuild of dump
body at patches where the
parent material has worn
out – to be quoted as per
square meter including
material cost and service
charges per/Sq.m.
d
Basic
Price
Tax %
Tax Amount
Rs._____
___%
Rs._____
Rs.______
Rs._____
___%
Rs._____
Rs.______
Rs._____
___%
Rs._____
Rs.______
___%
Rs._____
Rs.______
___ %
Rs.______
Rs._____
Cost of repairing the dump
Rs._____
body cracks – to be quoted
per meter length of crack
including material cost and
service charges to be
quoted in Rs./running meter
e
Other components not
covered in a to d, if any
Rs.__ ___
TOTAL
4. b) Evaluation Criteria : Commercial status of the L-1 firm will arrived
as (a+b+c+d+e)
:
P-5
Ref: MN114O0302 dt.09.02.2015
5.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
SCOPE OF WORK :
All the worn out unserviceable wear plates welded on the dump body
(bucket) are to be gouged away completely.
Rebuild the bucket at patches where the parent material has worn out and
any cracks and openings on the buckets are to be repaired properly.
Type of wear plate material (description shall be clearly mentioned in the
offer) and it shall give minimum 10,000 hours of life.
To weld new wear plates completely on the bucket as per the drawing
enclosed for Komatsu & BEML make 100T dumpers.
Wear plates of 19 mm/20 mm thick are to be welded at the bottom of the
bucket and wear plates 12 mm thick are to be welded at the side of the
buckets, if required at corners also.
The joining of the wear plates shall be carried out with suitable dissimilar
joining electrodes and upon which hard facing shall be carried out to
match with the life of hard plate for Komatsu make 100T dumpers only.
Bucket cracks are to be exposed from both sides by gouging and groove
formation, to
be filled up with suitable high strength alloy electrodes.
The specifications of electrodes shall be submitted.
(Electrode make shall be L&T-Eutectic, Esab, D&H, Advani Oerlicon only).
The crack repaired portion should be re-in forced with stiffeners.
Stiffeners are to be supplied by the firm only.
Bucket is to be painted along with equipment serial number (Both OEM
and Project). Color shall match to the original dump body colour
Bucket resting channels on the chassis are to be repaired and replaced if
required on BEML make 100T dumpers only
The bucket repair works are to be carried out at BWS, PKOC, Manuguru.
The firm should inspect the dumpers at site before submitting their offers.
The firm should quote repair estimate for each dump body of Komatsu
make & BEML make 100T dumpers separately in two different offers.
Total cost of bucket reconditioning would be cost of re-build, cost of
painting, cost of crack repairs based on per meter cost and cost of 19
mm/20 mm wear plate in square meter cost of 12 mm wear plate in
square meter.
GUARANTEE: The reconditioned bucket shall give wear protection of
Buckets for 10,000 hrs. If the wear plate is found missing before the
plate wears out, the firm has to replace the wear plate and weld it at
their own cost during the guarantee period.
The proposal is on two source basis. Maximum two dump bodies will be given for
repairs per month. Firm shall execute the works as per the delivery schedule
given by project authorities
The firm shall complete the job within 20 days of handing over each dump body
of dumper.
Required man power, materials, wear plates, tools, consumables like cutting gas,
electrodes, cables etc., and machines like welding generator/rectifier, grinding
machines shall be to the firm’s account.
SCCL will provide electric power, material handling equipment and water on free
of cost.
The firm should comply with all other terms and conditions as stipulated in the
Mines ACT. Any accident of men and machinery involved in their work is
completely to the firm’s account.
The Contractor should issue authorization slips/identity cards to their work
persons working in SCCL Site. All the workmen deployed by the firm should be
trained at MVTC of SCCL before commencement of the Contract.
Contractor should not engage of workmen below 18 years of age.
P-6
Ref: MN114O0302 dt.09.02.2015
21
22
23
24
25
26
27
28
29
30
31.
32.
During the course of execution of work, if any un-towards incidents occur, the
contractor is only held responsible and SCCL is no way responsible.
All statutory taxes applicable for this contract will be deducted at source as per
Income Tax Act/Govt. Rules and Regulations.
