Tender for Lab furnishing_Bhadresh

Transcription

Tender for Lab furnishing_Bhadresh
BARMER LIGNITE MINING COMPANY LIMITED
Short Term Tender for
Partition of Chemical Laboratory
Barmer Lignite Mining Company Ltd
Situated At
Raj West Power Plant Campus, Village Bhadresh
Barmer, Rajasthan.
Office of the Associate Vice President,
Barmer Lignite Mining Company Limited,
B-13,14, RIICO Industrial Area,
Opposite Rajasthan State Ware House, Barmer -344001
Cost of Tender Document: Rs. 100/-
Contact Person at Barmer:
Mr. Amrendra Kumar
AVP (Operations)
Mobile – 8094005350
Contact Person at Jaipur:
Mr. Nitesh Gangwal
Company Secretary
Mobile – 9983320648
Phone: +91-2982-221049
Fax: +91-2982-223659
Phone : +91-141-2369772
Fax : +91-141-2369774
Ref: BLMCL/MD/JPR/15-16/011
Dated: 09-05-2015
Short Term Tender
Sealed tender is invited from the experienced firms for undertaking the Partition job of Chemical
laboratory situated at Raj WestPower Plant Campus, Village – Bhadresh, Barmer as per
specification mentioned in the document.
S. No.
1.
2.
3.
4.
Name of work
Quantity EMD (Rs.)
False ceiling of gypsum board or equivalent in true plumb line
and level, including framework of aluminum tee's and all 40 Sq. m.
suspending arrangements.
Gypsum board partition 122mm thick in double layer with G I 35 Sq. m.
metal stud etc.
As per
P/F glazed Aluminium door.
2000.00
Painting of hall and front wall.
requirement
in scope of
work
As per
requirement
in scope of
work
Tender document can be collected from the office of undersigned on payment of Rs. 100/- only
(Non-refundable) through Demand Draft in favor of Barmer Lignite Mining Company Limited
payable at Jaipur, on any working day from 11-05-2015 to 26-05-2015 during office hrs. from
9.30AM to 6.00 PM. Bid document is also available to prospective bidders on portal
http://blmcl.in/tenders.shtml for viewing and downloading. The bidders, in their own interest are
requested to read the bid document very carefully and preferably visit the site to understand the job
before submitting the bid up to the time & date as specified above. The bidders downloading the bid
from the portal will be required to deposit a bank draft of Rs. 100/- drawn in favour of Barmer
Lignite Mining Company Limited payable at Jaipur. Such bank draft will be enclosed with
documents in envelop-I. The tender will be received up to 3.30 PM and opened on the same day on
dated 26-05-2015 at 4.30 PM in the Jaipur office.
The EMD should be deposited in the shape of Bank draft drawn in favour of Barmer Lignite Mining
Company Limited payable at Jaipur. Tender without EMD will be summarily rejected. Tender
should be submitted in two parts i.e. Envelop-I & Envelop-II duly subscribed on envelops with NIT
Nos, name and address of tenderer. Envelop -1 will contain the technical offer and EMD Bank Draft
while envelop-II will contain the commercial offer (Price Bid). Both envelops will further be kept
in a Single Envelop which will be superscripted with name and address of tenderer, tender number
along with date of opening.
Terms and Conditions of EMD:
The Earnest Money to be deposited will not carry any interest. The EMD from the unsuccessful
bidders would be returned after acceptance of work order by the successful bidder. The EMD of the
successful bidder would be returned after 30 days from the successful completion of the work and
on the receipt of the request from the bidder.
Terms and conditions of NIT:
Envelop No. 1 should contain following:
1.
EMD
2.
A certificate to the effect that price bid is unconditional.
3.
Attested copy of the articles of association/proprietary Certificate/partnership deed, as
applicable
4.
Proof of Experience of the firm in the form of a work order of similar nature of job
completed.
5.
Sales tax Registration Certificate/TIN No.
6.
Service tax Registration certificate
7.
Copy of PAN and latest income tax return
8.
In case of downloading of tender from BLMCL portal, a bank draft of Rs. 100.00 drawn in
favour of Barmer Lignite Mining Company Limited payable at Jaipur.
