tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp · tender no: str/tr/2013-18/hc/ dtd...

88
TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP 1 RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT CENTRAL STORES DEPARTMENT TRANSPORT SECTION TENDER NO.STR/TR/2013-18/HC/ DT :08/03/2013 This document (Invitation to Tender) is downloaded by: M/s.______________________________________________ __________________________________________________ __________________________________________________ __________________________________________________ Tender Closing Date & Time : 08/04/2013 , 11:00 AM Tender Opening Date & Time : 08/04/2013 , 11:30 AM (To be filled in by the Tenderer while submitting his offer) EMD Particulars ______________________________________________________________ (FOR OFFICE USE DURING OPENING OF TENDERS) 1. EMD Particulars: DD/PO/BC No._________________ Rs. 37.50 Lakhs drawn on _____________________________________Bank Note to Tender Opening Officers: In case EMD for Rs. 37.50 Lakhs is not found in the 1 st Part the 2 nd Part shall not be opened. 2. Sl.No. of Tenderer : ______ out of ______ Tenderers 3. Covering Letter : Given / Not given 4. No. of Pages : _________________ Signature of Stores Executive Signature of Finance Executive

Upload: others

Post on 09-Aug-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

1

RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT CENTRAL STORES DEPARTMENT

TRANSPORT SECTION

TENDER NO.STR/TR/2013-18/HC/ DT :08/03/2013 This document (Invitation to Tender) is downloaded by: M/s.______________________________________________ __________________________________________________ __________________________________________________ __________________________________________________ Tender Closing Date & Time : 08/04/2013 , 11:00 AM Tender Opening Date & Time : 08/04/2013 , 11:30 AM (To be filled in by the Tenderer while submitting his offer) EMD Particulars ______________________________________________________________ (FOR OFFICE USE DURING OPENING OF TENDERS) 1. EMD Particulars: DD/PO/BC No._________________ Rs. 37.50 Lakhs drawn on _____________________________________Bank

Note to Tender Opening Officers: In case EMD for Rs. 37.50 Lakhs is not found in the 1st Part the 2nd Part shall not be opened.

2. Sl.No. of Tenderer : ______ out of ______ Tenderers 3. Covering Letter : Given / Not given 4. No. of Pages : _________________ Signature of Stores Executive Signature of Finance Executive

Page 2: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

2

INVITATION TO TENDER

CONSISTS OF THE

FOLLOWING DOCUMENTS

Sl. No.

Title Page nos

1 NOTICE INVITING TENDER 3 2 TENDER FOR HANDLING AND INTERNAL

TRANSPORTATION OF STORES MATERIALS 4-9

5 SCOPE OF WORK 10-21 6 SPECIAL TERMS & CONDITIONS OF CONTRACT 22-37 7 GENERAL CONDITIONS OF CONRACT 38-51 8 ANNEXURE- I COMPLIANCE OF STATUTORY

ENACTMENTS 52

9 ANNEXURE-II DECLARATION 53 10 ANNEXURE-III INFORMATION REGARDING EXPERIENCE 54 11 ANNEXURE-IV PROFORMA OF SOLVENCY CERTIFICATE 55 12 ANNEXURE-V PROFORMA OF BANK GUARANTEE FOR

EARNEST MONEY DEPOSIT 56-57

13 ANNEXURE-VI PROFORMA OF INTEGRITY PACT 58-63 14 ANNEXURE-VII BANK ACCOUNT DATA FORMAT FOR

NEFT MODE OF PAYMENT 64

15 ANNEXURE-VIII WORK DESCRIPTION, WORK TYPE, EXPECTED TONNAGE, APPLICABILITY OF DIESEL VARIATION CLAUSE, TIME REQUIRED TO PERFORM JOB, BLANK PRICE BID FORMAT ( SCHEDULE ‘A’ TO ‘ L ‘)

65-85

16 ANNEXURE-IX TOTAL CONTRACT VALUE 86 17 ANNEXURE-X ILLUSTRATION FOR FINALIZATION OF L-1

RATES

87-88

Page 3: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

3

RASHTRIYA ISPAT NIGAM LTD. VISAKHAPATNAM STEEL PLANT

VISAKHAPATNAM-530 031.

MATERIALS MANAGEMENT DIVISION CENTRAL STORES DEPARTMENT

TRANSPORT SECTION

NOTICE INVITING TENDER (NIT) Phone No.0891-2518412/2518491 FAX NO.0891-2518491 Sealed Tenders are invited by Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant from eligible Contractors subject to fulfillment of Pre-Qualifications stipulated in the Tender Documents for the following work (for Pre-Qualifications please refer VSP Web Site www.vizagsteel.com). NAME OF THE WORK: Handling and Internal Transportation of Stores Materials

within Visakhapatnam Steel Plant Site. Last date & Time of Receipt of Tenders: on 08/04/2013 Up to 11:00 AM Tender Opening date & Time : on 08/04/2013 at 11:30 AM CONTACT PERSON: Shri K VENUGOPAL, Asst.Gen.Mgr. (Stores-Transport) Tel.No.0891-2518412 and FAX No.0891- 2518491/email: [email protected] The details and tender documents can be downloaded from VSP website www.vizagsteel.com

GM (MM-Stores)

Page 4: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

4

TENDER FOR HANDLING AND INTERNAL TRANSPORTATION OF STORES MATERIALS WITHIN VISAKHAPATNAM STEEL PLANT SITE.

1.0 Preamble: Rashtriya Ispat Nigam Limited, Visakhapatnam Steel Plant, Visakhapatnam

Invites Tenders for Handling and Internal Transportation of Stores Materials within Visakhapatnam Steel Plant. The Approximate quantity to be handled is 5.9 Lakh Tons, 70,000 no. of cylinders, 500 no. of drums /barrels, 58,000 Mandays, 2,250 Trips etc,. per annum.

1.1 Tenders shall be submitted in two bids namely i) Techno Commercial bid and (ii) Price

bid. The tenders will also be opened in two stages. 1.2 The tenders should be submitted in two separately sealed covers appropriately super

scribed as i) Techno Commercial Bid (ii) Price bid. Both the sealed covers as above should be kept in another sealed cover and shall be super scribed as “TENDER FOR HANDLING AND INTERNAL TRANSPORTATION OF STORES MATERIAL – TENDER NO. STR/TR/2013-18/HC/ DT: 08/03/2013.

1.3 The tender containing both the bids should be submitted or should be

deposited personally in the tender box kept in the Office of the Manager (Stores) Transport Section, Central Stores Dept., Visakhapatnam Steel Plant, and Visakhapatnam on or before the 11:00 hrs on 08/04/2013.Tenders received after due date and time are liable for rejection. Tenders shall be opened at 11:30 hrs on 08/04/2013.

1.4 The tenderer shall sign each and every page of the tender documents in token of

acceptance to the terms & conditions contained therein. However, the signature on the tender schedules alone shall be deemed to be acceptance of all the schedule of rates, Invitation to Tender, Guidelines/Instructions for submission of Tender, Scope of Works, Special Terms and Conditions of the Contract, General Conditions of Contract, Integrity Pact etc., forming part of this Tender documents. No deviations are acceptable.

1.5 All entries in the tender documents shall be in one ink. In case of any difference in the

rates quoted in figures & words, rates as per words shall be taken for evaluation. 1.6 The tender and the rates quoted shall be deemed to remain valid for acceptance by

RINL/VSP for a period of four months from the date of reverse e- auction. 1.7 Any tender containing alterations or erasions are liable to be rejected unless attested

by the tenderer with his full signature. 1.8 Any tender containing false information/particulars shall be liable for rejection and

tenders found guilty of furnishing false information/particulars shall be debarred from any future dealings with Employer.

1.9 The tenderer is at liberty to be present or authorize his representative to be present for

the tender opening. 2.0 TECHNO COMMERCIAL BID : The Techno commercial bid shall strictly comply with

the following:

Page 5: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

5

2.1 This shall contain the Cheque / Demand Draft / Bank Guarantee (as per VSP’s format) from any scheduled commercial bank encashable at Visakhapatnam for Rs 37.50 lakhs towards Earnest Money Deposit.

2.2.0 The tenderer should have executed contracts of similar nature ie., Internal Material Handling Contract work in any operating plant valuing not less than Rs 125 lakhs during each of the preceding three financial years ie., (2009-10,2010-11,2011-12).

2.2.1 In any one of the preceding three years, the tenderers should have had a turnover of value not less than Rs 250 lakhs.

2.2.2 For the above purpose the relevant contract copies and a certificate from a practicing Chartered Accountant to the effect that the tenderer has executed in the preceding three years contracts for a value of Rs. 125 lakhs per year and has also had a turnover of Rs. 250 lakhs in any one year in the preceding three years pertaining to internal material handling contract work in a operating plant shall be submitted and the tenderer should be in a position to produce original documents in support of the same after opening of the Techno Commercial Bid, if he is successful.

2.2.3 In case of contracts from a private party it should be supported by copies of TDS certificates for the payment received.

2.3 Attested copy of Valid Labour License obtained from competent authority under the Contract Labour (Regulations Abolition) Act, 1970 shall be enclosed.

2.4 Attested copy of Provident Fund (PF) Certificate & ESI Registration valid for the current month of tender requisition shall be enclosed.

2.5 The tenderer should possess minimum 5 Articulated Trailers, 1 Mobile Crane and 2 Trucks. They should be in a position to mobilize sufficient number of various material handling equipments including forklifts and mini trucks etc., to meet the requirements of the sections in time. Also, whenever required, 9/10 Tons Trucks/ Low Bed Trailers are to be placed in Central Stores Dept. For the above purpose, Attested copies of the RC Books for at least five Articulated Trailers, two Mobile Cranes and two Trucks of 9/12 MT capacity should be furnished. Please note that the RC Books should be in the name of the Company/Proprietor/Partners or should have Lease Agreement valid for contract period.

2.6 The tenders not fulfilling the above pre-qualification criteria at point 2.1 to

2.5 shall not be considered and their tenders will be summarily rejected.

2.7 Engagement of labour is necessary in execution of the contract. The contractor must be conversant with all the legislation of the respective statutory acts and in the event of placement of order, they shall be complied with in true spirit. The contractor has to confirm in writing that all statutory obligations will be complied with as per the following format enclosed at Annexure-I.

2.8 Each tenderer, while submitting his offer shall submit a declaration as to whether he

has any relative within the meaning of Sec.6 read with Schedule IA of the Company Act, 1956, employed in any capacity with the Employer. In case he has any relative employed in any capacity with the Employer, the full name, particulars of

Page 6: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

6

position held under the company must be clearly indicated as per format enclosed at Annexure-II. In case the tenderer is awarded the contract, he shall inform the Employer if any of his relative, as defined above, joins the company at any time subsequent to the award and during the continuance of the Contract. If the offer is not accompanied by such declaration referred to above the same shall be treated as incomplete and will be liable for rejection. In the event of furnishing wrong declaration in this behalf by the tenderer whose offer happens to have been accepted by the Employer, the Employer reserves the right to rescind the contract forthwith as soon as the fact comes to light. The Contractor shall in such case, make good to the Employer any loss or damage resulting from such cancellation, in addition to forfeiture of EMD/Security Deposit.

2.9 The tenderer has to submit information regarding the contracts of similar type of work and magnitude handled by them during last three years as per format enclosed at Annexure-III.

2.10 The tenderer has to submit the Solvency Certificate obtained from a bank as per format

enclosed at Annexure-IV.

2.11 The techno commercial bid should not contain any indication of price. However a Blank format of the schedules (A to L) at Annexure-VIII without indicating prices shall be enclosed. Price bid of only such tenderers will be opened who have strictly complied with the conditions listed for the techno commercial bid.

2.12 After the scrutiny of the Techno Commercial Bid, price bid of the eligible tenderers will be opened in the presence of the attending tenderers. The date and time will be communicated in due course.

3.0 Price Bid: Price bid of only such tenderers will be opened who have strictly complied

with the conditions listed for the techno commercial bid. 3.1 Price bid shall contain the rates for all the items in the schedules A to L (126 items)

mentioned at Annexure-VIII. Any offer which does not contain the quoted prices for any of the items in the schedules will be liable for rejection without any further correspondence on this issue.

3.2 Any remarks or changes (other than the prices) made in the price bid are liable to be

ignored and shall not constitute part of the offer. 4.0 EVALUATION OF TENDER / NEGOTIATION / Letter of Intent:

a) The tenderer shall quote their rates in the schedules (A to L) mentioned at Annexure-VIII for individual items (in words and figures). In case of any discrepancy between rate quoted in figures and words, the rate quoted in words will prevail. In case the rate is not quoted for any one of the items mentioned in schedules (A to L) Annexure-VIII, such offer will be summarily rejected.

b) After the price bid of the eligible tenderers is opened, the estimated total value of the contract would be determined by multiplying the rates quoted for each item with the respective expected tonnage/expected man-days/expected no of trips/expected no of cylinders/expected no of barrels or drums/expected no of days or hours/expected cubic

Page 7: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

7

meters etc as indicated in the tender document price bid schedules “A-L”. The tenderer has to mention their total contract value per annum as per Annexure-IX.

c) In case of any error between total contract value quoted in the Schedules and sum of individual value of each item of schedules, the lower of either total contract value quoted or sum of individual value of each item would be considered .In case total contract value quoted is lower, the difference would be adjusted proportionately on each individual item of Schedules (A to L) mentioned at Annexure-VIII of price bid for arriving at the individual item rate.

d) In case of any error in arriving at the value of individual items mentioned at Annexure-VIII while multiplying the individual item rates with respective indicative quantities, the rate/value that is advantageous to the Company shall be considered.

e) RINL/VSP conducts reverse e-auction for finalizing the tender, in all the cases except

RST (Resultant single tender). In such case, all the technically qualified tenderers would be required to participate in the reverse e auction. Details of online bidding procedure and User manual etc shall be communicated to all the techno commercially qualified bidders at an appropriate time.

f) During the reverse e-auction process, the bidders shall bid their total contract value per

annum on online basis with minimum bid decrement value as decided by the Company.

g) After the reverse e-auction is conducted, the sealed price bids of all the technically qualified tenderers received along with the Techno Commercial offers, irrespective of whether they have participated in the Reverse E auction or not, shall be opened within a reasonable period.

h) A composite comparative statement shall be made considering Reverse e auction data

and sealed price bids data of all the technically qualified bidders, based on which the final L-1 contract value will be arrived.

i) Finalisation of Schedule item rates shall be as follows:

• In case the L-1 contract value is lower in Reverse E auction, then the corresponding manual sealed price bid item rates would be proportionately reduced to equal to the quoted value in the reverse e auction bid and considered for award of contract. In cases where the factor of proportionate reduction is more than two decimal places, the factor would be limited to two decimal places by rounding off to the next higher decimal.

• In case the L-1 contract value is lower in manual price bidding, the individual schedule item rates (mentioned at Annexure-VIII) quoted in the manual price bid shall be considered for award of contract to the tenderer. For illustrations please refer to Annexure-X.

j) A blank price bid format (provided at Annexure-VIII) duly signed by the tenderer shall

be submitted along with the Techno commercial Bid, as token of acceptance and familiarity to VSP’s tendering system as described in the NIT.

Page 8: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

8

4.1 However, in case on line bidding is not conducted, RINL will open the sealed price bid submitted by the bidder and process the tender as per the prevailing tendering procedures of RINL.

4.2 The Employer reserves the rights to negotiate as per the approved guidelines of the

company after opening of the tenders. Tenderer shall not increase his quoted rates in case the employer negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawal of the original offer and the rates originally quoted shall be binding on the tenderer.

4.3 VSP intends to have two contractors for executing the contract work. Contract shall be

awarded to second source L-2 onwards subject to matching of L-1 rates for all the items quoted by L-1 tenderer. The work will be allotted to both the contractors in each of the area on rotation basis. In case of failure of one contractor to execute the work as per contract provision, the same will be reallotted to other contractor.

4.4 Letter of Intent/ Acceptance of tender shall be issued thereafter. After the issue of

Letter of Intent (LOI)/ Acceptance of tender (A/T) , if any supporting document given by the party is found to be in-genuine, the party is liable to be debarred from participation in VSP tenders for a period of Five years. Failure to produce the original certificates at this stage in support of the attested copies of experience/qualification etc. submitted earlier would result in disqualification and forfeiture of EMD. The Contracting Agency in such cases shall make good to VSP any loss or damage resulting from such termination. Contracts in operation anywhere in VSP will also be terminated with attendant fall outs like forfeiture of EMD/Security Deposit, if any, and recovery of risk and cost charges etc. Decision of VSP Management will be final and binding.

5.0 NO CLAIM FOR COMPENSATION FOR SUBMISSION OF TENDER: The tenderer

shall not be entitled to claim any costs, charges, expenses of and incidental to or incurred by him through or in connection with the submission of Tenders.

6.0 CANVASSING: Canvassing in any form is strictly prohibited and the tender submitted

by the tenderer, who resorts to canvassing, will be liable for rejection. 7.0 INTEGRITY PACT: The Tenderer is required to unconditionally accept the Integrity

Pact placed at ANNEXURE-VI and shall submit the same duly signed along with the offer. Offer of the tenderer received without integrity pact duly signed, shall not be considered. The details of Nodal officer and Independent External Monitor(s) (EIMs) are as given below:

NODAL Officer: Shri S K Gupta, GM(MM)

Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant

Visakhapatnam- 530 031 Ph.No.0891-2518370:

Fax.No.0891-2518397

Independent External Monitor(s): 1) Shri P C Parakh, IAS (Retd.) 4A-1, Jaagruthi Residency, East Maredupally, Secunderabad- 500 026.

Page 9: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

9

2) Shri. V Velayutham

Flat no:4, Nalanda Appartments, D Block ,Vikaspuri, New Delhi-1100 018

8.0 QUERRIES/CLARIFICATIONS: All queries/clarifications/correspondence concerning this tender shall be referred by the tenderer directly to Asst. General Manager (Stores-Transport), Central Stores Dept., Visakhapatnam Steel Plant, Visakhapatnam-530 031.email id: [email protected]: Tel:0891-2518412.

8.1 The tenderers are required to quote their lowest prices after taking into account the

work involved, expected quantum of work indicated in the Bill of Quantities and the maintenance of labour force as required and comply with all the requirements.

9.0 The tenderers shall abide by all statutory requirements and safety regulations indicated

in this tender. 10.0 General: The different types of contract work are indicated in the schedules (A-L). 10.1 All tenderers are requested to take special note of the terms and conditions and

Confirm to the same strictly. 10.2 In case of dispute/contradictions between Special terms herein and General Conditions

of Contract, then the conditions in the Special terms contained herein shall prevail.

Page 10: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

10

SCOPE OF WORK

1.0 The scope of work includes Handling and Internal Transportation of Stores Materials within Visakhapatnam Steel Plant including expansion units.

1.1 The approximate total quantity to be handled is 5.9 Lakh Tons, 70,000 no. of

cylinders, 500 no. of drums /barrels, 58,000 Mandays, 2,250 Trips etc., per annum. However, item-wise expected tonnage to be handled per annum is indicated in the Schedules (A to L). The contract shall be for a period of 5 (five) years subject to review of performance at the end of every year.

2.0 The Contractor shall have to mobilise and deploy all his resources for completing

the material handling jobs as entrusted promptly from time to time. In case it is noticed that the Contractor is engaging any of his vehicles equipment etc., for uses other than those covered under the Contract while the handling jobs are pending for completion, the Stores Dept. reserves the right to restrain the Contractor from such deployment till the pending jobs on hand are completed.