No, claim shall lie against SCCL for contractor faults or his representative or his
representative or his employees or any third party in the execution of the
Contract. If the SCCL is made liable for such claims by any Court of Law or
authority, the same should be reimbursed to SCCL by the Contractor, as if SCCL
has paid on behalf of the contractor.
In case the contractor fails to carry out the work as per the contractual
conditions, the contract will be terminated.
All contractual persons must wear personal protective equipment with Shoes,
Helmet, safety belt etc.,. All the safety gadgets required for the workmen
employed is to be arranged by Contractor only. Contractor/firm is responsible for
the safety of workmen and equipment. SCCL will not pay for any compensation
for un-towards incidents.
The contractor/firm shall fulfill all statutory requirements like Mines act/Labour
act/Insurance, Workmen Compensation act etc.,
The tenderers shall have previous experience in carrying out similar works with
SCCL or other PSUs. The contractor, who is experienced in similar works only
shall quote and proof of experience is to be enclosed along with their offer,
otherwise the offer cannot be considered.
The firm shall commence the job immediately within one week after receiving the
order / delivery schedule from the project authorities
10% of repair cost of each dump body is to be submitted as performance
guarantee by way of bank guarantee and it shall be valid for a period of
24 months from the date of completion of repair work of each dump body.
In case the performance of repaired bucket is less than 10,000 hrs, the firm
shall carryout the work immediately on free of cost, failing which cost of the
repair charges/PBG for the particular dump body whichever is higher will be
recovered from the firm. If the amount is not sufficient it will be recovered from
the pending bills in the company/ bank guarantee available.
EMD: Rs. 3 lakhs shall be enclosed along with the offer in the form of D.D.
payable at State Bank of Hyderabad/Andhra Bank, in favour of The Singareni
Collieries Company Limited., payable at Manuguru only.
DD payable on out station banks will not be accepted.
The EMD of successful vendors will be released only after 3 months of
commencement of work. The EMD of unsuccessful vendors will be released
immediately after finalizing the tender. No interest will be paid on EMD for this
period.
Firms registered as SSI units can produce the certificate (part-II only) certified by
Dept of Industries claiming exemption from paying EMD.
Payment will be made for each dump body within 30 days after submission of
invoice duly certified by PE, PKOC.
Penalty Clause:
If the firm fails to complete the job within 20 days a penalty of 1% of
the order value per dumper body per week up to a maximum of 10% shall
be imposed as penalty.
P.7
Ref: MN114O0302 dt.09.02.2015
33. No extra payment will be paid after releasing of the order.
The above Tender is on THREE PART BASIS. Tenderers are requested
to submit their bids in original in three covers as mentioned below:
PART A – Technical offer ( A in One Cover):
Technical parameters of the Service as per the scope of work.
i)
ii)
Technical Competence of the Tenderer.
Order copies for Service made to reputed concerns or Govt. undertakings, if
iii)
any.
iv)
Performance reports if any
NSIC or SSI, ISO certificates along with other documents drawings &
v)
specifications.
vi)
Specimen copy of Part C without prices.
PART B – COMMERCIAL TERMS (B in one cover): Format Enclosed.
i)
Offer Validity, Delivery period, applicability of taxes and duties, LD Penalty,
Warranty/ Guarantee.
PART C – PRICE BID (C in one cover)
i)
Basic price quoted PVC formula if any, duty taxes and other commercial terms
viz. credit Rebate etc.,
ii)
Firms are requested to quote amount in the enclosed format.
i)
ii)
iii)
To avoid inadvertent opening of the cover, all the 3 covers should be distinctly
marked with the following on its left hand top corner.
Enquiry Number & Date and Name & Address of the Bidder.
Cover No. ie., Part-A/ Part-B/Part-C as the case may be and name & address of
the bidder.
Closing & Opening date of the tender and name & address of the
bidder.
All the 3 covers are to be individually sealed and super scribed as
Mentioned above and shall be kept in another sealed cover
superscribing enquiry no., due date of the submission of the tenderer
and due date of opening of the tender and name and address of the
bidder.
Note : Sometimes issue of corrigendum may be necessary to clarify the doubts raised by
the bidders or to carryout corrections if any. All such corrigendum shall be displayed in
company’s web site www.scclmines.com only (route : Tenders > Area Purchase
tenders. The Tenderers are therefore advised to visit the said web site from time to time
to keep them up dated.
