STANDARD BIDDING DOCUMENT - JKSPDC

13
STANDARD BIDDING DOCUMENT FOR REPAIR/RENOVATION OF EXISTING DELIVERY PIPELINE OF DEWATERING SYSTEM INCLUDING PAINTING, REPLACEMENT OF CAST IRON NRV’S /GATE VALVES ETC AT DAM GALLERIES INSTALLED IN BHEP DAM GALLERIES CHANDERKOTE DISTRICT RAMBAN JAMMU AND KASHMIR OWNED BY JAMMU AND KASHMIR STATE POWER DEVELOPMENT CORPORATION

Transcript of STANDARD BIDDING DOCUMENT - JKSPDC

Page 1: STANDARD BIDDING DOCUMENT - JKSPDC

STANDARD BIDDING DOCUMENT

FOR

REPAIR/RENOVATION OF EXISTING DELIVERY PIPELINE OF DEWATERING

SYSTEM INCLUDING PAINTING, REPLACEMENT OF CAST IRON NRV’S /GATE

VALVES ETC AT DAM GALLERIES INSTALLED IN BHEP DAM GALLERIES

CHANDERKOTE DISTRICT RAMBAN JAMMU AND KASHMIR

OWNED BY

JAMMU AND KASHMIR STATE POWER DEVELOPMENT CORPORATION

Page 2: STANDARD BIDDING DOCUMENT - JKSPDC

Office of the Executive Engineer

Mechanical Division BHEP Chanderkote

Email: [email protected]

E-NIT No: 06 of 2019 -20 Dated:- 23-10-2019

For and on behalf of Managing Director, Jammu Kashmir State Power Development Corporation, sealed e- Tenders, are invited from reputed firms/OEM/Govt. contractors authorized workshops for Repair/Renovation of existing delivery pipeline of dewatering system including painting, replacement of cast iron NRV’s /Gate valves etc at Dam Galleries.of BHEP as per the details given below:-

S.No. Scope of work Estimated value of contract

Earnest Money

Cost of Tender document

Last Date of receipt of online Bid

Date Opening of online technical Bid

Period of Contract/ completion time

01

Repair/Renovation of existing delivery pipeline of dewatering system including painting, replacement of cast iron NRV’s /Gate valves etc at Dam Galleries.

Rs. 6.80 Lac

Rs. 13,600/-

Rs 1000/- 90 Days from the date of allotment of contract.

Critical Dates

1. Complete bidding process will be on line. Price bid & as well as pre-qualification documents not to be submitted in physical form. However the same shall be obtained by the Department/ JKSPDC management from the bidder who is declared as L1 after opening of financial bid. The bidder will be out rightly rejected if any discrepancy is observed in the uploaded documents & the hard copies submitted by the bidder.

2. The E-Challan copy, EMD, pre-qualification/ technical bid documents shall be submitted online only on or before due date and time of submission of bid. The e-bids not accompanied with the earnest money deposit & tender document fee of requisite amount shall be out rightly rejected.

23/11/

2019

25/11/

2019

at 15:00 hrs commercial).

1. Date of issue of tender notice 23/10/2019

2. Period of downloading of bidding documents. 28/10/2019 to 23/11/2019

3. Pre Bid meeting 04/11/2019 at 15:00 hrs

4. Bid submission start date 05/11/2019

5. Bid submission end date 23/11/2019 at 15:00 hrs

6. Date & time of opening of Online tenders (techno 25/11/2019

Page 3: STANDARD BIDDING DOCUMENT - JKSPDC

No: MECH/BHEP/891-95 Dated : 23-10-2019

Sd/- Executive Engineer Mechanical Division BHEP Chanderkote

Copy to the

1. Chief Engineer, Electrical Baglihar H.E.Project, Chanderkote, for information. 2. Superintending Engineer, Mech BHEP, JKSPDC Jammu for information 3. Joint Director, Information Deptt. Jammu with a request to publish the gist of NIT in

two local dailies well before the due date of tender. 4. CP&AO, BHEP JKSPDC, Chanderkote for information. 5. Assistant Manager, IT management corporate office Jammu for uploading the e-

Tender on official website of JKSPDC.

