You are on page 1of 35

Cement Corporation of India Limited

(A Govt. of India Enterprise)


An ISO 9001:2008 Certified Company
CIN – U74899DL196GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

TENDER NOTICE
Notice Inviting E-Tender(NIT)
(Only through e- Procurement)

Tender Ref No : BKJ/Mech/Steel/18-19/07 Dated:09.04.2019

Sub: Dismantling, Fabrication, Erection and Painting of various corroded/damaged steel structures of
GCT, PH Fan ducts, out going and incoming ducts and miscellaneous jobs at Bokajan Cement factory

Sealed tenders are invited in two bids super-scribed as “COMMERCIAL BID & PRICE BID” in separate
envelopes from Steel erectors for Dismantling, Fabrication, Erection and Painting of various
corroded/damaged steel structures of GCT, PH Fan ducts, outgoing and incoming ducts and
miscellaneous jobs at Bokajan Cement Factory.
Earnest Money Deposit though Online (Debit Card/Credit Card/Net Banking & NEFT/RTGS Challan) for
Rs.40000 /- (Rupees Forty thousand only).

Opening date for download the tender document : 09/04/2019, 10:00AM

Closing date & time of sale of tender document : 23/04/2019, 02:00PM

Last date of tender submission on : 23/04/2019, 03:00PM

Date and venue of Pre-Bid Meeting : 15/04/2019 at 02:00PM at Conference Hall,


Bokajan Cement factory

The Techno-Commercial bid of the tenders shall be opened on 23/04/2019 at 3:01 PM. & Price Bid will be
opened for those who qualify Techno commercial bid.

Tenders received without EMD are liable to be rejected. CCI reserves its right to reject any or all the tenders
without assigning any reasons thereof.

H.O.D (Mech)
Contact Person & Address:

HOD (Mech), Cement Corporation of India Ltd., Bokajan Cement Factory,


Dist. Karbi Anglong, Assam-782490.
Phone No. : 03675-246108, Fax No. 03675-246107.
E-mail : ccibcfmech@gmail.com

Copy forwarded to:

1. HOD (MM) / HOD (FIN.) - For information please.

Page 1 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com
NIT No. : Dated: 09.04.2019
NOTICE INVITING E-TENDER (NIT)
(Only through e-procurement)
Tender No.
BKJ/Mech/Steel/18-19/07
Mode of tender E-procurement System
(Online Part-I Techno-Commercial Bid and
Part-II Price Bid through www.cci-
etender.com

Date of NIT available to parties to


download

i. Earnest Money Deposit Rs.40000 /- (RupeesForty thousand only)


to be paid through online (through e-
tendering Portal gateway).

ii. Tender fees NIL


Last date of submission of EMD, valid Three working days before the last date of
SSI/NSIC/MSME certificate and other closing of online bidding for the e-tender.
documents required as per tender terms
& conditions under covering letter
(Annexure-II) in Hard Copy(ies) (Offline
Submission)
Date of starting of e-tender for
submission of online Techno-
Commercial Bid and Price Bid at
www.cci-etender.com
Date of closing of e-tender for submission
of online Techno- Commercial Bid and
Price Bid at www.cci-etender.com
Date & Time of opening of Techno-
commercial Bid (i.e. Part-I)
Date & Time of Pre Bid Meet

Date & Time of opening of Price Bid (i.e. To be communicated to tender through
Part-II) website and e-mail to all the participants
tenderer
Validity of bids. 120 Days.

Page 2 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com
Offer is invited for :-

Tender Enquiry Name of the Items Quantity (MT)


No.

BKJ/Mech/Steel/18- Dismantling, Fabrication, Erection and 40 MT approx


19/07 Painting of various corroded/damaged
steel structures of GCT, PH Fan ducts,
outgoing and incoming ducts and
miscellaneous jobs at Bokajan Cement
factory

1. Only those tenders will be considered who fulfill the Pre Qualification Conditions
mentioned in the tender documents.
2. Only those tenders shall be considered who deposit the earnest money and tender cost &
transaction fee (if required) by due date.
3. The price- bid should be submitted only as per CCI’s price - bid format otherwise the
tender is liable for rejection.
List of Annexure

Annexure- I Important Instruction for E-Procurement to Bidders

Annexure- II Covering letter which must be submitted by tenderer duly


filled in.
Annexure- III Part-I - Instruction to tenderers

Annexure- IV Part-II- General terms & conditions

Annexure- V Part-III- Special terms & conditions

Annexure- VI Annexure –“A”, “B”, “C” & “D

Annexure- VII Integrity Pact (to be signed by tenderer with seal).

Annexure-VIII Price Bid Proforma (Price schedule) to be submitted duly filled in on-
line

Page 3 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

Annexure-I
Important instructions for E-Procurement

This is an E-Procurement event of CEMENT CORPORATION OF INDIA. The e-procurement


service provider is Antares Systems Ltd., No.24, 1st Floor, Sudha Complex, 3rd Stage, 4th
Block, Basaveshwara Nagar, and Bangalore 560079.
You are requested to read the terms & conditions (Annexure- II) of this tender before
submitting your online tender. Tenderers who do not comply with the conditions with
documentary proof (wherever required) will not qualify in the Tender for opening of price bid.

1. Process of E-tender :
Registration:
The process involves vendor’s registration with tender wizard e-procurement portal.
Only after registration, the vendor(s) can submit his/their bids electronically.
Electronic Bidding for submission of Techno-Commercial Bid as well as Price Bid
over the internet will be done. The Vendor should possess Class III signing type
digital certificate. Vendors are to make their own arrangement for bidding from a
P.C. connected with Internet. Antares systems ltd is not responsible for making
such arrangement. (Bids will not be recorded without Digital Signature).
SPECIAL NOTE: THE PRICE BID AND THE COMMERCIAL BID HAS TO BE
SUBMITTED ON-LINE AT www.cci-etender.com
1).Vendors are required to register themselves online with www.cci-etender.com
Register as Vendor Filling up details and creating own user id and password→
Submit.
2).Vendors will receive a system generated mail confirming their registration in their
email which has been provided during filling the registration form.
In case of any clarification, please contact CCI/Antares Systems Ltd, (before the
scheduled time of the e- tender).
Contact person (Cement Corporation of India):
1. HOD (Mech), CCI, Bokajan Cement Factory, Assam.
Contact No.: 03675-246108, +91-8219266224,9957426105
E-mail : ccibcfmech@gmail.com
Contact person (Antares Systems Ltd):
(E-commerce)
1. Mr.Pravesh Mani.T
Sr.Executive - CRM
Email- praveshmani.t@antaressystems.com
Mob: 9044314492
Page 4 of 35
2. Mrs.Smitha.N
Sr. Project Coordinator
Mobile- 9686115309
Email: smitha.n@antaressystems.com
Landline:080-49352027
B) System Requirement:
Windows 8, 10 Professional Operating System, Internet Browser-9,10 &11. Signing
type Class 3 digital signature
Java JRE 6 and above
THE VENDORS ARE ADVISED TO GO THROUGH THE Help Manual LINK AT
www.cci-etender.com FOR GENERAL GUIDANCE ABOUT TENDER
PROCESS.
2. (A) Part I Techno-Commercial bid will be opened electronically on specified date
and time as given in the NIT. Bidder(s) can witness electronic opening of bid.
(B) Part II Price bid will be opened electronically of only those bidder(s) whose Part
I Techno-Commercial Bid is found to be Techno-Commercially acceptable by CCI.
Such bidder(s) will be intimated date of opening of Part II Price bid, through valid
email confirmed by them.
Note:
The tenderers are advised to offer their best possible rates. There would generally
be no negotiations hence please submit your most competitive prices while
submitting the price bid. However in case the lowest rate appears to be reasonable
taking into account the prevailing market conditions, the order may be awarded to
the lowest bidder and if the rate is still considered high, action as per prevailing
instruction/guideline shall be taken.
3. All entries in the tender should be entered in online Technical & Commercial
Formats without any ambiguity.
4. In case of failure to access the payment towards cost of tender document & EMD
for any reason, the vender, in term, will not have the access to on line e-tender and
no correspondence in this respect will be entertained and CCI will not be
responsible for any such lapses on this account. Bidder(s) are advised to make
remittance of tender fee and EMD through Online well in advance and verify
completion of transaction in respect of tender fee and EMD.
Vendors are instructed to upload documents in document library. Multiple
documents can be uploaded. Maximum size of single document for upload is 5 MB.
Once documents are uploaded in the library, vendors can attach documents
through Attach Document link against the particular tender. For further assistance
please follow instructions of vendor guide..
All notices and correspondence to the bidder(s) shall be sent by email only during
5. the process till finalization of tender by CCI. Hence the bidders are required to
ensure that their corporate email I.D. provided is valid and updated at the stage of
registration of vendor with Tenderwizard (i.e. Service Provider). Bidders are also
requested to ensure validity of their DSC (Digital Signature Certificate).
6. The responsibility of downloading the related corrigenda, if any, will be that of the
responsibilities of the parties.
7 E-tender cannot be accessed after the due date and time mentioned in NIT.
8. Bidding in e-tender & Reverse auction:
(a). Bidder(s) need to submit necessary EMD and Tender fees (If ANY) to be
Page 5 of 35
eligible to bid online in the e-tender. Tender fees and Transaction fees are non
refundable. No interest will be paid on EMD. EMD of the unsuccessful
bidder(s) will be refunded by CCI.
(b). The process involves Electronic Bidding for submission of Techno
Commercial Bid as well as Price Bid is explained in Help Manual.

