TThe Odisha Small Industries Corporation...
Transcript of TThe Odisha Small Industries Corporation...
P a g e | 1
TThe Odisha Small Industries Corporation Ltd. ( A Government of Odisha Undertaking )
(An ISO:9001:2008 Certified Govt. Company) Industrial Estate, Madhupatna, Cuttack – 753 010. Odisha. Tel No. : 0671-2342580, 2343860, 2343730 ? Fax : 0671-2341875 / 2342561 / 2343730
E-mail: [email protected], [email protected] ? website: www.osicltd.in
TENDER CALL NOTICE NO. OSIC/COMML/2016-17/02
FOR CONTRACT OPERATED STOCKYARD AT / IN AND AROUND
TANGI (CUTTACK)
AND
HANDLING CONTRACTOR
FOR
TRANSPORTATION, HANDLING, STORAGE AND DECOILING,
STRAIGHTENING, CUTTING, BENDING AND BUNDLING OF TATA
TlSCON COILS/REBAR MANUALLY / MECHANICALLY.
Date and Time of sale of tender document : 03.12.2016 (11:00AM)
Last date of submission : 17.12.2016 (up to 2:00 PM)
Date and time of opening of technical bid : 17.12.2016 (3:00 PM)
THE ODISHA SMALL INDUSTRIES CORPORATION LTD.
INDUSTRIAL ESTATE, KHAPURIA,
CUTTACK-753 010
P a g e | 2
The Odisha Small Industries Corporation Ltd. ( A Government of Odisha Undertaking )
(An ISO:9001:2008 Certified Govt. Company) Industrial Estate, Madhupatna, Cuttack – 753 010. Odisha. Tel No. : 0671-2342580, 2343860, 2343730 ? Fax : 0671-2341875 / 2342561 / 2343730
E-mail: [email protected], [email protected] ? website: www.osicltd.in
TENDER CALL NOTICE
Ref.No. OSIC/Comml./7027 Date.02.12.2016
Sealed Tenders in two bid cover in prescribed form are invited from
individuals/companies/ registered firms for contract operated stockyard at / in and
around Tangi (Cuttack) for TRANSPORTATION, HANDLING, STORAGE AND DECOILING, STRAIGHTENING, CUTTING, BENDING AND BUNDLING OF TATA
TlSCON COILS/REBAR MANUALLY / MECHANICALLY BY ODISHA SMALL
INDUSTRIES CORPORATION LIMITED, KHAPURIA, CUTTACK -753010. 1. The tender documents can be downloaded from our website www.osicltd.in. The
tenderer should enclose an A/c Payee Demand Draft/Banker's Cheque /Pay
order for Rs. 20,000/-(Rupees Twenty thousand) + VAT @ 5% only towards the
cost of tender document in favour of "The OSIC Ltd. " payable at Cuttack, failing
which the tender will not be accepted. The bidders who have participated in the
same tender floated by OSIC Limited published in local dailies dtd. 23.01.2016
and deposited the tender paper cost of Rs. 21,000/- need not to pay the tender
paper cost and shall be adjusted against the same deposit earlier. 2. The tender documents along with EMD of Rs. 20,00,000/-(Rupees Twenty
lacs) only either in shape of DD/Pay order/Banker’s Cheque payable to OSIC at
Cuttack should be submitted on or before 17.12.2016 (up to 2:00P.M). BG in
favour of OSIC Ltd. to the extent of same amount valid up to six months from the
date of submission of tender on any Nationalised Bank shall be accepted. The
Corporation will not be responsible for any delay in submission of the tender. 3. The tender will be opened on 17.12.2016 (at 3:00P.M.) in presence of the
tenderers or their authorized representatives if desired.
4. The Corporation reserves the right to accept or reject any or all the tenders or
cancel the entire tender without assigning any reason thereof.
Sd/- MANAGING DIRECTOR
P a g e | 3
INVITATION TO TENDERER
Ref.No.OSIC/Comml/2016-17/02/7027 Date. 02.12.2016 1. Sealed tenders in prescribed form are invited from individuals/companies/
registered firms for stockyard operation at /in and around Tangi (Cuttack)
within 5 KM distance from TATA STEEL STOCK YARD at Tangi for
Transportation, Handling, Storage and Decoiling, Straightening, Cutting,
Bending and Bundling of TATA TISCON coils/rebar manually / mechanically.
2. Eligibility of tenderers:- i) The tenderers should be of sound financial standing and should provide a
certificate to this effect from their bankers based on their transactions for
the last three years. ii) The tenderers should have in their possession (either on ownership or long
lease basis) commercial land located at / in and around Tangi within 5km.
distance from Tisco stockyard at Tangi and or shed free from encumbrances
suitable for the above job, preferably bounded by a wall / fence for storage,
handling and processing of steel materials. In case they are not in ready
possession of the infrastructural facilities like wall / proper fence etc.,
they shall give an undertaking along with their tender that they would make
such arrangement within 30 days from the date of letter of intent, to the full
satisfaction of OSIC failing which the LOI shall be cancelled & EMD submitted
by them will stand forfeited.
iii) The Tenderer should have own/ leased trailers, trucks, automatic de-coiling
& straightening machine and adequate facility to transport/handle/store
and process TMT coils and delivery/load straight length /bundle/bend
materials. In case they are not in ready possession of the infrastructural
facilities stated above, they shall give an undertaking along with their tender
that they would make such arrangement within30 days from the date of letter
of intent, to the full satisfaction of OSIC failing which the LOI shall be
cancelled & EMD submitted by them will stand forfeited.
