BHARAT COKING COAL LIMITED - BCCL | Bharat Coking Coal

BHARAT COKING COAL LIMITED
(A Mini Ratna Company)
C O NT R A C T MA NA G E ME N T C E L L
Level – V Koyla Bhawan, Koyla Nagar, Dhanbad-826005
CIN: U10101JH1972GOI000918
Phone No.0326-2230206/Fax-0326-2230206,
Email ID: [email protected]
Date – 31.03.2015
NIT No. BCCL/ CMC/ F- e-NIT / Transportation-12/2015/424
e- NOTICE INVITING TENDER
Transportation-12
1. Digitally signed and encrypted E-Tenders are invited under Two Part system followed by reverse
auction on-line on the e-tendering portal of Bharat Coking Coal Limited https://bccl.eproc.in from the
reputed and experienced contractors having Digital Signature Certificate (DSC) of minimum class-II
type (with signing & encryption certificate) issued from any agency authorized by Controller of
Certifying Authority (CCA), Govt. of India which can be traced up to the chain of trust to the root
certificate of CCA, for the following work:Quantity
Description of work
Estimated value
Earnest
Money/Bid
Security
Period of
Work
Transportation of coal from
different sources to different Transportation
destination including allied jobs 75,96,000 MT Rs. 88,08,29,200/- Rs. 29,36,100 /at Kusunda Area of BCCL
1095
Days
Note: The Bid document will be available on the following websites for downloading at free of cost.
1. https://bccl.eproc.in
2. http://www.bccl.gov.in
3. http://tenders.gov.in
2. Time Schedule of E-Tender:
Sl.
No.
Particulars
Date (DD/MM/YYYY)
Time
(HH:MM)
1
Date of NIT
31.03.2015
_
2
Tender e-Publication date
13.04.2015
10:00
3
Document download start date
13.04.2015
10:00
4
Document download end date
05.05.2015
17:00
5
Bid Submission start date
13.04.2015
10:00
6
Bid submission end date
05.05.2015
17:00
7
Start date for seeking Clarification online
14.04.2015
10:00
8
End date for seeking Clarification online
25.04.2015
17:00
9
End date of providing clarification by BCCL online
30.04.2015
17:00
10
Last date of receipt of EMD, Annexure -A, Annexure
- B, Annexure - C, Annexure – N (If Applicable),
Power of Attorney of signatory of the Bid, Document
of Legal status of the bidder and e-mandate form
08.05.2015
10:00 to
17:00 (MonFri)
10:00 to
13:30 (Sat)
11
Part-I Bid Opening date
13.05.2015
16:00
1
If the numbers of bids received up to the bid submission end date are less than three, the bid
Submission end date and also other relevant dates as per Time Schedule of E-tender (Ref. table
above) shall be extended automatically by 2 days. In this extended period any new bidder can submit
his tender online. However, the existing bidder(s) will be allowed to modify his/their submission as per
provision of Clause 12 of NIT. If up to the extended end date of bid submission, the number of bids
received online remains less than three, the extended bid Submission end date and also other relevant
dates as per modified time Schedule of NIT shall be extended automatically by further 5 days. In this
extended period any new bidder can submit his tender online. However, the existing bidder(s) will be
allowed to modify his/their bid as per provision of Clause 12 of NIT. If up to second extended end date of
bid submission, the number of bids received online remains less than three, the bid(s) received shall be
opened without any further extension.
3. Deposit of EMD:
Earnest Money/ Bid Security is to be deposited by the bidder in any of the form detailed below:
(i) Irrevocable Bank Guarantee (BG) from any Scheduled Bank drawn in favour of “Bharat
Coking Coal Limited” payable at its branches at Dhanbad/ Kolkata with minimum validity of
28 (Twenty eight) days beyond the validity of the Bid in the format given in the Bid Document
as Annexure -F.
(ii) Certified Cheques or Demand Draft (DD) from any scheduled Bank drawn in favour of “Bharat
Coking Coal Limited” Payable at Dhanbad.