2.1 The Contractor shall be responsible for all aspects of Handling i.e., Internal

Transportation, unloading, loading, stacking including necessary carrying, sorting, segregating, counting, measuring operations separately or as a combination of any of those operations, of all goods meant for Visakhapatnam Steel Plant such as Plant/Machinery/ Equipment, gases, Oxygen and Acetylene Cylinders, Iron and Steel materials, Cement, Coke, Coke Breeze, Ferro Alloys, all types of Pipes, Refractories, Lubricants, Spares, General consignments (including crushing of Coke Breeze) etc. at plant site or at plant units located in VSP township as per the instructions of the Employer or his authorised representative to undertake job contract for miscellaneous works awarded to him from time to time, supervising their work etc.

2.2 The Contractor shall receive instructions regarding the work from the Employer or

his authorized representative. Any decision on major issues or policy matters regarding handling will have to be approved by the Employer. The successful tenderer will have to maintain close liaison with the Employer and other Officers of the Plant and carry out the work entrusted to them with full sense of responsibility and to the best interest of the Employer.

2.3 The Contractor shall be responsible for performing all or any of the services

detailed in and arising out of the contract and directed from time to time by the Employer or his authorized representative round the clock, all seven days a week, throughout the period of this contract without any additional remuneration.

2.4 Time required to perform the job after giving job orders to contractor is indicated

elsewhere. However, in case of emergencies the contractor shall complete the jobs immediately.

3.0 The Contractors representatives shall be readily available near the stores round

the clock to receive the allotment/Work Orders and instructions as necessary from time to time. If required the contractor shall provide the work round the clock ie,. In A/B/C shifts. After 10 PM, the representative of Contractor should be available

Page 11: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

11

at a designated contact point in case of emergency. If the authorized representative of the Contractor concerned is not available and there are jobs for entrusting, the material handling jobs will be entrusted to other Contractor available and the work will be got executed in such other manner as the Stores Dept. deems fit at the Contractor's risk and cost.

3.1.1 The Contractor shall employ competent Supervisor/representative of adequate

education and experience so that counting/weighing/ nomenclature etc. of the items unloaded/handled is correctly reflected in the unloading completion reports.

3.1.2 Credential Certificate: The successful tenderer shall submit Credential Certificate

of the contract labour to be engaged by them. 3.1.3 It shall be the responsibility of the Contractor to collect daily information about

the arrival of incoming consignments from the Employer or his authorized representative or any other agencies including Railways. The Contractor shall make frequent enquiries to the agencies on hour to hour basis and find about the arrival of loaded transport vehicles; wagons etc., and intimate the same to the plant site. The Employer is not bound to provide the Contractor with any handling equipment for handling different types of materials for performance of work under the Contract. However, if any Crane/Forklift is provided by the Employer for any work, recovery will be affected at standard rates applicable for doing the operation with Employer's Crane/Forklift. It is the prerogative of the Employer to decide whether any operation is to be done with the Employer's Crane or otherwise.

3.1.4 The Trucks, Articulated Trailers and other Transport and handling equipment

utilized for the handling and internal transportation shall be duly registered, taxes paid regularly and maintained in sound condition with necessary permission to ply within the plant premises in accordance with Motor Vehicles Act or any other Act in force.

3.1.5 The Contractor shall not carry any materials belonging to other parties along with

Visakhapatnam Steel Plant's materials. 3.1.6 Any transshipment of materials from the lorries/trucks/trailers (loaded at the

loading points) is not permissible excepting in case of a breakdown en-route. All costs arising out of such transshipment will be to Contractor's account and the Contractor shall be responsible for any shortage or damage to the materials arising out of such transshipment. The Contractor shall inform the authorized representative of the Employer about such transshipment before the materials are unloaded at the destination.

3.1.7 The Contractor shall provide tarpaulins, ropes, dummies, packings, and clamps for

protection of buckets while transporting Ferro Alloys etc. for proper protection of consignments against rain, wind and jolting on the way and all losses resulting from carelessness on their part will be to the account of Contractor.

3.1.8 The Contractor shall carry and convey the materials with sufficient care and all

materials shall be considered to be in his possession and custody until such time the materials are carried to and received by an authorized representative of the Employer at the destination and a certificate stating that the materials have been delivered in good condition shall be obtained from such authorized representative

Page 12: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

12

on the challans. Payment will be made to the Contractor only for the Bills which

are supported by such Certificates/Certified Challans. 3.1.9 Any damages/losses/shortages that may be suffered or incurred by the Employer

on account of non-fulfillment of any or all of the obligations of the Contractor, shall be realised from the Contractor without prejudice to other rights and remedies. The decision of the Employer in respect of such damages, losses, charges costs or expenses shall be final and binding on the Contractor.

3.1.10 If a driver or any staff of the Contractor indulges in unauthorised movement of

materials or in any other activity which is punishable under law and is not authorised by the Employer, the Contractor will bear the full responsibility for the loss and other consequences, which may result to the Employer due to such illegal/unauthorised acts besides the action to terminate the Contract by the Employer.

3.1.11 In case of accident or injury or damage caused by the Contractor's vehicle or staff

to any property of Employer, the financial responsibility to compensate will be borne solely by the Contractor and this amount may, at the discretion of the Employer be recovered from the bills or Security Deposit or other deposits or other bills of the Contractor.

3.1.12 After unloading and stacking of the materials from the Trailers, the Contractor

shall put the paint mark, destination, its description, Contract No., Case No., Day Book No. etc.

3.2 UNLOADING OF WAGON CONSIGNMENTS: (SCHEDULE– F) The

Contractor shall keep a continuous watch regarding the receipt of wagons at the appropriate point indicated by the Employer or his authorized representative for unloading the consignments. For the purpose of unloading of Wagon consignments, wagons shall mean all types of Railway Wagons including special type of wagons.

3.2.1 The Contractor shall be responsible for all demurrage/wharfage, detention

charges and such other charges suffered by the Employer due to the Contractor's failure to unload and clear the wagons allotted to them for unloading and or stacking within the time allowed by railways. It is clearly understood that the Contractor is liable not only for the demurrage of the wagons allotted to them for unloading and stacking but also for the other wagons allotted to other Contractors that suffer demurrage due to the delay on the part of the Contractor in unloading and clearing the wagons allotted to him in time. In case more than one Contractor is responsible for the demurrage of the wagons, the Employer's decision as to what portion of the demurrage is to be borne by each Contractor shall be final and binding.

3.2.2 The Contractor cannot expect that the wagons will be placed exactly where they

want. Hand shunting, if required shall have to be done by the Contractor with the permission of Railway Authority to suit the convenience of the Contractor at their own expenses. During the process of unloading, it shall be ensured that fouling of Railway lines is not caused. In this respect all Railway Rules and other conditions for unloading of consignments and hand shunting of wagons must be

scrupulously observed.

Page 13: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

13

3.2.3 Any additional shunting of wagons done to suit the Contractor's convenience shall

be to the account of the Contractor. The time spent on shunting will not be deducted from the free time permissible. In case of unloaded wagons being detained due to the Contractor not unloading the point end wagon, the Contractor shall pay demurrage on all wagons thus detained.

3.2.4 As soon as the pilot reaches the Plant Siding the Contractor shall guide the pilot

and arrange placement of wagons at the appropriate point indicated by the Employer or his authorised representative for unloading the consignment.

3.2.5 Before unloading the wagons, the Contractor shall ensure that:

1) The contents in the wagon are consigned to Visakhapatnam Steel Plant; 2) The wagon seals are intact; 3) The goods in the wagons are correct as per the wagon labels and

documents; 4) The goods in the wagons have not been damaged/tampered with; 5) There are no leakages in case of Oils, Paints etc.

3.2.6 Whenever a consignment is received in a condition in which damage is obvious or pilferage is suspected, the Contractor shall contact the Employer or his authorised representative in order that open delivery of consignment can be demanded from Railway authorities.

3.2.7 Unloading shall be done as directed by the Employer or his authorised

representative and the consignment shall be handed over to the Employer or his authorised representative specifying full details of actual receipts.

3.2.8 The Contractor shall keep the track lines free from obstructions of the materials

unloaded by him to the extent of 1 metre on both sides of the track as per safety rules. He should also ensure that the packing materials like straw, waste paper, pallet strips etc. lying in the wagons or on both sides of the tracks are totally removed.

3.2.9 The Contractor shall employ adequate/appropriate tools, tackles, ropes, shackles,

tripods etc. and labourers so that unloading shall be done safely without damaging the materials handling equipment or any property belonging to Railways and the Employer. The Contractor shall arrange to collect the sweepings of the floors of the trailers, trucks, wagons, fill in empty gunny bags supplied by him at the agreed rates, stitch them, stack them in the space provided.

3.2.10 The Contractor shall be responsible for making good the damages or losses

sustained by Railways if such damages or losses are caused on account of the fault of the Contractor and if claims for the same are preferred by the Railways.

3.2.11 When the materials are received in open wagons covered by tarpaulin, the

Contractor shall ensure that the tarpaulins are folded and handed over to the representatives of the Employer/Railways as the case may be.

3.2.12 The Contractor shall follow the Rules and Regulations of Railways in force and shall also be responsible to close the doors of the wagons after unloading.

Page 14: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

14

3.2.13 During the period of Contract, new roads and tracks may be laid down and while the Contractor can take advantage of these no increase in rate will be accepted should there be any temporary obstruction/change.

3.2.14 The Contractor shall arrange to collect the sweepings from the godown every day,

fill them in gunny bags supplied by him at agreed rates, stitch them and stack the bags in the area provided.

3.2.15 After unloading the wagons, the Contractor shall arrange to put a paint

mark/identifying the lot indicating the description, wagon no., date of unloading, the quantity, Day Book No. etc..

3.3 UNLOADING OF CONSIGNMENTS FROM TRANSPORT VEHICLES

(SCHEDULE – A, B, C, F, H, I): The vehicle carrying the consignments shall be guided to the appropriate unloading point as indicated by the Employer or his authorised representative.

3.3.1 The Contractor shall be responsible for unloading the vehicles without

unnecessary detention. Normally it is expected that the Contractor shall complete the unloading of the vehicles within 2 hours of their arrival at the Employer's Stores.

3.3.2 The Contractor shall be responsible for incidental charges demanded by transport

carriers due to failure on his part in release of transport vehicles in time. He shall also be responsible for making good the damages or losses sustained by the transport carriers, if such damages or losses are caused on account of the fault of the Contractor and if claims for the same are preferred by the transport carriers. Detention charges, if claimed by the transporter, shall be deducted from the bills of the Contractor for the delay in unloading the trucks beyond 2 hours after allotment. Allotment slip shall be given to the Contractor with the Truck No., date and time.

3.4 STACKING: (SCHEDULE – A, B, C, D, E, F, H, I, J): The Contractor should

stack the materials as directed by the Employer and not to the convenience of the Contractor.

3.4.1 The stacking yard at the Stores or any other place allotted for the purpose shall

be conditioned by the Contractor as instructed by the Employer or his authorised representative at their own cost. The expenditure involved in conditioning the site including spreading the dunnage material is deemed to be included in the rate.

3.5 SHIFTING OF UNLOADED MATERIAL FROM WAGONS (SCHEDULE- F):

The unloaded material shall have to be shifted to the stack locations/stores area, as specified in the allotment order simultaneously, without dumping on the ground. In exceptional cases, if the materials are dumped along side the Railway track, such materials shall have to be shifted to the respective locations within 48 hours of unloading, failing which penalty not exceeding 10%

of the unloading charges will be levied. Repetition of such instances will be viewed as the inability of the Contractor concerned while evaluating his performance.

Page 15: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

15

3.5.1 The unloaded materials shall be carefully taken to the place of stacking. On no account the materials shall be stacked directly on to the ground. The Contractor shall make use of wooden pallets or steel sleepers as dunnage to be supplied free, by the Employer or his authorised representative and stack the materials over them size-wise, section-wise and quality-wise in an orderly manner as per the stacking plan issued or as instructed by the Employer or his authorised representative. The Contractor shall collect and carry the dunnage, lay them properly before stacking the materials.

3.5.2 The Contractor shall also handle the loose materials in accordance with the

requirements of the Employer or his authorised representative. Materials received in boxes, crates, bags shall be unpacked, sorted and stacked wherever required according to the instructions of the Employer.

3.5.3 For the purpose of easy identification and location of stacks, the Contractor shall

demarcate the stacks by providing painted boards indicating the quality and quantity of the materials in each stack, as desired by the Employer or his authorised representative. The Contractor shall observe the color scheme given by the Employer.

3.5.4 The Contractor shall employ only professional painters. Free hand-writing shall

not be permitted. Particulars shall always be clearly and legibly written as per the instructions of the Employer or his authorised representative.

3.5.5 If the stacking is not done as per the instructions of the Employer or his

authorised representative, no stacking/unloading charges will be paid for such consignments.

3.5.6 The stacking of unloaded materials shall be done within 24 hours of their

unloading. The Employer can however reduce/restrict the time limit of 24 hours to 4 hours in case of special items.

3.6 De-stacking the materials and taking them to the loading point or

another stacking point (SCHEDULE- A, C, I ) : The Contractor shall employ adequate/appropriate tools, tackles, ropes, shackles, chains, tripods etc. and labours so that de-stacking and transferring the materials to the loading point shall be done safely without damaging the floor, materials, transport vehicles etc.

3.6.1 Balance materials left in the original stack shall be stacked systematically and as

per the instructions of the representative of the Employer. 3.6.2 The Contractor shall arrange to collect the dunnage etc. used in making the

original stack and stack the same as per the instructions of the representative of the Employer for any future use.

3.6.3 Whenever the Contractor is entrusted with the packing job, the Contractor shall

ensure that the packing is road worthy and shall not break en-route. Any damage due to bad workmanship, in case, shall be to the Contractor's account.

3.7 LOADING OF CONSIGNMENT INTO TRANSPORT VEHICLES:

(SCHEDULE –A, B, C, D, E, F, H, I) : The vehicles, in which the consignments are to be loaded, shall be guided to the appropriate place by the Contractor as indicated by the Employer or his authorised representative.

Page 16: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

16

3.7.1 The Contractor cannot expect the transport vehicles to be placed exactly where

he wants. 3.7.2 The Contractor shall be responsible for loading the vehicles normally within 2

hours of placement of the vehicle without unnecessary detention. 3.7.3 The contractor shall employ adequate/appropriate tools, tackles, ropes, shackles,

chains, tripods etc. and laborers so that loading shall be done safely without damaging the materials, transport vehicles and the handling equipment.

3.7.4 The Contractor shall be responsible for making good the damages or losses

sustained by the vehicles if such damages or losses are caused on account of the fault of the Contractor and if claims for the same are made by the Transport Carriers.

3.7.5 Loading shall be done only in the presence of the representative of the Employer. 3.7.6 All possible care shall be taken to prevent damage to packages etc. by rough and

careless handling. 3.7.7 The Contractor shall load the packages carefully so as to avoid all possible

chances of damage to the materials during transit. The Contractor shall be responsible for all the losses due to mishandling of the materials.

3.7.8 Articles that are likely to tilt or upset in transit shall be firmly secured. 3.7.9 Heavy packages shall be loaded first and lighter packages placed on top of them. 3.7.10 Articles of Cast Iron or thin metal shall be carefully loaded so that they are not

damaged by heavy packages pressing against or falling upon them. 3.7.11 Hooks shall not be used in lifting bagged consignments. 3.8 SPECIAL CONDITIONS TO BE FOLLOWED FOR HANDLING NOT

WITHSTANDING CONDITIONS ALREADY MENTIONED EARLIER: The following shall be complied with in respect of items as indicated not withstanding conditions already mentioned earlier.

3.8.1.1 CEMENT: (SCHEDULE –A) : Stacking should be done as directed by Employer.

Allotment advices of wagons/trucks/trailers are to be collected from the Stores Office immediately on arrival of wagons/trucks/trailers. Non-collection of allotment letter would not absolve the Contractor from the responsibility of clearing the wagons/trucks/trailers within the free time. On no account Employer shall bear the demurrage charges for any delays in clearing the wagons by the Contractor within the free time allowed.

3.8.1.2 If the Contractor fails to collect the sweepings of cement from the

wagons/trucks/trailers, cost of the estimated sweepings as determined by Employer's representative shall be debited to the Contractor’s account and recovered from their running bills.

3.8.1.3 Cement bags from wagons/trucks/trailers, dumped at the door point for the

convenience of the Contractor, shall be shifted at the cost and risk of the

Page 17: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

17

Contractor. The Contractor is required to employ sufficient laborers daily for collecting the sweepings from the various godowns, refilling them into bags, stitch them and stack them at the places assigned for this as per the agreed rates.

3.8.2 REFRACTORIES received in loose condition: (SCHEDULE–C): No dumping

of refractories will be allowed. The cost of the refractories damaged due to mishandling by the Contractor will be recovered from his account.

3.8.2.1 The Contractor shall arrange for removal of the straw and other packing materials

used to cover the refractories before taking them to the stack point.

3.8.2.2 The packing materials/straw etc., used for the packing of refractories shall be carried and stored in places assigned by the Employer within a distance not exceeding 1 K.M. The laborers of the Contractor shall not be allowed to take away the packing materials.

3.8.2.3 The stacking of the refractories materials is to be arranged at a place within

maximum distance of 200 Mtrs. from the unloading point and outside a minimum distance of 2 Mtrs. away from the unloading point.

3.8.2.4 The refractories shall be stacked shape-wise, quality-wise, type-wise and A/T-

wise as advised by the Employer. 3.8.2.5 Under no conditions, the Contractor shall be allowed to unload and stack the

materials alongside railway track. 3.8.2.6 Stacking to be done in such a way as to match the bricks to avoid damages i.e.

stacking to tongue and grooves together etc. 3.8.2.7 The refractories should be stacked up to a height of 2.5 Mtrs. The contractor

should make his own arrangements to reach the stack height of 2.5 Mtrs. Or as directed by the Employer.

3.8.2.8 The Contractor should employ such laborers who can identify similar type of

bricks, size etc. 3.8.2.9 The Contractor should arrange for segregating and stacking of the damaged

bricks separately. 3.8.2.10 The Contractor should arrange to write the wagon number, date of unloading,

description of materials, A/T No., name of the Contractor in legible paint on 12" x 18" size, 3mm thick plywood board and place it on each stack.

3.8.3 Refractories received in boxes, pallets/Crates: (SCHEDULE- C): The

Contractor shall arrange for the required handling equipment, including slings, gears etc. along with forklifts/crane for unloading from wagons/trucks/trailers, stacking them three-tier height in the places assigned for the same.

3.8.4 Handling of Equipment: (SCHEDULE- B): The instructions given on caution

labels on the packages such as 'Handle with Care', 'This End Up' etc. shall be carefully followed.

3.8.4.1 No packages shall be placed on the top of the crates containing fragile goods.

Page 18: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

18

3.8.4.2 Materials shall not be 'dumped' on the nearest available space in an untidy

manner. 3.8.4.3 The heavy cases shall never be placed directly on the floor. Suitable blocks, rails

or scantling shall be used so that forks of lifting equipment can be inserted easily or slings can be fitted without any difficulty.

3.8.4.4 The heavy cases unloaded in the open air shall be covered with tarpaulins,

supplied by the Employer without any extra charges. They shall be properly secured so that no part of the package is exposed to rains.

3.8.4.5 In the case of materials which are likely to get damaged / deteriorate during rains

etc., the Contractor shall protect them with tarpaulins and take all precautions to see that the materials are not damaged. The tarpaulins will be made available to the Contractor by the Employer or his authorised representative.

3.8.4.6 Cement / Refractory materials or any items which would be spoiled by moisture

should not be unloaded / loaded during rains. No allowance towards demurrage, detention charges if any levied can be allotted against the duration of rain unless it is certified by the Employer or his authorised representative.

3.8.4.7 The Contractor shall exercise due diligence and care, take all precautions to

safeguard the materials coming into their care during the course of the business, utilize suitable handling equipment, engage and depute sufficient labour and supervisory staff at the required places of work.