P a g e | 4
iv) Interested tenderers may also download the entire Tender Documents from
OSIC website and submit their tender on downloaded copy. In such cases,
payment of Rs.20,000/- (Rupees Twenty thousand ) + VAT @ 5% towards
cost of tender Documents (non-refundable) is to be made by Pay
Order/Demand Draft on a scheduled bank in favour of “OSIC” payable at
Cuttack. The downloaded documents not accompanied by cost of Tender
Documents are liable to be rejected. v) In case they are not registered with Commercial Tax / Central Excise
/ESI/EPF/Labour Authorities at the time of submission of tender, they should
give an undertaking to OSIC that they would get themselves registered with
the above statutory bodies within one month of issue of LOI. They would
submit the documents regularly as required by Commercial Tax / Central
Excise /ESI/EPF/Labour Authorities, shall pay additional taxes & duty if and
when demanded by the above Authorities and also they shall fully
compensate OSIC on the financial and other liabilities of the OSIC that may
arise due to their inability to comply with the formalities. In addition,
Performance security deposit given in form of BG for Rs.2.00 crore (Rupees
two Crore only ) will also liable to be invoked & forfeited. In case of
requirement the selected bidder has to deposit additional security for holding
of additional stock beyond the scheduled stock holding qty. vi) Experience certificate for at least two consecutive years during preceding 5
years in operating identical activities such as transporting & / or handling of
minimum 50000M.T. Iron & Steel material per annum is to be submitted
being duly certified by the agency for whom the bidder is/has done the job. VALIDITY: 3. The tender shall be kept valid for a period of 180 days from the date of
opening of the tender.
4. OSIC reserves the right to accept or reject any or all tenders in any manner
deemed fit without assigning any reasons thereof. Sd/-
DY.GEN.MANAGER (C)
P a g e | 5
INSTRUCTION TO TENDERERS
1. NATURE & SCOPE OF WORK i) STOCKYARD OPERATION:
The tenderer shall offer a piece of commercial land measuring minimum 2(Two) Acres for the purpose of handling and storage of TMT bars for de- coiling/straightening/cutting/bending & bundling of TMT coils of sizes of
6/8/10/12 mm along with, office building, other infrastructural facilities. The
land shall have a clear title or possessory Right or a long lease without any
encumbrance mortgage etc. Alternatively, the tenderer may submit a
registered agreement for lease in respect of such land with the condition that
in case the tender is accepted, the owner/ lessor of the land shall give the
land to the tenderer on a long lease basis covering the entire period of
contract + 6 months. The land also should be suitably levelled and hard
compacted surface to sustain stacking load and movement of vehicles
with proper drainage system in order to avoid water logging and should
arrange adequate dunnage for keeping the stock away from ground contact
of the Re-bars. The Premise should have a building for the purpose of
an office and to be bounded on all Sides by adequate fencing for safe-
custody of stock. An electronic type weighbridge of capacity 60 MT
having 60ft. platform in the near vicinity of the premise owned by the
tenderer. Adequate power back up, proper illuminations for operations in the
premise should be available. In case the successful tenderer fails to develop
infrastructural facilities as per tender norms, OSIC shall have the right to
cancel letter of intent and forfeit EMD.
ii) Copy of the title deed as a proof of ownership of the land in possession or
lease/ Sub-lease Deed as a proof of lease hold right, over the land holding in
possession, as the case may be, together with copies of the certified copy of
the records of right, rent receipt in respect of the said land duly certified by
Notary Public located in and around Tangi (Cuttack) area within 5 KM
distance from TATA STEEL Stockyard at Tangi, are to be submitted along
with the Tender. In case of lease-hold land, the Tenderer will also have to
submit the Notary attested copy of the Title Deed of the Owner(s) /Parent
lease-deed of the Lessor(s) at the time of submission of the Tender. In case of
Possessory Right holder, the user Govt. Undertaking may submit a suitable
letter from the owner addressed to the user Govt. Undertaking allowing
P a g e | 6
them possession will be acceptable towards Possessory Right being enjoyed
by the user Govt. Undertaking. In case any permission is required for
conversion of land due to its use for storage and handling of iron and steel
materials and / or for sub-leasing then necessary permissions from the
competent Authority/owner of the land, as the case may be, are also to be
submitted along with the Tender.
iii) The successful tenderer shall have necessary infrastructural facilities like
proper adequate fencing, suitable office building , adequate and proper lighting
arrangement, levelling (entire land) and hard compacted surface to sustain
stacking load and movement of vehicles with proper drainage system in order
to avoid water logging and should arrange adequate dunnage for keeping the
stock away from ground contact and own/ lease electronic type weighbridge of
minimum 60 M.T. Capacity having 60ft. platform in the near vicinity of the
proposed land or shall have to create the above facilities within 30days, if
already not available, from the date of issuance of LOI, failing which the LOI
may be treated as withdrawn/cancelled & the tenderer’s EMD shall stand
forfeited. 2) De-coiling, straightening, bending and bundling:
The tenderer should have to construct/install if not already available,
adequate cover shed for de-coiling & straightening facility for minimum 2 nos.
of de-coiling & straightening machine with concrete base and adequate facility
to handle, store & process TMT coils and to stack, deliver /load bundle /bend
/straight materials. In case they are not in ready possession of these
infrastructural facilities stated above, they shall give an undertaking along with
their tender that they would install such facilities within 30 days from the date
of Letter of Intent to the full satisfaction of OSIC failing which, EMD submitted
by them will stand forfeited. 3) Transportation:
The tenderer should have minimum 08 trailors & 02 trucks in their own name /
leased for transportation of materials from TSL stockyard to their handling
premises. However in case of exigency the tenderer should be able to
provide/arrange more trailors/trucks to meet the requirement.
4) Loading & unloading:
The tenderer shall weigh and load the TMT bars/Iron Steel materials on the
truck /trailer placed by Odisha Small Industries Corporation Limited/ Odisha
Small Industries Corporation Limited customers only against valid sales
P a g e | 7
order/stock transfer orders. The tenderer shall unload the above specified
materials from truck/trailer deployed.