(iii) Earnest Money can be deposited online on e-Procurement portal of BCCL by following
modes: (Subject to availability)
(a). Online fund transfer from < Name of Bank> < on behalf of > <Name of Bidder>
(b). NEFT/RTGS from any Scheduled Bank
EMD through NEFT/RTGS has to be paid strictly as per the challan generated by the respective
bidder on e-Procurement portal of BCCL. The EMD payment through NEFT/RTGS mode should be
made well before the last date and time of bid submission to ensure that the EMD amount is
received in the BCCL account before bid submission.
In case of online payment of EMD, the Bid can only be submitted when the EMD is received in the
BCCL Account.
In case of online payment of EMD, if the payment is made by the bidder within the last date & time
of bid submission but not received in the BCCL Account within the specified period due to any
reason then the bid will not be accepted. However, the EMD will be refunded back to the bidder.
In order to submit EMD through DD / Certified Cheques / BG, the bidder has to furnish the DD /
Certified Cheques / BG Number, date of issue, date of expiry, amount and the name of
issuing bank and other information while submitting the tender online.
The original DD/Certified Cheque / BG against EMD must be deposited in person in the office of the
GM (CMC) U/G & Transport, Contract Management Cell, Level-V, Koyla Bhawan, BCCL Dhanbad 826 005, on any working day up to the date and time as specified in point no 10 of clause no. 2 of
NIT. BCCL shall not be responsible for any delay in receipt of EMD. Bidder has also to upload
scanned copy of DD/BC/BG for EMD during on line submission of Bid. The bidders should submit
MANDATE FORM for e-Payment along with EMD as per the format given in the bid document
at Annexure- D.
The qualification for opening of part-I of the respective bidder will be subject to the receipt of EMD & other
documents submitted in appropriate form within scheduled date and time as mentioned in point no 10 of
clause no. 2 of NIT. BCCL shall not be responsible for any delay in receipt of EMD and original affidavits.
In case of non-receipt of these documents within the aforesaid period, the bid will be out rightly rejected.
2
4. Clarification of Bid:
The bidder may seek clarification online within the specified period as mentioned above in clause 2 of NIT.
Identity of the bidder will not be disclosed by the system. The department will clarify as far as possible only
the relevant queries of bidders as the clarifications given by department will be visible to all the bidders
intending to participate in that tender. The end date of giving clarification by BCCL online will be as
mentioned above in clause 2 of NIT
5. Eligible Bidders:
The invitation for bid is open to all bidders including an Individual, Proprietorship firm, Partnership firm,
Company or a Joint Venture having eligibility to participate as per eligibility criteria stipulated in clause
No. 6 of NIT and having Digital Signature Certificate (DSC) of minimum class-II type (with signing &
encryption certificate) issued from any agency authorized by Controller of Certifying Authority (CCA),
Govt. of India and which can be traced up to the chain of trust to the Root Certificate of CCA.
The bidders must accept unconditionally the User Portal Agreement on-line in order to become an
eligible bidder. The format of User Portal Agreement is enclosed at Annexure-L. This will be a part of
agreement and No conditional tender bid shall be accepted.
Note: Joint Venture: Two or three companies/contractors may participate in the tender as Joint Venture (JV).
(Format of JV Agreement is at Annexure – N) However, the Joint Venture has to enroll as a separate
bidder in its own name & style in the e-tendering portal of Bharat Coking Coal Limited
https://bccl.eproc.in. Joint Ventures must comply with following requirements alongwith requirement as
at point no 2.2 of ITB:
5.1 The minimum qualification requirements for Joint Ventures: The qualifying criteria parameters e.g.
experience,
financial
resources
etc
of
the
individual
partners
of
the
J.V.
will be added together and the total criteria should not be less than as spelt out in
qualification criteria
5.2 The formation of Joint Venture or change in the Joint Venture character / partners after
submission of the bid and any change in the bidding regarding Joint Venture will not be
permitted.
5.3 Joint Venture Agreement should legally bind all partners jointly and severally.
5.4. The
pre-qualification of a joint venture does not necessarily pre-qualify any of its
partners individually or as a partner in any other joint venture or association. In case
of dissolution of a joint venture, each one of the constituent firms may pre-qualify
if they meet all the pre- qualification requirements, subject to written approval of the
employer.