3.8.4.8 The Contractor shall protect all existing plant, buildings, structures, installation,

equipment etc. against damage during the handling of material. 3.8.4.9 Any damages / losses that may be suffered or incurred by the Employer on

account of non-fulfillment of any or all the obligations of the Contractor, any delayed action and acts of commission or omission attributable to the Contractor or their employees resulting in demurrage, detention charges etc. shall be realised from the Contractor without prejudice to other rights and remedies. The decision of the Employer in respect of such damages, losses, charges, costs or

expenses shall be final and binding on the Contractor.

3.8.4.10 All materials, equipment issued by the Employer shall be suitably protected and carefully handled by the Contractor and shall be returned to the Employer or his authorised representative in proper/acceptable condition as directed by him at the Contractor's cost.

3.8.5 OXYGEN & ACETYLENE CYLINDER HANDLING: (SCHEDULE –D) 3.8.5.1 The work involves distribution of filled Oxygen and Acetylene Cylinders from Air

Separation and Acetylene Plants respectively to various shops inside Visakhapatnam Steel Plant and collect empty cylinders from the respective shops to return to Air Separation Plant and Acetylene Plant. The work should be executed following all safety and fire prevention regulations, statutes and procedures, in view of hazardous nature of materials.

Page 19: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

19

3.8.5.2 Proper accounting and record of cylinders (identifiable by specific cylinders Nos.) delivered and collected in each shop and plant is to be maintained by the Contractor. In case of discrepancy/loss of cylinders, the cost of such cylinders shall be recovered from the Contractor.

3.8.5.3 The Contractor should engage trained personnel for handling who have previous

experience in dealing with such materials. 3.8.5.4 No child under the age of eighteen years and no person who is in an intoxicated

stage shall be employed in loading, unloading or transport of any gas/cylinders either filled or empty. The person driving the vehicle should have a valid license.

3.8.5.5 No person shall smoke and no fire or no articles or substance of flammable nature or liable spontaneous ignition or to cause or communicate fire or explosion shall be allowed at any time in proximity to a place where any cylinders for gases is being filled, stored or handled.

3.8.5.6 No person in or near any place where cylinders containing gases are filled,

stored or handled shall have in his possession any matches, fuses or other appliances for producing ignition or explosion.

3.8.5.7 No person shall commit or attempt to commit any act which may tend to cause a

fire or explosion in or about any place where gas under pressure in a cylinder is stored, handled or transported.

3.8.5.8 Every person in charge of or engaged in the storage, handling and transport of

gas cylinder, shall at all time

i) Comply with the provisions of Gas Cylinder Rules 1981 or any amendment thereof.

ii) Observe all precautions for the prevention of accident by fire or explosion.

3.8.5.9 The lorry/ lorries to be engaged shall be in good running condition and shall be

fitted with suitable spark arrestor. 3.8.5.10 Cylinders of Oxygen and Acetylene either filled or empty, shall never be

transported, handled together. They should always be handled and transported separately.

3.8.5.11 Gas cylinder shall not be transported by a bicycle or any other two-wheeled

mechanically propelled vehicle. 3.8.5.12 While Transporting / Handling oxygen/acetylene/argon, proper care should be

taken keeping in view the nature / property of the gases.

3.9 TRANSPORTATION AND HANDLING OF COKE, COKE BREEZE AND FERRO ALLOYS : ( SCHEDULE- I) : The tenderer is advised to see the work place, the ground storage bins and the mechanisation of handling the Ferro Alloys/coke material at Ferro Alloy Stores and SMS before offering his quotation.

3.9.1 One Supervisor of the Contractor shall be available at Ferro Alloy Stores round the clock for taking work allotment from the Ferro Alloys Stores Personnel.

Page 20: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

20

3.9.2 The Contractor should have close liaison with the officials concerned at SMS and

Ferro Alloy Stores for carrying out the allotted work smoothly. 3.9.3 The Contractor shall maintain separate accounts for the consignments handled

by them under the contract and shall furnish to the Employer or his authorised representative statements or reports pertaining to the contract as and when required by him in the proforma prescribed by him.

3.9.4 The Contractor shall abide by all the instructions that may be given to them from

time to time by the Employer or his authorised representative. The Contractor shall always be bound to act with diligence and to use skill and to make compensation to the Employer in consequence of the neglect, want of skill or misconduct of themselves or their servants and agents.

3.9.5 The Employer shall have no liability to any stoppage caused in the work

resulting in the vehicles/equipment/labour of the Contractor being idle due to no fault of the Contractor or due to the breakdown of equipment supplied by the Employer or due to the flow of work not being continuous etc.

3.9.6 The Contractor shall be fully prepared to work simultaneously at different

locations in the plant site. 3.9.7 Any consignments, though not booked in the name of the Employer shall be

deemed to be automatically covered under the scope of work. 3.9.8 During the currency of the Contract, the Employer may from time to time

takeover certain wagons, truck loads for unloading, stacking etc., departmentally or by other agencies and such work shall be deemed to have been excluded from the operation of the Contract.

3.9.9 While transporting buckets containing Ferro Alloys the Contractor shall ensure that

the buckets are properly clamped to the body of the vehicle to prevent falling or tilting of the bucket due to shock or jolting of the vehicle.

3.10 TRANSPORTATION OF MATERIALS FROM STORES TO VARIOUS PLANT

UNITS OR VICE-VERSA ( SCHEDULE- K ): For details refer to the schedule –K placed in this tender.

3.11 MISCELLANEOUS UNLOADING AND HANDLING WORKS

(SCHEDULE–J): For details refer to the schedule –J placed in this tender. 3.12 SUPPLY OF LCVs/ TRUCKS FOR INTERNAL TRANSPORTATION

(SCHEDULE-L) : For details refer to the schedule –L placed in this tender.

3.13 JOB CONTRACT FOR DOING MISCELLANEOUS JOB AND UNEXPECTED

WORK (SCHEDULE- G) : For details refer to the schedule –G placed in this tender.

For exact details of the work, please refer to the Schedules-AtoL

Annexure-VIII placed in the tender.

Page 21: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

21

3.14 Allotment of work shall be the sole discretion of the Employer or his authorised

representative who shall decide from time to time.

3.15 In case of exigencies weighment of the materials is to be done at alternate weigh bridges within VSP as and when required, without any extra cost.

3.16 If handling materials at new locations other than mentioned in the tender, which are

more than 1 km away from the existing locations payment shall be done on prorata basis.

Page 22: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

22

SPECIAL TERMS & CONDITIONS OF CONTRACT 1.0 RATES: 1.1 The tenderer may inspect the sites of work and satisfy himself of the conditions of

sites, conditions of work and may collect any other information which he may require before submitting the tender. Claims and objections due to ignorance of conditions of sites will not be considered after submission of the tender.

1.2 Rates shall be quoted for the scope of work mentioned at Schedules (A to L). The

rates quoted shall be deemed to be inclusive of the cost of labour, adequate and appropriate tools, tackles, ropes, slings, tripods, transport equipment etc., and all other costs for discharging all the obligations under the contract. The schedule of rates shall not vary due to any reason whatsoever except on account of diesel cost and as per the rate variation Clause (2.0).

1.3 In quoting the rates, the tenderer is advised to take into account all factors

including any fluctuations in the market rates.

1.4 Rates for each item in the tender shall be quoted in Rupees and paise only. Tenderer shall quote in figures as well as in words in English the rates and amounts tendered by them. In case of any difference in the rates quoted in figures & words, rates as per words will be taken for evaluation.

1.5 The tenderer has to submit a deviation statement in case, any of the clause not

acceptable to the tenderer otherwise, it will be construed as all the conditions of the ITT acceptable to the tenderer. The deviations so mentioned will be taken into account for evaluation financially wherever applicable and will be ranked.

1.6 Tenderer should quote rates against the items in the tender schedule for the work

as fully described and contained therein. 2.0 RATE VARIATION: 2.1 VSP will compensate any increase in the minimum wages of Un-skilled/Semi-Skilled

workers for items in Schedule-'A-L' based on revision in Minimum Wages, if any, as per Central Govt. Gazette Notification. The tenderer may quote their rates based on the prevailing rates of minimum wages notified by Central Govt. as on tender opening date.

The rates quoted shall be firm during the contract period except in respect of items listed in Bill of Quantities which are specifically qualified as subject to variance depending upon variation in diesel price or variation in minimum wages. The rates quoted shall be revised as per the following formula.

The rates for various items under schedule “A to L” shall be revised with revision of minimum wages and HSD shall be as under:

Page 23: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

23

i) For item under schedule “G” the rates shall be revised as per the following formula:

W1=[W0 + (L1-L0)] Where, W1= Revised rate for job contract for doing miscellaneous jobs and unexpected works (Schedule-G). W0= Existing rate (Schedule-G) L1= latest minimum wage for un-skilled worker as notified by Central Govt. L0= Previous minimum wage for un-skilled worker as notified Central Govt.

ii) For items of work where engagement of trucks, trailers, cranes, machinery etc., are

involved i.e., the items of work which are listed as eligible for diesel price variation in the schedules “A to L”( except “G”) of the contract the revised rates shall be as under, considering the labour component as 10 %.

P1= P0 x [ 0.55 + (0.10 x X1/X0) + (0.35 x F1/F0) ]

Where, P1= Revised rate. P0= Existing rate. X1= latest minimum wage for semi-skilled worker as notified by Central Govt. X0= Previous minimum wage for semi-skilled worker as notified by Central Govt. F0= Last revised retail price of diesel at IOC dealers outlet at Visakhapatnam. F1= Next revised retail price of diesel at IOC dealers outlet at Visakhapatnam as on the last day of the calendar month. [ Increased/decreased diesel rates shall be applicable from 1st of the following calendar month from which the change in rate takes place.]

F1/ F0=1, if there is no revision in the retail price of diesel. X1/X0=1, if there is no revision in the rate of minimum wages for semi-skilled workers.

iii) For manual items Schedules “A to L”( except “G”) of the contract the revised rates

shall be as under, considering labour component as 100%.

P1= P0 x (L1/L0) Where,

P1= Revised rate. P0= Existing rate. L1= latest minimum wage for un-skilled worker as notified by Central Govt. L0= Previous minimum wage for un-skilled worker as notified by Central Govt. NOTE: 1) The contractor shall claim reimbursement for differential amount in line with

the above enclosing the certification of payment duly endorsed by the engineer incharge.

Page 24: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

24

2) As and when the central Minimum Wages/ fuel prices under go change, the revised rates for the various items shall be arrived as per the above formulae.

3) The above reimbursement shall only be given against the submission of a

certification by the contractor that he has paid the revised wages to all the labour, without any distinction, engaged against the contract for VSP’s work. The certificate should specify names of all the labour to whom the revised wage payment is made. This certification shall be scrutinized and rectified by the Engineer incharge.

4) It may be noted that if payment is not made to any of the engaged labour,

appropriate recoveries shall be made from the contractor’s bills. 5) In the light of the above provision for claiming escalation on the differential

wages, the contractor is advised to ensure that work is carried on smoothly without any dislocation.

3.0 TENURE OF THE CONTRACT: 3.1 The Contract period shall be for Five years. At the end of every year, the

performance of the contractor shall be reviewed and only if found satisfactory, the contract shall be further extended for the 2nd year, 3rd year, 4th year & 5th year.

4.0 EARNEST MONEY DEPOSIT: 4.1 The Bid must be accompanied by earnest money in the form of Cheque/DD/ Bank

Guarantee valuing Rs 37.50 Lakhs (Rupees Thirty Seven Lakhs Fifty Thousand only) from any Scheduled Commercial Bank encashable at Visakhapatnam. The earnest money shall be kept deposited and shall remain undischarged for such period as may be specified for keeping the tender open. The earnest money shall not earn any interest. If the tenderer after submitting his tender fails to accept the Work Order/Acceptance of Tender, the EMD shall be liable to be forfeited. Tenders not accompanied by EMD shall not be considered.

4.2 On acceptance of the tender, but not earlier than the expiry date of the period

for which the tender is kept open, the earnest money will be returned to the unsuccessful tenderers.

4.3 The EMD shall be kept in VSP’s possession till such time the contract is finalized. 5.0 SECURITY DEPOSIT: 5.1 On the tender being accepted by the Employer an agreement in receipt of the

Contract will be signed and executed by and between the Employer and the successful tenderer. The Contractor shall also be required to deposit within two weeks of acceptance of his tender, an amount equivalent to 5% of the Contract value for the whole contract period as Security Deposit with the Employer in the manner indicated in the Article 5 of the General Condition of Contract. Should the successful

Page 25: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

25

tenderer fail or refuse to duly sign the agreement or furnish the Security Deposit within the period fixed by the Employer, the EMD shall be forfeited without prejudice to his being liable for any further losses or damage, incurred as a consequence by the Employer. If Security Deposit in form of Bank Guarantee, the validity of the Bank Guarantee should be 6 months in addition to the contract period.

5.2 EMD amount shall be returned to the successful tenderer after finalization of the

contract and submission & verification of Security Deposit Bank Guarantee. 6.0 INSURANCE: 6.1 The successful tenderer shall provide all insurance as per Article 22 of the General

Conditions of Contract and submit the copies to VSP as indicated below:

a) Copy of the Registration Certificate issued by Employees State Insurance Corporation indicating their Employee’s State Insurance code number under Employee’s State insurance Act, 1948 covering all the workmen under the Employees State Insurance Scheme, which shall be the effective from the date of start of contract for the entire period of contract including extended period, /defect liability period, if any, as per the provisions of the Employees State Insurance Act, 1948, as amended from time to time. The contractor shall strictly implement all the provisions provided in the Act for all the covered workers engaged by him.

b) In case, the Employees’ State Insurance Act, 1948 is not applicable by any reason, the Workmen’s Compensation Act, 1923 is applicable for the workmen engaged by the Contractor for such employee engaged by the contractor. In such case the contractor is required to submit insurance policy under the Employee’s Compensation Act, 1923 before commencement of the contract.

c) The monthly remittances and half yearly returns are to be made on-line as per

the guidelines of ESI authorities, w.e.f April 2011.

d) Public Liablity Insurance Policy: Copy of the insurance policy for the third party insurance for Rs.50,000/-(Rupees Fifty thousand only). The agency shall update the said insurance policy from time to time as per RINL/VSP rules.

6.2 Group personal Accident Insurance (GPAI) Policy: The Contractor shall take

(GPAI) Policy covering an ex-gratia amount of Rs.5,00,000/- (Rupees Five Lakhs only)per head for deaths arising out of accidents on duty to the contract labour engaged by him. This insurance is in addition to statutory insurances under the provisions of Employees State Insurance Act, 1948 / employee’s Compensation Act, 1923, public liability Insurance Policy (Third party Insurance) or any other insurance taken by the contractor or any other agency to cover the workmen. The agency shall update the said insurance policy from time to time as per RINL/VSP rules.

6.3 The contractor shall be conversant with all the legislations of the respective statutory

acts and they shall comply fully. The same has to be confirmed in writing.

Page 26: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

26

7.0 TRANSIT RISK:

VSP shall not be responsible for any damage to vehicles/ persons. In view of the explosive nature of materials, the Contractor will have to take the insurance policy giving coverage against risk of damage to materials/persons of VSP. A copy of such Policy shall be handed over to VSP before starting of the execution of Contract. Notwithstanding above, VSP reserves the right to recover sums against any loss/damage due to negligence of Contractors personnel.

8.0 TERMS OF PAYMENT: 8.1 Subject to statutory and any deductions which the Employer may be entitled to make

under the contract, the contractor shall be entitled to payments generally as follows: 8.1.1 Payment will be made only for the completed item of work. Payment shall be made

by Electronic Fund Transfer (NEFT/RTGS MODE) by RINL, VSP Finance Department.

Successful tenderer shall submit details of bank account number etc., duly authenticated by bank executive in a standard format for this purpose, which is placed at Annexure-VII.

8.1.2 Payment for all completed items of work will be effected against the Contractor's

bill duly certified by the authorised representative of Employer. The Contractor shall obtain the work completion certification within three days of completion of work from the Officer of the Employer who has requisitioned the work.

8.1.3 The Contractor shall maintain proper account of the consignments collected,

transported and handled such as particulars of wagons, trucks, trailers etc. unloaded materials, labour provided etc., and the contractors shall make out appropriate documents in the proforma prescribed by the Employer within 24 hours of completing the work. All the copies of the documents shall be handed over to the authorised representative of the Employer who will retain sufficient copies with him and return the balance of the copies to the Contractor after making suitable endorsement.

8.1.4 The bills for the handling charges shall be prepared by the Contractor in triplicate in

approved format on the basis of accepted schedules of rates for the actual operations performed and in the manner prescribed by the Employer and submitted fortnightly along with the Certification by the Officer of the Employer who has requisitioned the work. The copies of the handling documents shall be submitted along with the bill. The bill shall be submitted by the contractor once in every 15 days for the completed works / jobs. All bills along with certification as aforesaid should be submitted to the Officer-In-charge of the respective Storehouse for processing for payment. Bills duly verified and certified by Stores will be sent to Finance and the same will be paid by Manager (F&A) within 30 days from the date of receipt of Bills in Central Stores Deptt. on priority basis subject to compliance of 8.1.8 . Submission of bills beyond two months would need proper justification by the contractor, which shall be duly endorsed by the Section -in-charges and these bills shall be processed for payment with the clearance of Section-in-charge of Transport Section.

Page 27: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

27

8.1.5 The weight for which payment shall be claimed should be based upon the weight certificate issued by any VSP Weigh Bridge situated at or near delivery point. Where such a course is not adoptable for any reason the following procedure shall be followed. For materials procured on sectional weight, bills shall be paid on sectional weight and in the case of materials procured on actual weight, bills will be paid on the basis of RR/LR weight. In respect of consignments taken possession after obtaining short certificate, the weight for which bills will be raised shall be the actual weight received. Wherever the actual weight is not available bills will be paid on the basis of theoretical/calculated weight. Bills shall accompany the proof of payment of P.F. In case of any default in complying with the provisions of Minimum Wages Act and P.F. Act the Employer has the right to disburse the wages to the labour and P.F. amount to the PF Authorities from the Bills of the Contractor.

8.1.6 No extra items other than those provided in the scope of work shall be done by the

Contractor unless authorised to do so in writing by the Employer or his authorised representative. The rates will be mutually greed upon or as derived from the accepted rates wherever possible on the basis of which payment will be effected.

8.1.7 Where the rate agreed is for more than one operation containing a combination of

operations and the Contractor did not carry out one or more than one operation the rate agreed shall be suitably reduced as per Company's Policy and the decision of the Employer shall be final and binding on the Contractor.

8.1.8 Bills shall accompany the proof of payment of PF and Minimum wages . In case of

any default in complying with the provisions of Minimum Wages Act and PF Act the Employer has the right to disburse the wages to the labour and PF amount to the PF authorities from the Bills of the Contractor.

9.0 PENALTY

9.1 The assigned work/job is expected to be completed within the same day of receipt of

the work order from various sections. However, in exceptional situations, the work may be completed within 2 working days ( 48 hours) of receipt of the work order issued from various sections. In case the work order is not executed within two working days of issue of the same, penalty will be levied @ 2% of the work order completion value (unloading/loading/transportation etc.,) per day till completion of the work order. In any case, the work order has to be executed within a maximum time of 7 working days from the date of issue of work order.

9.2 In case of failure to execute the work order altogether, it will be the sole discretion of

VSP to divert the work order to alternative agency or proceed with Risk Purchase and additional financial implications to be borne by the failed agencies.

9.3 The contractors representative shall collect the work order from the zones and

acknowledge the same. They shall invariably be present round the clock. After completion of the work, the contactors representative has to submit immediately the compliance report of the work order.