3. The bank details for E challan are listed as under: a) Account name: Executive Engineer Mechanical Division BHEP Chanderkote. II.

b) Account number: 0240010100000187 c) Bank name :J&K bank ,Chanderkote d) IFSC code: JAKA0CHNDAR e) MICR Code:182051303

Page 4: STANDARD BIDDING DOCUMENT - JKSPDC

1. Invitation Receipt and Opening of Tenders

a) For and on behalf of Managing .Director, JKSPDC, Jammu & Kashmir State, e-tenders are hereby invited from reputed firms/OEM/Govt. contractors authorized workshops for works detailed under “Scope of work”, as per terms and conditions, technical specifications and schedule thereof of this Tender document.

b) Bidders are advised to download bid submission manual from “downloads” option as well as from “bidder manual kit” on website www.jktenders.gov.in to familiarize with bid submission process

c) To participate in bidding process, bidders have to get “Digital signature Certificate” (DSC) as per information Technology Act 2000. Bidders can get digital signature certificate from any approved vendors.

d) Bidders have to submit their bid ONLINE in electronic format with digital signature. e) Complete bidding process will be on line. Price bid & as well as pre-qualification

documents not to be submitted in physical form. However the same shall be obtained by the Department/ JKSPDC management from the bidder who is declared as L1 after opening of financial bid. The bidder will be out rightly rejected if any discrepancy is observed in the uploaded documents & the hard copies submitted by the bidder.

f) As per the guidelines of J&K Finance Department, Cost of tender document to be paid in the shape of E-Challan/ treasury challan/ receipt only, in favour of Executive Engineer Mechanical Division, BHEP, Chanderkote. The prospective bidders will have to upload the copy of the same online, while submitting the online technical bid.

g) Earnest money deposit in the shape of CDR/ FDR (of J&K Bank / Nationalized bank) pledged to of Chief Pay & Accounts Officer, BHEP, Chanderkote and payable at Chanderkote and should be valid for at least 180 days. The prospective bidders need not to submit the original EMD & instead will have to upload the copy the same while submitting online technical bid. However before allotment of contract & after opening of the financial bid, the L1 bidder will have to mandatorily submit the original CDR/FDR to the concerned Department. The bidder will be out rightly rejected if any discrepancy is observed in the uploaded documents & the hard copies submitted by the bidder.

h) The E-Challan copy, EMD, pre-qualification/ technical bid documents shall be submitted online only on or before due date and time of submission of bid. The e-bids not accompanied with the earnest money deposit & tender document fee of requisite amount shall be out rightly rejected.

j) Bidders must ensure to upload scanned copy of all necessary technical and commercial documents including scanned copies of Earnest Money , cost of tender document etc.,

i) The bank details for E challan are listed as under: Account name: Executive Engineer Mechanical Division BHEP Chanderkote.

Account number: 0240010100000187

Bank name :J&K bank ,Chanderkote

IFSC code: JAK0CHNDAR

MICR Code:182051303

Page 5: STANDARD BIDDING DOCUMENT - JKSPDC

k) Bidders must ensure that all the scanned copies should be easily legible preferably on 100 dpi with black and white option.

l) The bidders in their own interest are also advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders, in respect of the site conditions and salient features of the project. The cost of visiting the site shall be at the bidders own expense.

m) JKSPDC will not be responsible for any delay due to any reason. The JKSPDC management reserves the right to cancel the bidding process without assigning any reasons.

2. SCOPE

Repair/ renovation of existing delivery pipeline of dewatering system

Repair of pipeline

Dismantling the old malfunctioning NRVs and Gate valves and then

replacement of these gate valves by new ones as per the

specifications below;

For pipe with 200mm dia.

a. 03 no’s cast iron NRVs (ISI mark)

b. 03 no’s cast iron Gate valves (ISI mark)

For pipe with approx. 340mm outer dia.

c. 03 no’s cast iron Gate valves (ISI mark)

d. 02 no. cast iron NRV (ISI mark)

Cleaning Cleaning of existing delivery pipeline by abrasion and removal of

existing coating if any.

Painting

After proper cleaning, Paint the whole pipeline with red oxide and

let it dry. Use proper manual drying methods in the areas of wet

condition.

After proper drying apply 2nd coat of red oxide and use proper

drying methods to completely dry it.

After proper drying, apply 2 coats of bituminous paint (waterproof)

and Use proper manual drying methods .

(approx. surface area = 150 m2)

Page 6: STANDARD BIDDING DOCUMENT - JKSPDC

3. CONTENTS OF BID DOCUMENT

The e- tender be submitted in two covers as under:

Part –I Techno Commercial.