5.5. The JV Agreement must include the relationship between joint venture partners in the
form of JV Agreement to legally bind all partners jointly and severally for the proposed
agreement
which should
set
out
the
principles
for
the constitution,
operation,
responsibilities regarding work and financial arrangements, participation (percentage share
in the total) and liabilities (joint and several) in respect of each and all of the firms in the
joint venture. Such JV Agreement must evidence the commitment of the parties to bid for
the facilities applied for (if pre- qualified) and to execute the contract for the facilities if
their bid is successful.
5.6. One of the partners responsible for performing a key component of the contract shall be
designated as Lead Partner. This authorization shall be evidenced by a Power of
Attorney signed by legally authorized signatories of all the partners.
5.7. The JV Agreement must provide that the Lead Partner shall be authorized to incur
liabilities and receive instructions for and on behalf of any and all partners of the
Joint Venture and the entire execution of the contract shall be done with active
participation of the Lead Partner.
5.8. The contract agreement should be signed jointly by each Joint Venture Partners.
a. An entity can be a partner in only one Joint Venture. Bid submitted by Joint Ventures
including the same entity as partner will be rejected.
5.9. The J V agreement may specify the share of each individual partner for the
purpose of execution of this contract. This is required only for the sole purpose of
apportioning
the value of the contract to that extent to individual partner for
subsequent submission in other bids if he intends to do so for the purpose of the
qualification in that tender.
3
6. Eligibility Criteria:
A. Work Experience:-
i)
The bidder must have in its name or proportionate share as a member of JV/Consortium,
experience of having successfully executed (includes completed / ongoing) works of similar
nature (such as excavation/transportation/loading/removal of coal/ overburden/ shale,
extraneous material/ sand/picking) etc. by mechanical means valuing either 65% of the
annualised estimated cost of the work put to tender ( for period of completion over 1 year) or
65% of the estimated cost of work put to tender ( for period of completion up to 1 year), in any
year (a ‘year’ in this context is a continuous period of 365 days starting at any date of the
year) during last 7(seven) years ending last day of month previous to the one in which bid
applications are invited.
“Annualized Estimated Cost” of the
Cost /Period of completion in days) x 365”.
work
shall
be
calculated as
the “(Estimated
Cost of previous executed works shall be given a simple weightage of 5% per year to bring them
at current price level. The year can be considered as suitable consecutive 365 days till the last
day of month previous to one in which Bid has been invited. Updation will be considered for full or
part of the year considering 365 days in a year till the last day of month previous to the one in
which bid has been invited.
Note:
1. Sub-contractors experience and resources will not be taken into account in determining the
bidder’s compliance with eligibility criteria.
2. In case the bidder is a joint venture, the above information in respect of each individual partner of JV
may be furnished and the experience of JV will be assessed by adding the information furnished by
the bidder.
3. In case the bidder is a Joint Venture, the work experience of any or all of the individual partners of JV
may be furnished to evaluate the work experience of the bidder. In case of JV, if work experiences of
all the partners are not submitted the system will not disqualify the JV and instead shall consider
assuming a value of zero for partner/partners who has/have not submitted the experience value
In respect of the above eligibility criteria the bidders are required to furnish the following information
online in the specified format available on e-tendering portal of Bharat Coking Coal Limited
https://bccl.eproc.in.:
a) Experience of similar nature work:
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
Reference of Work Order / Agreement Number and date
Name of similar nature of work executed (as shown in work order)
Reference of experience certificate Number and date
Name of employer / Client
Name/Designation of authority issuing experience certificate
Work experience start date (DD/MM/YYYY)
Work experience end date (DD/MM/YYYY)
Percentage (%) share of each experience (100% in case of an individual/ proprietorship firm or a
partner in a partnership firm or an entity registered as company under the Companies Act, 1956
and the actual % of share in case of a Joint Venture)
ix. Value of work done (in Rs)
4
B. Working Capital:
The bidder must have in its name a minimum working capital of either 20% of the “Annualised
estimated cost of the work put to tender ( for period of completion over 3 year) or 20% of the
estimated cost of work put to tender (for period of completion up to 1 year). (a ‘year’ in this
context is a continuous period of 365 days starting at any date of the year).