9.4 Refusal of acceptance of work order shall also attract penalty not exceeding 10% of

the work order. 9.5 In case of non-payment/delayed payment of wages to the worker by the

Contractor/agency, an amount equivalent to wages payable by the contractor

Page 28: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

28

applicable for the relevant period shall be recovered from the bills of the contractor as certified by the representative of RINL/VSP. In addition to the above, an amount of Rs 500/- (non-refundable) as penalty per each day/instance, from the due date will be recovered from RA bills or any other amounts payable to the contractor.

9.6 In case of non-compliance of any other provisions stipulated in terms and conditions

of the contract, a penalty of Rs 500/- to Rs1000/- shall be imposed per complaint/instance/case and non-refundable recovery of the same will be made from the RA bills or any other amounts payable to the contractor. Decision of the EIC in this regard shall be final and binding on the contractor. No claim whatsoever on this account will be entertained further.

9.7 In case the contractor becomes a continuous defaulter by not-complying with the

statutory/contractual terms repeatedly, stringent action will be taken against such contractor which may include termination of the contract.

10.0 TAXES: 10.1 The Contractor shall pay all taxes, duties, charges or levies which may be assessed,

imposed or levied upon any amount realised by him or his employees under Contract.

10.2 Income Tax, if leviable, shall be borne by the Contractor. The Contractor shall be

responsible to furnish Income Tax Declaration and file returns with respective Income Tax Authorities, as required under the Income Tax Act.

10.3 Any Income Tax which the Employer may be required by law to deduct, shall be

deducted at source and the same shall be paid to the tax authorities for the account of the Contractor and the Employer shall provide the Contractor tax deduction certificate.

10.4 Service Tax, if applicable, shall be reimbursed by the Employer on submission of bills. 11.0 PAYMENT OF MINIMUM WAGES: 11.1 Wages paid to the workmen by the Agency shall not be less than the rates notified by the

appropriate Government ( Presently Central Regional Labour Commissioner Government of India) published in the gazette/ as communicated to RINL/VSP from time to time. The living wages for contract labour are notified / revised twice in a year ie,. On 1st April and 1st October. Ad-hoc amount at the rate of Rs.11.54 ps. per working days per workman (Rs.300/- per month maximum). Wages with ad-hoc amount to the workmen should be paid on or before the 7th of the subsequent month. If 7th falls on a holiday or weekly off day, the payment should be made one day prior to that. Payment of Provident Fund for the month, both the employer’s (in this case-contractor/agency) and employee’s (in this case-workman employed by the contractor) contributions should be deposited in the bank in the permanent Provident Fund code numbers and challan obtained on or before the 15th of the subsequent month as per Employees’ Provident Fund & Miscellaneous Provisions Act, 1952 and forwarded to the Representative of RINL/VSP/Engineer.” Further, Payment of Employees’ State Insurance Fund for the month, both the employer’s (in this case-contractor/agency) and employee’s (in this case-workman employed by the contractor) contributions should be deposited in the bank in the permanent Employees State Insurance code number of the contractor and

Page 29: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

29

challan obtained on or before the 21st of the subsequent month as per the Employees’ State Insurance Act, 1948 and forwarded to the Representative of RINL/VSP/Engineer.”

The agency shall be responsible for payment of adequate wages not less than the

minimum wages prescribed by the appropriate statute, to his labour employed and shall also submit a certificate to RINL/VSP within a week after disbursement, details showing aquittance and wage period.

11.2 In case of failure of the contractor to comply with any of the above the following action will be taken by VSP.

LAPSE ACTION BY VSP 1. Payment of wages at

rates less than those notified under the minimum wages notification

An amount equivalent to the differential amount between wages to be paid under Minimum Wages Notification of the Govt. applicable for the period less actual wages paid shall be recovered from the bills as certified by the Employer.

2. Non-Payment of Wages

An amount equivalent to wages payable by the contractor applicable for the relevant period shall be recovered from the bills as certified by the Employer.

3. Non-payment of PF Recovery of PF amount and an amount equivalent to maximum penalty leviable by Regional Provident Fund Commissioner for the delayed period under the Provisions of EPF & MP Act and rules for delayed remittance of PF contributions (both the employee’s and employer’s contributions), shall be recovered from the bills of contractor as certified by Employer.

4. Delayed payment of PF

An amount equivalent to maximum penalty leviable by Regional Provident Fund Commissioner for the delayed period under the provisions of EPF and MP Act and rules for delayed remittance of PF contributions (both the employee’s and employer’s contributions), shall be recovered from the bills of the contractor as certified by Employer.

5 Non payment of ESI Recovery of ESI amount and an amount equivalent to maximum penality leviable by Employees` State Insurance Corporation Authorities for the delayed period under the provisions of Employees` State Insurance Act 1948 and rules for delayed remittence of Employees` State Insurance Contributions (both the employees` and employers` contributions), shall be recovered from the bills of the contractor as certified by Representative of RINL/VSP Stores/Engineer.

6 Delayed payment of ESI

An amount equivalent to maximum penality leviable by Employees` State Insurance Corporation Authorities for the delayed period under the provisions of Employees` State Insurance Act 1948 and Rules for delayed remittence of Employees` State Insurance Contributions (both the employees` and employers` contributions) shall be recovered from the bills of the contractor as certified by representative of RINL/VSP Stores/Engineer.

7 Non payment of adhoc amount

An amount equivalent to actual payable towards adhoc to the workmen engaged for relevant period shall be recovered from the bills as certified by representative of RINL/VSP Stores/Engineer.

Page 30: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

30

a) The recovered amount under clauses 1,2,3,4,5,6 & 7 will be refunded along with subsequent Running Account Bill/final bill on certification by as certified by Representative of RINL/VSP/Engineer that the contractor has since complied with the provisions of payment of wages, Provident Fund and Employees’ State Insurance contributions.

b) The Agency shall make regular and prompt payments of wages to the labourers

engaged in the work through cheque or by crediting to their bank account and in no case shall the payment be delayed more than 7 days, following the period for which the wages are due. If it is found that workers are not paid wages and others, if any, regularly, the contract is liable to be terminated.

c) The agency will be required to furnish to the RINL/VSP the following particulars

regarding the payments to be made by him to his workers, immediately after the commencement of the work in question;

a) Wage period b) Place of disbursement of wages c) Payment and date of disbursement of wages.

d) The above particulars are also to be displayed in the form of a notice at the work place

and copy of the same should be sent to the inspector under the Contract Labour (R&A) Act, 1970. All payments shall be made on working days at the work place and during working hours, as provided in the rules framed under the said Act.

e) The agency shall undertake and be responsible for providing canteen facilities for the

workers employed by him in compliance with Chapter V of the Contract Labour (Regulation & Abolition) Act, 1970 and also provide First Aid Box, equipment with contents, as prescribed under the Rules framed under the Contract Labour (R&A) Act, 1970, at every location where labour is employed by him.

12.0 PROVIDENT FUND: 12.1 As per the provision of Employee’s Provident Funds and Miscellaneous Provision Act,

1952 , the contractor (successful tenderer) shall submit a copy of their Provident Fund Registration Certificate issued by Provident Fund Organization, Government of India indicating their Provident Fund (P.F.) Code Number and a certificate from the Regional Provident Fund (RPF) authorities. In-case the same is not available they shall submit a letter of undertaking to submit the same before commencement of contract/ failing which the offer will be liable for rejection.

12.2 The contractor should deposit Employees Provident Fund Contribution (employee’s +

employer’s (in case of contractor) contributions) on or before 1th of the subsequent month of the wage period in their independent Employee’s Provident Fund Code number or in RINL/VSP Provident Fund Sub-Code number, if permitted as per the provision of Employee’s Provident Funds and Miscellaneous Provision Act, 1952 and thereafter amend from time to time, failing which payments due to them will be withheld.

12.3 The contractor shall arrange for payment of Provident Fund contributions along with

workers contributions with the Regional Provident Fund Commissioner, Visakhapatnam. The Contractor is also required to maintain Attendance and Wage Registers in respect of Contract Labour for inspection by Provident Fund Authorities.

Page 31: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

31

12.4 The Contractor is required to submit Annual Returns in Form 3A and 6A by 30th April for the preceding financial year before Provident Fund Authorities. A copy of the Annual Returns submitted to P.F. Authorities shall be submitted to VSP.

12.5 The contractor shall also submit the Provident Fund remittance copy of challans containing the work order number along with the list of workers with the contribution details to the representative of RINL/VSP and Zonal Personnel Executive every month. The monthly remittance and yearly returns are to be made on-line as per guidelines of P F authorities, w.e.f April 2012.

12.6 The Contractor is also required to abide by the rules and regulations as envisaged in the EPF & MP Act, 1952 and any amendments that are taking place in the Act shall also be binding on the contractor

13.0 LABOUR LICENCE: 13.1 The agency shall obtain necessary License from the competent authority under the

Contract Labour (Regulations Abolition) Act and department of Labour, Govt. of India or from the appropriate labour Deptt./ Govt. applicable from time to time. The agency should produce copy of such License before start of the work latest within 15 days from the date of award of contract. On his failing to do so, the contract shall automatically come to an end immediately on the expiry of such time limit and earnest money / security deposit shall stand forfeited”. The licence should be obtained for atleast 200 workers.

The contractor should also maintain the following set of registers as prescribed under

the Contract Labour (R&A) Act, as per rules of Deptt., of Labour, Govt. of India:

a) Muster Roll (Form-XVI) b) Register of Wages (Form-XVII) c) Register of Deduction for damage or loss (Form-XX) d) Register of Over Time (Form-XXIII) e) Register of Fines (Form-XXI) f) Register of Advances (Form-XXII) g) Wage Slips (Form-XIX) h) Register of Workmen Employed by contractor(Form-XIII) i) Employment Card/Muster Card (Form-XIV) j) Service Certificate (Form-XV)

13.1.1 Submission of labour Returns: The agency shall furnish to RINL/VSP a copy of

Half yearly returns in the Form XXIV prescribed under the Contract labour (R&A) Act 1970 and the rules framed there under by the appropriate Government. Further the agency shall furnish the details such as name and address of the contract, Period of the contract, nature of work, work order no and date, Department /Zone, Maximum no of workers employed, Number of days worked and no of Man-days worked for every calendar year to RINL/VSP at the end of the calendar year/ on completion of the work.

14.0 The contractor has to follow all the statutory provisions that are applicable to Contract

Labour and also to pay terminal (full and final) benefits i.e., notice pay, retrenchment compensation (Service Pay), un-availed Leave with Wages and Bonus. The impact of revision in wages, on final benefits i.e. Notice pay, Retrenchment compensation and un-availed leave with wages during the operation period of the contract should form

Page 32: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

32

part of escalation calculations, since the benefits are to be paid on prevailing rate of last month pay. The agency has to pay all the above payments and submit proof of such payments. Zonal Personnel Executive (Contract Labour Cell) shall give clearance on submission of required valid / correct and complete documents for such clearance. On producing such proof and clearance from the concerned Contract Labour Cell, the final bill of the contractor will be released, on 30th day from the date of submission of required valid / correct and complete documents in all respects.

14.1 Labour Rules:

In respect of all contract labour directly or indirectly employed in works, the agency shall comply with all legislations and rules of state and/or central Government or the local authority as the case may be including those governing the protection of health, sanitary arrangements, wages, welfare and safety applicable for the labour employed. The contract labour (Regulation Abolition )Act 1970 and rules framed there under by the appropriate Government, The minimum wages Act, 1948, payment of wages Act,1936, Employees Provident Funds and miscellaneous provision Act 1952, Employees State Insurance Act 1948/ Employees Compensation Act1923, Industrial Disputes ACT,1947, Child Labour (Prohibition and Regulation ACT,1986 and maternity benefit act,1961 and Andhra Pradesh labour Welfare Fund Act,1987 and other statutes and amendment thereof and other statutory obligation with regards to the fair wages, welfare amenities and safety measures, maintenance of registers etc. will be deemed to be a part of the contract.

15.0 NOTICE ON BEHALF OF THE EMPLOYER: 15.1 Notices and certificates on behalf of the Employer in connection with the contract

may be given by duly authorised representative of the Employer, whose name shall have been previously communicated in writing to the Contractor.

15.2 The Employer reserves the rights to issue addenda to the tender documents to

clarify, amend, modify, supplement or delete any of the conditions, clauses or items stated in the documents submitted with this Invitation to Tender. Each addendum issued will be distributed to each tenderer or his authorised representative and the addendum so issued shall form part of the original tender.

16.0 RIGHTS OF EMPLOYER: 16.1 The Employer reserves the right (i) of placing the contract simultaneously or any

time during the currency with one or more tenderer/and/or by negotiation appoint some other Contractor accordingly (ii) of appointing any other Agency for any service referred to in the contract to meet an emergency if the Employer or his authorised representative (whose decision shall be final) is satisfied that the Contractor is not in a position to render specific services within the period in which such services are required.

16.2 Any loss arising on account of engaging other contactors due to failure of the

contractor shall be recovered from the running bills or from the security deposit in case amount is not sufficient against running bills.

16.3 The Employer also retains full discretion to allocate work among other Contractors.

The quantum of work allocated to contractors from time to time would be completely at the discretion of the Employer.

Page 33: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

33

16.4 The mere mention of any item of work in this contract does not by itself, confer rights on the Contractor to demand that the work relating to all or any item thereof should necessarily or exclusively be entrusted to them.

16.5 It cannot be guaranteed that materials will arrive uniformly during the period of

the contract for the purpose of handling and transportation and the contractor shall be ready to work under such and/or any circumstance without claiming any extra charges for the same.

17.0 17.1 Reporting of accidents to the employer and other local authorities concerned pertains

to labour: The contractor shall be responsible for the safety of all employees and / or workmen employed or engaged by him on and in connection with the work and shall report to the employer and other local authorities concerned, all cases of serious accidents howsoever caused and wherever occurring on the works and shall make adequate arrangements for rendering immediately all possible aid to the victims of the accidents.

17.2 Damages to persons & property: The contractor shall (except if and so far as the

Contract otherwise provides) indemnify and keep indemnified the employer against all losses and claims for injuries or damages to any person or property whatsoever (including surface or other damages to land or trees or crops being on the site suffered by tenants or occupiers) which may arise out of or in consequence of the construction and maintenance of the works and against all claims, demands, proceedings damages, costs, charges and expenses whatsoever in respect thereof or in relation to, provided always that nothing herein contained shall be deemed to render the Contractor liable for or in respect of or to indemnify the employer against any compensation of damages for or with:

a) The permanent use or occupation or land by the works or any part thereof

(save in respect of damages to crops as aforesaid)

b) The right of the Employer to construct the works or any part thereof on over, under, in or through any land.

c) Interference whether temporary or permanent resulting in any right or-light,

air way or other assessment or quasi assessment which is the unavoidable result of the construction of the works in accordance with the contract.

d) Injuries or damages to person or property resulting from any act or neglect

done or committed during the currency of the contract by the Employer, his agents, servants-other contractors (not being employed by the contractor) or for in respect of any claim demands, proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto.

17.3 Observance by subcontractors: The contractor/agency shall also be responsible for

the observance of the aforesaid provisions by sub-contractors employed by him in the execution of the contract, if any. Such sub-contractors shall be authorised by the employer.

18.0 SAFETY REQUIREMENTS: 18.1 The Contractor shall at all times observe all necessary safety precautions during the

execution of work. All the employees of the Contractor must undergo Safety

Page 34: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

34

Induction Training Programme from VSP's Safety Engineering Deptt. before they are deployed for their jobs. They must also wear all the necessary safety appliances viz., safety shoes, helmets, hand gloves etc., while executing the job. The safety appliances will be provided by the Contractor to his employees at his own cost. It shall be the responsibility of the Contractor to ensure that all safety rules are followed by his employees. The bills of the Contractor will not be processed for payment unless a certificate from VSP's Safety Engg. Dept. to the effect that all his employees and workers employed by him have undergone the Safety Induction Training Programme is submitted. The Contractor shall ensure Safety Precautions in all operations of Material Handling and Transportation as prescribed by Safety Engineering Department of VSP .

18.2 In case the Contractor fails to issue Personal Protective Equipments (PPEs) to the

labourers engaged by the contractor, the PPEs will be issued by the Employer and the cost incurred will be recovered from the running bills of the Contractor.

18.3 If the work has to be carried out adjacent/very near to the existing switch yard or

electrical installation which are alive, the Contractor shall ensure suitable safety precaution in consultation with concerned authorities.

18.4 The contractor/ agency shall take adequate safety precautions to prevent accidents

at the site. The contractor shall also ensure that his employees observe the statutory safety rules and regulations and also those laid down by the employer from time to time and promptly submit report of accident and state the measures taken by him to prevent their recurrence and also keep the employer indemnified of all claims arising out of such incidents.

18.5 No workmen shall be engaged on the work without proper safety induction and

without using required Personal Protective Equipment. Use of safety helmet & shoes is must except in painting works where shoe will not be used.

18.6 All safety appliances required for safe working as decided by the safety Engineering

Department/ Contract operating Department of RINL/VSP shall be provided by the contractor to his workmen.

18.7 Clearance to start the job will be obtained by the contractor in form ‘A&B’ before the

start of the work. The forms may be obtained from the department concerned. 18.8 Works at height cannot be started without clearance from zonal safety officer. The

workers engaged for work at height shall possess height pass from safety engineering department. The name of the workmen at height or in hazardous area will be written on the body of form ‘B’.

18.9 Contravention of any safety regulation of VSP in vogue from time to time will result

into work stoppage, levying penalties and ultimately in contract termination. 18.10 The contractor must adhere to all the applicable statutory laws pertaining to safety,

health and environment. 18.11 The contractor shall ensure that there is no wastage of water at the work site. The

contractor shall also ensure that all the water tapping points are leak proof.

Page 35: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

35

18.12 All the motor vehicles of the contractor used for the transporting materials/machinery etc. should have valid pollution certificates and the same should be submitted at the time of obtaining gate passes. A copy of the same must be exhibited/pasted on the vehicle also.

18.13 The contractor must ensure that suppression measures in the work areas by sprinkling

of water etc, and also ensure that all his workers use dust mask while working in dusty areas.

18.14 The contractor must ensure proper house-keeping at site by keeping the work areas

free from unwanted material and grease, oil to avoid slips and fall. 18.15 The contractor must ensure that all the derbis generated during the work is

transported safely to dump yard such that there is no spillage of derbis on the road during transportation ( by covering with a plastic sheet/tarpaulin).

18.16 The Contractor shall at all times observe and abide by all security regulations

prevailing from time to time. 18.17 As per the rule, the maximum safe axle laden weight in respect of different vehicles

is as given below: Single axle (single sheet fitted) 3.0 Tones Single axle fitted with 2 tyres 6.0 Tones Single axle fitted with 4 tyres 10.2 Tones Tandem axle fitted with 8 tyres 19.0 Tones

The maximum safe laden weight shall not be more than sum total of maximum safe axle weight put together. The maximum gross weight of two axle conventional trucks shall be 16.2 tones.

No claim of any Contractor/truck operator will be entertained where there is no

documentary evidence that load in excess of prescribed limit has been carried per vehicle per trip.

19.0 LIABILITY OF CONTRACTOR REGARDING LOSS, DAMAGES ETC.: 19.1 If and when any expenses such as detention charges, demurrage charges which are

avoidable are incurred or losses to stores or losses of claims for compensation from carrier or Insurance Company or other authority are occasioned on account of their negligence or failure to exercise all care, diligence and economy, the employer can after giving the contractor an opportunity to explain at his discretion required the Contractor to reimburse the Employer with whole or any part of such expenses. If such reimbursement is not done immediately by the Contractor, the amounts which have been spent on account of the Contractor's negligence etc. shall be recovered from the pending bills of the Contractor. The assessment of losses and the amount to be reimbursed or recovered etc. as determined by the Employer shall be binding on the Contractor.

