UU COAL INDIA LIMITED

Similar documents
APPLICATION FOR VENDOR REGISTRATION Read the instructions and conditions at the end of this application format before preparing to fill-in the form.

TECHNICAL SPECIFICATION FOR ELECTRICAL ASSET S CONDITION MONITORING EQUIPMENTS

To, M/s NEW ERA CONVEYORS PVT. LTD., B 25, MIDC AREA, HINGNA ROAD, FAX NO. : E mail

INDIAN INSTITUTE OF TECHNOLOGY (INDIAN SCHOOL OF MINES) DHANBAD

no) from experienced and qualified vendors.

Jhabua Power Ltd. NOTICE INVITING BIDS

Design, Fabrication, Supply, Installation & Commissioning of Scissor Lift for ITMT Building at. CREST, Hosakote. Indian Institute of Astrophysics

GOVERNMENT OF PAKISTAN MINISTRY OF COMMERCE ORDER. Islamabad, the 3 rd December, 2001

REQUEST FOR QUOTATION

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29)

GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES (EXCLUDING CIVIL WORKS)

NOTICE INVITING TENDER

Chapter 2 Parties to the Contract

CONSTRUCTION OF 132/33 KV GIS SUBSTATION AT BAJKUL, DISTRICT-PURBA MEDINIPUR. (Package- 26)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

Disable friendly Washrooms at hostel blocks (A & E)

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

RFP FOR SUPPLY, INTEGRATION, OPERATIONALISATION & MAINTENANCE OF CASH ACCEPTOR CUM ATM (CAA)

TENDER DOCUMENT FOR SUPPLY INSTALLATION COMISSIONING AND MAINTENANCE OF BIOMETRIC DEVICE FOR FINGER PRINT BASED ATTENDANCE SYSTEM at IIT Kanpur

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

OFFICE OF THE ASSAM HIGHER SECONDARY EDUCATION COUNCIL BAMUNIMAIDAM, GUWAHATI-21. Notice Inviting Quotation for Annual Maintenance Contract of IT

Items Local Content (%) Service Contract 20% 22% 25% Supply Contracts 20% 22% 25% EPC Contracts (Others) 30% 35% 40%

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

SHORT TENDER CALL NOTICE NO 06 /

REQUEST FOR QUOTATION

INSTRUCTIONS TO BIDDERS

Bharat Heavy Electricals Limited (A Govt.of India Undertaking) Tiruchirappalli , India HRM CANTEENS

CENTRAL UNIVERSITY OF KARNATAKA

Ref: CO/IT/HW/Hardware Tender Modification-1 Date: 25 th January 2011

Request for Proposal (RFP) for IP BASED CCTV Surveillance System at ICGEB, Aruna Asaf Ali Road, New Delhi.

Short Term Tender For Creative designing of a Logo and Tagline for Daman & Diu. Tender Ref No: F-23019/28/2018-DDTOURISM/496

IMPORTANT INSTRUCTIONS FOR THOSE VENDORS WHO ARE APPLYING IN RESPECT OF LIMITED + WEB TENDER ENQUIRY AFTER DOWNLOADING FROM NPL WEBSITE.

NAGPUR METRO RAIL PROJECT BID DOCUMENTS FOR

Technical Department

REPLIES TO QUERIES. Sr. Clause No Reference from RfQ cum RfP Queries Clarification. Developer. Bidder shall furnish the please.

HKIS QSD PQSL Series 2014

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION AIR CONDITIONER

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

be supplied 4 weeks from the date of Purchase Order.