The bidders may fulfill above eligibility criteria in any of following ways:
1. Fund based clear lines of credit from Scheduled Bank (Bankers certificate).
or
2. Average of working capital of three immediate preceding financial years from the date of NIT
duly certified by registered Chartered Accountant based on audited balance sheet.(CA
Certificate)
or
3 Fund based clear lines of credit from any Schedule Bank along with availability of average of
working capital of three immediate preceding financial years from the date of NIT duly certified
by registered Chartered Accountant based on audited balance sheet.
Note:
1. Certificate issued by Scheduled Bank for fund based clear lines of credit, shall be issued
within 90 days prior to the date of NIT. The Banker’s certificate must bear issue date, name,
designation and ID code of issuing authority.
2. Certificate of registered Chartered Accountant towards average of working capital of three
immediate preceding financial years from the date of NIT based on audited balance sheet
shall be issued within 90 days prior to the date of NIT. The certificate issued by the Chartered
Accountant, signed and dated, must bear registration no. of the Chartered Accountant.
3. In case the bidder is a Joint Venture, the above information in respect of each individual
partner of JV may be furnished and the working capital of all partners will be added by the
system to calculate the Working Capital of the bidder.
In respect of the above eligibility criteria the bidders are required to furnish the following information
online in the specified format available on e-tendering portal of Bharat Coking Coal Limited
https://bccl.eproc.in:
1. For Bankers certificate (from Scheduled Bank) :
i.
ii.
iii.
iv.
Name of Bank
IFSC Code of bank
date of banker’s certificate (DD/MM/YYYY)
Amount of available Fund based clear lines of credit
Or
2. For CA Certificate:
i. Registration number of Chartered Accountant
ii. Name of the Chartered Accountant
iii. Date of Chartered Accountant Certificate
iv. Average of working capital (of three immediate preceding financial years from the date of NIT)
Or
3. For Bankers certificate (from Scheduled Bank) along with CA Certificate
i. All the information mentioned in 1 & 2 above
5
C. Fleet/Equipments Requirement:
The Fleet / Equipment requirement is indicated as below
Minimum Fleet/ Equipments requirement
for the work
91 Nos / 910 Te
09 Nos. 2.5 Cu. m each
Description
Tipper (Nos / Capacity)
Pay Loader (Nos/Capacity)
In respect of the above eligibility criteria the bidders are required to submit an undertaking in the
form of an affidavit in the prescribed format given in Annexure-B of tender document to deploy
matching equipments/tippers/ Pay-loaders etc as per NIT requirement either owned or hired. The
original affidavit must be deposited in the office of the GM (CMC) U/G & Transport, BCCL Dhanbad.
A scanned copy of the affidavit must be uploaded during submission of the bid.
D. Permanent Account Number (PAN):
The bidder should possess Permanent Account Number (PAN) Issued by Income Tax department,
Govt. of India.
In respect of the above eligibility criteria the bidders are required to furnish the following
information online:i. Permanent Account Number (PAN).
ii. In case JV, Permanent Account Number (PAN) of all the partner or JV itself.
E. Certificate of registration with provident fund authorities:
The bidder should posses a certificate of registration issued by provident fund authorities.
In respect of the above eligibility criteria the bidder has to confirm online that they posses
certificate of registration issued by provident fund authorities.
Note: In case of JV, all the partners or JV itself should have a certificate of registration issued by
provident fund authority.
F. Certificate of registration with Service tax department (PAN based):
The bidder should posses a certificate of registration issued by service tax department.
In respect of the above eligibility criteria the bidders are required to furnish on-line the PAN
based Service Tax registration Number.
Note: In case JV, all the partners or JV itself should have PAN based Servise Tax Number.
G. User portal agreement:
The bidders must accept unconditionally the User Portal Agreement on-line. The format of User Portal
Agreement is at Annexure-L of tender document. This will be a part of agreement and No conditional
tender bid shall be accepted.
H. Integrity Pact:
The bidders must accept the Integrity Pact on-line. The format of Integrity Pact is at Annexure-H of
tender document.