19.2 It shall be understood that simply because an amount/quantum of loss is under

dispute, it would not debar the Employer from recovering it from the pending bill of the Contractor. If later on, it is decided that it was not correctly recovered the amount will be refunded.

Page 36: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

36

19.3 In the event of delay in stacking, the contract rate for stacking shall be reduced by

10% per day or part thereof subject to a maximum of 50% and such reduced rate shall be the contract rate for the jobs thus delayed.

19.4 In the event of the loss of controlled materials, under his custody the Contractor shall

be liable to pay 100% extra over the invoice value. For other materials actual invoice value plus 50% will be charged. In case of damage, the amount will be decided by the Employer or his authorized representative which shall be final.

19.5 In the case damages to the Cast Iron Pipes, other than those covered by damage

certificate from the concerned Railway Authorities, the loss shall be recovered from the Contractor as specified below:

a) If the socket of the pipe is damaged, full cost of the pipe plus 50% shall be recovered.

b) If any other portion of the pipe is damaged, cutting charges and the 150% cost of the damaged/unserviceable portion of the pipe (cracked portion + 6" margin) shall be recovered. The cutout/damaged portion of the pipe for which cost is recovered shall be the property of the Contractor.

20.0 GENERAL:

20.1 Labour Deployment: Only trained, experienced, safety induct workers acceptable to the Representative of RINL/ VSP/Engineer shall be engaged on this work and work shall be executed as per the specification to the satisfaction of the Representative of RINL/VSP/Engineer.

20.2 Industrial Relations: The contractor shall ensure peaceful industrial relations environment in their respective work spot and take all precautionary, preventive and corrective measures for ensuring the same.

20.3 Age Limitation: The contractor shall not engage or continue to engage the contract

workers who have completed 60 years of age. Gate passes of such workers shall not be renewed. For this purpose, the contractor shall obtain age proof of the respective workers and maintain a record.

20.4 The tenderer shall be competent and authorized to submit tender and/or to enter into

a legally binding contract with the employer and shall be financially in a position to fulfill the contractual obligations.

20.5 A person signing the tender form or any documents forming part of the contract on

behalf of another shall be deemed to warrant that he has authority to bind such other and if it is discovered at any time that the person so signing had no authority to do so, the employer, without prejudice to other civil and criminal remedies cancel the contract and hold the signatory liable for all costs and damages.

21.0 PERIOD OF VALIDITY OF TENDER:

The tender and the rates quoted shall be deemed to remain valid for acceptance by RINL/VSP for a period of four months from the date of e-auctions.

Page 37: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

37

21.0 JURISDICTION:

22.1 The Courts at Visakhapatnam shall only have jurisdiction for adjudication of all

questions/claims/disputes/differences of any kind whatsoever arising under or in connection with the terms and conditions of any general/special conditions of the Contract.

Page 38: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

38

VISAKHAPATNAM STEEL PLANT

VISAKHAPATNAM GENERAL CONDITIONS OF CONTRACT

1.00 DEFINITION:

The following terms or expressions, as used in these "GENERAL CONDITIONS OF CONTRACT" and in the appertaining Invitation to Tender and Tender Schedules, shall have the meaning hereunder:

1.01 "Employer" shall mean Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant,

incorporated under the Companies Act, 1956, with their registered Office at Administrative Building, Visakhapatnam Steel Plant, Visakhapatnam-530 031 and having their Visakhapatnam Steel Plant at Visakhapatnam and shall include their successors and assigns.

1.02 "Project" shall mean the project or scheme in respect of the Employer's -

Visakhapatnam Steel Plant. 1.03 "Site" shall mean the place or places envisaged by the Employer at which the

services are to be performed under the Contract.

1.04 "Tenderer" shall mean the person, firm or corporation submitting a tender against the Invitation to Tender and shall includes his/its/their heirs, executors, administrators legal representatives, successors and assigns.

1.05 "Contractor" shall mean the tenderer whose tender has been accepted and shall include his/its/their heirs, executors, administrators, legal representatives, successors and assigns approved by the Employer.

1.06 "Approved" shall mean approved in writing including subsequent written

confirmation of previous verbal approval and ~Approval~ shall mean approval in writing including as aforesaid.

1.07 "The Contract" shall mean the Invitation to Tender, General Conditions of Contract,

Rates and amount accepted against the items of the Tender Schedule together with all correspondence entered into between the Tender prior to the issue of the Letter of Intent awarding the work, the contract agreement/Work Order and any other documents specifically indicated therein.

1.08 "Invitation to Tender" shall mean and/or include inquiry for the performance of service or services in connection with the plant or for the planned extension or expansion thereof.

1.09 "Contract Sum" shall mean the sum named in the Tender subject to such additions

thereto or deductions there from as may be made under the provisions of the Contract.

1.10 "Dimensions" shall mean the extent of a line, area and volume. They are to be

based on the metric system i.e., for length measurement in KM: 1 KM .... 1000 m 1 m .... 100 cm

Page 39: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

39

1 d cm .... 10 cm 1 cm .... 10 mm For surface measurement in sq.m. For volume measurement in cu.m. 1.11 "Weight" shall mean the calculation of a load. It is to be stated in Metric Tons(1 Metric

Ton = 1000Kgs)and/or in Kgs. (1 kg=1000 grms.) One tonne shall mean 1000 Kgs. by weight.

1.12 "Time" shall be reckoned by months, days and hours, the period of a month being

equivalent to the calendar month according to the Gregorian Calendar. 1.13 "Supervision" shall mean the successive control and directions given by the

Employer or his representative in relation to contract work.

1.14 "The Inspector" shall mean any person or agency nominated by or on behalf of the Employer to inspect material or work under the contract or his duly authorised agent.

1.15 "In writing" or "Written" shall mean and include writing, typing, printing and

lithography and any other mode or modes of representing or reproducing words in a visible form.

1.16 "Notice in writing" or Written Notice" shall mean a notice in written, typed or printed

characters sent (unless delivered personally or otherwise proved to have been received) by registered post to the last known private or business address or registered office of the addressee and shall be deemed to have been received when in the ordinary course of post it would have been delivered.

1.17 "Letter of Intent" shall mean an intimation by a letter to Tenderer that the tender has

been accepted in accordance with the provisions contained in the letter. 1.18 Words importing persons shall include firms, companies, Corporations, Associations

or body of individuals whether incorporated or not. Words importing masculine gender or singular number shall also include the feminine gender and plural number and vice versa where the contract so requires or permits.

2.00 LANGUAGE: 2.01 The contract agreement and all correspondence between the Employer and the

Contractor shall be English Language. 3.0 HEADING AND NOTES: 3.01 The headings and notes in these General conditions are solely for the purpose of

facilitating reference and shall not be deemed to be part thereof or be taken into consideration in the interpretation or construction thereof or of the contract.

4.00 SIGNING OF THE AGREEMENT: On the tender being accepted by the Employer an agreement in respect of the

contract will be signed and executed by the Employer and the successful tenderer.

Page 40: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

40

All costs, charges and expenses of and incidental to the execution of the said agreement shall be borne by the Contractor.

5.00 SECURITY DEPOSIT: 5.01 The successful tenderer shall be required to deposit within two weeks of the

acceptance of his tender, security deposit in favour of the Employer in one of the following forms:

5.1.2 Demand draft of the State Bank of India or from any other schedule bank payable at

Visakhapatnam. 5.1.3 Bank guarantee from the State Bank of India or from any other Indian Scheduled

Bank or any other established Bank, encashable at Visakhapatnam and acceptable to the employer and in the proforma given by Employer at appropriate time.

5.02 The Security Deposit shall be for the due and faithful performance of the contract and

shall remain binding notwithstanding such variations, alterations or extensions of time as may be made, given, conceded or agreed to between the Contractor and the Employer under these General Conditions or otherwise.

5.03 The Security Deposit furnished by the tenderer will be subject to the terms and

conditions of the contract finally concluded between the parties and Employer will not be liable for payment of any interest on the security deposit or any depreciation thereof, any loss resulting on account of failure of the bank.

5.04 The Security Deposit shall be refunded/bank guarantee released on application by

the contractor after the expiry of the contract period and after he has discharged all his obligations under the contract and produced a certificate from the Employer certifying due completion of the work and submitted a "No Demand Certificate".

5.05 Should the extent or object of the contract be altered during the execution of the

contract in such a way as to effect an increase or reduction of the contract sum by more than 10% then the security deposit shall be increased or reduced accordingly.

6.00 RESPONSIBILITY FOR PERFORMANCE OF CONTRACT: 6.01 General: 6.1.1 The contractor is to be entirely responsible for the due performance of the contract

in all respects. 6.02 Sub-letting of contract: 6.2.1 The contractor shall not sub-let, transfer or assign the contract or any part thereof

without the written permission of the Employer. In the event of the contractor contravening this condition, the Employer shall be entitled to place to contract elsewhere on the contractor's account and at his risk and cost and the contractor shall be liable for any loss or damage which the Employer may sustain in consequence or arising out of such replacing of the contract.

Page 41: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

41

6.03 COOPERATION WITH OTHER CONTRACTORS: 6.3.1 The Contractor shall cooperate with the Employer's other contractors and freely

exchange all information with them for the efficient and satisfactory performance of the work. No remuneration shall be claimed from the Employer for such cooperation. If any of the contractor's work depends for proper execution or results upon the works of any other Contractor, the Contractor shall keep a watch and inform the Employer of any problems in time.

6.04 RESPONSIBILITY FOR COMPLETENESS: 6.4.1 The Contractor shall be deemed to have carefully examined and to have knowledge of

the general and other conditions, schedule etc. forming part of the contract and also to have satisfied himself as to the nature and character of the work to be executed and where necessary of the site conditions and other relevant matters and details. Any information thus had or otherwise obtained from the Employer shall not in any way relieve the Contractor from his responsibility for executing the work in terms of the contract including all details and incidental works not specifically mentioned in the contract but necessary for ensuring satisfactory completion of work as per the contract.

6.4.2 If he shall have any doubt as to the meaning of any portion of the contract, he shall

before signing it send forth the particulars thereof and submit them to the Employer in writing in order that doubt may be removed.

7.00 ASSIGNING OF CLAIMS AND INTEREST IN THE CONTRACT: 7.01 The Contractor shall not assign his claim or interest in the contract without the

written permission of the Employer

8.0 ACCESS TO SITE: 8.01 Subject to Article 8.3 access to the site shall be afforded to the contractor by the

Employer in reasonable time to start the contract work.

8.02 In the execution of work no person other than the contractors, permitted sub-contractor and his or their Employee shall be allowed on the site except with the written permission of the Employer.

8.03 The access to the site referred to in Article 8.1 above shall not be exclusive to the Contractor but only such as shall enable him to execute the work. The Contractor shall afford to the Employer and to the other Contractors, whose names shall have been previously communicated in writing to the Contractor by the Employer, reasonable facilities for the execution of the work concurrently with his own.

9.0 OBLIGATIONS OF THE CONTRACTOR: 9.1 Unless otherwise agreed upon, the responsibilities of the Contractor shall include, but

not limited to providing at his own cost, the following work and services. 9.1.1 Ensuring coordinated handling of incoming equipment and materials so as to ensure

that these will be available to the Employer in the order in which they will be required.

Page 42: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

42

9.1.2 Unless otherwise provided in the contract, providing all equipment, tools lifting tackles instruments and appliances required for the work. These shall be subject to inspection and passing by the Employer or his authorised representative. All rejected materials etc. shall be removed from the site by the Contractor shall be replaced by new materials in equivalent quantities.

9.1.3 Providing watch and ward to ensure security and safety of materials under the Contractor's custody.

9.1.4 Providing necessary supervisory personnel, staff, skilled and unskilled labour. The

Contractor shall employ only competent personnel fully experienced and capable of performing the duties assigned to them. The Contractor shall ensure that when local laws require, the concerned employees shall obtain and hold certificates of competency for their work from the Competent Authority. If the Contractor uses his own cranes and transport equipment, these must be manned by skilled operators. The Contractor shall take all safety precautions during work and ensure that his personnel use safety shoes, safety belts, gloves, helmets, masks etc., as are necessary for their safety. The Contractor shall, on demand by the Employer for adequate reasons, discharge any personnel not acceptable to the Employer and engage fresh labour in replacement.

9.1.5 Complying with instructions of the Employer in the interest of satisfactory progress and completion of the general work according to the schedule.

9.1.6 Making all arrangements to ensure that other work is not impeded of workmen not endangered.

9.1.7 Affording the Employer access at any time to the site, giving any information

desired by him about the progress of work and affording him all facilities for inspection provided under the contract work in such form as may be called for by the Employer.

9.2 CONTRACTOR'S REPRESENTATIVES: 9.2.1 In order to carry out his responsibilities under Article 9.1 the Contractor shall employ

competent representative/whose names shall previously have been communicated in writing by the Contractor to the Employer to superintend the work. The said representatives shall be present at site during working hours and any written instructions that the Employer or his authorised representatives may give to the said representatives of the Contractor shall be deemed to have been given to the Contractor.

9.2.2 The Contractor shall ensure that each individual of the Contractor's personnel at

site shall cooperate with the Employer and submitting reports as to the progress of contract all other agencies engage in the work to avoid difficulties in carrying out the work. Failure to extend such cooperation or misconduct or incompetence or negligence shall be sufficient cause for removal of such individual by the Contractor forthwith upon request by the Employer. In such cases, the Contractor shall provide immediately competent personnel to replace such individual at the contractor's own cost. In case of disagreement as to the cause of such removal the decision of the Employer shall be final.

Page 43: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

43

9.2.3 The Contractor's representative shall be made available for such periods as the Employer may require and they shall work at all reasonable times as may be necessary to complete the work within the period specified in the Contract.

During the execution of the work, no personnel other than the Contractor or his duly appointed representatives, sub-Contractors and workmen, shall be allowed to do work at site except by the special permission in writing of the Employer or his authorised representatives. The Contractor shall not object to the execution of the work by other agencies and shall afford them every facility for the execution of their several works simultaneously with his own. The work so far as it is carried out in the Employer's premises, shall be carried out at such times as the Employer may approve and so as not to interfere unnecessarily with the conduct of the Employer's business. The Employer shall give the contractor all reasonable facilities for carrying out his work. The Contractor shall be liable for such accidents as may be due to the negligence on his part in accordance with Indian Laws and regulations.

9.3 PROGRAMME OF WORK AND PROGRESS REPORTS: 9.3.1 The Contractor shall submit at such times as may be required by the Employer or

his authorised representatives the programme and order in which the Contractor proposes to carry out the work with the dates and estimated completion times for various parts of the work.

9.4 GENERAL SUPERVISION BY THE EMPLOYER AND COORDINATION: 9.4.1 All the work shall be carried out under the general supervision and to the satisfaction

of the Employer or his authorised representatives. 9.4.2 The contractor shall at all times work in coordination with the Employer and his

authorised representatives. In respect of observance of local rules, administrative matters, coordination with other Contractor and similar matters, the Contractor and his personnel shall work under the coordination of the Employer.

9.5 PAYMENT OF TAXES: 9.5.1 The Contractor shall pay all taxes for the personnel employed by the Contractor

for work arising out of their services in connection with contract. The Employer shall make necessary deduction towards Income Tax from the bills of the Contractor with reference to the provisions of the Section 194-C of the Income Tax Act, 1961.

9.6 WAGES, MEDICAL SUPERVISIION ETC. 9.6.1 The Contractor shall comply with the statutory obligations of regular payment of

Provident Fund contributions to all their employees. The Contractor should also possess License contemplated under section 12 of the Contract Labour (Regulation and Abolition) Act 1970" from the licensing officer appointed by the appropriate Government under the Contract Labour (Regulation and Abolition) Act 1970" and the rules framed there under including amendments thereof ( Presently the agency shall obtain licence under Contract Labour (Regulation and Abolition) Central Rules, 1971 within the time limit allowed by the appropriate Government before the start of the work. The contractor shall produce proof of the above obligations by producing the

Page 44: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

44

copies of the relevant valid certificates at the time of submission of offer and also during the currency of contract, whenever required.

9.6.2 The Contractor shall not employ for the purpose of the work any person below the age

of 18 years. The Employer shall have the right to decide whether any labour employed by the Contractor is below the age limit and to refuse to allow any labourer, when he considers to be under aged to be employed by the Contractor.

9.6.3 The Contractor shall in respect of all persons employed by him in the execution of

the work pay wages and observe hours and conditions of labour not less favorable than those established for similar work, trade or industry in the neighborhood or established by machinery or negotiations or arbitrations to which the parties are employees and recognised organizations of workers engaged in trade or industry in the neighborhood or prescribed by the State or local authorities. In the absence of any rates of wages, hours or conditions which are not less favorable than the general level obtained by other employees whose general circumstances in the trade or industry in which the Contractor is engaged are similar.

9.6.4 The Contractor shall make regular and prompt payments of wages to the labourers

engaged in the work and in no case shall the payment be delayed more than seven days following the period for which the wages are due. If it is found that workers are not paid regularly, the contract is liable to be terminated.

9.6.5 The Employer shall have the right to enquire into and decide any complaint

alleging that the wages paid by the Contractor to any labourer for the work done by such labourer is less than the wages paid for similar work in the neighborhood.

9.6.6 As a number of Contractors may be working at the same time in the erection of

different parts of the Plant, there is need for pursuance of a coordinated Policy in regard to employment, wages and other conditions of work. The Contractor agrees to consult the Employer on all such matters to arrive at mutually agreed settlements.

9.6.7 The Contractor shall employ such persons as are found to be free of contagious diseases and shall produce, if required by the Employer certificate of fitness of all his employees working at site. Whenever in the opinion of the Employer, it is necessary for the protection of other employees or their families the Contractor shall arrange to remove any of his employees found to be suffering from contagious diseases to a hospital. The Contractor shall, if required by the Employer, subject all his employees to regular medical check up and produce satisfactory evidence of their being free from any contagious disease.

9.6.8 a) The Agency should clearly understand and comply with the Factories Act 1948 and

relieve the FEMALE WORKERS from their work site within the restricted working hours prescribed therein under section 66(b). The agency shall ensure that the

working hours for female workers, if any, employed by him shall be regulated as per the requirements of the statute and that no female worker is engaged for work at the work place except between 6.00 AM to 7.00 PM on any working day.

b) No Child will be allowed in the premises. c) The agency shall further ensure that proper discipline and decorum is maintained by the workers / employees engaged by him, in the area of work.

Page 45: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

45

d) If any loss arises due to theft, pilferage or damage of articles which have

happened during the work, the agency will be responsible and cost of articles and quantum of damages as assessed by RINL / VSP will be recovered from him. The agency shall, if necessary, provide adequate security against such incidents at their own cost.

9.6.9 The Contractor shall also be responsible for the observation of the above clauses by

his sub-Contractors. 9.7.0 WITHHOLDING PAYMENT: 9.7.1 The Employer may withhold the whole or part payment for the work claimed by the

Contractor, which in the opinion of the Employer, if necessary to protect himself from loss on account of defective work not remedied or guarantees not met, claims filed against the Contractor, failure by the Contractor to make due payments for materials on labour employed by him, damage to another Contractor and so on. When grounds for withholding payments are removed to the satisfaction of the Employer, payments of the amount due to the Contractor will be made by the Employer without delay.

9.08 POSSESSION PRIOR TO COMPLETION: 9.8.1 The Employer shall have the right to take possession or use any completed or partially

completed part of the work. Such possession or use shall not be deemed to be an acceptance of any work in accordance with the contract.