a. In all cases, bidder should use their own ID and Password along with Digital
Signature at the time of submission of their bid.
b. During the entire e-tender process, the bidders will remain completely
anonymous to one another and also to everybody else.
(c).The e-tender floor shall remain open from the pre-announced date & time and
for as much duration as mentioned above.
(d). All electronic bids submitted during the e-tender process shall be legally
binding on the bidder. Any bid will be considered as the valid bid offered by
that bidder and acceptance of the same by the Buyer will form a binding
contract between Buyer and the Bidder for execution of supply. Such
successful tenderer shall be called hereafter SUPPLIER.
(e). It is mandatory that all the bids are submitted with digital signature certificate
otherwise the same will not be accepted by the system.
(f). Buyer reserves the right to cancel or reject or accept or withdraw or extend the
tender in full or part as the case may be without assigning any reason thereof.
(g). No deviation of the terms and conditions of the tender document is
acceptable. Submission of bid in the e-tender floor by any bidder confirms his
acceptance of terms & conditions for the tender.
(h). Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted
should be in Indian Rupee as per UOM indicated in the e-tender floor/tender
document.
Any order resulting from this open e-tender shall be governed by the terms and
09 conditions mentioned therein.
.
10 No deviation to the technical and commercial terms & conditions are allowed.
.
11 After submitting online bid, the bidder cannot access the tender, once it has been
. submitted with digital signature.
12 CCI has the right to cancel this e-tender or extend the due date of receipt of bid(s)
. without assigning any reason thereof.

13 The online tender should be submitted strictly as per the terms and conditions and
. procedures laid down in the website www.cci-etender.com of Antares Systems Ltd.
14 The bidders must upload all the documents required as per terms of NIT. Any
. other document uploaded which is not required as per the terms of the NIT shall not
be considered.
15 The bid will be evaluated based on the filled-in technical & commercial formats
.
16 The documents uploaded by bidder(s) will be scrutinized. In case any of the
. information furnished by the bidder is found to be false during scrutiny, EMD of
defaulting bidder(s) will be forfeited. Punitive action including suspension and
banning of business can also be taken against defaulting bidders.
17 Bidders are requested to read the vendor guide and see the video in the page
. www.cci-etender.com to familiarize themselves with the system before bidding.

Page 6 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

Annexure-II

COVERING LETTER WHICH MUST BE SUBMITTED BY THE TENDERER DULY FILLED IN


AND SIGNED.

Ref……………………. Date: …………..

To

HOD (Mech)
Cement Corporation of India Ltd.
Bokajan Cement Factory
Bokajan- 782490
Distt.Karbi Anglong, ASSAM

Sub.: Tender For Replacement of various corroded/damaged steel structures of GCT, PH Fan ducts,
outgoing and incoming ducts and miscellaneous jobs at Bokajan Cement factory.
Ref.: Your Letter No. dated _______

Dear Sir,

With reference to your tender for the above work, We/I hereby submit our / my tender on-line in
two Parts i.e.: Part–A, Techno- Commercial Bid and Part-B, Price Bid as per NIT and instructions in
the tender documents.

Part-A: Techno-Commercial Bid:

The following documents duly filled in, signed digitally and stamped are up-loaded On-Line
through www.cci-etender.com of Antares Systems Ltd.

1. The scanned copy of covering letter (Annexure : II)


2. Submission of Earnest money of Rs.40000.00 ( Rupees Forty thousand only) through
e-payment (through e-tendering portal Gateway).
3. Terms and conditions in Part I, II, III duly signed digitally and stamped on each page in
token of acceptance of the same in its entirety.
4. Declaration (Annexure: E), duly filled in and stamped, on Bidder’s letterhead.
5. Scanned Copy of Integrity Pact (Annexure: VII)
6. GST Registration No.
7. Turnover – Minimum 15 lakh in last year.

8. Annual Reports: Submit last three years along with Copy of Balance Sheet and with
Profit & Loss Account.

Page 7 of 35
9. IT Return certificate of last three years
10. Scanned copy of the PAN card in the name of company. (in case of proprietary firm it
can be in the name of the proprietor).
11. Certificate of manufacture from DIC/NSIC showing the capacity of the plant.
12. In case of firm registered with MSME, Certificate from MSME (NSIC Certificate) clearly
specifying the date of registration along with starting of manufacturing process and
whether it is registered under ST/SC. The firms registered with MSME will also have to
submit a copy of Udyog Aadhar Memorandum
13. Performance Certificates from reputed cement industries or thermal power plants
issued against orders executed during last 3years.
14. Certificate whether any officer of your Corporation is related to me/us or not (Annexure
`B’)
15. List of unexecuted orders in hand as per (Annexure C)
16. Additional information to be furnished (Annexure D)
17. The turnover for 2015-16, 2016-17 and 2017-18 as in Rs.15 lakh per the Audited
Balance –sheet and Profit and Loss account.
18. Income Tax Return Copy for 2015-16, 2016-17 & 2017-18.
19. Copy of Partnership Deed/Memorandum of Articles of Association by partnership
firms/companies duly attested. In case of partnership deed, the same is
registered/not registered.
20. Copy of Foreign collaboration , if applicable.
21. Reference from the Bankers indicating financial status of the company.
22. The certificate from the appropriate Govt. Authority certifying that you are the
manufacturer of the items for which offer is submitted.

Part-B: Price Bid: submitted on-line as per “PRICE BID” format

We/I hereby declare that We/I have not been debarred from tendering for contracts in any of the
departments of Govt./Semi Govt./Public Sector Undertaking and Local Bodies.

We/I certify that the information given by us/me in the tender documents is correct and if at any stage
the same is found to be incorrect, the contract will be liable to be terminated/rescinded and action may
be taken against us/me by the Corporation for damages.

We are/I am duly authorized/empowered to sign all the tender documents.

a) Name of the Tenderer :………………………………………………


b) Full Postal Address : ……………………………………
c) Telegraphic Address/Telex/Fax………………
d) Phone : Office……………………….. Residence…………………
e) E-mail ………………………………………………

Yours faithfully,

(SIGNATURE OF THE TENDERER)


WITNESSES Signature with Name & Address)

1…………………………. 2………………………….
…………………………… ………………………

Page 8 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

Annexure-III
PART – I : INSTRUCTIONS TO TENDERER :

1.0 GENERAL:

a) The tender should be addressed to the officer who has invited the tenders.

b) Any offer made in response to this tender, when accepted by the Cement Corporation of India
Ltd., will constitute a contract between the parties.

2.0 SUBMISSION OF TENDER: -

a) Two- Part bid procedure in electronic form shall be adopted for preparation, submission and
evaluation of the bids. The bid submitted should be digitally singed by the bidder. Soft copy of
the bids (Techno-Commercial Bid and price bid) shall be uploaded through the portal www.cci-
etender.com : on or before the submission time and date as stipulated in the bidding documents.
The bidder shall prepare the bid and submit the bid online on “Electronic Tendering System” in
following manner.

Part-A: Techno-Commercial Bid:

The following documents duly filled in, signed digitally and stamped are up-loaded On-Line
through www.cci-etender.com of Antares Systems Ltd.