Bidder’s Qualification Criteria: Should have completed similar types of job earlier. Kindly furnish proof of at least one work for the
value not below Rs. 50,000/Other Instructions to the Bidders: 1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
All document enclosed in Part-I must be legible, duly stamped with their company / firm
seal and signed properly by the person authorized by the contractor for submission of the
bid.
Technical specification of the proposed work are given in Annexure – A.
Part-II should contain price bid only, duly printed or typed. Hand written bids will not be
accepted. Price bid should be submitted in the proforma enclosed as Annexure-B.
Price Bids will be considered only in the prescribed form. Bids not submitted in the
prescribed format will be summarily rejected. Also, bidders should refrain from providing
the information which is not relevant.
All the communication / correspondence including the bid document Part–I (Technical Bid)
& Part–II (Financial Bid) must be signed and stamped on each page by the designated
authorized representative of the bidder failing which the bid will be summarily rejected.
BLMCL reserves the complete right to accept or reject all the offers without assigning any
reasons whatsoever. No further discussion / interaction will be held with the bidders whose
bids have been disqualified / rejected by BLMCL.
In case, any dispute arises with regard to interpretation / omission / error in this document,
bid submitted, other documents; the decision of the Managing Director, BLMCL will be
final and binding upon the bidders.
Interested bidders may obtain further information from the office of the Associate Vice
President, BLMCL, Barmer or from Jaipur Office of BLMCL, on any working day from 1105-2015 to 26-05-2015 between 9.30AM to 6.00PM.
Bid shall be kept valid for 90 days from the last date of submission of the bid. Bid with
validity for shorter period shall be liable for rejection. The bid shall be a non-conditional bid
and a certificate to the effect shall be signed and included in the bid documents.
The bidder shall ensure that bid is furnished / submitted strictly in the prescribed manner.
11.
12.
Part-II of the bid will be opened only of such bidders who qualify after opening of Part–I.
Part-II of such bidders, who do not qualify after opening of Part-I, shall not be opened under
any circumstances and will not be returned to the bidder.
Time period for completion of the job is 30 days and zero date will start from the date of
issuance of work order.
Effective Date of Contract:
The effective date of contract shall be date of issuance of work order.
Terms of Payment:
1- No advance will be paid.
2- Bidder will raise the final bill of material supplied and fitting/labour charges after
completion of the job. After due certification by BLMCL representative, payment of the
bill will be released within 15 days of receipt (after deduction of income tax and other
taxes and duties if applicable).
3- 10% of the amount would be retained and be paid after six months from the date of
successful completion of the work and on receipt of request from the bidder.
Duties and Taxes
Bidder should quote the price inclusive of all the taxes and duties except service tax. Service
tax at the prevailing rate would be paid separately. Bidder is requested to show service tax
amount separately.
Liquidated Damages:
Towards Late Completion:
If the contractor fails to complete the work to the entire satisfaction of BLMCL within the
Time of Completion or any extension thereof due to reasons attributable to the Contractor,
the Liquidated Damages shall be levied, not by way of penalty, but by making deduction
from the Contractor’s account. The rate of liquidated damages shall be 0.5% of the contract
price per complete week of delay or part thereof, but limited to maximum 10% of contract
value.
Risk Purchase:
Time is the essence of the contract and if at any stage BLMCL is of the opinion that delay is
taking place or likely to take place in the execution of the contract, BLMCL will be at
liberty to assign the work to some other agency entirely at your risk, cost and expenses
including incidental expenses at a negotiated rate and any extra expenditure incurred on this
account will be liability of the contractor and will be recovered from the EMD/Pending bills
to ensure timely completion of the contract.
Indemnity Bond:
The contractor shall indemnify and hold harmless the client and its employees and officers
from and against any and all suits, actions and administrative proceedings, claims, demands,
losses, damages, costs and expenses of whatsoever nature, including attorney’s fees and
expenses, which the client may suffer as a result of any obligations/actions of the contractor.
Limit of Liability:
Maximum 100% of contract price.