10.0 STATUTORY AND OTHER OBLIGATIONS: 10.01 The Contractor shall be liable for or in respect of any damages or compensation

liable by law in respect of or in consequence of any accident or injury to any workmen or other person in the employment of the Employer, Contractor or any Sub-Contractor and for any damages to the Employer's or Third Party's properties caused by vehicles employed by the Contractor. The Contractor shall indemnify and keep indemnified the Employer against all such damages and compensation(save and except as aforesaid) and against all claims, demands, proceedings, costs, charges and expenses, whatsoever, in respect thereof or in relation thereto. The Contractor shall at all times indemnify the Employer against all claims for compensation under the provision of the Workmen's Compensation Act 1923(VIII of 1923)/ESI Act 1948 or any other law for the time being in force by or in respect of, any workmen employed by the Contractor in carrying out the contract and against all cost and (without prejudice to any other means of recovery) the Employer shall be entitled to deduct

from any money due or to become due to the Contractor (whether under this contract or any other contract) all money paid or payable by the Employer by way of compensation aforesaid and/or for costs or expenses in connection with any claim thereto, and the Contractor shall abide by the decision of the Employer as to the sum payable by the Contractor under the provision of this clause.

10.02 The Contractor shall give all notices and pay all fees required to be given or paid

under any Central or State Statute, ordinance or other law or any regulation or bye law of any local or other duly constituted authority in relation to the execution of the works or of any temporary works and by the rules and regulations of all public bodies

Page 46: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

46

whose property or rights are affected of may be affected in any way by the works or any temporary works.

10.03 The Contractor shall confirm in all respects with the provisions of any statute,

ordinance or laws as aforesaid and the rules, regulations or by-laws of any local or other duly constituted authority which may be applicable to the works or to any temporary works and with such rules and regulations of public bodies as aforesaid and shall keep the Employer indemnified against all penalties and liabilities of every kind for breach of any such statute, ordinance, law, rule, regulation or by-law.

10.04 In respect of all labour directly or indirectly employed on the works, the Contractor

shall comply with all rules framed from time to time by Government (Central or State) or other local authority and legislation governing labour for the protection of health, sanitary arrangements, wages, welfare and safety of workers. The rules and other statutory obligations in regard to fair wages, the welfare measure and safety of labour etc. will be deemed to be part of Contract.

10.05 The Contractor shall if required by the Employer deliver to the Employer a return in

detail in such form and at such intervals as the Employer may prescribe showing the numbers of the several classes of labour from time to time employed by the Contractor on the site.

10.06 All operations necessary for the execution of the works shall, so far as compliance with the requirements of the contract permits be carried on so as not to interface unnecessarily or improperly with the public convenience or the access to use and occupation of public or private roads and foot-paths or of any other person and the Contractor shall save harmless and indemnify the Employer in respect of all claims, demands, proceedings, damages, costs, charges and expenses whatsoever arising out of or in relation to any such matters.

10.07 The Contractor shall be responsible for the safety of his workmen and employees. All

accidents to them on performance of the contract are to be immediately reported to the required authorities. The Contractor shall be responsible that all such accidents, however and wherever occurring on his works are reported without delay to the Employer.

10.08 The Contractor shall comply with the provisions of the payment of wages Act 1936

and the rules made there under in respect of all employees employed by him in carrying out this contract as he himself and not the Employer is responsible under the said act for the compliance thereof.

10.09 The use or sale of ardent spirits or other intoxicating beverages upon the work, or

in any of the buildings, boarding houses, en-campments, or the tenements owned, occupied by or within the control of the Contractor or any of his employees, is strictly forbidden and the Contractor shall exercise his influence and authority to the utmost extent to compliance with those conditions.

10.10 The Contractor must take sufficient care in moving his plant and equipment from one

place to another so that they may not cause any damage to the property of the Employer and in the event of his failure to do so, the cost of such damages including eventual loss of working hours in any plant as estimated by the Employer is to be borne by the Contractor.

Page 47: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

47

10.11 The Contractor shall not in the performance of the contract work in any manner endanger the safety or unlawfully interfere with the convenience of the public.

11.00 DUE DATES OF PAYMENT: 11.01 All payments to be made to the Contractor, under this contract shall be by " by

NEFT/RTGS mode only within a reasonable time after the certification by the Employer or his authorised representative. However in case of exigency RINL/VSP may consider payment through crossed cheque-A/c payee, at its sole discretion.

12.00 DEDUCTION FROM CONTRACT SUM: 12.01 The Employer shall be entitled to recover all costs, charges damages or expenses which

the Employer may have paid for which under the contract the Contractor is liable by appropriating in part or whole from any sum then due or which at any time thereafter may become due to the Contractor under this or any other contract with the Employer. Should this sum be not sufficient to cover the full amount recoverable, the same shall be deducted from the security deposit and the Contractor shall pay to the Employer on demand the remaining balance due if any.

13.00 NEGLIGENCE: 13.01 If the Contractor shall neglect to execute the work with due diligence or expedition

or shall refuse or neglect to comply with any reasonable orders given to him in writing by the Employer in connection with the work, or shall contravene the provisions of the contract, the Employer may give notice in writing to the Contractor calling upon him to make good the failure, neglect or contravention complained of within such time as may be deemed reasonable and in default of the compliance with the said notice, the Employer without prejudice to his rights under clause 13.2 hereto, may rescind or cancel the contract, holding the Contractor liable for the damages that the Employer may sustain in this behalf. The making good the failure, neglect or contravention hereunder will be done by the contractor.

13.02 Should the Contractor fail to comply with such notice within a reasonable period

from the date of serving thereof, the case of failure, neglect or contravention capable of being made good within that time or otherwise within such time as may be reasonably necessary for the same making good, then and in such case without prejudice to the Employer's right under clause 13.1 hereto, the Employer shall have the option and be at liberty to take the work wholly or in part out of the Contractor's

hands and may complete the work envisaged in the contract at the Contractor's risk and cost, either departmentally or may recontract at a reasonable price with any other person or persons to execute the same or any part thereof and provide other materials, tools, tackles or labour for the purpose of completing the work or any part thereof.

13.03 In such event, the Employer shall, without being responsible to the Contractor for

fair wear and tear of the same, be entitled to seize and take possession and have free use of all materials, tools, tackles or other things which may be on the site for use at any time in connection with the work to the exclusion of any right of the contractor over the same and the employer shall be entitled to retain and apply any balance sum which may otherwise be then due on the contract by him to the contractor or such part thereof as may be necessary to the payment of the cost of execution of such work as aforesaid.

Page 48: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

48

13.04 If the cost of executing the works as aforesaid shall exceed the balance due to the

contractor and the contractor fails to make good the deficit the said materials, tools, tackles or other things the property of the contractor as may not have been used up in the completion of the works may be sold by the Employer and the proceeds applied towards payment of such difference and the cost of and incidental to such sale. Any outstanding balance existing after crediting the proceeds of such sale shall be paid by the Contractor on the certificate of the Employer, but when all expenses, cost and charges incurred in the completion of the work are paid by the Contractor, all such materials, tools, tackles or other things not used in the completion of the works and remaining unsold shall be removed by the Contractor.

14.00 CONSTRUCTION OF CONTRACT: 14.01 The Contract shall be governed by the laws of India. 14.02 This contract and the articles thereof shall be interpreted and applied solely

according to their wording, to the objects in view and "ex aeque et bono". This contract shall in all respects be constructed and operated as a contract as defined in the Indian Contract Act, 1872, and save as otherwise expressly provided herein shall be governed by the provision of the said Act.

15.00 RIGHTS OF THE EMPLOYER TO VARY, SUSPEND OR CANCEL THE CONTRACT: 15.01 The probable quantities of the several items of work are furnished in the schedules

of quantities and it must be clearly understood the contract is not a lumpsum contract that neither the probable quantities nor the value of the individual items, nor the aggregate value of the entire works shall be binding on the Employer and that the Employer does not in any way assure that the contractor or guarantee that the said probable quantities are correct or that the works should correspond thereto.

15.02 The Employer shall have power to vary or alter the extent scope/and/or technical

character of the work under the contract and the contractor shall be bound by the same.

15.03 Any amount to be allowed in respect of any variation or alteration of the contract

work effected by the Employer under this Article shall be added to or deducted from the contract sum as the case may be.

15.04 The Employer may at any time temporarily stop the work under the contract or any

part thereof by notice in writing to the contractor. All work so stopped shall be assumed by the contractor based on a schedule to be mutually agreed upon between the employer and the Contractor.

15.05 The Employer will not pay the Contractor for any work covered by the suspension

which is performed during such an interval of suspension, and the Employer will not be liable to the Contractor for any damages or loss caused by such suspension of work.

15.06 The Employer shall have further power to cancel the contract, if the contractor

fails to duly perform and complete the contract or if it appears for valid reasons that he will fail to fulfill his obligations under the contract for reasons other than those relieving him from his responsibility under any other provisions of this contract. In

Page 49: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

49

such event, without prejudice to any claims under this contract of the Employer, there shall be an equitable settlement of the obligations arising out of this contract.

16.00 NON-WAIVER OF DEFAULTS: 16.01 Failure of the Employer to insist upon strict performance of any terms and conditions of

the contract will not be deemed a waiver of any rights or remedies that the Employer may have and will not be deemed a waiver of any subsequent default under the terms and conditions of the contract. No right or remedy of the Employer will be exclusive of any other right or remedy and employer will have all rights and remedies given under the contract and now or hereafter existing in law or by statute. The delivery by the contractor or receiving payment by the Employer for the works under this contact will not be deemed a waiver of the rights for any prior failure by the contractor to comply with any of the provision of contract.

17.00 GENERAL DIRECTION OF WORK: 17.01 The Contractor shall normally obtain and abide by the instructions given in writing

by the Employer for carrying out the work pertaining to the contract. For this purpose, suitable record shall be maintained by the Employer to indicate instructions given to the contractor and acknowledgement thereof.

18.00 WORK TO BE DONE TO THE SATISFACTION OF THE EMPLOYER: 18.01 The Contractor shall execute, complete and maintain the works in strict accordance

with the contract to the satisfaction of the Employer and shall comply with and adhere strictly to the Employer's instructions and directions on any matter (whether mentioned in the contract or not) concerning the works. The contractor shall take instructions and directions only from the Employer or his authorised representative.

19.00 SERVICE OF NOTICE ON THE CONTRACTOR: 19.01 Any notice to be given to the contractor under the terms of the contract shall be

served by sending the same by post to or leaving the same at the contractor's principal place of business (or in the event of the contractor being company to or at its registered office) and at the contractor's site office.

20.00 SERVICE OF NOTICE TO THE EMPLOYER: 20.01 Any notice to be given to the Employer under the terms of the contract shall be served

by sending the same by post to or leaving the same at the Employer's last known address (or in the event of the Employer being a company to or at its registered office) and at the Employer's site office if such office exists.

21.00 INDEMNITY : 21.01 The contractor assumes responsibility for and shall indemnify and protect the

Employer, from all liability claims, costs, expenses, taxes and assessments including penalties, punitive damages, attorney’s fees and court costs which are or may be required with respect to any breach of the contractor's obligations under the contract or for which the contractor has assumed responsibility under the contract, including these imposed under any contract, local or national laws or in

Page 50: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

50

respect to all salaries, wages or other compensation of all persons employed by the Contractor or his sub-Contractors or suppliers in connection with the performance of any work covered by the contract. The Contractor shall execute and deliver and shall cause his sub-Contractors and suppliers to execute and deliver such other further instruments, and to comply with all the requirements of such laws and regulations as may be necessary there under to confirm and effectuate the contract and to protect the Employer.

22.00 INSURANCE: 22.01 The Employer shall not be in any way responsible for any accident or damages

incurred or claims arising out of and in the course of employment during the tenure of the Contract.

22.02 The Contractor shall be responsible for effecting insurance under the Indian Workman's

Compensation Act / ESI Act 1948, Third Party Liability Insurance and any other insurance in accordance with the Indian Laws and regulations at his own cost.

22.03 The Employer shall not be responsible for any damage to the vehicles/ Equipment/third

party sufferred by the Contractor during the course of operation and the Contractor in his own interest shall obtain suitable and sufficient cover from underwriters and no claims/correspondence on this account shall be entertained by the Employer.

23.00 CUSTODY, INTIMATION OF SHORTAGE AND DAMAGES ETC: 23.01 On receipt of all plant, machinery, equipment and cement etc. the Contractor shall

assume custody thereof and remain responsible thereof until these are handed over to the Employer.

23.1.1 The Contractor shall whether acting as the Employer's agent or as custodian by

responsible for communicating to the Employer any shortages, breakages or damages etc. as soon as they come to his notice.

23.1.2 The entire cost of any materials belonging to the Employer lost by the Contractor or

any damage caused to such materials while in his care and custody shall be recovered from the Contractor. For this purpose the amount as assessed by the Employer shall be final and binding on the Contractor.

24.00 ARBITRATION: 24.01 If at any time, any question, dispute or difference whatsoever arises between

the Employer and the Contractor upon, or in relation to or in connection with the Contract, other than those for which the decision of Employer or his authorised representative is by the contract depressed to be final and conclusive, either party may forthwith give to the other, notice in writing of the existence of such question, dispute or difference and the same shall be referred to and decided by the Chairman-cum-Managing Director, Visakhapatnam Steel Plant, Administrative Building, Visakhapatnam, those decision shall be final and binding upon the Contractor. The Arbitrator’s Fee, expenses and all other costs and other expenses relating to the holding of Arbitration shall be borne by both the parties equally. However, the fees and expenses of the Advocates and expenses relating to the presentation of witnesses shall be borne by the respective parties. Should the Arbitrator give a specific award in respect of costs, then it would prevail.

Page 51: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

51

24.02 Work under the Contract shall be continued by the Contractor during the

Arbitration proceedings, unless otherwise directed in writing by the Employer or unless the matter is such that the work cannot possibly be continued until the decision of the Arbitrator is obtained and save as those which are otherwise expressly provided in the Contract, no payment due or payable by the Employer shall be withheld on account of such arbitration proceedings, subject matters thereof.

24.03 The venues of the arbitration shall be the place/office from which contract has been

awarded or such other place, the Employer at his discretion may determine. 25.00 FORCE MAJURE: 25.01 The Employer and the Contractor shall not be in any way, liable for non-performance

either in whole or in part of the contract or for delay in performance thereof in consequences of any strike, lock-out, fire, riots, war or insurrection or restraints imposed by Govt., act of Legislature or other authorities and by reason of any other cause of whatsoever nature beyond the control of either party.

26.00 DEATH, BANKRUPTCY ETC: 26.01 If the Contractor shall die, dissolve or become bankrupt or insolvent or cause or suffer

any receiver to be appointed of his business or any assets thereof or compound with his creditor, or being a corporation commence to be wound up, not being a member's voluntary winding up for the purpose of amalgamation or reconstructions, or carry on its business under a receiver for the benefits of its creditors or any of them the Employer shall be at liberty to terminate the contract forthwith upon coming to know of the happening of any such event as aforesaid by notice in writing to the contractor or to the receiver or liquidator or any person, in whom the contract may become vested to give such receiver, liquidator or other person the option of carrying out the contract subject to his providing a guarantee upto an amount to be agreed for the due and faithful performance of the contract.

27.00 EXTENSION OF CONTRACT: 27.01 The Employer can extend the period of contract beyond 5 (five) years with the prior

consent of the Contractor on the same terms and conditions as embodied in the contract.

28.00 GENERAL: 28.01 Should there be any discrepancy, inconsistency, error or omission in the contract

document or any of them, the matter shall be referred to the Employer for his decision which shall be final and conclusive and the Contractor shall carryout the work in accordance with such decision.

28.02 The Employer shall not provide any facilities other than those which are specifically

provided in the General Conditions of Contract.

Page 52: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

52

ANNEXURE-I

COMPLIANCE OF STATUTORY ENACTMENTS

TENDER NO: STR/TR/2013-18/HC/ DT: 08/03/2013

This is to confirm that we are conversant with all statutory laws related to internal

handling and transportation of material and we shall comply with all statutory obligations

throughout the course of the contract in the event of contract being awarded to us.

SIGNATURE OF THE CONTRACTOR WITH SEAL

Page 53: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

53

ANNEXURE-II

DECLARATION

I/We declare that I/We have no/under mentioned relatives within the meaning of Sec.6 read with Schedule IA of the Companies Act, 1956. ___________________________________________________________________________ Sl. Position held No. Name of relative(s) Father's Name in the Company Remarks ____________________________________________________________________________

____________________________________________________________________________ I/We further declare that if the contract is awarded to me/us, I/We shall inform the Employer if any of my/our relative(s) as defined above, joins/join the company at any time subsequent to the award and during the continuance of the Contract. Date: Signature of Tenderer with Seal

Page 54: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

54

ANNEXURE-III

INFORMATION REGARDING EXPERIENCE The tenderer has handled the following contracts in similar type of work and magnitude during the last three years:

Sl no

NAME & ADDRESS OF ORGANISATION FOR WHOM THE WORK WAS CARRIED OUT

NATURE OF WORK QUANTITY ( IN MTs) AND VALUE (IN RS. LAKHS)

CONTRACT NO. & DATE AND NO. OF YEARS.

Date: Signature of Tenderer

Page 55: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

55

ANNEXURE-IV

PROFORMA OF SOLVENCY CERTIFICATE Certified that Mr. /M/s.______________________________________________________

is/are having his/their Bank Account with ______________________________________Bank

that he/they is/are solvent and that he/they has/have the Financial capacity to execute the

work of Material Handling and Internal transportation of material such as Machinery,

Equipment, Refractories , Spares, Pipes, Oil Drums, Consignment cases within the

Visakhapatnam Steel Plant premises, for a value between Rs. 3 - 4 crores per annum. Their

account operation with us for the past one year is satisfactory.

Signature/Designation

Name of Bank

Date : Place

Page 56: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

56

ANNEXURE-V

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(To be typed on Non-judicial stamp paper of the value of Indian Rupees of One Hundred) TO BE ESTABLISHED THROUGH ANY OF THE NATIONALISED BANKS (WHETHER SITUATED AT VISAKHAPATNAM OR OUTSATTION) WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT VISAKHAPATNAM OR ANY SCHEDULED BANK (OTHER THAN NATIONALISED BANK) SITUATED AT VISAKHAPATNAM. BONDS ISSUED BY CO-OPERATIVE BANKS ARE NOT ACCEPTED.

To

Rashtriya Ispat Nigam Limited Visakhapatnam Steel Plant, Admn. Building, Visakhapatnam-530 031. INDIA. Bank Guarantee No. Dt. LETTER OF GUARANTEE WHEREAS Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant (hereinafter referred to as RINL) have invited Tenders vide Tender No. STR/TR/2013-18/HC/ Dt. 08/03/2013 (hereinafter referred to as the said Invitation to Tender) for Handling and Internal Transportation of Stores Material within VSP. AND WHEREAS the said Invitation to Tender requires that any eligible Tenderer wishing to make an offer in response thereto shall submit an Earnest money deposit in favour of RINL in the form of Bank Guarantee for Rs. 37.50 (Rupees Thirty Seven lakhs and Fifty Thousand only) and a) shall keep his offer firm and valid for acceptance by RINL for a period of 120 (One Hundred

and Twenty) days from the date of opening of tenders. b) shall, in the event of the offer being accepted by RINL, establish a Performance Guarantee

(PG) Bond, that is security deposit bond in favour of RINL, in the form of Bank Guarantee covering 5% ( five percent) of the contract value for the whole contract period.

AND WHEREAS M/s.......................(hereinafter referred to as the said Tenderer) wish to make an offer in response to the said Invitation to Tender No.STR/TR/2013-18/HC/, Dt.08/03/2013 for Handling and Internal Transportation of Stores Material within VSP. NOW THIS BANK HEREBY GUARANTEES that in the event of the said Tenderer failing to abide by any of the conditions referred to in any of the preceding paragraphs, this Bank shall pay to Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant, Visakhapatnam, INDIA on demand and without protest or demur Rs. 37.50 (Rupees Thirty Seven lakhs and Fifty Thousand only).