Amendment to RFP- Empanelment of Vendors on Rate-Contract basis for providing E-Tendering Services to Allahabad Bank

for selection of Architect for above mentioned work. The scope of the work of the Architect shall be as under:

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

NOTICE FOR EMPANELMENT OF CONTRACTORS

RFQ CISCO NETWORK ROUTER

Tender for Traffic Survey on National Highways using portable Automatic Traffic Counter & Classifier (ATCC) systems

UNIVERSITY OF MADRAS

Notice Inviting Tender

TENDER DOCUMENT (Tender No. STPI-Indore/A-115/15-16/01 dated: )

Request for Proposal (RFP) Building Repair and Renovation Project. Instruction to Bidders (Project Management Consultants) & Eligibility Criteria

UNIVERSITY OF MADRAS OPEN TENDER NOTIFICATION

BHANDAR (HEAD OFFICE)

LIMITED TENDER DOCUMENT FOR COMPUTER SYSTEM MAINTENANCE WORK. Tender No. D-151/ /01 dated

EXPRESSION OF INTEREST. for. Business Intelligence & Data Warehouse

supply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at Mandi House/L-3 & GTBN Underground station of DMRC

BHARAT HEAVY ELECTRICALS LIMITED Fabrication Plant, Jagdishpur

FORMAL ORDER No (Clothes) Dated: 24/06/2017

STATE BANK OF INDIA SBIIMS, PREMISES DEPARTMENT LHO BUILDING, MOTI MAHAL MARG LUCKNOW

Tender No. Tender Date

Tender No: DAFFPL/MOD/FF/ /06 15 th July, 2015

स म श क आय (जनरल) क क य लय

REQUEST FOR QUOTATION

Request for Bids Capital Region Airport Authority

ARYAN M.P. POWER GENERATION PVT. LTD.

CONSTRUCTION OF NEW 132/33 KV GIS SUBSTATION AT KULI, DISTRICT - MURSHIDABAD. (Package-12)

KENDRIYA BHANDAR GROCERY DIVISION NEW DELHI. Registration of Suppliers of Pulses & Rice Terms & Conditions

TEXAS DEPARTMENT OF TRANSPORTATION

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

Odisha Power Generation Corporation Limited IB Thermal Power Station

GENERAL REQUIREMENTS

SECRETARIAT OF ELECTION COMMISSION OF INDIA ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi

Sub: E- Screen printing; Fork Lift operation & miscellaneous job works

TENDER DOCUMENT FOR REPLACEMENT OF THE EXISTING PASSENGER LIFT WITH 10 PERSONS CAPACITY AT HOLKAR STADIUM, INDORE.

Dutch-Bangla Bank Limited

No. 6-3/2003 WL-I (pt-11) (vol.2) Government of India/Bharat Sarkar Ministry of Environment & Forests (Wildlife Division)

BHARAT HEAVY ELECTRICALS LIMITED

BHARAT HEAVY ELECTRICALS LIMITED CORPORATE ( HR-GAX ) BHEL House, SIRI FORT NEW DELHI TENDER DOCUMENTS

CCL. No Dated:

F. NO.6.1(RO SYSTEM)/JNVM/2013/ DATED : 18/03/13

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

Tender for AMC of Hitachi make UPS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

ALLAHABAD BANK ZONAL OFFICE: Bangalore NOTICE INVITING TENDER

National Science Foundation Ministry of Science, Technology & Research

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838

a) Hostel 50 Capacity with twin sharing basis b) Common room for Hostel c) Dean s Residence d) Care taker residence

TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL WORKS CHAPTER 1 SPECIAL CONDITIONS OF CONTRACT

Document B252TM 2007

NOTICE INVITING QUOTATION

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

1025 E. King Street Revision: C Winona, MN PURCHASE ORDER TERMS AND CONDITIONS

NSTAR ELECTRIC COMPANY M.D.P.U. No. 6 WESTERN MASSACHUSETTS TERMS AND CONDITIONS GREEN OPTIONS SUPPLIERS

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY

SECTION SUPPLEMENTARY GENERAL CONDITIONS

Transcription:

1 6-A UU COAL INDIA LIMITED CIVIL ENGINEERING DIVISION (Regd. Office: Coal Bhawan, Premises No.04-1111, AF-lll Action Area 1A, New Town, Rajarhat, PIN-700 156. (Corporate ld No.- 123109W81973GO1028844) E-mail: gmcivil.cil@coalindia.in Ref. No. crl/clvll/lezl 232 Date:O7.O4-2O17 To, General Manager(Civil)/ General Manager(CMC) BCCL Dhanbad, CCL Ranchi, CMPDI Ranchi, ECL Sanctoria, MCL Sambalpur, NCL SinBrauli, SECL Bilaspur, WCL Nagpur, NEC Margherita Sub: Discontinuation of Vendor Reeistration Svstem and Modifications tebeplsefuilley)-src!4m The existing system of Vendor Registration in CMPDIL is open for manufactures of Mechanical/Electrical eq uipment/machineries/system for usage in Coal & Material Handling Plants/Coal Preparation Plants/Work Shops/ Sub-Stations. The Turnkey Contractor selected for installation and commissioning of a project in CIL or its Subsidiaries are allowed to supply the Plant & Machinery item, specified in the tender, of any of the approved/registered vendors only. The present system of vendor registration being followed at CMPDIL may have been to ensure supply of quality components for sustained performance of plant. However, it is observed that in last few years many renowned manufacturers have not come forward for registration. It has, therefore, been decided to discontinue the present Vendor Registration System which is in vogue in CMPDIL. To ensure that EPc/Turnkey contractor is not using substandard equipment /component/system, CIL or its subsidiaries are given two options depending on the in-house manpower available to operate the plant: 1. To lncrease Defect Liability Period to four years including maintenance of the plant by the EPC contractor where sufficient manpower is available for operation of the plant. 2. To lncrease Defect Liability Period (DLP) to four years including operation and maintenance of the plant by the EPC contractor where sufficient manpower is not available for operation ofthe plant. ln both cases, the contractor shall be responsible for maintaining the plant including repair, replacement of spare parts, components, equipment etc. free of cost during four year DLP. ft>

2 It has also been decided to discontinue Vendor list in the tenders under BOM. ln view of the above, some clauses of chapter 2 (Turnkey) of CMM have been amended and enclosed as Annexure-A. You are requested to kindly implement the above amendments/guidelines with immediate effect. This issues with approval of Competent Authority.

3 Annexure-A Modifications in Chapter 2 (.Tu.rnkev) gf gontract Manaeem,ent Manual sl Clause No. No. 1 Clause 35.1of ITB, Modifications in Chapter 2 of CMM (Turnkey), Page 27 Existing Provision 35.1. The contract agreement will specify major items of supply of services for which the contractor proposes to engage Sub-Contractor/ Sub-Vendor. The contractor may from time to time propose any addition or deletion from any such list and will submit the proposals in this regard to the Engineer in Charge/ Designated Officer in Charge for approval well in advance so as not to impede the progress of work. Such approval ofthe Engineer in Charge/ Designated Officer will not relieve the contractor from any of his obligation, duties and responsibilities under the contract. Amended Provision 35.1 The contractor shall specify major items of supply or services for which he proposes to engage Subcontractor(s)/ Sub-Vendor (s) in its bid. Further, the installation/ usage of major equipment /product shall meet the following conditions: l.lndigenously manufactured with BIS/ lsl marking wherever it is mandatory or conforming to BIS standards or ISO certification etc or reputed brand in that order. 2.Overseas manufactured with certification regarding quality like relevant ISO/British Standard Certification / any other lnternational quality certification etc. Failing which internationally reputed brand in that order. The major items/ equipment/ products so specified by the bidder shall be incorporated in the Contract Document. The contractor may from time to time propose any addition or deletion from the list as mentioned in the contract document and will inform the Engineer in Charge/ Designated Officer in Charge with proper justification so as not to impede the progress of work. The same may be accepted by Engineer in Charge/ Designated Officer in Charge. However, such approval of the Engineer-in Charge/ Designated Officer in Charge will not relieve the contractor from any of his obligation, duties and responsibilities under the contract. Any addition of item(s) in the list shall also meet the conditions specified at 1 & 2 above. q,>