Insurance:
Insurance of material during transit from manufacturer/supplier to site and during period of
monitoring shall be borne by contractor. Any liability/loss of material due to theft etc.
during the period of contract shall be contractor’s responsibility.
The contractor shall comply with all conditions of Minimum Wages Act, Workmen
Compensation Act and any other statutory provision applicable at the time of execution of
contract.
In case of dispute matter would be referred to MD, BLMCL whose decision would be final
and binding on both the parties.
(Amrendra Kumar)
AVP (Operations)
Barmer Lignite Mining Company Limited
B-13, 14, RIICO Industrial Area,
Opposite Rajasthan State Ware House
Barmer – 344 001 Rajasthan
Annexure-A
Technical Specification and Design
Work:
Partition of Chemical Laboratory.
Sl. No
Description
1
Providing, fixing and positioning approved make & manufacture's false ceiling of gypsum
board or equivalent in true plumb line and level, including framework of aluminum tee's
including all suspending arrangements , inlet , outlet and any other cutouts for lighting & air
conditioning ducts etc. fixed from the top of steel/RCC structure at all elevations & all shapes,
inclusive of filling jointing, grooves with painting to the ceiling by approved colors &
complete finishing etc. all complete as per directions of Engineer in charge. 40 Sq.m.
Do as above Providing & fixing Gypsum board partition 122mm thick in double layer with G I
metal stud etc. all complete as per directions of Engineer in charge. 35 sq.m.
Supply and fixing One number P/F glazed Aluminium door made out of anodized Aluminium
section of not less than 3.0 mm thickness as per IS:1948 & 1949 the outer frames shall be of
size 101.60x44.45x3.11 mm rectangular tubular section and the shutter shall be made out of
specially extruded tubular section of size as per drawings including glazing of 5.0 mm thick
plain glass with PVC / neoprene weather stripping screwless aluminium beading of snap fit type
without visible screw to accommodate 5.0 mm thick glazing and fixtures such as lock, handles,
tower bolts, push plug etc. of approved make and as per direction of Engineer in charge at all
elevation
2
3
3.1. Double lead shutters/single leaf shutters
4
Painting of 33’ X 29’ hall and front wall of 29’ X 12’ with acrylic emulsion paint as per
direction of Engineer in charge
Annexure-B
Price – Bid
The price bid will be quoted as below and will be enclosed in Envelop – II:
Sl. No.
Description
1.
Providing, fixing and positioning approved make & manufacture's
2.
3.
4.
5.
Price (Rs.)
false ceiling of gypsum board or equivalent in true plumb line and
level, including framework of aluminum tee's including all
suspending arrangements, inlet, outlet and any other cutouts for
lighting & air conditioning ducts etc. fixed from the top of steel/RCC
structure at all elevations & all shapes, inclusive of filling jointing,
grooves with painting to the ceiling by approved colors & complete
finishing etc. 40 sq.m.
Providing & fixing Gypsum board partition 122mm thick in double
layer with G I metal stud etc. all complete 35 sq.m.
Supply and fixing One number P/F glazed Aluminium door made out
of anodized Aluminium section of not less than 3.0 mm thickness as
per IS:1948 & 1949 the outer frames shall be of size
101.60x44.45x3.11 mm rectangular tubular section and the shutter
shall be made out of specially extruded tubular section of size as per
drawings including glazing of 5.0 mm thick plain glass with PVC /
neoprene weather stripping screwless aluminium beading of snap fit
type without visible screw to accommodate 5.0 mm thick glazing and
fixtures such as lock, handles, tower bolts, push plug etc. of
approved make
3.1. Double lead shutters/single leaf shutters
Painting of 33’ X 29’ hall and front wall of 29’ X 12’ with acrylic
emulsion paint as per direction of Engineer in charge
Total amount including all taxes & duties but excluding service tax.
Note: Amount quoted to be inclusive of all Taxes & Duties as applicable except service tax. The bidder
should quote consolidate item wise rate inclusive of all taxes and duties exclusive of service tax. Bidder is
requested to show the service tax amount separately.
Signature of Bidder / Authorized Representative with Seal.