The tenderer shall be responsible for late/non-delivery of materials due to
failure in making adequate arrangements for De-coiling, straightening,
bending & bundling & transporting of TMT bars. The above work shall be
done within the time fixed by Odisha Small Industries Corporation
Limited. The tender should specify the per day capacity of the above
specified jobs separately section-wise for TMT Bars. 5) Weighbridge :
The weighbridge should be of fully-electronic type having 60 MT capacity with
suitable printing device & 60 ft. platform length.
6) Volume of Transaction :
The total estimated quantities to be handled would be around 100000 MTs
per annum considered only for the purpose of evaluation of price bid. The
same quantity should not be construed as guarantee for the actual quantity to
be handled.
7) Crane:
Minimum 02 nos. of mobile cranes (of Original Equipment Manufacturer) in
the name of the tenderer having valid registration and fitness certificate of
12M.T. capacity or more to handle TMT rebar of straight length (max. length
of 12 mtr. wt. of 8 MTs) with adequate labour force. The OEM cranes shall not
be more than 3 years old as on date of tender opening.
8) Service Tax:
The tenderer should be registered under the Service Tax Rules. In case the
tenderer is not registered with the Service Tax Authority, they shall submit an
undertaking, at the time of submission of the tender, stating that they would
be registered with the Service Tax Authority within 30(thirty) days of LOI.
9) De-Coiling facility:
The tenderer would pick up TMT coils/rebars from the stock, straighten & cut
the coils into straight length bars on specific instructions of Odisha Small
Industries Corporation limited. The cut length materials will be bent & bundled
& will be stacked in an organized manner as per the norms of Tata
Steel/OSIC.
10) Loading/Delivery:
The delivery of materials to the customer’s vehicle shall be undertaken by the
tenderer.
P a g e | 8 11) End Cuttings/ Packing material :
On accumulation of end-cut material/ packing material, it would be given to
Odisha Small Industries Corporation Limited regularly for disposal. The
quantity so disposed of by Odisha Small Industries Corporation Limited shall
be accounted for the purpose of determining shortage/excess.
12) Damage to materials:
The tenderer shall be responsible for any damage caused to materials during
handling. Decision of OSIC management shall be final & binding on the
tenderer.
13) Lighting:
The premises should be provided with adequate & proper lighting
arrangements for smooth operation during night when required.
14) Infrastructural requirement:
The land also should be suitably levelled and hard compacted surface to
sustain stacking load and movement of vehicles with proper drainage system
in order to avoid water logging and should arrange adequate Dunnage for
keeping the stock away from ground contact of the Re-bars. The premise
should have a building for the purpose of an office and to be bounded on all
sides by adequate fencing for safe-custody of stock with minimum 25ft.
metalled road for smooth movement of heavy vehicles. 15) Security Deposit & Bank Guarantee:
At the time of submission of quotation, the tenderer shall have to deposit Earnest
money for Rs. 20.00 lakhs ( Twenty lakh only) in shape of DD/Banker’s
cheque/Pay- order drawn in favour of “OSIC Limited” payable at Cuttack. BG in
favour of OSIC Ltd. to the extent of same amount valid up to six months from
the date of submission of tender on any Nationalised Bank shall be accepted.
In case of successful tenderer the Earnest money shall be retained by OSIC as
Security Deposit for the due fulfilment of the contract. In addition to the Security
Deposit the successful tenderer shall have to provide Bank Guarantee payable at
Cuttack for Rs. 2.00 Crore on any Scheduled bank( except Co-operative Banks)
& to execute indemnity bond on non-judicial stamp paper of appropriate value
within 30 days from issuance of LOI. The Stamp paper shall be purchased in
the name of “OSIC Limited” or in the name of the bank issuing Bank
Guarantee. In case of requirement the selected bidder has to deposit
additional security for holding of additional stock beyond the scheduled stock
holding qty.
P a g e | 9 16) Mode of submission of tender :
The tenderers shall submit their tenders in two parts, one containing the EMD
and the technical bid kept in a sealed envelope No.1 super-scribed with
“Tender for transportation & stockyard operation at/ around Tangi and handling,
De-coiling/Straightening /Cutting of TMT coils and delivering TMT Bars -
Technical Bid”. The name and address of the tenderer shall be written on the
envelope. The schedule of rates shall be put in another sealed envelope No.2
super scribed with “Tender for transportation & stockyard operation at/
around Tangi and handling, De-coiling/Straightening /Cutting of TMT coils
and delivering TMT Bars - Price Bid”. This envelope shall be together put in a
sealed envelope No.3 super scribed with “Tender for transportation &
stockyard operation at/ around Tangi and handling, De-
coiling/Straightening /Cutting of TMT coils and delivering TMT / Round
Bars” and shall indicate the name and address of the tenderer.
17) The Sealed envelope No.1 shall contain the following documents. a) EMD of Rs.20.00 lacs in the form of a Demand Draft / Pay Order/ Banker’s
cheque on a Scheduled bank drawn in favour of OSIC Limited payable at
Cuttack. b) Tender Papers i.e. Application for submission of Tenders, Tender Notice,
Invitation to Tender, Instructions to Tenderers and Terms and Conditions of
the contract along with all the related documents. All the pages shall be duly
filled up as required, signed by a person authorised to sign on behalf of the
Tenderer and stamped with the Tenderer’s seal.
c) The names and addresses of the Bankers of the tenderer and also the
certificates regarding financial standing of the Tenderer issued by the banks.
d) Copy of the title deeds/lease deeds duly authorized or authenticated by
Notary Public, along with lay out plan with location of office building and
weighbridge etc. e) The certified Balance sheet and Profit and Loss account of the previous two
financial years.
f) Experience certificate for at least two consecutive years during preceding 5
years in operating identical activities such as transporting & / or handling of
minimum 50000 M.T. Iron & Steel material per annum is to be submitted being
duly certified by the agency for whom the bidder is/has done the job.