NOTE: There must not be any discrepancy between the online submitted information and uploaded
scanned copy of the documents and the documents submitted by the Bidders in the office
of the GM (CMC) U/G & Transport, Contract Management Cell, BCCL Dhanbad.
6
7. Documents to be submitted by the Bidder(s):
A. DOCUMENTS TO BE SUBMITTED BY ALL THE BIDDERS IN PERSON AT THE BELOW
MENTIONED ADDRESS AND THE SCANNED COPY TO BE UPLOADED AT https://bccl.eproc.in
DURING BID SUBMISSION:
Following documents must be submitted by all the bidders in person on any working day up to the last date and
time specified in point no 10 of clause no. 2 (Time schedule of e-tender) of NIT in a single sealed envelope
super scribed with name of work, NIT No. and date, full name, address and telephone no’s of the bidder
addressing to General Manager (CMC) UG & Transport at following address and the scanned copy to be
uploaded at https://bccl.eproc.in during bid submission.
Address: Office of the General Manager (CMC) UG & Transport,
Level- V, Koyla Bhawan, Koyla Nagar, Dhanbad – 826005, Jharkhand.
Sl
No.
1
Submission of Documents
related to Eligibility Criteria
Earnest Money Deposit
(Ref. Clause No. 3 of NIT)
2
Legal Status of the
bidder
3
Contractor's Bid and
Acceptance of Bid
Conditions
4
5
6
7
Availability of Fleet/
Equipments
(Ref. Clause No. 6 C of NIT)
Affidavit for commitment,
genuineness of the information
furnished and authenticity of
the documents furnished
during bidding process
Power of Attorney of signatory
of the bid
The bidders should submit
MANDATE FORM for ePayment along with EMD, as
a requirement of the tender.
Documents to be submitted in person and the scanned copy to be
uploaded at https://bccl.eproc.induring bid submission.
The original DD/Certified Cheque/BG against EMD must be receipt
in the office of tender inviting authority in accordance with clause
no 3 of NIT.
Proof of deposition of EMD if deposited through RTGS (Subject to
availability)
Any one of the following document:
1. Affidavit or any other document to prove proprietorship/
Individual status of the bidder.
2. Partnership deed containing name of partners
3.Memorandum & Article of Association with certificate of
incorporation containing name of bidder
4. In case of JV:
a. Details of all partners as at 1/2/3 (as applicable)above
b. JV agreement fulfilling NIT conditions in original.(Annexure-N)
(Bidder must sign all the above documents with seal before its
submission)
Contractor's Bid and Acceptance of Bid Conditions on bidder’s
letter head as per Performa given at Annexure-A of the bid
document.
In case of JV, the above document is to be signed by all partners
An affidavit on a non-judicial stamp paper of minimum value of
Rs.10/- confirming acceptance to deploy matching equipment/
tippers/ pay loaders as per NIT requirement either owned or hired
as per Performa given in the bid document at Annexure-B.
In case of JV, affidavit shall be signed by all the partners.
An undertaking is to be given in the form of Affidavit on a nonjudicial stamp paper of minimum value of Rs.10/- as per Performa
given in the bid document at Annexure-C.
In case of JV, affidavit shall be signed by all the partners.
Power of Attorney of signatory of the bid on a non-judicial stamp
paper of minimum value of Rs.10/Filled up Proforma for electronic mode payment in original duly
certified by bidder’s banker with ID number of authorized
signatory of banker as per the format given in the bid document at
Annexure- D as a requirement of the tender.
JV
Agreement
as
at JV Agreement In original on a non-judicial stamp paper of
Annexure-N
minimum value of Rs.10/Note: There must not be any discrepancy between the online submitted information and uploaded
scanned copy of the documents and the documents submitted by the Bidders in the office of the
GM (CMC) U/G & Transport, Contract Management Cell, BCCL Dhanbad.