For and on behalf of
The Singareni Collieries Company Limited,
Encl: General Terms & Conditions.
for GENERAL MANAGER,
MANUGURU AREA
Part-B
Commercial Bid.
Ref: MN114O0302 dt.09.02.2015
TERMS & CONDITIONS (CHECK LIST)
S.No.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
Description
VENDOR CODE
FOR
DISCOUNT / REBATE
INSURANCE
PRICE VARIATION
ACCEPTANCE OF RISK PURCHASE
ACCEPTANCE OF PRICE FALL CLAUSE
PENALTY CLAUSE
PAYMENT TERMS
DELIVERY SCHEDULE (INDICATE LEAD TIME
FOR REPAIR OF DUMP BODIES)
OFFER VALIDITY
SERVICE TAX IF ANY
a. Service Tax % :
b. ST Regn. No.
c. If not applicable reasons may be furnished
d. Tax invoice to be provided by firm to avail
CENVAT
PAN NUMBER
TIN NUMBER
Information
AT SITE
FIRM PRICE
AS PER NIT
AS PER NIT
I/We hereby agree to abide by all the terms and conditions mentioned in the NIT.
Authorized Signatory,
Name of the firm.
Stamp.
Postal address of contractor :
Name(full)___________________H.No.___________Street_____________Town:______
District:__________Land Phone .__________Mobile :__________Mail ID :__________
PAN : ______________________.
Part – C
Price Bid
Dt.
General Manager,
Manuguru.
RATES SCHEDULE
Sub : Repair of dump bodies – Reg.
Ref : MN114O0302 dt.09.02.2015
---100T KOMATSU DUMPERS:
S.No.
a.
b
c
d
e
Description
Material cost such as new
wear plates required as per
the drawing, weld material
like electrodes, gas, safety
gadgets etc., and single
coat painting of completed
bucket for each dump body
100 T Komatsu make
dumpers.
Service charges to carry out
the job mentioned at (a)
Cost of rebuild of dump
body at patches where the
parent material has worn
out – to be quoted as per
square meter including
material cost and service
charges per/Sq.m.
Basic
Price
Tax %
Tax Amount
Rs._____
___%
Rs._____
Rs.______
Rs._____
___%
Rs._____
Rs.______
Rs._____
___%
Rs._____
Rs.______
___%
Rs._____
Rs.______
___ %
Rs.______
Rs._____
Cost of repairing the dump
Rs._____
body cracks – to be quoted
per meter length of crack
including material cost and
service charges to be
quoted in Rs./running meter
Other components not
covered in a to d, if any
Rs.__ ___
TOTAL
PART - C
PRICE BID
General Manager,
Manuguru.
Sub : Repair of dump bodies – Reg.
Ref: MN114O0302 dt.09.02.2015
100T BEML Dumpers.
S.No.
a
b
c
d
e
Description
Material cost such as new
wear plates required as per
the drawing, weld material
like electrodes, gas safety
gadgets etc., and single
coat painting of completed
bucket for each dump body
100 T BEML make dumper.
Service charges to carry out
the job mentioned at (a)
Cost of rebuild of dump
body at patches where the
parent material has worn
out – to be quoted as per
square meter including
material cost and service
charges per/Sq.m.
Basic
Price
Tax %
Tax Amount
Rs._____
___%
Rs._____
Rs.______
Rs._____
___%
Rs._____
Rs.______
Rs._____
___%
Rs._____
Rs.______
___%
Rs._____
Rs.______
___ %
Rs.______
Rs._____
Cost of repairing the dump
Rs._____
body cracks – to be quoted
per meter length of crack
including material cost and
service charges to be
quoted in Rs./running meter
Other components not
covered in a to d, if any
Rs.__ ___
TOTAL
Note: I/We hereby agree to abide by all the terms and conditions mentioned in the NIT.
SIGNATURE OF THE TENDERER
(With Office Seal/Stamp)
Postal address of contractor :
Name(full)___________________H.No.___________Street_____________Town:____
District:_________Land Phone .__________Mobile :___________Mail ID :__________
PAN : ______________________.
SIGNATURE&STAMP.