P a g e | 10 g) The downloaded tender documents shall be signed by the authorised
person of the bidder in each page as a token of un-conditional acceptance
of the terms / conditions of the tender. The bidder shall submit an
undertaking that, the details information / documents submitted by them in
the tender are true and correct.
h) If the tenderer qualifies after opening of envelop No.1 i.e. Technical bid
then his envelop No.2 will be opened or otherwise his envelop No.2 i.e.
financial bid will not be opened for consideration.
Important: Please note that the rates should not be indicated in any of the
documents contained in envelop no.1.
In absence of any relevant document as mentioned above the tender shall be considered as non-responsive.
18) The Sealed envelope No.2
The sealed envelope super scribed “price bid” shall contain schedule of rate
for various operations.
a) Schedule of rates duly filled in both in figures and words. In case of any
discrepancy between the two, the rates quoted in words shall be accepted.
In case of any correction/erasing etc. the same should be countersigned
by the Authorised Signatory of the Tenderer and stamped with the Office
Seal of the Tenderer.
b) In case a tenderer quotes for more than one plot of land, he is required to
give the price bids for each of the offered land in separate envelop clearly
indicating on the cover of each envelop “price bid for plot No. /Location
and all such envelops should be put in Envelop No.2 i.e. the envelope
which contains price bid. The price bids for those plots of land will not be
opened which have not been found technically qualified. c) Envelope marked nos. 1 & 2 shall be put in a master envelope of adequate
size marked no.3. All the envelopes should be properly sealed and should
be super-scribed as “Tender for transportation & Stockyard operation
at/around Tangi (Cuttack) and handling, de coiling/straightening /cutting
/bending/bundling of TMT coils/TMT Bars of sizes 6/8/10/12 mm” and
addressed to MANAGING DIRECOR, OSIC LTD., I/E, Cuttack-10 with the
name and address of the tenderer.
P a g e | 11
Tender documents downloaded from OSIC website, the cost of the
tender documents i.e. Rs. 20,000/- (Rupees Twenty thousand only) plus
VAT @ 5% shall be in the form of demand draft/Banker’s Cheque/Pay-
order on any scheduled Bank payable at Cuttack and put in a separate
envelope superscribed “ cost of downloaded tender documents” and the
same envelope will put in the master cover envelope marked no.3. All the
envelope should be properly sealed and should be superscribed as “tender
for transportation & stockyard operation at/around “Tangi, Cuttack” &
handling, decoiling/straightening /cutting /bending/bundling of TMT
coils/TMT Bars and addressed to MANAGING DIRECOR, OSIC LTD., I/E,
Cuttack-10 with the name and address of the tenderer.
Submission of Tenders:-
The following shall be the accepted modes of submission of tenders.
a) Tenders received by registered post/speed post.
b) Tenders which have been sent by registered/speed post shall be received
at the Diary and despatch section of OSIC.
In case any deviation is found in the downloaded tender documents
submitted by the tenderers other than what has been stated in the original
tender documents shall be liable for rejection. Opening of tenders:-
i) Tender Opening Committee constituted by the Managing Director
shall open the envelope No.3 submitted by all the tenderers at the
scheduled time. Names, address and signatures of the persons
present at the time of opening of tenders along with the names and
firms of the Companies i.e. such persons are representing shall be
recorded.
ii) Envelope No.1 shall be opened for all the tenderers. It would be
seen as to whether all the tenderers have submitted the EMD and
cost of the downloaded tender documents if applicable. In case any
Tenderer fails to submit the EMD and the cost of the downloaded
tender documents, the tender submitted by such tenderers shall be
rejected. The technical bids contained in envelope No.1 will be
taken up next for evaluation and verification.
P a g e | 12 iii) The envelope No.2 containing the price bid shall be opened at a
later date for such tenderer who are considered to be technically
qualified for the job. The date and time of opening of the price bid
shall be intimated to all the tenderers who qualify.
iv) OSIC reserves the right to accept or reject any or all tenders without
assigning any reason thereof.
METHOD OF EVALUATION & AWARD OF CONTRACT: The contract is to be awarded to a single contractor based on L1 rate taking
composite of all the offered rates of constituent services into consideration. OSIC
reserves the right to negotiate the price offered by the successful bidder for
downward revision. In no case the negotiation can be made for upward revision
of the offered rates. The Managing Director ,OSIC or it’s authorised person shall
issue Work Order to the successful tenderer on completion of all required
formalities after receipt of LOI as mentioned in the tender document like
infrastructure development of the land , submission of Performance Security,
installation of de-coiling, cutting, bending & bundling machineries with workable
condition etc. & sign an agreement with OSIC for the job awarded failing which
the EMD submitted by the tenderer shall be forfeited .
REVISON OF RATES:
The revison of rates will be considered as per the formula given hereunder
on 12 monthly basis every year. There shall be no escalation for the first year of
operation. The first revision will take place for the period starting immediately
after completion of 12 months from the date of actual commencement of work
as mentioned in Work Order/ Agreement. However, the bill towards the
differential amount on account of escalation shall be submitted upon completion
of an escalation period on yearly basis for handling jobs & on revision of at least
10% of Diesel Price for Sl. No. 5 of Annexure VI.