8
7
B. DOCUMENTS TO BE SUBMITTED BY THE L-1 BIDDER IN PERSON AT THE BELOW MENTIONED
ADDRESS AND THE SCANNED COPY TO BE UPLOADED AT https://bccl.eproc.in :
Following documents must be submitted by the L-1 bidder in person on any working day within 5 days of
completion of Reverse Auction in a single sealed envelope super scribed with name of work, NIT No. and date,
full name, address and telephone no’s of the bidder addressing to General Manager (CMC)(UG & Transport)
at following address and the scanned copy to be uploaded at https://bccl.eproc.in:
Address: Office of the General Manager (CMC)(UG & Transport),
Level- V, Koyla Bhawan, Koyla Nagar, Dhanbad – 826005, Jharkhand.
Sl
No.
1
2
Submission
Documents related
Eligibility Criteria
of
to
Work Experience
(Ref. Clause No. 6 A of
NIT)
The Availability of
Working Capital
(Ref. Clause No. 6 B of
NIT)
Documents (self-certified) to be submitted by the L-1 bidder in
person and the scanned copy to be uploaded at https://bccl.eproc.in.
i) Satisfactory Work Experience Certificate for similar nature of
work in support of the information as furnished by the bidder online.
ii) Work order(s) in support of point no. (i) above.
iii) TDS Certificate (Only when clarification is sought).
In case of JV, above documents of partner(s)
1. Certificate of Availability of Fund based clear lines of credit in
favour of the bidder, from Scheduled Bank, containing all the
information as furnished by bidder on- line.
or
2. Certificate of registered Chartered Accountant towards
Average of working capital of three immediate preceding
financial years from the date of NIT based on audited
balance sheet containing all the information as furnished by
bidder on- line.
or
3. Certificate of Availability of Fund based clear lines of credit in
favour of the bidder, from Scheduled Bank, containing all
the information as furnished by bidder on- line along with
Certificate of registered Chartered Accountant towards
Average of working capital of three immediate preceding
financial years from the date of NIT based on audited
balance sheet containing all the information as furnished by
bidder on- line.
In case of JV, above documents of partner(s)
Valid Permanent Account
Number (PAN)
(Ref. Clause No. 6 D of
NIT)
Certificate of registration
with provident fund
authorities
(Ref. Clause No. 6 E of
NIT)
Copy of PAN card issued by Income Tax department, Govt.of India.
Certificate of registration issued by Service tax department in favour
of bidder.
5
Certificate of registration
with Service tax
department (PAN based)
(Ref. Clause No. 6 F of
NIT)
6
Any other document to support the qualification information as submitted by the bidder online
3
4
In case of JV, Copy of PAN Card of all the partners or JV itself
Certificate of registration issued by Provident authorities of bidder
In case of JV, copy of certificate of registration issued by Provident
authorities of all the partners or JV itself.
In case of JV, copy of certificate of registration issued by Service tax
department of all the partners or JV itself.
Note: The documents related to the furnished online information, based on which the
auto evaluation takes place will only be considered. If the bidder submit or uploads
any other document, it will be given no cognizance.
8
8. General Instruction for Submission of Bid:
(i) All the bids are to be submitted online in the e-tendering portal of Bharat Coking Coal Limited
https://bccl.eproc.in . No bid shall be accepted offline.
(ii) The bidder shall refer the download section of home page of e-tending portal https://bccl.eproc.in
for on line registration and online bidding and may further seek assistance from the help desk
team (details are available in the portal).
(iii) The bidder should register in the e-tendering portal of Bharat Coking Coal Limited
https://bccl.eproc.in with Digital Signature Certificate (DSC) of minimum class-II type (with
signing & encryption certificate) issued from any agency authorized by Controller of Certifying
Authority (CCA), Govt. of India and which can be traced up to the chain of trust to the Root
Certificate of CCA. The Joint Venture has to enroll as a separate bidder in its own name & style.
(iv) The bidders must accept unconditionally the User Portal Agreement and Integrity Pact on-line.
(v) The information will be provided by the bidder by filling up relevant data in the subsequent steps
during online bid submission.
(vi) It is the bidder’s responsibility to comply with
and internet connectivity at bidder’s premises
circumstances, BCCL shall not be liable to the
incurred by them arising out of incorrect use
failures.
the system requirement i.e. hardware, software
to access the e-Tender website. Under any
bidders for any direct/indirect loss or damages
of the e-Tender system or internet connectivity
(vii) Price Bid is to be submitted by the bidder on-line.