1. The scanned copy of covering letter (Annexure : A-II)


2. Submission of Earnest money of Rs. 40000/-( Rupees Forty thousand only) through e-
payment (through e-tendering portal Gateway).
3. Terms and conditions in Part I, II, III duly signed digitally and stamped on each page in
token of acceptance of the same in its entirety.
4. Declaration (Annexure: E), duly filled in and stamped, on Bidder’s letterhead.
5. Scanned Copy of Integrity Pact (Annexure: VII)
6. GST Registration No.
7. Turnover – Minimum 15 lakh in last year.
8. Annual Reports: Submit last three years along with Copy of Balance Sheet and with
Profit & Loss Account.
9. IT Return certificate of last three years
10. Scanned copy of the PAN card in the name of company. (in case of proprietary firm it
can be in the name of the proprietor).
11. Certificate of manufacture from DIC/NSIC showing the capacity of the plant.
12. In case of firm registered with MSME, Certificate from MSME (NSIC Certificate) clearly
specifying the date of registration along with starting of manufacturing process and
whether it is registered under ST/SC. The firms registered with MSME will also have to
submit a copy of Udyog Aadhar Memorandum.
Page 9 of 35
13. Performance Certificates from reputed cement industries or thermal power plants
issued against orders executed during last 3years.
14. Certificate whether any officer of your Corporation is related to me/us or not (Annexure
`B’)
15. List of unexecuted orders in hand as per (Annexure C)
16. Additional information to be furnished (Annexure D)
17. The turnover for 2015-16, 2016-17 and 2017-18 as in Rs. (Crore) per the Audited
Balance –sheet and Profit and Loss account.
18. Income Tax Return Copy for 2015-16, 2016-17 & 2017-18.
19. Copy of Partnership Deed/Memorandum of Articles of Association by partnership
firms/companies duly attested. In case of partnership deed, the same is registered/not
registered.
20. Copy of Foreign collaboration , if applicable.
21. Reference from the Bankers indicating financial status of the company.
22. The certificate from the appropriate Govt. Authority certifying that you are the
manufacturer of the items for which offer is submitted.
Part –B: Price Bid: To be submitted on-line as per “PRICE BID” format only.

i) The tenderer has / have to declare that he /they have not been debarred from tendering for
contracts in any of the department of Gov./ Semi Govt./Pubic Sector Undertaking and Local
Bodies.

ii) The tenderer has to certify that the information given by him / them in the tender documents
is correct and if any stage the same is found to be incorrect, the contract will be liable to be
terminated / rescinded and action may be taken against him/them by the Corporation for
damages.

iii) In the event of the tender being submitted by a firm, it must be signed separately by each
partner thereof. In the event of the absence of any partner, it must be signed on his behalf by
a partner holding power of attorney authorizing to do so.

iv) In the case of a company, the tender should be signed in the manner as laid down in the said
Company’s Article of Association.

v) A true copy of the partnership deed (and Articles and Memorandum of Company) duly
attested should be furnished.

vi) Tenders received after the specified time & date are liable for rejection.

vii) Tenders not submitted in the prescribed formats and not completed in all respect are likely
to be rejected.

viii) The tender documents are non-transferable. Only those firms can participate in whose name
the tender has been sold.

ix) Tenderers shall not be entitled to claim any costs, charges, expenses or incidentals for or in
connection with the preparation and submission of their tenders even though the Corporation
may decide to withdraw the “Invitation of Tender” or reject any/all tender(s) without
assigning any reasons thereof.

x) Tenderer must submit copy of his Latest Income Tax Return and PAN CARD.

Page 10 of 35
1. OPENING OF TENDER:

Part-A Techno-Commercial bid will be opened electronically on specified date and time as
given in the NIT. Bidder(s) can witness electronic opening of bid.

Part-B Price bid will be opened electronically of only those bidder (s) whose Part-A, Techno-
Commercial Bid is found to be Techno-Commercially acceptable by CCI. Such bidder (s) will
be intimated date of opening of Part-B Price Bid, through valid email confirmed by them.

2. CLEAR UNDERSTANDING :

When a tenderer submits his tender in response to these tender documents, he will be deemed to
have understood fully about the requirement, terms and conditions. No extra payment will be
made or any other claim whatsoever entertained on the pretext that the tenderer did not have a
clear idea of any particular point(s).

3. VALIDITY OF OFFER:

Tender shall remain open for acceptance for 120 days or as may be specified from the date of
opening of commercial bid. No revision/modification in the tendered rate will be allowed during
the period of original validity of tender or the extended period except for any reduction/ revision
as may be asked for specifically by CCI during negotiations.

4. REFERENCE LIST:

The tenderer (s) should submit along with their tender(s) the list of unexecuted orders in hand, if
any, for same/similar jobs and period by which jobs are proposed to be completed (Proforma
enclosed Annexure ‘C’)

5. AWARD OF CONTRACT:

The Corporation reserves the right:


(a). To accept in its sole and unfettered discretion any tender for whole or part quantities/ part
work or to reject any or all tenders without assigning any reasons thereof and without
entitling the tenderer to any claim whatsoever.

(b). To enter into parallel contracts simultaneously or at any time during the period of the
contract with one or more tenderer(s) as the Corporation may deem fit.

(c). To place adhoc order simultaneously or at any time during the period of the contract with
one or more tenderer(s) for such quantity and for such jobs as the Corporation deem fit.

(d). Normally no price negotiation will be conducted. Tenderers are advised to quote lowest
rates on firm basis in their offers.

(e). Firms which have failed to fulfill earlier contractual obligations may not be considered.

(f). If no separate agreement has been signed by the parties to the contract, the LOI/ Order
resulting from this tender including all negotiation and detailed order to be issued
subsequently, with its terms and conditions and stipulation as agreed to by the tenderer and
Page 11 of 35
to the extent modified during negotiations, constitutes the contract agreement relating to
the work between the successful tenderer and the Corporation and the parties shall be
bound by the terms and conditions and all provisions of this contract.

(g). The Corporation does not bind itself to accept the lowest or any tender to assign any
reason for non-acceptance of the same.
(h). The Corporation shall mean and include the administrative and executive officers of its
Corporation Office at New Delhi as well as of factories/ projects as the case may be who
are identified to deal with matter relating to this contract on its behalf.

(i). In case of the due date of sale/ submission/opening of tender falling on Government
holiday(s)/ Bandh, the succeeding working day/date will be treated as due day/date
automatically. However, the time will remain unchanged.

(j). The tenderer should have adequate experience in the related field and should furnish
supporting documents giving details of similar job executed during last three years.

(k). The tenederers should be capable of supplying the tenderered quantity +/- 20 % in the
period of one year and should quote accordingly.

6.0 INTEGRITY PACT & IEM :

6.1 The tenderer should go through the Integrity Pact in detail and should submit the same, duly
signed by Proprietor / Director / Partner. The conditions of the Integrity Pact shall be applicable,
during the period of the contract or extension thereof. In case the contract is sub-let by the
successful Tenderer with the permission of the Corporation, the Principal Contractor /
successful Tenderer shall take responsibility for adoption of Integrity Pact by the sub-contractor.

6.2 The person signing Integrity Pact shall not approach the courts while representing the matters to
IEMs & he/she will await their decision in the matter.

6.3 To oversee the compliance under the Integrity Pact, the following Independent External
Monitors (IEM) have been appointed:
Mrs. Vijaya Kanth,
(Former Financial Commissioner-Railway Board)
Address: Flat –F,
Sterling Manor Enclave
5/6 Sterling road-3rd Cross Street,
Nungambakkam,
Chennai-600034
E-mail Id: vkanthmrl2003@yahoo.com
Mobile +91-9445868314

6.4 The stake holders may approach the IEMs regarding any unethical terms/practices of the
organization.

6.5 The IEMs would examine all complaints received by them.

6.6 The IEMs are supposed to resolve issues raised by an Intending bidder regarding any aspect of
the tender which allegedly restricts competition or displays bias towards some bidders.

Page 12 of 35
6.7 Vendors/Bidders having any grievance/complaint relating to the tender at any stage may
approach the IEMs directly, preferably by email. The IEMs will look into their
grievances/complaints promptly, objectively and independently.

7.0 MSME ACT:

As per MSME Act-2012, 20% of the total tendered quantity shall be reserved for the vendors,
registered with MSME, with quoted landed cost within the band L-1 + 15 %, provided they
agree to supply at the landed cost of L-1. Out of the 20% of tendered quantity, 20% shall be
reserved to the MSME entrepreneurs with SC/ST category. For award of this quantity, the
vendor shall have to submit the valid MSME certificate (with SC/ST category, if any) along
with the techno-commercial bid of the tender. This shall be possible only if the L-1 bidder is not
MSME. In case of more than one such MSME, the quantity shall be shared proportionately.