Page 57: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

57

This Bank further agrees that the decision of RINL as to whether the said Tenderer has committed a breach of any of the conditions referred to in the preceding paragraphs, shall be final and binding. We, ...……………… (name of bank & branch) hereby further agree that the Guarantee herein contained shall not be affected by any change in the constitution of the Tenderer and/ or RINL. This Bank further agrees that the claims if any, against this Bank Guarantee shall be enforceable at our Branch office at Visakhapatnam situated at ……………………………………….. (Full Address of local branch at Visakhapatnam). THIS BANK FURTHER undertakes that this Guarantee shall remain irrevocably valid and in force upto 180 days from the due date of opening the tenders. For and on behalf of ___________________ (Name of the Bank) Signature Name ( ) Duly constituted attorney and authorised signatory Designation :

Name and Address : of the Bank

Important:

1. The BG should be as per approved format. 2. The stamp should be of adequate value under the relevant state rules. 3. The stamp paper should be obtained in the name of the bank issuing BG. 4. The date of sale of stamp paper should be prior to the date of BG. 5. The BG should bear the number, date and seal of the issuing bank. 6. The BG should be signed on all pages. 7. The name, designation & code number of the officer /officers signing the BG to

be mentioned against the signatures of respective officer/officers. 8. The BG should contain the following foot note “ Issuance of this bank

guarantee may also be got confirmed from our controlling branch/office/ Higher authority(Name &Address)”

Page 58: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

58

(ANNEXURE-VI) PROFORMA OF INTEGRITY PACT

INTEGRITY PACT

Rashtriya Ispat Nigam Limited (RINL) 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, a contract for < nature of contract, in brief >. The Principal values 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).

The Principal will nominate Independent External Monitor (IEM) by name, from the panel of IEMs, at the tender stage, for monitoring the tender process and the execution of the contract in order to ensure compliance with the Integrity Pact by all the parties concerned.

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 or the execution of a contract, demand/take a promise/accept for self or for third person, any material or non material benefit which the person is not legally entitled to.

(b) The Principal will, during the tender process treat all Bidders with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder 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 PC Act/ applicable law, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer of RINL and in addition can initiate disciplinary action.

__________________ _______________ (Principal) (Bidder/Contractor)

Page 59: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

59

Section 2 – Commitments of the Bidder(s)/contractor(s): (1) The Bidder/ Contractor commits to take all measures necessary to prevent corruption and commits to observe the following principles during his participation in the tender process/during the contract execution(in case of Bidder to whom the contract has been awarded).

(a) The Bidder/Contractor 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 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 or to vitiate the Principal’s tender process or contract execution.

(b) The Bidder/ Contractor 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 or to vitiate the Principal’s tender process or execution of the contract.

(c) The Bidder/Contractor will not commit any offence under the PC Act/ Applicable law, like

paying any bribes or giving illegal benefit to anyone including employees of RINL, to gain undue advantage in dealing with RINL or for any other reason etc. Further, the Bidder/Contractor 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/Contractor of foreign origin shall disclose the name and address of their

Agent(s)/representative(s) in India, if any. Similarly the Bidder/Contractor of Indian Nationality shall furnish the name and address of the foreign supplier/contract Agency, if any. Further details, as mentioned in the Guidelines on Indian Agents of Foreign “Suppliers/contract agencies”, shall be disclosed by the Bidder/Contractor, wherever applicable. Further, as mentioned in the Guidelines, all the payments made to the Indian agent(s)/representative(s) have to be in Indian Rupees only.

Copy of the Guidelines on Indian Agents of Foreign “Suppliers/contract agencies” is enclosed.

(e) The Bidder/ Contractor will, when presenting his bid, disclose any and all payments he has made or committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

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

________________ _______________ (Principal) (Bidder/Contractor)

Page 60: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

60

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

(1) A transgression is considered to have occurred, if the Principal after due consideration of the available evidence, concludes that a reasonable doubt is possible.

(2) If the Bidder/Contractor, before award of contract or after award of contract 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 from the tender process or to terminate the contract, if already awarded, for that reason, without prejudice to other remedies available to the Principal under the relevant GCC of the tender/contract.

(3) If the Bidder/Contractor has committed a transgression through a violation of any of the terms under Section 2 above or in any other form such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Bidder / Contractor from future tenders/Contract award processes. The imposition and duration of the exclusion will be determined by the Principal keeping in view 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 within the company hierarchy of the Bidder /Contractor and the amount of the damage.

(4) If it is observed after payment of final bill but before the expiry of validity of Integrity pact that the

Contractor has committed a transgression through a violation of any of the terms under Section 2 above during the execution of contract, the Principal is entitled to exclude the Contractor from future tenders/Contract award processes.

(5) The exclusion will be imposed for a Period not less than six (6) months and, up to a maximum period of three (3) years. (6) If the Bidder / Contractor can prove that he has restored/ recouped the damage to the Principal caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion before the expiry of the period of such exclusion.

Section 4 – Compensation for Damages:

(1) If the Principal has disqualified the bidder from the tender process prior to the award in accordance with Section 3 above, the Earnest Money Deposit (EMD)/Bid security furnished, if any, along with the offer as per the terms of the Invitation to Tender (ITT) shall be forfeited. This is apart from the exclusion of the Bidder from future tenders as may be imposed by the Principal, as brought out at Section 3 above.

(2) If the Principal has terminated the Contract in accordance with Section 3 above, or if

The Principal is entitled to terminate the Contract in accordance with Section 3 above, the Security Deposit/performance bank guarantee furnished by the Contractor, if any, as per the terms of the ITT/Contract shall be forfeited without prejudicing the rights and remedies available to the Principal under the relevant General conditions of contract. This is apart from the exclusion of the Bidder from future tenders as may be imposed by the Principal, as brought out at Section 3 above.

__________________ _________________ (Principal) (Bidder/Contractor)

Page 61: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

61

Section 5 – Previous transgressions:

(1) The Bidder declares that, to the best of his knowledge, no previous transgression occurred in the last five (05) years with any Company or Organization or Institution in any country or with any Government in any country conforming to the anti-corruption approach 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. The contract, if already awarded, can be terminated for such reason.

Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors:

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors, he desires to appoint, a commitment in conformity with this Integrity Pact, and to submit it to the Principal at the time of seeking permission for such subcontracting.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders/ 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) /Contractor(s)/ subcontractor(s):

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Sub-contractor or of any employee or a representative or an associate of a Bidder/Contractor/ Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the CVO of RINL.

Section 8 – Independent External Monitor(s)(IEM(s)):

(1) The Principal appoints competent and credible Independent External Monitor with the approval of Central Vigilance Commission. The IEM reviews independently, the cases referred to him or written complaints with all details received directly by him to assess whether and to what extent the parties concerned complied with the obligations under this Integrity Pact,

(2) In case of complaint/representations on compliance of the provisions of the Integrity Pact by any person/agency, the complaint/representation can be lodged by the aggrieved party with the Nodal Officer for IP of RINL or directly with the IEM. The Nodal Officer shall refer the complaint /representation so received by him to the IEM for his examination. Similarly, RINL in case of any doubt regarding compliance by any or all the bidders can lodge its complaint / make a reference to IEM through Nodal Officer. For ensuring the desired transparency and objectivity in dealing with the complaints arising out of the tendering process, the matter

__________________ _________________

(Principal) (Bidder/Contractor)

Page 62: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

62

should be examined by the full panel of IEMs who would look into the records, conduct an investigation and submit their joint recommendations to the Management.

(3) The IEM is not subject to instructions by both the parties and performs his functions

neutrally/independently. The IEM will submit report to the CMD, RINL.

(4) The Bidder(s)/Contractors(s) accepts that the IEM has the right to access without restriction, to all tender/contract documentation of the Principal including that provided by the

Bidder/Contractor. The Bidder/Contractor will also grant the IEM, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his tender/contract documentation. The same is applicable to unrestricted and unconditional access to tenders / contract documentation of Subcontractors also. The IEM is under contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s)/Subcontractor(s) with confidentiality.

(5) IEM will have the right to attend any meeting between RINL and Counterparties in respect of

the cases falling under the purview of IP.

(6) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will inform the Principal and request the Principal to discontinue or take corrective action or to take other relevant action. The IEM can, in this regard, submit non binding recommendations. Beyond this, the IEM has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

(7) The IEM will submit a written report to the CMD-RINL within four (04) to six (06) weeks from

the date of reference or intimation to him by the Principal/ receipt of the complaint and, should the occasion arise, submit proposals for corrective actions for the violations or the breaches of the provisions of the agreement noticed by the IEM.

(8) IEM may also submit a report directly to the CVO of RINL and the Central Vigilance

Commission, in case of suspicion of serious irregularities attracting provisions of the PC Act/ applicable Law.

(9) Expenses of IEM shall be borne by RINL/VSP as per terms of appointment of IEMs. (10) The word ‘Monitor’ means Independent External Monitor and would include both singular and

plural.

Section 9 – Duration of the Integrity Pact:

(1) This Pact comes into force upon signing by both the Principal and the Bidder/Contractor. It expires for the Contractor twelve (12) months after the last payment under the contract, and for all unsuccessful Bidders, six (06) months after __________________ _________________ (Principal) (Bidder/Contractor)

Page 63: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

63

the contract has been awarded and accordingly for the Principal after the expiry of respective periods stated above.

(2) If any claim is made/ lodged during the valid period of the IP, the same shall be binding and

continue to be valid even after the lapse of this Pact as specified above, unless it is discharged/determined by CMD of RINL.

Section 10 – Other provisions:

(1) This Pact is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Visakhapatnam, State of Andhra Pradesh, India.

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

(3) If the Contractor is a partnership firm/ Consortium, this Pact must be signed by all partners/ Consortium members, or their Authorized Representative(s) by duly furnishing

Authorization to sign Integrity Pact. (4) Should one or several provisions of this Pact turnout to be invalid, the remaining part of the Pact

remain valid. In this case, the parties will strive to come to an agreement with regard to their original intentions.

(5) Wherever he or his is indicated in the above sections, the same may be read as he/she or his/her, as the case may be. Similarly, wherever Counterparty or Bidder or Contractor is mentioned, the same would include both singular and plural.

(For & On behalf of the Principal) (For & On behalf of Bidder/Contractor)

_________________________________________ _________________________________________

(Office Seal) (Office Seal)

Witness 1: _____________________________

(Name & Address)

Witness 2: _____________________________

(Name & Address) Place_______________________ Date________________________

Page 64: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

64

ANNEXURE-VII Bank Account Data format for NEFT Mode of Payment

1 Name of the Contractor : 2

Contractor’s Code

:

3

Beneficiary Details

:

a) Name of the Beneficiary

(Maximum 35 Characters)

: :

b) Bank Name

(Maximum 35 Characters)

: :

c) Branch Name & City

((Maximum 35 Characters)

: :

d) ) Account Number

(Maximum 33 Characters)

: :

e) Account Type

Savings/Current/Cash Credit/Overdraft (Mention Code no. also)

: :

f) Beneficiary Bank’s IFSC Code (Maximum 11 characters)

:

(Signature of Contractor) Name : Designation :

Certificate

Certified that the above particulars are found correct and matching with our records in respect of the above Beneficiary. Signature of Branch Manager Bank Seal.

Page 65: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

65

ANNEXURE-VIII( Pg-65 to 85)SCHEDULE-A

(HANDLING OF CEMENT AND REFRACTORY MORTAR AND MASSES)

SL.NO ITEM NO. WORK DESC WORK SUB DESC

WORK TYPE

_DESC

EXPECTED TONNAGE

(MT)

APPLICABLITY OF RATE

VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRED

TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1 1

Unloading including carrying and stacking in countable position in an orderly way at Stores godown / Shop floor.

Truck/Trailer/any other transport

vehicle

Manual 75000 2.1(iii) 6 Hours

2 Crane 50 2.1(ii) 6 Hours

3 2

Loading in trucks/trailers/any other transport vehicles after taking materials from the stacks.

Manual 75000 2.1(iii) 1week

4 Crane 50 2.1(ii) 1week

5

3

Collection of sweepings from wagons/trailers/ godowns and refilling the cement, mortar and refractory masses including LC & TC Compounds etc,. into sound gunny bags including stitching, weighing and stacking.

Manual 50 2.1(iii) 1week

6 Crane 50 2.1(ii) 1week

7 4 De-stacking, shifting and restacking

of bags in the same godown. Manual 50 2.1(iii) 1week

8 Crane 100 2.1(ii) 1week

9

5

Loading, Transportation, ,unloading and stacking cement ,reftactory mortar and masses within the godown/yard or from one godown to another godown/yard within a distance of 1 Km.

Manual 50 2.1(iii) 6 Hours

10 Crane 50 2.1(ii) 6 Hours

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON __/__/2013

Page 66: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

66

SCHEDULE - B (HANDLING OF MACHINERY/EQUIPMENT/CONSIGNMENT CASES,CABLEDRUMS,SPARE PARTS,OIL.DRUMS,LOADED

AND EMPTY CONTAINERS ETC.,INCLUDING ODC CARGO)

SL.NO ITEM NO. WORK DESCRIPTION WORK SUB DESC

WORK TYPE DESC

EXPECTED TONNAGE

( MT)

APPLICABLITY OF RATE VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS)

TIME REQUIRE

D TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1 1a Unloading from Truck/Trailer/any

transport vehicle

Manual 3200 2.1(iii) 4 Hours

2 Crane 250 2.1(ii) 4 Hours

3 1 b Unloading of Ferric Alum at VSP

Township Site Truck/Trailer/any transport vehicle

Manual 50 2.1(iii) 6 Hours

4 Crane 50 2.1(ii) 6 Hours

5 2

Transportation from unloading point to the stacking point, sorting, marking and stacking at stipulated places

Crane 50 2.1(ii) 4 Hours

6 3

Shifting and restacking of cases within the godown/Yard including loading, transportation and unloading.

Crane 50 2.1(ii) 4 Hours

NOTE: Oil drums should be stacked in 3'clock and 9o'clock position horizontally by giving proper dunnage. THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON __/__/2013

Page 67: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

67

SCHEDULE - C (HANDLING OF REFRACTORIES AND SEA WATER MAGNESIA RECEIVED IN LOOSE CONDITIONS AND IN

PACKAGES/PALLETS/CRATES/CARTONS)

SL.NO CONT SLNO WORK_DESC WORK SUB DESC

WORK TYPE DESC

EXPECTED TONNAGE

( MT)

APPLICABLITY OF RATE

VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRE

D TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1

1a

Unloading of refractories in orderly way, marking DB Nos on the stack with paint and removing the dry grass/packing materials and depositing in the earmarked places.

From trailers/trucks/any other transport vehicles

Manual 20000 2.1(iii) 6 Hours

2 Crane 5000 2.1(ii) 6 Hours

3

1 b

Unloading of refractories sorting, carrying and stacking in countable position in orderly way, marking DB Nos on the stack with paint and removing the dry grass/packing materials and depositing in the earmarked places.

From trailers/trucks/any other transport vehicles Shifting and stacking.

Manual 500 2.1(iii) 6 Hours

4 Crane 500 2.1(ii) 6 Hours

5 2

Unloading of Sea Water Magnesia, sorting, carrying and stacking in countable position in orderly way, marking DB Nos on the stack with paint and removing the dry grass/packing materials and depositing in the earmarked places.

From Trailers/Trucks/any other transport vehicles.

Crane 6000 2.1(ii) 6 Hours

6

3a Loading into

Truck / Trailer / any other transport vehicle of Refractories including carrying from godown / yard to the loading points

Manual 20000 2.1(iii) 1 Week

7 Crane 10000 2.1(ii) 1 Week

Page 68: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

68

8 3b Loading into

Truck / Trailer / any other transport vehicle of Sea Water Magnesia including carrying from godown/yard to the loading points

Crane 6000 2.1(ii) 24 Hours

9

3c Unloading of

Unloading of Refractories from Truck / Trailer / any other transport vehicles including carrying and stacking in order in countable position at shop floor

Manual 20000 2.1(iii) 1 Week

10 Crane 10000 2.1(ii) 1 Week

11 3d Unloading of

Unloading of Sea Water Magnesia from Truck / Trailer / any other transport vehicles including carrying and stacking in order in countable position at shop floor

Crane 6000 2.1(ii) 24 Hours

12 4

De-stacking and restacking within the same godown/yard wherever shifting is involved.

Manual 400 2.1(iii) 24 Hours

13 Crane 600 2.1(ii) 24 Hours

14

5

Loading, Transportation, ,unloading and stacking refractories within the godown/yard or from one godown to another godown/yard within a distance of 1 Km.

Manual 50 2.1(iii) 24 Hours

15 Crane 50 2.1(ii) 24 Hours

16

6

Transportation of Refractories/Mortar/Masses from Old Refractory godown to New Refractory godown or vice-versa.

Rate/MT (Truck/ Crane)

100 2.1(ii) 24 Hours

17 Upto 4 MT(Truck/ Crane)

50 2.1(ii) 24 Hours

Page 69: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

69

18

7

Transportation of Refractories/Mortar/Masses from Old Refractory godown ( CCY Area) to various plant units or vice-versa.

Rate/MT (Truck/ Crane)

20000 2.1(ii) 24 Hours

19 Upto 4 MT(Truck/ Crane)

50 2.1(ii) 24 Hours

20

8a

Transportation of Refractories/Mortar/Masses from New Refractory godown to various plant units or vice-versa.

Rate/MT (Truck/ Crane)

35000 2.1(ii) 24 Hours

21 Upto 4 MT(Truck/ Crane)

50 2.1(ii) 24 Hours

22

8b

Transportation of Refractories/Mortar/Masses from Mukund godown/Bonded warehouse to various plant units or vice-versa.

Rate/MT (Truck/ Crane)

2000 2.1(ii) 24 Hours

Upto 4 MT(Truck/ Crane)

50 2.1(ii) 24 Hours 23

24

8c

Transportation of Refractories/Mortar/Masses from BC gate/ refractory godown to various plant units or vice-versa.

Rate/MT (Truck/ Crane)

300 2.1(ii) 24 Hours

Upto 4 MT(Truck/ Crane)

50 2.1(ii) 24 Hours 25

26 9

Opening of boxes of size 1 Cu. Mtr and above after de-stacking the boxes, stacking the same size/quality-wise and marking with paint DB No./Shape No.

Rate/Box (Manual)

50 2.1(iii) 24 Hours

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON __/__/2013

Page 70: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

70

SCHEDULE -D (TRANSPORTATION INCLUDING LOADING, UNLOADING AND INCIDENTAL HANDLING OF OXYGEN, ACETYLENE AND

ARGON CYLINDERS WITH IN PLANT AREA.)

SL NO

CONT SLNO WORK DESC WORK SUB DESC

WORK TYPE DESC

EXPECTED

no of Cylinders

APPLICABLITY OF RATE

VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRED

TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1 1

Loading, Transportation, Handling incidental to the work/unloading and stacking whenever.

Delivery of filled Cylinders in shops

Rate/ Cylinder (Crane/ Truck)

35000 2.1(ii) 4 Hours

2 2

Loading, Transportation, Handling incidental to the work/unloading and stacking whenever.

Collection of empty Cylinders and delivering the same in Oxygen/ Acetylene Plant

Rate/ Cylinder (Crane/ Truck)

35000 2.1(ii) 4 Hours

a) Acetylene and Oxygen Cylinders should not be transported together.

b) The vehicle transporting the cylinders has to meet the requirement of transportation Gas Cylinders Rules including provision of "Spark Arrestor".

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON __/__/2013

Page 71: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

71

SCHEDULE - E TRANSPORTATION INCLUDING LOADING,UNLOADING AND INCIDENTAL HANDLING OF OIL AND LUBRICANT

BARRELS/DRUMS WITH IN PLANT AREA

SL NO

CONT SLNO WORK DESC WORK SUB DESC

WORK TYPE DESC

EXPECTED no

BARRELS/DRUMS

APPLICABLITY OF RATE

VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRED

TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1 1

Loading,Transportation, Handling incidental to the work/unloading and stacking whenever.