9.
Bid Opening:
i)
After receipt of “EMD” as stated in clause 3 & 7A of NIT and other documents as stated in clause 7 A
of NIT and on acceptance of these documents in accordance with the requirement of NIT, the Part-I
bid will be decrypted and opened online, on the scheduled date and after the pre-scheduled time by
the Bid Openers. Thereafter, the Part-I bid shall be evaluated by the system based on the information
furnished by bidders on-line in accordance with clauses 6 & 7 of NIT.
ii) The Price-bid of bidders qualified in Part-I bid (Techno commercial Bid) will only be decrypted and
opened online, on the scheduled date and after the pre-scheduled time by the Bid Openers. The
bidder will have to quote rate against all the tendered items online, and bid value of each bidder will
be determined automatically by the system.
iii) The bidder will get the updated status/ information/ instructions online only. It will be the
bidder’s responsibility to check the updated status/ information/ instructions.
No separate
communication will be required in this regard.
iv) After opening of price bid the system will evaluate each bid by multiplying the quantity with unit rate
quoted for respective item. The overall quoted lowest price along with the details of rate and amount
of each item will be displayed by the system without disclosing the name of the bidder during
Reverse Auction. The date of reverse auction will be communicated to the bidders.
v) The reverse auction will be carried out as per the terms & conditions of Annexure-M. The bidder
must comply with the requirement of Annexure – M of tender document.
9
vi) Eligible Bidders will be given a Business Rule Document (BRD) which will be comprised of
following points:
a.
b.
c.
d.
e.
f.
Business Rules for Reverse Auction
Terms & Conditions of Reverse Auction
Item Description (Form-I)
Process Compliance Statement (Form- II)
Price bid Breakup (Form-III)
Contact Information
vii) Bidders have to email/Fax a scanned copy of the Process Compliance Form (Form II of
Annexure-M) in the prescribed format. Without this form, the Bidder will not be eligible to
participate in the event.
viii) The lowest bidder has to email a scanned copy of the duly signed filled-in prescribed format for
Price Bid Breakup (Form - III of Annexure-M) to service provider within 2 Hours of the
conclusion of the Auction. Any variation between the on-line bid value and signed document will
be considered as sabotaging the auction process and will invite disqualification of vender to
conduct business with BHARAT COKING COAL LIMITED as per prevailing procedure.
ix) By default 11:00 hrs. of the scheduled date of reverse auction will be the start time of Reverse
Auction. The reverse auction will remain open for 4 hours i.e. from 11:00 hrs. to 15:00 hrs on the
scheduled date. However the bidding time will go on extending automatically after 15 00 hrs in
the slab of 30 minutes each from latest bid time ,if the latest response in the bidding is
submitted within last 30 minutes of scheduled extended closing time of bidding. The reverse
auction will be paused at 18:00 hrs. on the 1st day. The reverse bidding will again be resumed on
the 2nd day from 11:00 hrs. as per the norms followed after 15:00 hrs. on the first day of the
reverse auction. The process of reverse bidding will finally stop sharp at 18:00 hrs. on the 2nd
day.
The Reverse Auction will also stop in case the particular bid remains un-responded for
continuous 30 minutes time between 15:00 hrs. to 18:00 hrs. in the 1st day and 11:00 hrs.
to 18:00 hrs. in the 2nd day.
x) The rate and price shown after opening of tender vide point no (iv) above will be the base
rate/price for start of the Reverse Auction. System will not accept price higher than the base
price in Reverse bidding. Only the tenderers declared qualified by the system for this tender shall
be eligible for participation in Reverse Auction process.
xi) The participating bidders will be given option to reduce their rates in the Reverse Bidding below
the base price. However, any reduction less than the followings in overall quoted price of the
work will not be accepted by the system:
SLAB FOR REVERSE AUCTION
Minimum reduction in overall Quoted Price in
Estimated Value of Tender
Reverse Auction
Rs 4,00,000/Rs. 88,08,29,200/-
An amount equal to or exceeding the above shall only be accepted by the system. Also the
system will not accept the rate/amount higher than the base price and the system will not accept
same overall amounts for two or more bidders in the Reverse Bidding.
