Você está na página 1de 13

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED

(A Government of India Undertaking)


Administrative Building, A/P: Thal, Alibag-402208. Maharashtra, INDIA
Phone: 02141 238059/238480
Fax: 02141 238081
CIN No.: L24110MH1978GOI020185

NOTICE INVITING TENDER FOR SUPPLY OF SUBMESIBLE PUMPS

TENDER NO. : AV-51383

DATED:

05th May 2016

Website for Online bid Submission: http://eprocure.gov.in

KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED


AGAINST THIS TENDER

Contacts:
1)
2)
3)
4)
5)

RCF Helpline Number: 022-25522760 (10.00 a.m. to 5.00 p.m.)


Mr. Gaurang Shaha (Tel:+91 2141 238081), e-mail: gshaha@rcfltd.com
Mr. Srikant Jawale (Tel:+91 2141 238059), e-mail: snjawale@rcfltd.com
Mr. Ganesh Patil (Tel:+91 2141 238081), e-mail: ganeshpatil@rcfltd.com
Mr. B. N. Srikant (Tel:+91 2141 238018), e-mail: bnsrikant@rcfltd.com

1|P age

THIS TENDER DOCUMENT CONTAINS:

Sr. No.

Documents

Item details

NIT

Instruction For Bidders

ANNEX - I

Format Process Compliance

ANNEX - II

Format - Technical Bid

ANNEX - III

Format Commercial Bid

ANNEX IV

Instruction for Price bid (BOQ) submission

2|P age

Page
no:
3-4
5
6-8
9
10-13

Notice Inviting Tender No.: AV-51383


This is a Notice Inviting Tender (NIT) for procurement of SUBMESIBLE PUMPS as per following item
description specified hereinafter as per the terms & conditions stated hereinafter:

1.01

Item Description & Quantity:

Sr.

Short Text

Qty. Required

Complete assembly of submersible centrifugal pump along with 20m.


Flexible cable, connected to motor with direct on line starter and
as per as per annexure II A

2 nos.

1.02

Delivery: Delivery will be the essence of the contract, preferred delivery period is 30 days from
the date of Purchase order/LOI.

1.03

E-Tendering Procedure: The procurement shall be carried out through submission of online
tenders only. No offer in physical form will be accepted and any such offer if received by RCF will
be out rightly rejected. Tender documents can be downloaded from our website
www.rcfltd.com or website of CPPP www.eprocure.gov.in. Final bids are to be submitted on
website www.eprocure.gov.in.
The bidders should have a valid digital signature certificate (Class-II or Class-III) issued
by any of the valid Certifying Authorities to participate in the online tender.
The bids shall be uploaded in electronic form only through e-tendering system on
www.eprocure.gov.inwebsite.

1.04

Bids should be submitted as per following instructions only:


Part 1: TECHNICAL AND UN-PRICED COMMERCIAL BID
Packet: 1: Scanned copy of Process compliance statement (Annexure-I) printed on
bidders letter head with duly signed by appropriate authority.
Packet: 2: Scanned copy of Technical Bid (Annexure-II, IIA) i.e. pg 6-8.
Packet: 3: Scanned copy of Commercial Bid (Annexure-III).

Note: e-Procurement system does not allow submission of documents after due date of

tender. Incomplete form or non-submission of documents to verify details may results


into rejection of your offer and no communication shall be done for submission of
documents.
Part 2: PRICED BID:Price Bid i.e. BOQ given with tender to be uploaded after filling all relevant information like
Basic Prices, taxes & duties. The priced BOQ should be uploaded strictly as per the format
available with the tender failing which the offer is liable for rejection (renaming or
changing format of BOQ sheet will not be accepted by system)
Kindly quote your offer on FOR RCF Stores, Thal basis only, Blank fields in uploaded
BOQ sheet will indicate that the particular tax or duty is not applicable or to bidders
account. Landed cost shown in the BOQ sheet is the total amount payable by RCF and
Evaluated Cost shown in last column of BOQ sheet is the amount on which Lowest
bidder will be decided. Vendor should quote prices in BOQ only, offers indicating
rates anywhere else (scanned documents) shall be liable for rejection.
3|P age