Part-II Price bid

Cover I Techno Commercial

1. Cost of Tender Document

2. Earnest Money Deposit

3. Copy of valid registration documents issued by the competent authority

4. Copy of income tax clearance certificate and Copy of latest IT return submitted in

Income tax Office.

5. Copy of PAN and goods and services registration No.

6. No Deviation certificate in technical requirements and Commercial requirements

7. An undertaking regarding black listing on stamp paper of Rs 100 strictly as per the

annexure in SBD

4. Pre Bid Meeting

Pre-bid meeting open to all prospective bidders will be held in the office of Executive Engineer, Mechanical Division, BHEP Chanderkote JKSPDC, on scheduled date. In case the bidder has any doubt about the meaning of anything contained in the Tender document, he shall seek clarification from the Office of the undersigned on the date of pre bid conference at BHEP Chanderkote stated in the e tender & changes if any due to genuine queries of bidders shall be uploaded on the website www.jketenders.gov.in through corrigendum by 05-11-2019. Any such clarification, together with all detail on which clarification had been sought, will also forwarded to all bidders without disclosing the identity of the bidder seeking clarification. In such case, if considered necessary, the date of receiving the tenders may also be extended at the discretion of the Executive Engineer. All communications between the bidder and the Corporation shall be carried out in writing.

Cover II :-Price bid as per Bill of Quantity ( Online submission only )

Page 7: STANDARD BIDDING DOCUMENT - JKSPDC

5. Validity: The tenders should be valid for a period of 180 days from the date of opening of the price bid

6. Prices:

The quoted rates shall be FIRM and FOR destination basis, inclusive of all

taxes and duties, freight, insurance etc. as the work is a turnkey job. The rates

shall include costs attracted towards mandatory inspection/testing by JKSPDC.

Any variations in these rates during the tenure of the contract shall be absorbed by

the contractor

7. Taxes & Duties:

Income tax, cess, GST or any other statutory deductions as per Govt. of

India and as per orders of J&K Govt., as applicable, will be made

8. Right to accept any Bid and to reject any or all Bids:-

a) The Corporation may terminate the contract if it is found that the contractor is black listed on previous occasions by the any of the Departments/Institutions/Local Bodies /Municipalities /Public Sector Undertakings, etc.

b) The Corporation may terminate the contract in the event the successful

bidder fails to furnish the requisite hard copies of the bidding documents or if

there is any discrepancy between online submitted copies & hard copies in

original.

c) The Jammu and Kashmir Power Development Corporation is not bound to

accept the lowest or any bid and may at any time by notice in writing to the

bidders terminate the tendering process.

9. Award of Contract:-

a. The Corporation will award the contract to the successful evaluated L1 bidder

who is eligible and qualified to perform the contract satisfactorily as per the

terms and conditions incorporated in the bidding document. b. The Corporation will communicate the successful bidder by letter

transmitted by email/Registered post that his bid has been accepted. This letter (hereinafter and in the condition of contract called the “Letter of Award”) shall prescribe the amount which Corporation will pay to the contractor in consideration of the execution of work/services by the contractor as prescribed in the contract.

c. The successful bidder will be required to execute an agreement in the form specified in Annexure-II within a period of 15 days from the date of issue of Letter of Award.

Page 8: STANDARD BIDDING DOCUMENT - JKSPDC

10. JOB EXECUTION:

a. The contractor shall arrange requisite manpower having sufficient knowledge / skills required for the execution of specified work to the entire satisfaction of Engineer in charge.

b. The material to be supplied should be of reputed make. Sub-standard, bad & defective material/ work shall be out rightly rejected. The firm shall have to replace the items free of cost if found to be defective.

c. Contractor shall be fully responsible for all the hardware / components which are dismantled from the unit and shall keep them in safe custody. Any missing item shall be arranged by the contractor at his own cost and JKSPDC will not be responsible in any way. Any other damage to any equipment or property of Baglihar Power Station due to mishandling or carelessness of staff of the contractor shall also be made good by him at his own cost.

d. The contractor shall have to make his own arrangement for site store, accommodation of its employees or any other space required by him for implementing this contract. Furthermore, safety and security of men and material belonging to the contractor shall be his own responsibility.

e. Transportation of men and material of the contractor shall be arranged by the contractor himself at his own cost. Nothing extra will be paid by JKSPDC on this account. The responsibility of delivery of the material at destination good condition rests with the supplier.