8.0 START UP INDUSTRIES:

For industries who have started the business during last 3 financial years, the submission of the
credential like audited balance sheets, performance certificates for materials supplied during last
3 years may not be mandatory for the purpose of meeting the eligibility criteria of the tender.
They can submit the documents for the financial years during which their plant was in
operation. However, the list & documents of plant and machineries etc. are required to be
submitted.

*************@@@@@@@@**************

Page 13 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com
Annexure-IV
PART- II: - GENERAL TERMS & CONDITIONS.

1. 0 EARNEST MONEY DEPOSIT: -

1. 1 All tenderers including those registered with the Corporation should furnish Earnest Money
Deposit by way of NEFT in favour of Cement Corporation of India Ltd., Payable at STATE
BANK OF INDIA, BOKAJAN (A/C 33067285257, IFSC SBIN0002028). Tender received
without the Earnest Money Deposit, as specified in the tender, will be liable for rejection. Any
other money held by or pending with the Corporation against any other contract will not be
adjusted/treated as EMD for this tender.

1. 2 Rs.40000 /- (Rupees Forty thousand only) is to furnished NEFT in favour of M/s. Cement
Corporation of India Ltd., Bokajan payable at S.B.I., Bokajan (A/C
33067285257,IFSC:SBIN0002028). Earnest Money will be forfeited if the rates are revised or
modified upwards during the validity period or extended period. Earnest Money will also be
forfeited if the security deposit is not furnished or work not started after acceptance of the
tenderers offer by CCI.

1.3 If work is not started after acceptance of tender / offer and depositing of security deposit, the
EMD will be forfeited.

1.4 The Earnest Money Deposit will not bear any interest. For unsuccessful bidders of the tender the
EMD will be refunded within 30days from the date of opening of Price-Bid..

1.5 The Earnest Money Deposit of successful tenderers deposited in the form of NEFT/RTGS,
would be adjusted towards the portion of the Security Deposit and that of others will be
refunded, except in the cases mentioned in 1.2 above.

1.6 Public Sector Undertakings (Central/State) and SSI Units registered with NSIC are exempted
from submission of Earnest Money Deposit. The SSI Units shall furnish a documentary proof to
the effect that they are registered with NSIC along with the tender document.

2.0 SECURITY DEPOSIT: -

2.1(a) Successful tender(s) shall have to furnish a PFBG or Security Deposit (SD) equivalent to @ 5 %
(Five percent) value of the order calculated on total value of order i.e. basic price plus taxes
duties and freight by way of NEFT / RTGS/ bank guarantee from any nationalized bank (in
CCI’s format) in terms of clause 2 of part-II of the tender documents towards satisfactory
performance of the contract. Security deposit is to be submitted at respective unit.

(a) Security Deposit shall be released within six months after completion of supplies and acceptance
of material by CCI Bokajan.

Page 14 of 35
2.2 Failure to furnish Security Deposit in accordance with the conditions of the tender 10 days of
the award of the contract or as advised alternatively will be considered to be breach of contract,
which would give the Corporation the right to terminate the contract and forfeit the EMD
amount for such breach of contract. The Corporation will also be entitled to take any other
course of action against the successful tender as it may deem fit like stoppage of business
dealings/debarring from tendering etc.

2.3 The Security Deposit may be made either by RTGS/NEFT/BG in favour of Cement Corporation
of India Ltd., Bokajan Branch (IFSC:SBIN0002028) from a Scheduled Bank in the prescribed
from valid for a period of 6 (six) months beyond the date of completion of contract. The Earnest
Money Deposit in the form of NEFT will be adjusted towards portion of Security Deposit, in the
case of successful bidder.

2.4 In the event of any approved upward revisions in the value of the contract, the successful tender
will on receiving intimation shall make further deposit as specified by the Corporation towards
the increased value of the contract.

2.5 The Security Deposit will not bear any interest. The Corporation reserves the right to adjust
Security Deposit towards any amount due to it from the successful tenderer and in such an event
the successful tenderer on receipt of notice from the Corporation shall make, further deposit to
restore the security deposit to the full amount.

2.6 The Security Deposit shall be liable to forfeited wholly or party at the sole discretion of the
Corporation, should the successful tenderer either fail to complete the jobs assigned to him/them
as per agreed time schedule or to fitful his/their contractual obligations or settle in full his/their
dues to the corporation.

2.7 The Corporation is empowered to deduct from the Security Deposit or from any other
outstanding amount any sum that may be fixed by the Corporation as being the amount of loss
or losses or damages suffered by it due to delay in performance or non-performance of any of
the conditions of the tender/contract. The Corporation will however not be bound to prove any
demonstrable loss or damages suffered.

2.8 The Corporation shall have a lien over all or any money that may become due payable to the
contractor and unless the contract pays and clears the corporation immediately on demand the
Corporation shall be entitled at all times to deduct the said sum due from the contractor from
money /security depot which may have become payable to the contractor or may become due at
any future date between the Contractor and the other of Corporation without prejudice and in
addition to the other rights of the Corporation to recover the amount or any claim by other
remedies legally available.

2.9 Bank Guarantee as required under this contract or agreed to against any advance made by the
Corporation/contract performance/equipment performance/guarantee etc., shall be extended by
the contractor whenever so required by the corporation and without any question for covering
the period of completion & finalization of work, performance etc. Failure to do so, shall entitle
the Corporation to encash the BG against it towards any dues, recoveries, LD, non-performance
etc.

3.0 MEMBER OF THE CORPORATION NOT INDIVIDUALLY LIABLE: -

3.1 No Director or official or employee of the Corporation shall in any way be personally bound or
liable for acts or obligation of the Corporation under the contract or answerable for any default

Page 15 of 35
or omission in observance or performance of any the acts, matters or things which are herein
contained.

4.0 CORPORATION NOT BOUND BY PERSONAL REPRESENTATION: -

The contractor shall not be entitled to any increase in the rates or any other right or claim
whatsoever by reason of any representation, explanation or statement or alleged representation,
promise or assurance given or alleged to have been given to him by any employee of the
Corporation.

5.0 NON-PERFORMANCE OF CONTRACT/CANCELLATION OR CONTRACT/ RIGHT


OF THE CORPORATION: -

5.1 The Corporation reserves the right to cancel the contract if the contractor fails to carryout the
jobs assigned to him as per contract and as per instructions given by authorized representative of
the Corporation. In addition, corporation may also take any other remedial measures, in such
event, as described hereunder.

5.2 Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the
tenderers, their partners agents or servants to any officer, servant or representative of the
Corporation for obtaining or for execution of this or any other contract for receiving
payments under the contract will subject the tenderer to cancellation of this or any other
contracts and also to payment of any loss resulting from any such cancellation and the
Corporation shall be entitled to deduct the amount so payable from any moneys otherwise due
to the tenderer under the this or any other contract. Any question or disputed as to whether the
tenderers have incurred any liability under the clause shall be settled by the Corporation in such
a manner and in such evidence or information as it may deem fit and sufficient and the
Corporation’s decision in this regard shall be final and conclusive.

5.3 In case of any compelling circumstance or for any other reasons and in the opinion of the
Corporation, the contract needs to be determined and terminated at any stage during the
execution. The Corporation shall be entitled to do so, by giving one month’s notice in writing.
In such an eventuality, no compensation whatsoever for any arrangement made by the
contractor or for any liability incurred by him for any consequential loss will be payable by the
Corporation except the payment for work actually done at contracted rates after marking good
all dues, recoveries, L.D. if any, etc., CCI also reserves it right to suspend the contract for any
compelling reasons if in the opinion of the Corporation it is so required. In such an eventuality,
the time of completion will be extended to the extent of suspension period but no claim
whatsoever for any damages, increase in rates, role/wages/machinery etc. will be payable to the
contractor.

5.4 If the performance of the contract is not found to be satisfactory at any stage during operation of
contract including extended period. If any due to non-deployment of ad equipments in working
condition or due to any other reason subject to force of majeure conditions (clause No. 9 of part-
II). The corporation reserves the right to get the balance job executed engaging alternate source
at the risk, responsibility and cost of the contractor.