1.05

Payment Term: 100% payment will be made on 30thdayof receipt of material at RCF stores
subject to acceptance of material at RCF stores & submission of Security Deposit if applicable.
Please note that RCF will not accept any payment term deviation in your offer
(BOQ) and Evaluation of your offer shall be done considering 30 days payment term
only, however following option can be considered at sole description of RCF after placement of
order. Advance payment is not acceptable and will lead to rejection of offer.
Early payment with discounting: If supplier need payment before 30 days from the
delivery date, then same can be released with the deduction of early payment discount
@12% per annum i.e. payment on 15th day can be released with deduction of 0.5% early
payment discount on total payable amount. Payment against delivery can be released with
the deduction of 1% early payment discount on total payable amount.
For payments through bank, all bank charges of suppliers Bank shall be to suppliers
account, payment term other than 30 days credit shall be released as per above Early
payment discounting provision. e.g. payment against dispatch document through bank shall
be released with 1% discount on total billed amount.

1.06

Part Order Quantity: RCF reserves the right to split the tendered quantity in part or whole
without assigning any reason.

1.07

Bid Validity: The bid should be valid for a period of 90 days from the date of opening of the
tender.

1.08

Taxes & Duties: Bidder should clearly mention all duties & taxes in price bid i.e. in BOQ sheet
only. Your offer should be F.O.R. RCF Thal unit stores basis only. Packing & Forwarding, Excise
duty, Sales tax, Freight & Insurance to be paid by RCF should be clearly mentioned in Price Bid.
In case any taxes, duties are not clearly specified in price bid then it will be presumed that no
such tax/levy is applicable or payable by RCF. Blank field in BOQ (Price Bid) shall be treated as
Inclusive in Basic Price of item.

1.09

Mutually Agreed Damages (MAD): MAD shall be applicable for delayed supplies @ % of
total value of PO per week or part thereof subject to maximum of 5 % of total order value.

1.10

Statutory Variation Clause: Any variation in statutory levies/taxes within the contractual
delivery period shall be to RCFs account & beyond contractual delivery period, upward variation
shall be to Suppliers account.

4|P age

ANNEXURE - I

Process Compliance Form


(Tenderers are required to print this on their companys letter head and sign, stamp before uploading in Packet-1 of part 1)

To
M/s. RCF Ltd.
Attention :
Sub: Acceptance to the Process related Terms and Conditions for the e-Tendering
Dear Sir,
This has reference to the Terms & Conditions for e-Tendering mentioned in the tender No.:

We hereby confirm the following


1) The undersigned is authorized representative of the company.
2) We have carefully gone through the NIT, Tender Documents and the Rules governing the e-tendering as
well as this document.
3) We will honor the Bid submitted by us during the e-tendering.
4) We give undertaking that if any mistake occurs while submitting the bid from our side, we will honor the
same.
5) We are aware that if RCF has to carry out e-tender again due to our mistake, RCF has the right to
disqualify us for this tender.
6) We confirm that RCF shall not be liable & responsible in any manner whatsoever for my/our failure to
access &submit offer on the e-tendering site due to loss of internet connectivity, electricity failure, virus
attack, problems with the PC, digital signature certificate or any other unforeseen circumstances etc. .

With regards
Signature with company seal
Name
Company / Organization
Designation within Company / Organization
E-mail Id:
Tel no:.
Mobile no. :

5|P age

ANNEXURE-II
TECHNICAL BID
(Note: Bidder has to confirm their acceptance in given sheet and for technical evaluation, this Annexure to be
submitted in Technical bid (Packet 2 of part 1) in e-Tender)
NAME OF BIDDER: .
Bidder Confirmation
Sr.

Item Description

Complete assembly of submersible centrifugal pump


along with 20m. Flexible cable, connected to motor
with direct on line starter and as per as per annexure
II A

YOU SHALL SUBMIT PUMP PERFORMANCE CURVES, OPERATION &


MAINTENANCE MANUAL.

SIGNATURE WITH STAMP

6|P age

( Please put in front


of confirmation )
AGREED
DISAGREED
AGREED
DISAGREED

Deviation if
Any

ANNEXURE-II A
TECHNICAL CHECK LIST FOR SUBMERSIBLE PUMP 15 HP
Parties should fill up complete checklist, without checklist offer will not be considered.
SR.NO.

DESCRIPTION

REQUIREMENT

PARTY'S REPLY

PUMP

Capacity of pump

60 M3/HR

Head

30 M

Pump body

M.S. Fabricated or C.I.

Impeller

Semi open, non-clog type.

Sealing arrangement

Double mechanical seal.

pH of the fluid handled

between 6 -9

Specific gravity of fluid handled

Particle size-

3 mm (max)

Bkw rating of the pump for full


load.