11. Inspection / Testing: a. Inspection call shall be given by the Repair agency to the Engineer in-charge/

JKSPDC after satisfactory completion of all the repair jobs. Complete work shall otherwise be open for inspection by any technical officer of JKSPDC round the clock.

b. Any discrepancy if pointed out by inspector or Engineer I/C should be rectified immediately before going ahead. However, instructions shall be given only through Engineer I/C of the work. However inspection & acceptance of the work will not absolve the contractor’s responsibility for quality work and satisfactory operation of the units.

12. Variation/deviation in quantities: The Quantities in the BOQs are tentative and shall be subject to increase or

decrease depending upon the actual site requirements and the rates shall be applicable for the changed BOQ as well.

13. Termination of contract. In case JKSPDC feels that work is not being carried out in accordance with

the schedule, as per technical requirements or as per instructions/directions of Engineer I/C and there is likelihood of abnormal delay in completion of work or likelihood of doing the work not as per specifications and norms leading to any problem in running of the Unit, JKSPDC is at liberty to stop the work in between and get the work completed from any other source at the risk and cost of the contractor.

Page 9: STANDARD BIDDING DOCUMENT - JKSPDC

14. Period for execution of work. The job has to be completed in 90 days

15. LIQUIDATED DAMAGES FOR DELAY

If the Contractor fails to complete the Work as specified in Clause 14 hereof,

the owner shall, without prejudice to its other remedies under the Contract, deduct

the amount from running bills and also from deposits of the contractor due or which

may become due to the Contractor, as liquidated damages (which is a genuine pre-

estimate agreed by the parties hereto of the loss or damage which the purchaser

would have suffered on account of delay without giving any proof of the loss or

damages) a sum equivalent to 0.5% of the Contract price per week of delay or part

thereof subject to a maximum of 10% of the Contract price. The payment or

deduction of such damages shall not relieve the Contractor from his obligations to

complete the works or from any of his obligations and liabilities under the Contract.

16. Time Extension

In case the physical progress of the work is delayed as compared to the time

schedule referred to above due to reasons which are beyond the control of the

contractor, or due to force majeure conditions, or due to delays owing to other

agencies, strike or lockout, the contractor shall apply in writing for extension of the

time for completion of the work, stating clearly the reasons for the delay, period of

delay and the extension of time desired. The owner on satisfying himself that

the reasons for delay are really beyond the control of the contractor, may

grant extension of time for the completion of work, no payment or compensation

shall be made to the contractor in the event.

17. Defect Liability period: a. The work shall have to be guaranteed against any defect which may arise post

commissioning for a period of 12 months from the date of commissioning. b. Any defect observed shall have to be rectified and repaired by the firm within

shortest possible time after receiving such intimation from the Executive Engineer.

18. Terms & Mode of Payment:

a) 90 % payments towards cost of materials along with full taxes and duties will

be made after completion of the work against duly verified bills of Asst.

Executive Engineer concerned. Remaining 10 % payment shall be made after

completion of defect liability period.

b) However remaining 10% payment may be released in favour of the firm, if the

firm furnishes Bank Guarantee for the same amount for the defect liability

period.

Page 10: STANDARD BIDDING DOCUMENT - JKSPDC

19. Arbitration/ Jurisdiction of court:

The arbitration shall be as per J&K arbitration and cancellation act. The courts of J&K shall have exclusive jurisdiction in respect of all matters arising out of contract and which may arise at any time.

20. Disclosure regarding blacklisting / debarment: The intending bidders who have been blacklisted/ debarred by

Government of India or any Department / Undertaking thereof, any State Government or any Department/ Undertaking thereof or any national/ funding institutions like ADB, WORLD BANK etc. are not eligible to participate in bidding in case the debarment is in force and effective on the date of submission of the bid. The bidder shall have to submit an undertaking regarding black listing on stamp paper of Rs 100 strictly as per the annexure in SBD.

21. Force Majeure:

The contractor shall not be liable for any liquidated damages for delay or

any failure to perform the contract arising out of force majeure conditions beyond

his control including acts of God or the enemy of the Government viz. fires, floods,

epidemic, quarantine related strikes, freight embargoes and defaults of such

contracts due to any such cause, provided that the supplier shall within ten days

from the beginning of such delay notify to the department in writing the cause of

delay along with convincing substantial evidence. The department once convinced

shall extend the supply completion period by a suitable/reasonable duration.