6.0 SUB-LETTING OF CONTRACT.

6.1 The contractor shall not subject or assign this contract or any part thereof without obtaining
prior written permission of the Corporation. In the event of the contractor subletting or
Page 16 of 35
assigning the contract or any part thereof without such permission, the Corporation shall have
the right to rescind the contract and the contractor shall be liable to the Corporation for any loss
or damage, which the Corporation may sustain in consequences or arising out of such
cancellation.

6.2 Even in case sub-letting is permitted by the Corporation, the party to whom sub-letting is
proposed will be subject to approval of the Corporation. However, the Corporation will not
recognize any contractual obligations with the persons or party to whom the contract has been
subject and all liabilities, damages, losses, costs, charges and expenses arising out of such sub-
letting either statutory or non-statutory shall be to the account of the contractor and the
contractor shall keep the corporation fully indemnified and harmless in this behalf. Further,
notwithstanding the sub-letting of the contract, the contractor shall be fully responsible to the
contract.

7.0 COMPLIANCE OF RULES & REGULATIONS: -

7.1 The contractor shall observe all the rules/regulations of the Central and State Govt. and the local
authorities as relating to that work and shall pay all taxes (road taxes, passenger, goods tax, toll
tax etc.) as levied by the authorities. If any breach of the said rules/regulations/orders is
committed by him, he shall be solely responsible for the same.

7.2 All persons employed by the contractor including drivers and cleaners of the trucks, tailors,
machinery operators etc., shall be instructed by the contractor to observe strictly all the safety
regulations prescribed, either generally or by CCI, whilst they are in the premises of the
Factory/Mines or the colony or on road and if any person commits breach of any of the
regulations, it shall be open to the Corporation to disqualify the person from entering the
precincts of the factory or the colony. The contractor shall be bound to comply with such
instructions forthwith.

7.3 The contractor shall abide by the contract labour (Regulation and Abolition) Act, 1970 and shall
keep the corporation indemnified and harmless against costs and consequences of his non-
compliance.

7.4 If any damage is caused to any property or injury is caused to or the death occurs of any person
in the precinct of the Factory/Mines or the colony or anywhere else due to any act of any person
employed by the contractor or through any machinery or active ties, the contractor will be liable
for damages/ compensation in respect thereof and shall indemnify the Corporation and keep the
corporation indemnified against any losses, damages, costs, charges, expenses and all liability of
whatever nature and kind which the Corporation may incur, sustain suffer or be put in
consequence or by any reason of such damages, injury or loss life.

7.5 If any damages are caused to any of the contractor’s vehicles /belongs/
equipments/machinery/materials/establishment etc. or any injury is caused to or death occurs of
any person employed by him in connection with the performance of this contract, due to
negligence of any person employed by him for otherwise, the corporation shall not be liable for
damages or compensation in respect thereof under the workmen’s compensation Act or
otherwise.

7.6 The contractor will be comply with all statutory requirements including but not limited to PF &
ESIC etc. for the personnel employed by him.

Page 17 of 35
8.0 CHANGES IN CONSTITUTION: -

8.1 Where the contractor is a partnership firm, a now partner shall not be introduced in the firm
except with the previous consent in writing of the corporation which may be granted only upon
furnishing of written undertaking by the partner to perform the contract and accept all liabilities
incurred by the firm under the contract period to the date of such undertaking.

8.2 On the death or retirement of any partner of the contractor, firm before complete execution and
performance of the contract, the corporation may its option, rescind the contract and in such
case contractor shall no claim whatsoever to corporation of any kind, consequential loss etc.
against the corporation.

8.3 Without prejudice to any of the rights or remedies under this contract, if the contractor is a
proprietorship concern and the proprietor dies during the subsistence of the contract, the
corporation shall have the option to terminate the contract without paying compensation of any
kind, consequential loss etc. to any claimant i.e. legal heirs and successors.

9.0 FORCE MAJOR CONDITIONS: -

9.1 If at any time during the continuance of the agreement/contract, if becomes impossible by
reasons of war, or war like operations, strikes, lock-outs riots, civil commotion, epidemical
sickness, pestilence, earthquake, fire, storm or floods, the contractor shall, during the
continuance of such contingencies not be bound to execute the contract during this period as per
agreement/contract time schedule. The work shall be resumed immediately the contingency (ies)
has/have ceased or otherwise determined and contractor’s obligations shall continue to be in
force for correspondingly extended period after the resumption of execution. The contractor
shall, however, inform the corporation by registered post about such acts at the beginning and
end of the above caused of delay within ten days of occurrence and cessation of such force
major conditions.

9.2 In the event of delay in performance of corporation work, if arising out of causes of force major,
the Corporation reserves the right to cancel the contract without any compensation, whatsoever
and/or any consequential loss etc.

9.3 Only events of force Majeure which affect the work at the time of is occurrence shall be taken in
to cognizance. The corporation shall not be liable to pay any extra costs or increased rates due to
delay(s) under force Majeure conditions. Only appropriate extension of time will be granted.

10.0 NOTICE: -

10.1 Any notice hereunder may be served on the contractor by registered post/mail at his last known
address. Proof of issue of any such notice at this address shall be conclusive proof of having
received the notice by the contractor.

11.0 DISPUTE UNDER THIS CONTRACT & ARBITRATION: -

11.1 In the event of any question/dispute, breach of or difference arising in respect of the meaning
and scope of terms & conditions herein or in connection with any matter under this agreement
(except for those matter which are to be decided as per provision made in these terms &
conditions), the same shall be referred to the sole arbitrator by an officer of the CCI Ltd., New
Delhi appointed by its CMD. There will be no objection if the arbitrator is an employee of the
corporation and he had at any time in discharge of his duties as an employee of the Corporation
Page 18 of 35
has expressed views on all or any of the matters in dispute or difference. In case the employee
of the Corporation who has been so appointed as Arbitrator ceases to be in the employment of
corporation because of his superannuation or otherwise in any manner, shall no longer remain as
an Arbitrator from that day and C&MD of the Corporation shall appoint another employee of
the Corporation as sole Arbitrator in his place who shall proceed in this matter from the stage
where the previous arbitrator had left the proceedings.

Except where the award is an arbitral award or agreed terms under Section 30 of the Arbitration
and conciliation Act, 1996, the Arbitrator shall give award with reasons in respect of each claim
dispute or a difference referred to him. The award of the Arbitrator shall be final and okay and
binding on the parties to this contract and persons claiming under them respectively.

11.2 Subject to aforesaid, the Arbitration and conciliation Act, 1996 and the rules made there under
and any statutory modifications thereof for the time being in force shall apply to the Arbitration
proceedings under this clause.

11.3 The work, under the contract shall be continued uninterrupted during the pendency of the
arbitration proceedings and no payment due from one to the other parties therein shall be
withheld on account of pendency of such proceedings unless such payment related to the matter
under Arbitration.

11.4 The venue of the Arbitration shall be New Delhi or such other place as the arbitral tribunal at
his discretion may determine.

12.0 JURISDICTION: -

12.1 It is hereby agreed by the parties hitherto that only courts at Diphu. Karbi Anglong shall have
the jurisdiction to decide or adjudicate upon nay disputes, which may arise out of or be in
connection with this agreement.

13.0 LAWS GOVERNING THE CONTRACT: -

13.1 This contract shall be governed by the laws of Union of India in force.

14.0 WAIVER TO IMPAIR THE RIGHTS OF THE CORPORATION: -

14.1 Any delay in exercising or omission to exercise any right, power or remedy acquiring to the
Corporation upon any delay/default under this contract shall not impair any such right, power or
remedy or shall be construed to be a waiver thereof or any acquiescence in such default nor
shall any action or inaction of the Corporation in respect of any such default or inaction any
acquiescence by it in any defaults affect or impair any right, power or remedy of the
corporation, in respect of any other default.

15.0 CONDITIONS GIVEN BY THE TENDERER: -

15.1 With, the acceptance of this contract with all its terms & conditions, the contractor waives all
and of their conditions.

16. 0 In the event of negotiations, only down ward revision of rates will be allowed. Any change in
techno- Commercial terms, as agreed earlier, will not be permitted at this stage. Hence, any
qualifying remarks in the price bid/revised/negotiated offer will not be entertained.