Please specify.

10

Guarantee

12/18 months

AA

1.1

MATERIAL OF CONSTRUCTION

Pump body

M.S. Fabricated or Cast Iron

Impeller

Semi open , Non clog Type, MaterialSS304

Mechanical Seal

TC /TC OR SIC /SIC

Shaft

CS (EN 8)

Strainer

SS304

Nut bolts and fasteners

SS304

Other requirements

Pump performance curves, Operation &


maintenance manual shall be
submitted.

Pump Outlet flange size

6" 150#, as per ANSI B16.5

7|P age

MOTOR

Complete assembly of
submersible pump.

Complete assembly of submersible


pump, with 20Me flexible cable (without
joint) connected to motor, with direct on
line starter.

Motor details

High torque, squirrel cage induction


motor, suitable for 415/440V, 3 ph, 50
Hz, AC supply.

Please Mention

Motor KW, RPM & Full load current.


The motor should have fully water proof
terminal box with terminals for
connections to external mains supply. It
should prevent siphoning of inside oil to
outside or moisture/water entering into
the motor body through the cable due to
capillary action.

Cable for motor

The cable should be 4 cores, copper


stranded conductor, unarmored,
moisture proof, corrosion proof &
resistance to acid and alkali.

Fasteners

For ease of maintenance all fasteners


should be of S.S. material.

DOL Starter

Suitable for Motor mentioned above.

Rated capacity

As per motor KW rating

Electrical protection

Over load relay with built in single


phase protection

Resetting of relay

manual

Location

Suitable for Out door duty

Duty

Continuous

Rated voltage

440+/- 10% AC

Rated frequency

50+/- 5% Hz

No. of phases

Three

Method of starting

Direct on line

10

Hardware

Sheet Steel

11

Make

Standard DOL starter of Siemens or


L&T only.

8|P age

ANNEXURE-III
COMMERCIAL BID
(KINDLY FILL THIS SHEET AND SUBMIT IN PACKET-4 of part 1)
BIDDERS NAME:
NOTE: Please note that any blank field left in the preceding confirmation box will be treated as Agreed only for
offer evaluation.

NO.

DESCRIPTION

BIDDER
CONFIRMATION
(Please put in front of
your confirmation)
Agreed

MUTUALLY AGREED DAMAGES CLAUSE FOR LATE DELIVERY @ 0.5% PER WEEK OR PART
THEREOF SUBJECT TO MAXIMUM OF 5% OF TOTAL P.O./CONTRACT VALUE.

STATUTORY VARIATIONS: ALL STATUTORY VARIATIONS DURING CONTRACT PERIOD SHALL


BE TO RCFs ACCOUNT AND BEYOND CONTRACT PERIOD TO YOUR ACCOUNT

GUARANTEE/WARRANTEE CLAUSE: Material shall be guaranteed for a period of 12 months


from the date of installation & commissioning or 18 months from the date of supply whichever is
earlier.

FIRM PRICE: PRICE SHALL REMAIN FIRM THROUGH OUT CONTRACT PERIOD

DELIVERY PERIOD: MAXIMUM DELIVERY PERIOD FOR SUPPLY (IN NO. OF DAYS) AFTER
RECEIPT OF ORDER. PREFERRED DELIVERY PERIOD IS 30 DAYS FROM THE DATE OF PO/LOI.

..DAYS

WHETHER THE PARTY IS REGISTERED UNDER MICRO/SMALL/MEDIUM ENTERPRISES ACT 2006


(PLEASE FURNISH THE PROOF)

YES
NO

WHETHER THE PROPRITER OF MSME ENTERPRISE IS FROM SC/ST CATEGORY (PLEASE


ATTACH CASTE CERTIFICATE ISSUED BY COMPETANT AUTHORITY)

YES
NO

UN CONDITIONAL ACCEPT ALL NIT TERMS AND CONDITIONS

YES
NO

PART ORDER ACCEPTANCE: Acceptance of part order as per ANNEXURE- V clause C (b).

10

Agreed
Disagreed
Agreed
Disagreed
Agreed
Disagreed

Agreed
Disagreed

RATES QUOTED IN THE BOQ ONLY ARE PAYABLE. RATES QUOTED ANYWHERE ELSE OTHER THAN BOQ ARE NOT
ACCEPTABLE AND WILL LEAD TO REJECTION OF YOUR OFFER.