The consolidated rates will be broken into four components as indicated
below:-
% cover ing d i f ferent % covering different Component components as per i t em components as per i t em
Sl.No.1,3&4 of Annexure-VI Sl.No.2 of Annexure-VI
Labour 5 45
Fuel 25 0
Overhead 55 40
Profit 15 15
Total 100 100
P a g e | 13 The Handling Contractor will be deemed to have quoted with reference to base indices as below:- i) Labour :
Minimum of statutory wage applicable as notified by local authorities in the
concerned area, 60 days prior to the closing date of receipt of tenders for the
nature of operations involved. As regards, components of the salaries and
expenses towards crane operators, supervisory staff etc., same has been
taken under the component of over heads.
ii) Fuel Charge :
The retail selling price of diesel 15 days prior to the closing date of receipt of
tenders, at the nearest petrol/diesel filling station run by or authorised by the
Indian Oil corporation.
iii) Overheads :
The applicable Index No. will be the one applicable to machinery and machine
tools, and transport equipment and parts on a simple average basis to determine
the applicable indices for escalation on account of overheads. Further, applicable
indices would be on RBI Index Numbers of Wholesale Prices in India – by Groups
and Sub-Groups (averages) applicable to the month in which 60th
day prior to
closing date of receipt of tender falls.
iv) The escalation will be given effect after every 12 months from the date of
commencement of work and will be calculated based on the base indices as
indicated above and the indices for minimum wages and RBI Index prevailing 60
days and for fuel prevailing 15 days prior to the date of escalation i.e completion
of every 12 months.
v) Escalation or adjustment of rates in respect of the component relating to
“Overheads” will however be calculated with reference to :
a) 40% of the amount of the component mentioned in clause 14.7 where the
Infrastructure is provided by the Consignment Agent.
b) 35% of the amount of component mentioned in clause 14.7 where
infrastructure is provided by the Company.
P a g e | 14
vi) The component relating to the profit will not be subject to any escalation or
adjustment during the tenure of the contract.
vii) Adjustment in rates will involve both upward and downward revision
depending on the fluctuation in the indices.
viii) In respect of fuel, 60% will be neutralized. It would mean that 60% of the
increase/ decrease in fuel price will be payable to/ recoverable from the
contractor while the balance 40% shall be to their account.
ix) Revision of contract rates will be based on diesel price on production of
documentary evidence proof showing the diesel price prior to and after
increase or decrease. The base price of diesel for the purpose of this contract
will be the rate applicable at present price and the previous price shall be
indicated by the tenderer. The revision of rates will be applicable when the
diesel price revision is at least 10% of the base price during the time of
agreement. The variation will be calculated on the basis of the following.
I. 4 km/ltr. For a truck carrying capacity of minimum 9 MT. II. 3 km/ltr. For a trailor carrying capacity of minimum 15 MT.
Revision on the basis of escalation on the cost of any other item other than
diesel will not be considered. The formulae governing the calculation of
escalation clause is as follows.
I. For truck : increase in diesel price/4 (km) X distance/9 ( wt. In
MT) + present price.
II. For trailer : increase in diesel price/3 (km) X distance/15 ( wt. In
MT) + present price.
P a g e | 15
WEIGHMENT VARIATION
All the incoming consignments should be taken into stock by the Handling
Agent as per invoice quantity of the TSL. All the outgoing individual consignments
from the Handling Agent Stockyard should be weighed section-wise. The
difference in weighment in Stock on account of weighment variation shall be
limited to 0.10% on the total quantity delivered. The value of the quantity
exceeding the allowable variation shall be recovered from the Handling Agent at
the current selling price of OSIC or the Market Price whichever is higher.
GURANTEE OF WORK:
No guarantee what so ever shall be given by OSIC to the contractor on any
definite volume of job for transportation, de-coiling , straightening, cutting ,
bending & bundling of TMT coils/ TMT bar.
QUALITY COMPLAINT:
Any claim arising out of quality complaints on account of safe-keeping,
transportation, handling, de-coiling, straightening, cutting , bending & bundling of
TMT coils/ TMT bar undertaken by the contractor shall be recovered from the
contractor.
LIABILITIES OF THE CONTRACTOR:
The contractor shall comply with all the statutory requirements towards
fulfilment of all the obligations under all the prevailing labour law, Provident Fund,
ESI, Service Tax and other statutory dues as per prevailing law if any. The
contractor shall indemnify OSIC by virtue of an indemnity bond duly executed on
requisite stamp paper, against any claims that may be made on OSIC arising out
of any non compliance of above statutory requirements.
In case of inability on the part of the contractor to perform to the full
satisfaction of OSIC under this contract , OSIC shall have the right to terminate
the contract on serving due notice and in that event the Performance Security &
EMD will be forfeited and appoint another contractor for the same job at the cost
& risk of the contractor.
P a g e | 16
COMPLETION /TERMINATION OF CONTRACT:
On completion / termination of the contract for any reason whatsoever the
OSIC shall have the right to take over possession of all the materials &
belongings at the work site & on Settlement of claims in response to
transportation, handling & processing charges what so ever thereafter contractor
is eligible to take back his EMD/SD/BG/Indemnity bond.
CONTRACT PERIOD :
The contract period will be valid for a period of (03) three years with an option
to extend the same for further period with the same terms & conditions which is at
the sole discretion of MD, OSIC. RESOLUTION OF DISPUTE:
In the event of any dispute arising between the parties relating to the above
contract shall have to be resolved by the MD, OSIC whose decision shall be
binding.
Sd/- DY.GEN.MANAGER (C)
P a g e | 17
ANNEXURE-VI
SCHEDULE OF RATES
Ref.Tender/………………… Date :………………
ESTIMATED
QUOTED SL. DETAILS ANNUAL
RATE/MT
QUANTITY
1. Rate/MT for unloading of materials from the 50000 M.Ts.
incoming trucks/trailers inside the stockyard
& stacking of materials .