Page 19 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

Annexure-V
PART-III

Special Terms And Conditions for Dismantling,Fabrication,Erection and Painting of various


corroded/damaged steel structures of GCT, PH Fan ducts, outgoing and incoming ducts and
miscellaneous jobs These Special terms and conditions, if found contradictory to any conditions given
in Part-I&II terms and conditions, will prevail as per the conditions given therein:

ELIGIBILITY CRITERIA:

1. Average annual financial turn over during last three years ending 31st March of previous
financial year should be Rs. 5.78 Lakh.
2. Experience of having successfully completed similar works during last seven years ending last
day of month previous to the one in which applications are invited should be either of the
following:

a) Three similar completed works costing not less that Rs. 7.71 Lakh.
Or
b) Two similar completed works costing not less than Rs. 9.64 Lakh.
Or
c) One similar completed work costing not less than Rs. 15.42 Lakh

PRE BID MEETING

Pre bid meeting will be held at CCI Bokajan as per the schedule given in the tender. The exact Job
and other technical & commercial details will be finalized after discussions on the prebid meeting
based on the site visit of the parties. The interested party has to attend prebid meeting at venue and
date mentioned in NIT.

General Information of Plant


1) Bokajan Cement Factory is located at Bokajan Town, 15 Km away from Dimapur Town and
about 250 Km away from Guwahati (Assam). Bokajan is well connected by Bus & Train route
(on Guwahati- Dibrugarh Rail Line).
2) Bokajan Cement Factory is a 1.98 lakh MT cement plant one among the three operating units
of Cement Corporation of India Limited (A Government of India Enterprise).

1.0 Scope of work:

1) Total Work Duration: 20 Days from the date of Stoppage of plant..


2) Site Mobilisation: Period of 15 days for site mobilisation of successful bidder with tools and
tackles from the date of intimation of actual shutdown.

3) Fabrication job: Period of 20 days for carrying out the Fabrication jobs at our site before the
stoppage of plant and machinery
Page 20 of 35
4) Fabrication of parts shall be as per Drawing/sketch/site position provided by CCI wherever
required.
5) Around 40 MT steel dismantling, Fabrication, erection and painting is to be carried out.
6) All Tools and tackles viz Chain blocks,spanners, welding machines, Grinding machines, safety
belts will be on supplier scope.
7) The fabrication of required plates/ducts/pipes etc is to be started before shutdown minimum 20
days in advance.
8) Painting of the fabricated parts is also be on supplier scope. However paint, brushes etc will be
supplied by CCI free of cost.
9) All steel materials, welding electrodes, Industrial gas,Fasteners,Gaskets,Ropes,Rolling
machine,welding m/c power connection,power,light arrangement , and hardware’s etc shall be
supplied free of cost.
10) Scaffolding materials will be on supplier scope.
11) Work will be carried out round the clock.
12) Accommodation for 15 to 20 persons will be arranged free of cost at Company residential area.

Apart from the above work content the scope of work of the contractor shall also include the
following:

1) Transportation of material from the stores to site.


2) Collection, removal & stacking of scrap generated at scrap yard.
3) Dismantling of wooden frames/steel staging platforms and cleaning the area of such job/works
as would be carried out during erection.
4) General cleaning of the machinery premises of rejected materials or otherwise collected arising
out of the erection activity.
5) Rectification/modification as required after trial run of the equipment to the extent that such
defects are attributed due to faulty erection.
6) Scope of work specifies the major outlines of the jobs. The contractor shall do any minor
modification/rectification/adjustment as per the site requirement without any extra charges.
7) Transportation of all tools and tackles including chain blocks, welding machines and
accesories,scaffolding material,Grinding machines etc shall be on supplier scope.

General responsibilities of the contractor:


1) The contractor shall make his own arrangements for all the tools and tackles as may be
required for the proper and timely completion of the job.
2) The welding electrodes & DA / Oxygen gas required for job shall be provided by the
corporation.
3) The welding sets with cables, gas-cutting sets, pre heating ovens, Grinders with grinding
wheels etc.to be arranged by the contractor at his own cost.
4) The contractor should arrange for sufficient number of workmen to work round the clock. Any
special lighting required for working after sunset is to be arranged by the CCI.
5) The contractor should post one resident engineer/supervisor for supervision and for the
purpose of communication.
6) The contractor shall at all-time comply with the instruction of the corporation engineers in the
erection of the work in all its aspect in general, but with special reference to the work, accuracy
of working, care in handling the equipment.

2.0 PRICES:

2.1 The Bank Guarantee as mentioned under different columns (EMD, Security Deposit,
Performance Guarantee etc.) are to be submitted as per CCI formats from any Nationalized
Banks only of equal amount as per validity indicated in the relevant clause with claim period of
further 3 months.

Page 21 of 35
2.2 Prices are to be quoted on firm and F.O.R. destination basis including packing, forwarding,
insurance, transportation, Toll tax etc. but exclusive of GST which will be payable extra as per
actual as applicable at the time of scheduled delivery of machineries as per order or at the time
of actual dispatch of machineries, on submission of documentary evidence, whichever is lower.
No escalation during the period of contract/execution of the entire contract/extended period on
whatever reasons thereof will be allowed in prices. However, prevailing rate of all taxes and
duties may be declared in techno-commercial bid.

2.3 The price should be quoted strictly in our prescribed Price Bid Proforma only which is enclosed
with the tender, both in figures and words to avoid ambiguities. In case of any difference in
figures & words, the lower amount of the two will be taken into consideration.

2.4 Award of contract will be solely at the discretion of CCI.

3.0 PAYMENT TERMS:

3.0.1 Fabrication of steel structure: 50% after fabrication part +Taxes, 40% after erection & 10% after
warranty period.
3.0.2 Dismantling & Erection of steel structure : 90% after Dismantling & erection part +Taxes ,10%
after warranty period
3.0.3 Painting : 90% after Painting part and 10% after warranty period.

4.0 MODE OF PAYMENT :

4.0.1 Payment mode will be electronically i.e., through NEFT/RTGS.


4.0.2 Payment shall be released by RTGS / NEFT on receipt and acceptance of material/
equipment at CCI site or approval of running bills in case of erection and commissioning
charges

5.0 PENALTY/ L/D:

5.1 Any delay beyond the scheduled completion period of the project will attract penalty @ 0.5%
delay per fortnight of the total contract value subject to the maximum ceiling of 5% of the total
contract value.

5.2 The date of successful commissioning on the basis of certificate given by CCI will be treated as
the date of completion for the purpose of calculating penalty.

5.3 Recoveries for penalty in respect of Sl no 1,2,3,4,5 & 6 of price bid will be made from the final
bills. This excludes the balance 10% amount retained towards performance guarantee /
warranty.

6.0 SECURITY DEPOSIT (S.D.)

6.1 The successful tenderer shall have to furnish Security Deposit equivalent to 5% (Five percent)
of the total value of the contract by way of Demand Draft/Bank Guarantee (in CCI format
enclosed with the tender documents) in terms of clause 2.0 of Part-II of the tender towards
satisfactory performance of the contract within 15 days from the date of award of the work
order to our Bokajan unit.

6.2 This Security Deposit shall be refunded within 6 months from the date of satisfactory
completion of the commissioning and on the basis of certificates given by CCI.

Page 22 of 35
7.0 CONSIGNEE:

7.1 HOD (Mech) CCI Bokajan (Assam). However, the consignment note (C/N)/LR/RR shall be
endorsed by CCI in the name of tenderer’s representative posted at CCI Bokajan Unit to
facilitate receipt, transport and safe custody by him at CCI’ s site.

7.2 The successful tenderer should ensure that their site In charge would be available at Bokajan
Unit before the first lot of material reaches the unit, for ensuring the receipt of the material and
its safe unloading as well as custody etc.

8.0 PAYING AUTHORITY: HOD (FINANCE) BOKAJAN CEMENT FACTORY, BOKAJAN

9.0 INSPECTION:
.
9.1 The equipments/Fabrication shall also be inspected at works at regular intervals by the CCI
representative. However, complete supervision shall be on supplier scope.

9.2 Inspection shall, in no way, absolve the supplier of their responsibilities of workmanship, quality
and performance guarantee offered by them.

10.0 WARRANTY:

10.1 The tenderer shall guarantee for 3 months that all the Dismantling,fabrication and Erection job
shall be of first class workmanship and quality.

10.2 The tenderer shall warranty to replace, rectify or repair free of cost at our factory site, the
components or the parts of the erected machinery immediately from the date of successful
commissioning of the plant. If the tenderer is not complying with the above within a reasonable
time, the Corporation shall have the option to rectify, repair or replace the defective
parts/machinery after expiry of notice and at the risk and cost of the tenderer.