SIGNATURE WITH STAMP

9|P age

Disagreed

Modalities & Special instructions for e-Tendering:

ANNEXURE- IV

The following steps noted below shall be the general methodology for carrying out the process of
procurement through the route of e-tendering:

1. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the

valid Certifying Authority approved by Government of India for participation in e-Tendering event at
the time of submission of offer. The cost of digital signature will be borne by respective tenderer.

2. Offer against the NIT has to be submitted online on e-Tender website mentioned in the NIT with
valid digital signature certificate. The bidders shall be required to submit their offers in 2 separate
parts- (a) Technical & Un-priced Commercial Bid and (b) Price Bid.

3. Submission of on-line Bids / Offers electronically against E-tendering:

All interested
bidders are requested to register themselves on www.eprocure.gov.in with their digital signature
certificate with the user ID for participation in the tender. Kindly refer bidders manual kit
available on bidders section on above mentioned website for details procedure for bid submission or
Bidders can take help of our Helpdesk Center ( 022-2552 2760) for registration and bid submission
procedures.

4. The Un-priced Technical Bids and Price Bid have to be submitted online only. However, documents

which necessarily have to be submitted in originals like EMD instrument if applicable have to be
submitted offline.

5. It is advised that the bidder uploads small sized documents (preferably up to 5 MB) at a time to

facilitate in easy uploading into e-tendering site. Standard documents required for tenders can be
uploaded in My space facility in your account.

6. The Part-1 of the online offer, EMD if applicable, Pre-qualification details & Technical Bid, shall be
opened as per the date and time mentioned in the NIT.

7. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial
acceptability including the pre-qualification criteria. The offers not fulfilling these criteria as per the
NIT shall be rejected outright.

8. The offer which meets the NIT requirements, technically (including pre-qualification criteria) and
commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of all
techno-commercially acceptable tenderers shall be at par.

9. Price bids shall be opened of participants who fulfill the pre-qualification criteria and techno-

commercial requirement of NIT. The offers will be evaluated as per the evaluation procedure given
in BOQ (Price Bid sheet). Please read instructions given below before submission of Price Bid i.e.
BOQ (spread sheet). Vendor should quote prices in BOQ only, offers indicating rates
anywhere else (scanned documents) shall be liable for rejection.

10 | P a g e

INSTRUCTION FOR PRICE BID (BOQ) SUBMISSION


Please read following instructions before filling & submission of BOQ sheet.

1. Please note that e-procurement system accepts Microsoft Excel 97-2003 format only, any
modification in file format or changing name of file will results into non-acceptance of your offer by
e-Procurement System.

2. You are requested to submit your offer on FOR RCF Stores basis & for payment term 30 days
credit as per NIT. Costs which are payable extra by RCF in addition to Basic price of material
should be clearly mentioned in respective white cells of BOQ sheet, blank fields/cells in BOQ sheets
will be treated as Included in basic rate of material.

3. Kindly fill data in fields of BOQ Sheet as per following Instruction only:
Bidders Name: Kindly put complete name of bidding firm/company
Basic Price: Kindly put the Basic rate per unit e.g. Rs. 500 per Item in white cell in front of
each item you want to quote.
Packing & Forwarding: Kindly quote Packing and forwarding charges if payable extra on total
basic rate of each item, please quote in % of basic Rate. Example: for 2% P&F charges
enter 2 in the field of P&F charges (do not enter % key in this field)
Excise Duty: Kindly quote Excise Duty if payable extra on total basic rate of each item, please
quote Excise duty in % inclusive of Education & Higher Education cess. Excise duty will be
applicable on basic rate + Packing & forwarding charges. Example: for 12.36% excise duty
enter 12.36 in the field of excise duty (Do not enter % key in this field)
VAT: This field is applicable for suppliers supplying material within Maharashtra, kindly put
applicable rate of Maharashtra VAT in front of each item in % only e.g. 5% , 12.5% etc.
Please note that RCF considers VAT setoff during evaluation of your offer. Example: for 5%
VAT enter 5 in the field of VAT (Do not enter % key in this field)
CST: This field is applicable for suppliers supplying material from outside Maharashtra against
form-C, kindly put applicable rate of CST against form-C in front of each item in % only
Example: for 2% CST enter 2 in the field of CST ( do not enter % key in this field)
Freight Charges: Please note that supplier will have to deliver the material up to RCF stores
(FOR RCF Stores basis) and all charges including Transportation, loading & unloading of
material shall be to suppliers account. If freight charges are payable extra on Basic rate then
put applicable freight charges as per above in front of each item in % only. If material is to
be delivered on to pay basis then mention door delivery charges including loading &
unloading charges in this field.
Insurance Charges: If insurance charges are payable extra to you (vendor) by RCF then put
insurance charges in % in this filed. If insurance is to RCFs account then put 1 (one) in
this field. Blank field will be considered as insurance charges are included in basic rate of
item.