4 2 Clause 30.8 of GTC and 3.8 of GTC, Modifications in Chapter 2 of CMM (Turnkey), Page 26 & Page 47 3 Clause 4.\ of GTC, Chapter 2 of CMM, Page 55 The Contract Performance Guarantee will be returned to the Contractor without any interest at the end of the Guarantee Period as per provisions of the contract. Any defect/defects in the work, if detected during guarantee period shall be rectified to the satisfaction of the Engineer-in-Charge within the said guarantee period or its due extension till completion of the rectification works as required. 4.L The contractor ffidy, after informing the engineer and getting his written approval, assign or sub-let the contract or any part thereof other than for raw materials, for minor detail or any part of the plant for which makes are identified in the contract. Suppliers of the equipment not identified in the contract or any change in the identified supplier shall be subject to approval by the engineer. The experience list of the equipment vendors under consideration by the contractor for this contract shall be furnished to the engineer for approval prior to procurement of all such items/equipments. Such assignment sub-letting shall not relieve the contractor from any obligation, duty or responsibility under the contract. Any assignment as above without prior written approval of engineer shall be void. w, The Contract Performance Guarantee will be returned to the Contractor without any interest after performance of all contractual obligations by the contractor including defect liability/ operation/ Any maintenance period. defect/defects in the work, if detected during the aforesaid period shall be rectified or equipment/system shall be replaced to the satisfaction of the Engineer-incharge within the said defect liability/ operation/ maintenance period or its due extension till completion of the rectification/ replacement works as required. 4.1 The contractor ffidy, after informing the engineer in charge/ designated officer in charge, with proper justification for acceptance, assign or sub-let the contract or any part thereof other than for raw materials, for minor detail or any part of the plant for which makes are identified in the contract document. Suppliers of the equipment/system not identified in the contract document or any change in the identified supplier mentioned in the contract document can be changed and same may be informed to engineer in charge/ designated officer in charge, with proper justification for acceptance. The experience list of the equipment/system vendors under consideration by the contractor for this contract over the list mentioned in the contract document shall be furnished to the engineer in charge/ designated officer in charge prior to procurement of all such items/ equipment. Such assignment of subletting shall not relieve the contractor from any obligation, duty or responsibility under the contract. Any assignment as above without prior

5 4 Clause 40.4 of GTC, Chapter 2 of CMM, Page 69 5 Clause 40.8 inserted in GTC 6 Clause 33 of GTC, Chapter 2 of CMM, Page 67 40.4 Notwithstanding anything stated elsewhere in the bid documents, the prices of all spares which may be procured to cover long term requirements beyond the 2 years' maintenance and operational requirements, will be generally in accordance with the mutually agreed prices. information of engineer shall be void. 40.4 Notwithstanding anything stated elsewhere in the bid documents, the prices of all spares which may be procured to cover long term requirements beyond the forty eight (48) calendar months, will be generally in accordance with the mutually agreed prices. 40.8 No existing clause 40.8 ln case of equipment/ system (including manufactured domestic and overseas) the availability of spare parts for additional sixty (60) calendar months after forty-eight (48) calendar months (i.e. four years of Defect liability period (DLP) including maintenance of plant by contractor or four years of Operation & Maintenance of plant by contractor, as per the provisions of tender document) shall have to be guaranteed by the contractor. ln this regard, the contractor will have to provide, an undertaking from the respective OEMs regarding supply of spare parts and maintenance support as and when required during the said period, before signing of contract agreement and it should be made a part of contract agreement. 33.0 GUARANTEE 33.1 The contractor shall warrant that the equipment will be new and in accordance with the contract documents and be free from defects in material and workmanship for a period of twelve (12) calendar months commencing immediately upon the satisfactory completion of the trial operations. The contractor's liability shall be limited to the replacement of any defective parts in the equipment of his own manufacture of those of his sub-contractors, under normal use and arising solely form faulty design, 33.0 GUARANTEE/ DEFECT LIABILIW 33.1 The contractor shall warrant that the equipment will be new and in accordance with the contract documents and be free from defects in material, design, manufacture and workmanship for a period of fortyeight (48) calendar months commencing immediately upon the satisfactory completion of the trial operations. The contractor's liability shall be limited to the replacement of any defective parts in the w