11.0 FREIGHT, INSURANCE AND HANDLING AT SITE:

The freight and insurance charges will be borne by the successful tenderer. The successful
tenderer will do all loading, unloading, transportation and storage at site. Suitable covered
space shall be provided by CCI for critical and other sensitive components free of charges.
Erection cum storage insurance shall also be included in the successful tender’s scope.

12.0 SITE VISIT:

The parties must visit the Site to know exact conditions, existing infrastructure facilities
available including workshop facilities, tools and tackles and any other details which the parties
wish to know for taking up the job and quote accordingly.

13.0 DELIVERY/COMPLETION SCHEDULE :


Start fabrication before 20 days of shutdown. The party shall complete the entire work within 20
days after the stoppage of plant.

14.0 WARRANTY
The party shall warranty for perfection of the works executed for 3 months and also to
rectify/repair free of cost at site case of any failure of the completed jobs immediately from
the date of start of Plant. In the event of contractor not complying with the above within a
reasonable time, the Corporation will have the option to rectify/repair or replace then defective

Page 23 of 35
parts component of the works after giving weeks’ notice to supplier and recover the cost from
the supplier.

15.0 OTHER TERMS AND CONDITIONS


1) The entry (in and out) of the contractor& workforce shall be regulated as per the instructions by
the contractor Personnel/Security Departments.
2) The payment of wages to the workmen engaged should be made in the Factory premises on
working days presence of CCI & authorized representative. The R.A. bills shall be forwarded
to Finance Department for payment only after due certification of payment of wages by CCI &
authorized representative.
3) The contractor shall maintain proper record under various Acts/Statutes in force and shall
produce the same for inspection when ever requited by CCI Statutory to do so.
4) While working, the contractor shall provide all safety equipments and take care of the safety
measures as per stipulations of Factories Act & Rules. In case of accident of contractor &
workmen, CCI is not liable to pay any compensation etc., on this account. In case of
emergency, the contractor & workers will be allowed OPD at our health centre treatment and
free cost of treatment shall be recovered from the contractor.
5) CCI will not be liable for any loss/damages to the contractor on account of no availability of any
fronts or services due to reasons beyond control of CCI.
6) The contractor shall at all times indemnify CCI against all claims for compensation under the
provisions of the Workmen Compensation Act, or any other law force by or in respect of any
workman employed by him.
7) CANTEEN FACLITIES : Contractor has to make his own arrangements for the same.
8) The contractor shall have to present himself or his Site Supervisors/Engineers during the entire
period of work, who will be responsible for the execution of work, and for receiving any
instructions from the Engineer in charge.
9) The quality of work should be as per relevant standards and to the entire satisfaction of
Engineer in charge of CCI.
10) Before settlement of final payment, the contractor has to. Deposit all the statutory records,
registers,all payment sheets, details of payment compensation, payment sheets towards the
full & final payment to the labor and any other records with CCI within 07 days of completion of
work.
11) Any action proposed to be taken by the contractor against the labor on account of and mis-
conduct/discipline or any other act will be initiated by the contractor and will be intimated to the
Management.
12) The contractor will ensure issue of employment cards to his workers, which is required to be
produced while entering the Factory at entry gate of CCI Bokajan. The contractor shall submit
the list of employees at the time of commencement of work and any change thereof be
intimated to the management.

Party shall quote their rates in price Bid format (Annexure-A) Item-wise. However, the entire
work will be awarded on overall L-1 basis.

Page 24 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

ANNEXURE-A

I declare that the following officers of the Corporation are related to me/no officer of the Corporation is
related to me: -

S No. Name of the Officer Post held Place of posting

Signature of Tenderer:

Name of the Signatory:

Designation :

Name of the Party :

Seal of the Company :

Place :
Date :

Page 25 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

ANNEXURE – ‘B’

PRESENT CONTRACT/ JOBS IN HAND EXECUTED & UNEXECUTED DURING LAST 3


YEARS INCLUDING CCI
=====================

----------------------------------------------------------------------------------------------------------------------
Sl. Name of client. Nature of Work. Tonnage. Appox. Value Date of stipulated
No. of contract completion.
(in lakh.)
----------------------------------------------------------------------------------------------------------------------
1. 2. 3. 4. 5. 6.
----------------------------------------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------------------

Note: - Please attach photocopy of the Contracts.

Signature of Tenderer:

Name of the Signatory:

Designation :

Name of the Party :

Seal of the Company :

Place :
Date :

Page 26 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965GOI004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

ANNEXURE – C

FORMAT FOR ADDL. INFORMATION TO BE FURNISHED BY THE TENDERER


(REFER PART – III – SPECIAL TERMS & CONDITIONS)
----------------------------------------------------------------------
1. Name of the firm :

2. Complete Postal address/Gram/Fax/Phone etc. :


a) Head Office/Corporate Office :
b) Factory. :
c) Other branches (incl. Delhi Office, if any.) :

3. Whether Public Sector/Private Sector/ :


Joint Sector etc.

4. Type of Organization : Proprietor/Partnership/Limited Any


other type.

A. In case of proprietorship/Partnership
-------------------------------------------
i) Name of the Proprietors/Partners :

ii) Whether business/Partnership is :


registered.

iii) Date of Commencement of business. :

iv) Status of Income-Tax assessment :


(Please attach copy of valid Income Tax
return certificate).

v) Name & Address of the Bankers :


(please attach reference letter from
your banker).

B. In case of Limited liability Company or :


Company Limited by guarantees
--------------------------------------
i) Amount of paid up capital :
Page 27 of 35
ii) Name of Directors :

iii) Date of Registration of Company :

iv) Copies of last three years audited :


balance sheets of company (including
Profit & Loss statement) to be enclosed.

v) Name & Address of the Bankers :


(Please attach reference letter from your
Banker)

5. Present Orders on hand (details to be :


furnished as per Annexure ‘C’) (Photocopies or
Orders/contracts to be attached).

6. Details of Foreign collection, if any (Please :


attach photocopies of collaboration agreement
if it is there).

7. Financial:
---------------
a) Investment of fixed assets of building, fitting :
fixures.

b) Investment on plant & machinery tools and :


dies etc.

8. Are you on the approved list with any of the :


following for transportation work.

- Any Public Sector Undertakings :

- Cement Plants :

- Other reputed agency (enclose photocopies of :


Registration Certificates).

9. LIST OF ENCLOSURES ATTACHED BY TENDERERS TO BE INDICATED


------------------------------------------------------------------------------------------------------

Enclosed Not Enclosed


----------- ----------------

a) Latest Income-Tax Return Certificate ---------------------- ------------------------

b) Partnership Deed, if applicable ---------------------- ------------------------

c) Copies of last three years audited Balance ---------------------- ------------------------


Sheets.

Page 28 of 35
d) Photocopies of Performance Reports from --------------------- ------------------------
the customers.

e) Details of present orders in hand --------------------- ------------------------


(as per Annexure).

f) Photocopies of foreign collaboration, --------------------- ------------------------


if applicable.

g) Reference from the Bankers indicating --------------------- ------------------------


Financial status of the Company

h) Copy of service tax Registration Certificate --------------------- -----------------------

It is hereby solemnly declared that the above information and the data furnished in the enclosed
annexure is true to the best of our knowledge.

Signature of Tenderer:

Name of the Signatory:

Designation :

Name of the Party :

Seal of the Company :

Place :
Date :

Page 29 of 35
Annexure: D

DECLARATION LETTER WHICH MUST BE UPLOADED ONLINE BY THE TENDERER DULY


FILLED IN, SIGNED AND STAMPED

Ref……………………. Date: …………..

We/I have gone through the Part – I (Instructions to tenderers), Part- II (General Terms &
Conditions), Part- III (Special Terms & Conditions) of NIT No., understand them completely
and accept in entirety. Our offer is in confirmation to all the terms and conditions of the tender
including all corrigendum/ addendum, if any. In the event of award of contract to us, the
complete tender documents shall be considered for constitution of contract agreement.

We also confirm that no tampering is done with original tender documents. We understand that
any tampering of tender documents will lead to rejection of our bid/ Action for disqualification in
participation of Tenders in CCI.