Delivery of full Barrels/Drums in shops from Stores

Rate per Barrel/ Drum (Crane/ Truck)

500 2.1(ii) 6 Hours

NOTE: During the handling of oil & lubricants, contractor has to follow the Petroleum Act Provision.

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON __/__/2013

Page 72: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

72

SCHEDULE - F

(HANDLING OF IRON AND STEEL MATERIALS IN THE FORM OF BUNDLES, LOOSE COILS OR STRAIGHT LENGTHS OF ALL DIMENSIONS)

SL NO

CONT SLNO WORK DESC WORK SUB DESC

WORK TYPE DESC

EXPECTED TONNAGE

(MT)

APPLICABLITY OF RATE

VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRED

TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1 1

Unloading from Truck/Trailer/any other transport vehicle and stacking size/section wise at stipulated places on dunnage.

Manual 400 2.1(iii) 4 Hours

2 Crane 10000 2.1(ii) 4 Hours

3 2 Loading of Steel materials into

Trucks/trailers/any other transport vehicles.

Crane 250 2.1(ii) 4 Hours

4 3

Removal of materials from stacks including segregation whenever necessary, transportation to the stipulated places after taking weighment in VSP weighbridge and unloading in a laid down and orderly way over dunnage with necessary markings , within the Steel yard premises.

Crane 250 2.1(ii) 4 Working Days

5 4

Transportation after weighment of Steel material from Steel Yard to various plant units or vice-versa including loading and unloading at specified places. This includes collection of steel on STA from Marketing Deptt/Shop.

Upto 5 MT TRUCK 1500 2.1(ii) 3 Working Days

Page 73: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

73

6 5

Transportation after weighment of Steel material from Steel Yard to various plant units or vice-versa including loading and unloading at specified places. This includes collection of steel on STA from Marketing Deptt/Shop.

Above 5 MT TRUCK 15000 2.1(ii) 3 Working Days

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON __/__/2013

Page 74: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

74

SCHEDULE -G

SL NO

CONT SLNO WORK DESC WORK TYPE

DESC EXPECTED MANDAYS

APPLICABLITY OF RATE

VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRED

TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) (For Mandays of 8 Hour work excluding lunch

break & Service Tax)

IN WORDS IN FIGURES

1 1 Job contract for doing miscellaneous job and unexpected work

Rate /Manday 58000 2.1(i) 1 Hour

NOTE:1) For miscellaneous jobs,labour shoould be provided by the contractor to be available for deployment in the work during duty hours of general,A,B and C shifts of VSP on all days including sundays and Holidays

2) Contractor must ensure the availlablity and punctuality of the labours during the duty hours.

3) In case of absence of labours from assigned duty during duty hours,deduction of the contract rate @ 15% per hour or part there of shall be made. Apart from this, the contract is liable to be terminated in case of repeated violation of punctuality of the labours during the duty hours

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON __/__/2013

Page 75: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

75

SCHEDULE H (HANDLING OF ALL TYPE OF PIPES OF VARYING LENGTHS AND DIAMETERS)

SL NO

CONT SLNO WORK DESC

WORK SUB

DESC

WORK TYPE DESC

EXPECTED TONNAGE

(MT)

APPLICABLITY OF RATE

VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS)

TIME REQUIRED

TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1

1 Unloading and stacking size wise at stipulated placed in a laid down and orderly way.

From truck / trailer / any other transport vehicles

Manual 600 2.1(iii) 4 Hours

2 Crane 2000 2.1(ii) 4 Hours

3

2 Loading into

Truck / Trailer / any other transport vehicle

Manual 50 2.1(iii) 4 Hours

4 Crane 100 2.1(ii) 4 Hours

5 3 Transportation from unloading point to stacking point. Crane 50 2.1(ii) 4 Hours

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON __/__/2013

Page 76: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

76

SCHEDULE -I COLLECTION, TRANSPORTATION, UNLOADING AND OTHER INCIDENTAL HANDLING OF COKE, COKE BREEZE AND

FERRO ALLOYS WITHIN THE PLANT AND TRANSPORTATION OF FERRO ALLOYS FROM BONDED WAREHOUSE (SITUATED NEAR WRM) TO FERRO ALLOYS STORES.

SL NO

CONT SLNO WORK DESC WORK SUB DESC MATERIAL

DESC

WORK TYPE DESC

EXPECTED TONNAGE

( MT)

APPLICABLITY OF RATE VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRE

D TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1

1 Unloading and stacking on ground

Ferro Alloys

Manual 30000 2.1(iii) 2 Hours

2 Crane 5000 2.1(ii) 2 Hours

3 Aluminium/ Copper

Manual 500 2.1(iii) 2 Hours 4 Crane 4000 2.1(ii) 2 Hours 5 Petroleum

Coke & Slag Forming Mix

Manual 15000 2.1(iii) 2 Hours

6 Crane 3000 2.1(ii) 2 Hours

7 Coke Breeze Manual 50 2.1(iii) 2 Hours

8

2 Loading into Trucks / Trailers

Aluminium/ Copper

Manual 200 2.1(iii) 1 Hour 9 Crane 4000 2.1(ii) 1 Hour 10 Petroleum

Coke & Slag Forming Mix

Manual 7000 2.1(iii) 1 Hour 11 Crane 3000 2.1(ii) 1 Hour 12

3

Transportation from FAS to SMS1/SMS/CCD after weighment at FAS/ NSY weighbridge

Aluminium/ Copper

Manual 200 2.1(iii) 1 Hour

13 Truck 4000 2.1(ii) 1 Hour 14 Petroleum

Coke & Slag Forming Mix

Manual 7000 2.1(iii) 1 Hour 15 Truck 3000 2.1(ii) 1 Hour

16 4 Only for Ferro Alloys

a)Loading into Trucks/Trailers Manual 30000 2.1(iii) 4 Hours

Page 77: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

77

17 Crane 200 2.1(ii) 4 Hours

18 b) Transportation from FAS to SMS / CCD after weighment.

Manual 30000 2.1(iii) 4 Hours

19 Truck 30000 2.1(ii) 4 Hours

20 c) Opening bags, dumping materials into bottom discharging bins at SMS, collection of empty bags and delivering the same at FAS in return trip.

Manual 30000 2.1(iii) 4 Hours

21

Crane / Forklift/ Truck

30000 2.1(ii) 4 Hours

22

d) Transportation from bonded warehouse (near WRM) to Ferro Alloys Stores.

Manual

1000 2.1(iii) 4 Hours

23 5 Only for rejected material

Loading and transportation upto VSP Weighbridge for weighment, unloading and stacking at Ferro Alloys Stores.

Crane / Forklift/ Truck 700 2.1(ii) 8 Hours

A) Loading and unloading of Bottom Discharge Containers at SMS will be arranged by VSP.

B) Loading of Coke/Ferro Alloys material (in loose) in bottom discharge containers,will be arranged through over head bunkers at Ferro Alloy Stores by VSP.

C) The details of size and weight off the containers for transportation of Coke and Ferro Alloys are given below:

D) Details of the Container for Coke: i) Size of the empty container:1.64(Height) x 1.50( Width) Mts. ii) Weight of the empty container: 1.60 MT. iii) Weight of the loaded container: 3.10 MT

Page 78: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

78

E) Details of the Container for Ferro Alloys: i) Size of the empty container:1.64(Height)x 1.50(Width) Mts. ii) Weight of the empty container: 1.60 MT. iii) Weight of the loaded container: Ferro Silicon=7.30 MT Ferro Manganese=13.30 MT Silica Manganese= 12.30 MT

F) Sieves wil be provided by VSP.

G) Empty bags will be provided by VSP.

H) bagging and stiching shall be arranged by the contractor with necessary weighment, on the weigh scale provided by VSP.

I) For Cont.Sl. No. 4, Ferro alloy Material transported in 1 MT bag if unloaded on the ground at SMS for want of buckets, unloading charges as at Cont. Sl. No. 1, shall be payble extra based upon certification of SMS Executive.

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON__/__/2013

Page 79: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

79

SCHEDULE - J (MISCELLANEOUS UNLOADING AND HANDLING WORKS)

SL NO

CONT

SLNO

WORK_DESC WORK SUB DESC WORK TYPE DESC

HANDLING UNIT

DESC

EXPECTE

D TONNAGE

( MT)

APPLICABLITY OF RATE VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRE

D TO PERFORM THE

JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs)

EXCLUDING SERVICE TAX

IN WORDS

IN FIGURE

S

1 1

Loading and transportation of Scrap Wood from Central Stores, various Sub-Stores to Scrap Yard within the Plant and unloading.

Crane/ Forklift/ Truck

Trip (load of 9 MT)

50 2.1(ii) 3 Working Days

2 2

Loading and transportation of grass, paper waste and other packing material from VSP Stores area to scrap dumping yard (inside / outside Plant perimeter wall) and unloading.

Crane/ Forklift/ Truck

Trip (load of 9 MT) 50 2.1(ii) 3 Working

Days

3 3

Loading and transportation of scrap items (including steel scrap, Conveyor Belt Scrap, Copper Scrap, Rolls and other scrap items) from anywhere within the plant premises to Scrap Yard/Steel Yard, unloading and stacking . (If the tonnage transported is less than 4 MT, minimum charges will be paid for 4 MT. However, the contractor shall collect the scrap in one go from various sources/shops.

Crane/ Forklift/ Truck

Metric Tons 1200 2.1(ii) 3 Working

Days

Page 80: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

80

NOTE: 1) In case of materials recieved at reciept stores the actual weight of the consignment as indicated in LR/RR/DC shall be applicable.

2) In case of loading/unloading of materials at custody stores payment shall be made by the weight what ever possible or the weight certified by concerned officer shall be applicable.

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON _/__/2013

Page 81: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

81

SCHEDULE-K TRANSPORTATION OF MATERIALS FROM STORES TO VARIOUS PLANT UNITS OR VICE-VERSA INCLUDING

WEIGHMENT WHEN REQUIRED. THIS INCLUDES LOADING AT STORES AND UNLOADING AT PLANT UNITS OR VICE-VERSA.

SL NO

CONT

SLNO

WORK_DESC WORK SUB DESC

MATERIAL DESC

WORK

TYPE DESC

HANDLING-UNIT DESC

EXPECTE

D No of trips

APPLICABLITY OF RATE VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRED

TO PERFORM THE JOB AFTER

GIVING THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1

1a

ROLLS

Transportation (with weighment when required) from Rolls Stores to anywhere within plant premises or vice-versa.

Upto 5 MT

Truck Trips 50 2.1(ii) 24 Hours

2 Above 5 MT Upto 10 MT

Truck Trips 50 2.1(ii) 24 Hours

3 Rate per additional

MT

Truck Trips 50 2.1(ii) 24 Hours

4

1b Unloading for the trip

Upto 5 MT

Crane Trips 50 2.1(ii) 24 Hours

5 Above 5 MT Upto 10 MT

Crane Trips 50 2.1(ii) 24 Hours

6 Rate per additional

MT

Crane Trips 50 2.1(ii) 24 Hours

7

2a PIPES Loading for the trip

Upto 5 MT

Crane Trips 50 2.1(ii) 3 Working

Days

8 Above 5 MT Upto 10 MT

Crane Trips 100 2.1(ii) 3 Working

Days

Page 82: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

82

9 Rate per additional

MT

Crane Trips 50 2.1(ii) 3 Working

Days

10

2b

Transportation (with weighment when required) from Steel Yard to anywhere within Plant premises or vice-versa.

Upto 5 MT

Truck Trips 50 2.1(ii) 3 Working

Days

11 Above 5 MT Upto 10 MT

Truck Trips 100 2.1(ii) 3 Working

Days

12 Rate per additional

MT

Truck Trips 50 2.1(ii) 3 Working

Days

13

2c Unloading for the trip

Upto 5 MT

Crane Trips 100 2.1(ii) 3 Working

Days

14 Above 5 MT Upto 10 MT

Crane Trips 50 2.1(ii) 3 Working

Days

15 Rate per additional

MT

Crane Trips 50 2.1(ii) 3 Working

Days

16

3a

EQUIPMENTS

Loading for the trip

Upto 5 MT

Crane Trips 50 2.1(ii) 3 Working

Days

17 Above 5 MT Upto 10 MT

Crane Trips 50 2.1(ii) 3 Working

Days

18 Rate per additional

MT

Crane Trips

50 2.1(ii) 3 Working Days

19

3b

Transportation (with weighment when required) from Equipment Stores to anywhere within Plant premises or vice-versa.

Upto 5 MT

Truck Trips 50 2.1(ii) 3 Working

Days

20 Above 5 MT Upto 10 MT

Truck Trips 50 2.1(ii) 3 Working

Days

21 Rate per additional

MT

Truck Trips 50 2.1(ii) 3 Working

Days

Page 83: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

83

22

3c Unloading for the trip

Upto 5 MT

Crane Trips 50 2.1(ii) 3 Working

Days

23 Above 5 MT Upto 10 MT

Crane Trips 50 2.1(ii) 3 Working

Days

24 Rate per additional

MT

Crane Trips 50 2.1(ii) 3 Working

Days

25

4a

CONVEYOR BELTS

Loading for the trip

Upto 5 MT

Crane Trips 50 2.1(ii) 24 Hours

26 Above 5 MT Upto 10 MT

Crane Trips 50 2.1(ii) 24 Hours

27 Rate per additional

MT

Crane Trips 50 2.1(ii) 24 Hours

28

4b

Transportation (with weighment when required) from Conveyor Belt Stores to anywhere within Plant premises or vice-versa.

Upto 5 MT

Truck Trips 50 2.1(ii) 24 Hours

29 Above 5 MT Upto 10 MT

Truck Trips 50 2.1(ii) 24 Hours

30 Rate per additional

MT

Truck Trips 50 2.1(ii) 24 Hours

31

4c Unloading for the trip

Upto 5 MT

Crane Trips 50 2.1(ii) 24 Hours

32 Above 5 MT Upto 10 MT

Crane Trips 50 2.1(ii) 24 Hours

33

Rate per additional

MT

Crane Trips

50 2.1(ii) 24 Hours

34

5a

MISCELLANEOUS ITEMS (including Spare Parts) in bags boxes,

Loading for the trip

Upto 5 MT

Manual

Trips 50 2.1(iii) 4 Hours

35 Above 5 MT Upto 10 MT

Manual

Trips 50 2.1(iii) 4 Hours

Page 84: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

84

36 cartons or in loose condition from General Stores.

Rate per additional

MT

Manual

Trips 50 2.1(iii) 4 Hours

37

5b

Transportation (with weighment when required) from General Stores Complex to anywhere within plant premises or vice-versa.

Upto 5 MT

Truck Trips 50 2.1(ii) 4 Hours

38 Above 5 MT Upto 10 MT

Truck Trips 50 2.1(ii) 4 Hours

39 Rate per additional

MT

Truck Trips 50 2.1(ii) 4 Hours

40

5c Unloading for the trip

Upto 5 MT

Manual

Trips 50 2.1(iii) 4 Hours

41 Above 5 MT Upto 10 MT

Manual

Trips 50 2.1(iii) 4 Hours

42 Rate per additional

MT

Manual

Trips 50 2.1(iii) 4 Hours

NOTE: The payment will be done as per the maximum of the range in which the weight of the material carried out in that trip will fall irrespective of the size/capacity of the truck/traailer in which the material are carried.For Eg: If different rolls having a total weight of 3.8 MT are carried in truck/trailer having a capacity of 15MT, the payment will be mwde as per the rate applicable for thre trip upto 5 MT

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON__/__/2013

Page 85: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

85

SCHEDULE - L SUPPLY OF LCVS ON PER DAY BASIS FOR INTERNAL TRANSPORTATION OF MATERIAL WITHIN THE PLANT PREMISES

SL NO

CONT SLNO WORK_DESC

WORK TYPE DESC

HANDLING-UNIT DESC

EXPECTED

NO. OF DAYS/

HOURS

APPLICABLITY OF RATE

VARIATION CLAUSE No OF SPECIAL

TERMS & CONDITIONS

TIME REQUIRED

TO PERFORM THE JOB AFTER GIVING

THE WORK ORDER

Unit Rate (Rs) EXCLUDING SERVICE TAX

IN WORDS IN FIGURES

1 1

Utilisation of Minitruck / LCV for shift of 8 Hrs in a day including all fuels, lubricants, two labourers, driver etc .complete LCV

PerTruck per day 50 2.1(ii) 1 DAY

THE RATES ARE TO BE QUOTED EXCLUDING SERVICE TAX . SERVICE TAX IS PAYABLE EXTRA AS APPLICABLE. THE CURRENT RATE OF SERVICE TAX IS ___% AS ON__/__/2013

Page 86: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

86

(Annexure-IX)

Total Contract Value per annum with reference to Annexure-VIII Schedules A to L In Figures(Rs_______________/ Annum) In words( Rupees________________________________________/Annum) Tenderers signature with Stamp

Page 87: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

87

(Annexure-X)

For better understanding of finalization of the L-1 rates/tender the following illustration is given Illustration: 1. Considering the rates quoted by the individual parties against each item is sealed manual price bids (items

mentioned in Annexure-VIII) the total contract value arrived as mentioned in 4 (b).

Sl No Party Name Total contract value Rs./per annum 1 Party-1 4000 2 Party-2 3000 3 Party-3 3600

2. Hypothetically it is presumed that all the above parties are technically qualified. 1.0 The L-1 comparative position as per manual Bid.

Sl No Party Name Ranking/lowest 1 Party-1 -- 2 Party-2 Lowest 3 Party-3 --

2.0 The final contract value quoted in reverse e auction with a minimum decrement of Rs 100/-(as decided by

company). Sl No Party Name Final Contract

Value quoted (In Rs/Annum) (bidded)

Comparative position as per Reverse E auction

1 Party 1 5000 -- 2 Party 2 4500 -- 3 Party 3 2900 Lowest

3.0 The final L-1 contract value comparative position with reference to Manual price bids and Reverse E

auction i.e. Composite comparative statement:

Sl no Party Name Name of the Party as per manual bid/(Contract Value quoted in Rs)

as per Reverse E auction/(Contract Value quoted in Rs)

1 Party 1 4000 5000 2 Party 2 3000 4500 3 Party 3 3600 2900 (lowest)

From the above, the L-1 contract value is getting arrived from Reverse E auction i.e. Party -3 with their quoted value of Rs 2900/-. 4.0 In compliance with clause no 4.0 (i) of “Evaluation Of tenders/Negotiation/ Letter of Intent” the

corresponding manual price bid individual item rates would be proportionately reduced to equal to the quoted value in the reverse e auction bid and considered for award of contract.

Page 88: TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP · tender no: str/tr/2013-18/hc/ dtd 08/03/2013 rinl/vsp 2 invitation to tender consists of the following documents sl. no. title

TENDER NO: STR/TR/2013-18/HC/ DTD 08/03/2013 RINL/VSP

88

In cases where the factor of proportionate reduction is more than two decimal places, the factor would be limited to two decimal places by rounding off to the next higher decimal.

The Contract value quoted by Party-3 in Manual price bid =Rs 3600/- The Contract value quoted by Party-3 in Reverse E auction =Rs 2900/- The apportionment shall be = ((2900- 3600)/3600)) = (-) 19.444 %=(-) 19.44% (after rounding off to the next higher decimal).

5.0 The contract shall be awarded to the L-1 party with the apportioned rates of individual items (items

mentioned in Annexure-VIII) of all schedules. 6.0 In case the L-1 contract value is lower in manual bidding, the rates quoted in the manual price bid shall be

considered for award of contract to the tenderer, in compliance with clause no 4.0 (i) of “Evaluation Of tenders/Negotiation/ Letter of Intent”.