4. Please note that lowest bidder (L1) will be decided based on Total Evaluated cost shown in last
column of sheet and total Landed cost is the amount payable to supplier.

5. Please save your BOQ sheet (Price bid) without changing name and format and
upload this completed BOQ sheet in Finance Envelope (Part-II).

6. For any queries and help please contact RCF Helpdesk Number-022-25522760 or
contacts given on first page of Tender documents.

11 | P a g e

Benefits to Micro and Small Enterprises:


With reference to the Order of the Ministry of MSME , under the Public Procurement Policy March
2012 , Micro and Small Enterprises shall be entitled for benefits, subject to terms and conditions, as
under:
a)

Qualifying Criteria for MSEs , SC/ST vendors :


i. MSE bidders must submit registration certificates from any of the following (or any other f
body specified by the Ministry of MSME) : (Annexure-I)

National Small Industries Corporation (NSIC)


District Industries Centers (DIC)
Coir Board
Khadi and Village Industries Commission(KVIC)
Khadi and Village Industries Board(KVIB)
Directorate of Handicrafts and Handloom

ii. SC/ST owned enterprises ( i.e. SC/ST proprietorship, or holding minimum 51% shares in case of
Partnership/Private Limited Companies) shall additionally submit relevant SC/ST certificates
issued by any of the following: (Annexure-II)
District/Additional District Magistrate /Collector/Deputy Commissioner/ Additional
Deputy Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/Subdivisional Magistrate / Taluka Magistrate / Executive Magistrate/ Extra Assistant
Commissioner
Chief Presidency magistrate /Additional Chief Presidency magistrate /Presidency
magistrate
Revenue Officer not below the rank of Tehsildar
Sub-divisional Officer of the area where the individual and/or his family normally
resides
iii. The registration shall be valid as on date of placement of order. A self- attested photocopy of the
relevant certificate shall be submitted as a support document.
iv. The registration must be for the items/category of items /services relevant to the tendered
items/category of items/services.
(b) Purchase Preference for MSE :
In tenders, where the L1 (evaluated price) bidder is a non-MSE, up to 20% of the tendered quantity
shall be allowed to be supplied by participating MSEs provided that the tendered quantity is divisible
into two or more orders and adequate for the purpose; all qualifying bidders have agreed for
acceptance of part-order quantity and participating MSE matches the L1 rate.
A share of 4% out of this 20% shall be allowed to be supplied by participating MSEs owned by
Scheduled Cast/Scheduled Tribe entrepreneurs. In the case of an SC/ST owned MSE failing to
participate in the tender or not meeting the tender requirements, this 4% sub-target shall be met by
other participating MSEs . The above shall be subject to that the participating MSE (including SC/ST)
bidders shall have quoted a price within +15% of the L1 bid price and further that they shall agree to
match their quoted price with the L1 price.
In case that two or more MSEs are within the L1 +15% band, all such MSEs will be offered the
opportunity to match the L1 rate and 20% of the order will be shared equally by them.
Where the MSE is SC/ST owned, they shall be exclusively awarded a share of 4% of the above 20%
in addition to equally sharing the balance 16% with other non-SC/ST MSEs .
12 | P a g e

In case of more than one SC/ST MSE matching the L1 price, they shall equally share 4% of the order ,
and additionally share the balance 16% with other non-SC/ST MSE bidders.
(c) Exemption from Earnest Money Deposit (EMD)/ Tender cost and Security Deposit (SD) for MSE:
i) Tenders shall be provided free of cost and tender documents are downloadable from the
websites of RCF (http://www.rcfltd.com) and the Central Public Procurement (CPP) Portal
(http://www.eprocure.gov.in/epublish/app) or can be obtained from the Office of Dy. General
Manager (Purchase)/ Dy. General Manager Commercial ).
ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.
Additionally, MSEs registered with NSIC shall be exempt from paying
Security Deposit up to the monetary limit mentioned in the certificate.

13 | P a g e

Você também pode gostar