We/I hereby declare that We/I have not been debarred from tendering for contracts in any of
the departments of Govt./Semi Govt./Public Sector Undertaking and Local Bodies. We/I certify
that the information given by us/me in the tender documents is correct and if at any stage the
same is found to be incorrect, the contract will be liable to be terminated/rescinded and action
may be taken against us/me by the Corporation for damages. We are/I am duly
authorized/empowered to sign all the tender documents.
a) Name of the Tenderer…………………….
b) Full Postal Address: ……………………… ……………………… ……………………….
c)Telegraphic Address/Telex/Fax………………
d)Phone: Office………………Residence…………….
e) E-mail ………………………………………………

Yours faithfully,
(SIGNATURE OF THE TENDERER WITH SEAL)

WITNESS (NAME & ADDRESS)


1------------------------------- 2---------------------------------
------------------------------- --------------------------------
------------------------------- ----------------------------------

Page 30 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965PLC004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com

Annexure-VII
INTEGRITY PACT

Between
Cement Corporation of India Limited (CCI) hereinafter referred to as "The Principal", and
...…………………………………………. hereinafter referred to as "The Bidder/Contractor"
Preamble:
The Principal intends to award, under laid down organizational procedures, contract/s for
…………………………………... The Principal value full compliance with all relevant laws of
the land, rules, regulations, economic use of resources and of fairness/ transparency in its
relations with its Bidder(s) and/ or Contractor(s). In order to achieve these goals, the Principal
will appoint an Independent External Monitor (TEM), who will monitor the tender process and
the execution of the contract for compliance with the principles mentioned above. Section 1 –
Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
a) No employee of the Principal, personally or through family members, will in connection
with the tender for, or the execution of a contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally
entitled to.
b) The Principal will, during the tender process treat all Bidder(s) with equity and reason,
The Principal will in particular, before and during the tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential
additional information through which the Bidder(s) could obtain an advantage in relation
to the tender process or the contract execution.
c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard,
the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary
actions.

Section 2 - Commitments of the Bidder(s)/ contractor(s) :

(1) The Bidder(s)/ Contractor(s) commit himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in
the tender process and during the contract execution.
a)The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise
or give to any of the Principal's employees involved in the tender process or the execution of the
Page 31 of 35
contract or to any third person any material or other benefit which he/she is not legally entitled to,
in order to obtain in exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or any
other actions to restrict competitiveness or to introduce cartelization in the bidding process
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act;
further the Bidder(s)/ Contractor(s) will not use improperly; for purposes of competition or
personal gain, or pass on to others, any information or document provided by the Principal as
part of the business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the
Agents/representatives in India, if any. Similarly the Bidder(s)/Contractor(s) of Indian
Nationality shall furnish the name and address of the foreign principals, if any, Further details
as mentioned in the "Guidelines on Indian Agents of Foreign Suppliers' shall be disclosed by
the bidder(s) / Contractor(s). Further, as mentioned in the Guidelines all the payments made to
the Indian agent/representative have to be in 'Indian Rupees only.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract

(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be
an accessory to such offences.

Section 3- Disqualification from tender process and exclusion from future contracts:

(1) If the Bidders(s)/Contractor(s), before award or during execution has committed a transgression
through a violation of Section 2, above or in any other form such as to put his reliability or
credibility in question, the principal is entitled to disqualify the Bidder(s)/ Contractor(s) from
the tender process or to terminate the contract, if already signed for such reason.

(2) If the Bidder/Contractor has committed a serious transgression through a violation of sector-2
such as to put his reliability or credibility into question, the principal is entitled also to exclude
the Bidder/Contractor from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will be
determined by the circumstances of the case, in particular the number of transgressions, the
position of the transgressors with the company hierarchy of the Bidder and the amount of the
damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

(3) If the Bidder/Contractor can prove that he has restored/recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal may revoke the exclusion
prematurely.

(4) A transgression is considered to have occurred if in light of available evidence no reasonable


doubt is possible.
Section 4 - Compensation for Damages :

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover the damages equivalent
to Earnest Money Deposit/ Bid Security.

Page 32 of 35
(2) If the Principal has terminated the contract according to Section 3, or if the Principal MM
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages of the Contract value or the
amount equivalent to Performance Bank Guarantee.

Section 5 - Previous transgression: -

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any
other Company in any country conforming to the anti corruption approach or with any other
Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If, the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process.

Section 6- Equal treatment of all Bidders/Contractors/Sub-contractors:

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors the commitment
consistent with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders and Contractors.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or
violate its provisions.

Section 7- Criminal charges against violating Bidder(s)/Contactor(s)/Subcontractors:


If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor; or of
an employee or a representative or an associate of a Bidder, Contractor or Subcontractor
which constitutes corruption, or if the Principal has substantive suspicion in this regard, the
Principal will inform the same to the Chief Vigilance Officer.

Section 8 -Independent External Monitor/ Monitors:

(1) The Principal appoints competent and credible Independent External Monitor for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement,

(2) The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. He reports to the Chairman, CCI.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all tender documentation of the Principal including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and demonstration
of a valid interest, unrestricted and unconditional access to his project documentation. The
same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with
confidentiality.

(4) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or
take corrective action, or to take other relevant action. The monitor can in this regard submit
non-binding recommendations. Beyond this, the Monitor has no right to demand from the
parties that they act in a specific manner, refrain from action or tolerate action. However, the
independent External Monitor shall give an opportunity to the Bidder/ Contractor to present its
case before making its recommendations to the Principal.

Page 33 of 35
(5) The Monitor will submit a written report to the Chairman, CCI Ltd. within 8 to 10 weeks
from the date of reference or intimation to him by the Principal and, should the occasion arise,
submit proposals for correcting problematic situations.

(6) Monitor shall be entitled to compensation on the same terms as being extended to /provided
to Independent Directors on the CC1 Board.

(7) If the Monitor has reported to the Chairman CCI, a substantiated suspicion of an offence
under relevant IPC/PC Act, and the Chairman, CCI has not, within the reasonable time taken
visible action to proceed against such offence or reported it to the Chief Vigilance Officer,
the Monitor may also transmit this information directly to the Central Vigilance
Commissioner.

(8) The word 'Monitor/ would include both singular and plural.

(9) Independent External Monitor shall be required to maintain confidentially of the information
acquired and gathered during their tenure/role as independent Monitor. Any breach in this
regard would be subject to the legal judicial system of India,

(10) Independent External Monitor(s) shall be required to furnish an Undertaking and disclose
before taking any assignment that he/she has no interest in the matter or connected with the
party (Bidder/ Contractor) in any manner.

Section 9 — Pact duration:


This pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the contract and for all other bidders 6 months after the
contract has been awarded. If any claim is made/lodged during this time, the same shall be
binding and continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by Chairman of CCI.

Section 10 — Other provisions:-

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or
consortium members.

(4) Should one or several provisions of this agreement turnout to be invalid, the remainder of this
agreement remains valid. In this ease, the parties will strive to come to an agreement to their
original intentions.

(For and on behalf of the Principal) (For and on behalf of Bidder/ Contractor)

(Office Seal) (Office Seal)

Place _______________

Date _______________

Witness I
(Name & Address) : ____________________________
Witness II
(Name &Address) : ____________________________
Page 34 of 35
Cement Corporation of India Limited
(A Govt. of India Enterprise)
An ISO 9001:2008 Certified Company
CIN – U74899DL1965PLC004322
Bokajan Cement Factory – 782 490
Dist. Karbi Anglong :: Assam
Phone 03675 – 246106/246109, Fax No. 03675-246107
E-mail ID: ccibcfmech@gmail.com & bokajancement@gmail.com
Annexure-VIII

PRICE BID

Sub: Dismantling, Fabrication, Erection and Painting of various corroded/damaged steel structures of
GCT, PH Fan ducts, out going and incoming ducts and miscellaneous jobs.
Tender no:

Sl No Basic GST as Total (Rs)


rate/MT applicable
Description (Rs) Figure Words

1 Fabrication of steel
structure
2 Dismantling of Steel
Structure
(upto 20 mtr height)
3 Dismantling of Steel
Structure
(upto 40 mtr height)
4 Erection of steel
structure (upto 20 mtr
height)
5 Erection of steel
structure (upto 40 mtr
height)
6 Painting of Steel
structure
Total(1+2+3+4+5+6)

 The lowest Quoted (L1) rate shall be evaluated on the basis of total of Part – 1, 2,3,4,5 & 6
only.
 The prices are to be quoted as per clause. 3 of Part –III – Special terms and Conditions.
 Certified that the above rates have been given in accordance with the technical bid of the
tender.

(Signature)

With company’s stamp

Name and designation

Date :-
Page 35 of 35

You might also like