2. Rate/MT for Bending & Bundling, Tagging 50000 M.Ts.
and Stacking of Straight Length materials
including bundling material
3. Rate/MT for weighment & loading of 50000 MTs
straight/Bend&Bundledmaterialto
vehicles.
4. Rate/MT for picking of the input materials 50000 MTs
from the stock ,de-coiling, straightening &
Stacking.
5. Rate/MT for transportation of Tata Tiscon 50000 MTs
rebar from TSL stockyard to the proposed
premises of the tenderer.
NOTE :
1. Stock verification will be done by the contractor at no extra cost.
2. Quoted rates per MT should be exclusive of Service Tax/Cess.
3. The bundling of Rebar is to be done as per the design prescribed by
OSIC .
(Signature of contractor with Name Designation & official Seal)
P a g e | 18
ANNEXURE-IV
SCHEDULE OF MACHINE Ref.Tender/………………… Date
:………………
1. Input Material size : 6mm to 12mm TMT.
2. De coiling speed : Minimum 120 Mtrs. per minute.
3. Cutting length : 1 metre- to 12 metres.
4. Cutting : Automatic at the specified length.
5. Cutting Tolerance : As per BIS specification.
…
P a g e | 19
Annexure-I
AGREEMENT FOR STOCKYARD OPERATION AT AROUND TANGI &
APPOINTMENT OF CONTRACTOR FOR
TRANSPORTATION/HANDLING/DECOILING/STRAIGHTENING/CUTTING OF
TMT COILS AND BENDING/BUNDLING/LOADING OF TMT BARS Contract Agreement No./Ref.No. Dated
THIS AGREEMENT made on this day of between the
Odisha Small Industries Corporation (OSIC), A Govt. of Odisha Undertaking hereinafter referred to as “ The Company” (which expression shall wherever the
subject or the context so requires shall include its successors and assigns) of the
ONE PART AND M/s./Mr. a Company/Partnership Firm or Proprietorship Firm (as the case may be ) having their Registered Office/principal place of business at hereinafter referred to as ‘Contractor’ (which expression shall wherever the subject or the context so requires shall include its successors and permitted assigns)
of the OTHER PART.
WHEREAS pursuant to the company having issued advertisement on for stockyard operation around Tangi & appointment of contractor for TRANSPORTATION/HANDLING/DECOILING/STRAIGHTENING/CUTTING OF TMT COILS and BENDING/BUNDLING /LOADING OF TMT BAR as per the terms
and conditions and the rates as specified in the Tender documents as well as in its
annexures; AND WHEREAS the Contractor has submitted the Tender for appointment as
Contractor as per the terms and conditions and rates specified in the Tender which
has been accepted by the Company and the above job has been awarded to the Contractor vide its Work Order No. Dated. AND WHEREAS it has been considered necessary and expedient to incorporate the
terms and conditions as contained in the Tender documents in an instrument in
writing.
P a g e | 20 NOW THESE PRESENT WITNESSETH and it is hereby agreed to and declared by and between parties hereto as follows: 1. In consideration of the payments to be made by the Company in terms of the
contract, the Contractor covenants and agrees with the Company for
stockyard operation and to undertake the job of TRANSPORTATION/
HANDLING/ DECOILING/ STRAIGHTENING/ CUTTING OF TMT COILS
AND BENDING/BUNDLING /LOADING OF TMT BAR as also in the manner
required and the Contractor agrees to do all such job strictly as per the terms
and conditions as mentioned in the Tender documents referred to in the
various annexures as under:
2. The various Annexure set out below and hereby annexed and marked as
Annexure-I to VIII mentioned hereunder shall constitute the contract for the
purpose of construction, interpretation and effect thereof.
(a)Annexure-A Tender Notice
(b)Annexure-B Invitation to Tender
(c)Annnexure-C Instructions to Tenderer
(d)Annexure-I Agreement for appointment
(e)Annexure-II Certificate from Bank
(f)Annexure-III BG for the Contract
(g)Annexure-IV Schedule of Machine.
(h)Annexure-V Letter dated of Submission of Tender
(i)Annexure-VI Schedule of rates
(j)Annexure-VII Company’s letter No. dt. accepting the
tender (LOI)
(k)Annexure-VIII Company’s letter No. dt. advising
commencement of work (work order) 3. In consideration of the due performance, execution and completion of the job
strictly in terms of this Agreement , the Company covenants and agrees to
pay to the contractor such sum (s) as may become payable to the contractor
as the agreed rates as borne out by the Schedule of Rates referred in the
Annexure-VI Clause 2 above.
4. The Agreement shall be effective from (date) and shall remain in force for a
period of three years from the date of the Work Order unless terminated
earlier by the Company or extended for a further period in terms of the
provisions as contained in the Terms and Conditions of the Contract.
P a g e | 21 5. No modification of this Contract shall be valid and binding upon the parties
hereto unless the same are made in writing and are signed by the parties and
termed as an amendment to the Contract. 6. Failure to enforce any of the terms and conditions contained in this Contract
shall not operate as a waiver of the terms and conditions and be construed as
breach thereof.
IN WITNESS WHEREOF the parties hereto have executed these present on the day, month and year above written at (Name of the place) SIGNATURE OF TENDERER Signed, sealed and delivered for & on behalf (For & on behalf of Company) of OSIC Ltd, the company Within named in the presence of 1) 2) Signed, sealed and delivered for & on behalf (For & on behalf Of within named contractor of the contractor) Within named in the presence of 1) 2) SCHEDULE DETAILING THE TERMS OF WORK WITH RATES THEREOF
AND THE CONDITIONS OF CONTRACT ARE ANNEXED.
DY.GEN. MANAGER ( Comml.)