materials, and/or workmanship provided always that such defective parts are repairable at the site and are not in the meantime essential in the commercial use of the plant. Such replaced defective parts shall be returned to the contractor unless otherwise arranged. No repairs or replacements shall normally be carried out by the engineer when the plant is under the supervision of the contractor's supervisory engineers. equipment of his own manufacture or those of his sub-contractor (s)/ sub-vendor (s) or replacement of the complete equipment, under normal use and arising solely form faulty design, manufacture, materials, and/or workmanship Provided always that such defective Parts/ equipment are repairable at the site/ replacing the equipment as a whole without hampering the operation of the Plant. Such replaced defective Parts/ old equipment shall be returned to the contractor unless otherwise arranged. No repairs or replacements shall be carried out by the engineer in charge of the employer during the 48 calendar months, as the Plant is under the supervision of the contractor's su pervisory e ngineers/staff. 33.2 The operation of the plant will be done departmentally by the respective subsidiary companies or by the EPC contractor, as Per provisions of tender document. However, in both cases the successful EPC contractor shall be responsible for maintaining the plant during 48 calendar months including repair, replacement of the spare pa rts, components, equipment etc. free of cost. 33.3 lf the facilities or any Part thereof cannot be used by reason of such defect and/or making good such defect, 48 calendar months (i.e. for

four years of Defect liability period (DLP) including maintenance of plant by contractor or four years of Operation & Maintenance of plant by contractor, as per the provisions of tender document) of any facilities or such part, as the case may be, shall be extended by a period equal to the period during which the facilities or such part cannot be used by the employer because of aforesaid reasons. 33.3 ln case of failure of any equipment/system in during the initial period of 48 calendar months (i.e. four years of Defect liability period (DLP) including maintenance of plant by contractor or four years of DLP including Operation & Maintenance of plant by contractor, as per the provisions of tender document) the EPC contractor shall repair/replace the equipment/system etc. at his own cost. All the equipment should be guaranteed for a minimum of 90% availability of plant during defect liability period from the date of commissioning calculated on quarterly basis. The following formula may be adopted to calculate percentage availability. Total shift hours - breakdownhours - maintenance hours x 100 Total shift hours w

8 Total shift hours=8xno. of shifts operated in 3 or L2 months as elaborated (quarterly/annual basis) including those on scheduled holidays. ln the event that equipment fails to achieve the availability herein provided, measured over each quarter, contractor shall be liable for and pay to the employer, as penalty, a sum equal to as indicated hereunder to be adjusted against running bill/performance guara ntee: a. 0.25% of contract price (excluding taxes and statutory duties) for reduction in every percentage or part thereof from guaranteed availability for first 70% (i.e. from 90% to 8O%), calculated on quarterly basis. b. ln case the availability falls below 8OYo, 1.O% of contract price (excluding taxes and statutory duties) shall be deducted as penalty calculated on annual basis. However, the total penalty on account of failure in guaranteed availability shall not exceed 1.0% of contract price (excluding taxes and statutory duties). OYY

9 7 c.3 Maintenance & Training, Page 40, Modifications in CMM-chapte12- Turnkey Contracts C.3. MAINTENANCE & TRAINING sl. No Description. 1 Maintenance of whole plant & training of employer personnel for one year as per description given in tender documents. Quoted Amount c.3. gperatton ANp/OR MAINTENANCE & TRAINING sl. Description. Quoted No Amount 1 Maintenance of whole plant for four years & training of employer personnel as per description given in tender documents. Or Maintenance & operation of whole plant for four years & training of employer personnel as per description given in tender documents.