10
xii) The Service provider of e-tendering will take all necessary steps to ensure smooth and
uninterrupted functioning of system at their end. Bidders are advised to ensure stable
connectivity at their end. Service provider or BCCL will not be responsible for any disruption of
connectivity or any failure at bidders end.
xiii) Manual extension of bidding time will not be allowed at the request of bidder. In case there is any
technological or system failure at service provider’s end the bidding will be paused and it will get
extended for the period, the system remained down.
xiv) After completion of reverse auction on line, the L-1 bidder emerged out of reverse auction
process will have to produce documents as per clause no. 7( B) in support of the information
furnished by him on-line.
10. In case the L-1 bidder fails to produce the original documents as stated above within the specified
period of 5 (five) days after the completion of Reverse Auction or if any of the information furnished
by L-1 bidder on-line/off line is found to be false, then following action will be taken apart from other
penal
actions
prescribed
elsewhere
in
the
tender document.
a. Cancellation of bid/contract of the bidder/contractor (as the case may be)
and
b. Forfeiture of EMD/Performance Security of the bidder/contractor (as the case may be)
and
c. Banning/delisting of the bidder/contractor and all Partners/Directors/Proprietor of the firm for
a minimum period of 12 months from participating in future tenders.
11. Bid Validity:
Bid shall remain valid for a period for 120 days from the date of opening of Part- I bid. A bid valid for a
shorter period shall be rejected by the Employer.
12. Modification and Withdrawal of Bid:
Modification of the submitted bid shall be allowed on-line only before the deadline of submission of
tender and the bidder may modify and resubmit the bid on-line as many times as he may wish. Bidders
may withdraw their bids online within the end date of bid submission and their EMD will be refunded.
However, if the bidder once withdraws his bid, he will not be able to resubmit the bid in that particular
tender. No withdrawal/modification is allowed after end date and time of bid submission.
13. The Company reserves the right to postpone the date of receipt and opening of tenders or to
cancel the tenders without assigning any reason whatsoever.
14. This Tender Notice shall be deemed to be part of the Contract Agreement.
15. The Company does not bind itself to accept the lowest bid and reserves the right to reject
any or all the bid without assigning any reasons whatsoever and to split up the
work between two or more tenderers or accept the tender in part and not in its entirety, at its soul
discretion.
16. Any corrigendum/date extension etc in respect of this tender shall be issued on e- tendering portal of
BCCL https://bccl.eproc.in only. No separate notification shall be issued in the press. Bidders are
therefore requested to visit said portal regularly to keep them updated.
17. Canvassing in connection with the tenders in any shape or form is strictly prohibited and
tenders submitted by such Bidders who resort to canvassing shall be liable for rejection.
11
18. The tenderer shall have to ensure implementation of CMPF/EPF, as applicable, in respect
of the workers deployed by him.
19. Matters relating to any dispute or difference arising out of this tender and subsequent
contract awarded based on this tender shall be subject to the jurisdiction of District
Court, Dhanbad.
20. Integrity Pact:
The bidders must accept the Integrity Pact online. The format of Integrity Pact is at Annexure-H.
Name, address & contact No. of the Independent External Monitors:
Prof (Dr.) L. C. Singhi, IAS(Retd), L-31, Third Floor, Kailash Colony, New delhi-110048
OUR AIM – QUALITY COAL TO CONSUMERS
21. Service Provider: Service Provider for this tender will be M/s C1 India Pvt. Ltd.
Registered Office at :
Help Desk at BCCL (On working day at working hours)
C-104, Sector-2,
NOIDA,
U.P.-201301, India
Fax: 0120-4746810
C O NTR A C T MA NA G E ME NT C E L L
Level – V Koyla Bhawan, Koyla Nagar, BCCL, Dhanbad-826005
Contact Person: Mr. Ujjal Mitra
Client Relationship Manager
Help Line at BCCL
Contact Person: Mr. Ujjal Mitra
Mobile No : 8986678058
E-mail id: [email protected]
Sd/General Manager (CMC),
UG & Transport
12