P a g e | 22
ANNEXURE-II
CERTIFICATE FROM THE BANKER
On the letter head of the Bank
Dated: (Name & address of the bank) This is to certify that M/s. (Name & Address of the
Tenderer) has/have been having transactions with us for last years and their
financial standing is sound based upon the transactions with M/s.
for the last three years.
Manager
Bank
P a g e | 23
ANNEXURE -III
(ON NON-JUDICAL STAMP PAPER OF APPROPRIATE VALUE FROM A
SCHEDULED BANK)
BANK GUARANTEE BOND 1.In consideration of the Odisha Small Industries Limited, (A Government of Odisha
Undertaking) and having its Registered Office at Khapuria,Cuttack-10 hereinafter
called “ The Company” having agreed to accept this bank Guarantee towards the
security of the due performance of obligations contained in the Contract dated for
stockyard operation & Transportation/handling/ De coiling/Straightening/Cutting of
TMT Coils and loading of TMT bar as specified in the contract made between the
Company and M/s.
(hereinafter called ‘The Contractor’). We (name of the Bank) (hereinafter referred to
as ‘The said Bank’), do hereby undertake to pay to the Company an amount not
exceeding Rs. 2.00crore(Rupees two crore)only against any loss(es) or damage(s)
caused to or suffered by or would be caused to or suffered by the Company by reason of any failure of the Contractor in transportation/handling/De coiling /
Straightening / Cutting of TMT Coils and loading of TMT bar safely and / or for
violation of any of the terms and conditions of the said Contract referred to above. 2.We, the said Bank, do hereby undertake and promise to pay the amount due or
payable under this Guarantee without any demur or protest merely on receipt of a
demand in writing from the Company stating that the amount claimed is due by way
of loss ( es) or damage (s) caused or suffered by the Company by reason of any
failure of the Contractor to perform or full fill any of his/their obligation contained in
the contract referred to above and any such demand made on the said Bank
P a g e | 24 shall be conclusive as regards the amount due and payable by the said Bank under
this Guarantee. However, our liability under this Guarantee shall be restricted to an
amount not exceeding Rs. 2.00 crores (Rupees two crore ) only.
We (Name of the Bank), do hereby undertake to pay the amount or amounts due and payable under this Guarantee from time to time up to the extent of
Rs. 2.00 crores (Rupees two crore ) only without any demur or protest, merely on a
demand from the Company stating that the said contractor has failed to fulfil and /or observe his obligations as contained in Annexures of the said contract and that the
amount or amounts claimed is/are due and payable to the Company by the said
Contractor on account thereof. Any such demand made on the said Bank shall be
conclusive as regards the amount of amounts due and payable by the said Bank
under this Guarantee. It is hereby expressly agreed and affirmed that the Company
shall have the fullest liberty to claim payment of the Rs. 2.00 crore (Rupees two
crore ) only as referred to above and this Guarantee shall not become invalid or in
fructuous because of the partial payment or payments made by us to the Company
pursuant to the demand or demands made by the Company upon us for payment
from time to time and it is further affirmed that this Guarantee shall hold good in
favour of the Company to the extent of the balance amount covered under this
Guarantee. It is further agreed and affirmed that the Company shall be the sole
judge as to whether the said Contractor has committed any breach or breaches of
any of the terms and conditions of the said Contract referred to above and the
decision of the Company that the said Contractor has committed such breach or
breaches and also as to the amount or amounts becoming due and payable by the
said Contractor to the Company shall be final and binding upon us. However, our
liability under this Guarantee shall be restricted to an amount not exceeding Rs. 2.00
crore (Rupees two crore ) only.
P a g e | 25 3. We, the said Bank, further agree that the Guarantee herein contained shall be taken for the due performance of all the obligation of the Contract referred to above by the Contractor and that it shall continue to be enforceable till all dues of the Company under or by virtue of the said Contract have been fully paid and all its claims are satisfied or discharged. It is further agreed that unless a demand or claim under this Guarantee is made on us in writing on or before. we shall be discharged from all liabilities under this Guarantee thereafter. 4. We, the said Bank, further agree that this Guarantee full fills all the obligation
under the Contract dated in due performance thereof and that it shall continue
to be enforceable till any notice of no claim is given by the Company. 5. We, the said Bank, further agree that the Company shall have the fullest
liberty without our consent and without affecting any manner our obligation
hereunder tovary any of the terms and conditions of the Contract dated
from time to time and to forbear or enforce any of the terms and conditions of
the Contract dated and we shall not be relieved from our liability by reason
of any such variation or extension being granted to the Contractor or for any
forbearance, act or omission on the part of the Company or any indulgence in
the matter or thing whatsoever which under the law relating to sureties but for
the said reservation would relieve us from the liability. 6. We, the said Bank, further agree that this Guarantee will not be revoked by any change in the constitution of the Contractor and our obligation shall continue under this Guarantee till such time this Guarantee expires on. 7. We, the said Bank, lastly undertake not to revoke this Guarantee during its
currency except with the previous consent of the Company in writing.
Dated day of (month), (year)`
FOR
(NAME OF THE BANK)
Accepted For & on behalf of Odisha Small Industries Corporation Limited
P a g e | 26
ANNEXURE-V LETTER OF SUBMISSION OF TENDER FOR STOCKYARD OPERATION AT/AROUND TANGI & APPOINTMENT OF CONTRACTOR FOR TRANSPORTATION / HANDLING / DECOILING / STRAIGHTENING/CUTTING/BENDING/BUNDLING AND LOADING OF TMT COILS/ BARS. To,
The Odisha Small Industries Corporation Limited, Khapuria, Cuttack-10.
Dear Sir, Sub: Tender for Stockyard operation & appointment of contractor for
Transportation /handling/de coiling/straightening/cutting/bending & bundling/loading of TMT Coils/bars at/ around TANGI (CUTTACK) .