22. General:

a) The price of tender documents shall not be refunded under any

circumstances whatsoever.

b) The bidder shall be deemed to have carefully examined various stipulations

in this NIT and also to have fully informed himself with all conditions local

and otherwise affecting the execution of the contract. Failure to do so shall

be at his risk and cost.

c) Ambiguity in rates, if any shall be interpreted in favour of the Department.

d) All other terms and condition as laid down in PWD Form 25 shall form part

of this tender document.

e) The tender document shall be returned to the department along with the

technical bid with a certificate that all the conditions in the document

acceptable to the bidder. A 'No deviation certificate' appended with this

document shall be duly signed and stamped by the bidder. Deviations, if

any, from technical and/or commercial conditions laid down in this

document must explicitly be mentioned with the offer.

Page 11: STANDARD BIDDING DOCUMENT - JKSPDC

Annexure-I Undertaking regarding black listing of the firm on Rs 100 stamp paper

To

(Designation and Name of the concerned Corporation)

Name of the firm/Agency:

Name of the tender: …………………………………………………. Due date:-………………………………….

Sir,

1. I/We hereby agree to abide by all terms and conditions laid down in tender document.

2. This is to certify that I/We before signing this bid have read and fully understood all the terms and conditions and instructions contained therein and undertake myself/ourselves abide by the said terms and conditions.

3. I/We abide by the provisions of Govt laws as amended by the Government from time to time and

shall be fully responsible for any violation.

4. I/We do hereby confirm & declare that we M/s………………………………….. (firms name) is not blacklisted/

de-registered/ debarred by any Govt. Department/ PSU or any other Govt. agency.

(Signature of the Bidder) Name and Address of the Bidder. Telephone No:

Mushtaq Bashir Wani
Typewritten text
Page 12: STANDARD BIDDING DOCUMENT - JKSPDC

ANNEXURE-II

FORM OF AGREEMENT (on Stamp Paper of Rs 500)

NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this Agreement words and expression shall have the same meanings as are respectively assigned to

them in terms and conditions of contract hereinafter referred to.

2. The following documents shall be deemed to form and be read and constructed as part of this

agreement, viz:

a. Letter of acceptance of award of contract;

b. Terms and Conditions;

c. Notice inviting Tender;

d. Bill of Quantities;

e. Scope of work;

f. Addendums, if any; and

g. Any other documents forming part of the contract.

3. In consideration of the payments to be made by the corporation to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Corporation to execute and the Security service

w.e.f ………………………………….as per the provisions of this Agreement and the tender document.

4. The corporation hereby covenants to pay the contractor in consideration of the execution and

completion of the works/services as per this Agreement and tender document, the contract price of

Rs……………………………………..( In words : …………………………………………………………………………………………………)

5. Being the sum stated in the letter of acceptance subject to such additions thereto or deductions there

from as may be made under the provisions of the contract at the times in manner prescribed by the

contract.

IN WITNESS WHEREOF the parties hereto have signed the Agreement the day and the year first above written.

THIS AGREEMENT IS MADE ON THE ……………………………Day ……………………….Month ……………………..Year between the president of India through…………………………………………………..…………… ………………… ……………………………….. ( J&K State power Development Corporation ) ( hereinafter called “the Corporation “ which expression shall, unless excluded by or repugnant to the context be deemed to include his successor) through Shri ……………………………………………… ………………………, Authorized representative ( hereinafter called “ the contractor” which expression shall, unless excluded by or repugnant to the context, be deemed to include his successors, heirs, executors, administrators, representatives and assigns) of the other part for Repair/Renovation of existing delivery pipeline of dewatering system including painting,replacement of cast iron NRV's / Gate valves etc at Dam Galleries of BHEP.

Page 13: STANDARD BIDDING DOCUMENT - JKSPDC

For and on behalf of the Contractor For and on behalf of the President of India

Signature of the authorized official Signature of the authorized Officer

Name of the official Name of the Officer

Stamp/Seal of the Contractor Stamp/Seal of the Employer

By the said By the said

________Name _Name

On behalf of the Contractor in on behalf of the Employer in the presence of:

the presence of:

Witness

Name_

Address_

Witness

Name_

Address_

Telephone No: Telephone No:

S/d Executive Engineer Mechanical Division BHEP Chanderkote