1. Subject to the instructions and conditions given in the tender document, terms and
conditions of contract and draft agreement annexed thereto, I/We hereby tender for
the contract for working as contractor for the above for Odisha Small Industries
Corporation Limited at the rates specified by me/us in the prescribed annexure of
Schedule of Rates enclosed in ‘Price Bid’ part of the tender. I/We hereby certify that
I/We examined and am/are familiar with all the provisions of this tender document
and agree to abide by all the terms and conditions laid therein. 2.The following certificates and documents are enclosed.
a) EMD of Rs.20 lakh ( Twenty lakh) only in the form of a Demand Draft /Pay
Order/ BG on a nationalised bank in favour of Odisha Small Industries
Corporation Limited payable at Cuttack.
b) Tender Papers i.e. Application for submission of Tenders, Tender Notice,
Invitation to Tender, Instructions to Tenderers along with all the related
documents and annexure. All the pages shall be duly filled up as required,
signed by a person authorized to sign on behalf of the Tenderer and stamped
with the Tenderer’s seal.
c) Constitution of the Tenderer’s concern/firm/Company, including date of
registration/incorporation of the Firm/Company.
d) In case of a Company, Memorandum and Articles of Association along with
certificate of incorporation issued by the Registrar of Companies are to be
submitted.
P a g e | 27 e) In case of a Partnership firm, an authenticated copy of the Partnership Deed
and a copy of the Certificate of Registration issued by the Registrar of Firms
(in case the firm is registered) are to be submitted. f) In case of a proprietary concern, proof of Proprietorship issued by the relevant
Govt. Deptt. is to be submitted.
g) Names and addresses of the Bankers of the Tenderer along with certificate
from Bankers on financial soundness of the Tenderer indicating the particulars
of the transactions during last three years. Proforma for Banker’s Certificate is
enclosed at Annexure-II.
h) Proof of possession/ownership/leased of the infrastructural facilities like land,
Office building, equipment, weighbridge, cranes, trailers/trucks, new de coiling
& straightening machine( specifications as mentioned in Annexure) etc.
through submission of Xerox copy of Title Deeds/Lease Deeds etc.) In case
the tenderer does not possess/own any of the above infrastructure,
undertakings would have to be submitted by the tenderer to the effect that
infrastructure not available at the time of tendering would be made available
within 30 days from the date of issue of LOI failing which EMD submitted by
him would be forfeited by the Company. i) Copy of Excise Registration Certificate. In case the tenderer does not have
excise registration at the time of submission of tender, an undertaking has to
be given by the tenderer to the effect that the same would be obtained
promptly as and when asked for failing which the tenderer shall fully
compensate Company for any consequent financial loss. In addition, security
deposit and BG are also liable to be forfeited.
j) Declaration as to whether the Tenderer has any relative, within the meaning
of Section 6 read with Schedule IA of the Companies Act, 1956, employed in
any capacity in Company. k) Certified copies of Balance Sheet and the Profit and loss Account of the
tenderer pertaining to the immediately preceding financial year.
l) Copy of the Power of Attorney in favour of the Authorised Signatory
submitting the Tender documents on behalf of the Tenderer.
P a g e | 28 3. I / We agree to keep this tender valid for a period of 90 days from the date of
opening of tender. 4. I/We do hereby declare that the entries made in the tender document and the
annexure attached therein are true. Yours faithfully
SIGNATURE OF THE TENDERER SIGNATURE OF THE WITNESSES
1. 1.
2. 2. TENDERER’S ADDRESS
1.
2. TELEPHONE NUMBERS: E-MAIL ADDRESS:
P a g e | 29 ANNEXURE-VII
LETTER OF INTENT
To
Dear Sir,
Sub:Our Tender Notice No. dt.
Ref:Your Tender dt. in response to the subject Tender Notice.
1. Please refer to your above tender opened on as also (strike out
whatever is not applicable) the subsequent negotiation held on
and/or your correspondence dated and . 2. We have the pleasure to inform you that your above tender has been
accepted by the tender Committee. You are, therefore, requested to come
ready with the following documents for execution of agreement. on or before
the following documents, amongst others, as already stipulated in the Tender
Terms.
a. Bank Guarantee (s)
b. (Any other documents necessary as per the local conditions) 3. In the event you fail to submit all the documents indicated above within, the
acceptance of your tender shall be liable for withdrawal and you will be held
responsible for all the consequences. Further, the earnest money deposit
made by you against this tender shall be liable for forfeiture.
4. On your compliance of the above within the time and prescribed herein we
shall issue you a Work Order enabling you to commence the work envisaged
under the contract awarded to you. Please acknowledge receipt.
Thanking you,
Yours faithfully,
For O.S.I.C. Limited
DY.GENERAL MANAGER ( Comml)
P a g e | 30
ANNEXURE-VIII
WORK ORDER To, Dear Sir, Sub: Our tender Notice No. dt.
Ref: i) Your Tender No. dt.
ii) Our Letter No. (Letter of Indent) dt.
iii) Your letter No. dt. (Letter under cover of which documents indicated in letter of intent accepting tender have been produced by the successful tenderer)
This has reference to your letter No. dt. under cover of which you have
submitted all the documents as indicated in our letter No. dt. (letter
of intent) we are issuing this work order to enable you to commence the work
immediately/ on and from (date).The date of work Order is treated as the
date of commencement of work. You are to execute the formal Agreement on non-judicial stamp paper of appropriate
value as per our prescribed proforma within 30 days from the date of this letter and
submit to us in original for our record as also in order to enable us to process your
bill(s) for payment, In the event you fail to execute and submit the formal Agreement
within the time stipulated above, no payment whatsoever shall be released/made to
you.
Thanking you.
For and on behalf of Odisha Small Industries Corporation Limited.
DY.GENERAL MANAGER ( Comml.)