kudremukh iron ore company limited, kudremukh

advertisement
KIOCL LIMITED
(Formerly Kudremukh Iron Ore Company Limited)
(A Government of India Enterprise)
KUDREMUKH – 577142
KUDREMUKH
C&C DEPARTMENT / Contracts Section
An ISO-9001:2000
Dist
: Chikmagalur(Karnataka)
ISO – 14001:2004 &
Telegram: KUDREORE
OHSAS – 18001:2007
Tele Fax: 08263-254117/Ph: 08263 254598
COMPANY
Website : www.kioclltd.com
_______________________________________________________________________________
No: KIOCL/S/Tender/3617/207
Date: 23-08-2011
LIMITED TENDER NOTICE ENQUIRY
Sealed tenders are invited from the experienced contractors who have
carried out similar type of work and also having P F Code Number issued
by PF Authorities for the below mentioned work at Kudremukh,
Chickmgalaur District, Karnataka- 577 142.
Tenders will be received up to 3.00 PM on the date indicated below
and opened in the presence of tenderers who wish to be present on the
same day in the Office of the undersigned.
The contractors have to submit Technical Bid and Price Bid in
separate sealed covers super scribing on the envelope “TECHNICAL BID/
PRICE BID” as the case may be. Tender papers can be had from the Office
of the Asst. Manager / Contracts Section, C&C Department, KIOCL
Limited, Kudremukh, Karnataka – 577 142, on all working days during
Office hours. The tender notification details can also be downloaded from
the web site www.kioclltd.com However, bidders who downloaded the
details from the Web site and submit the offer have to enclose a Demand
Draft of Rs. 100/= towards documents fee drawn in favour of KIOCL
limited, Kudremukh, payable at Kudremukh.
Name of the Work
Duration of
Contract
Removal
of
Grass, Three Months
weeds
and
thorny from the date
bushes in MSDS and of issue of
other
areas
at W. O.
Kudremukh.
EMD
Rs.
Last Date for
receipt of tenders
Up to 3.00 PM
Rs. 1000/- on 29.08.2011
Asst. Manager /Contracts Section,
DISTRIBUTION:
C & C Department
1. DGM (P&S)
- for information pl.
2. Tender & Claims
- Notice Board, Kudremukh
3 Administrative Offices
– Notice Boards, K’mukh, B’lore, M’lore
4. Town Admn.
- Notice Board
5. Stores & Shops
- Notice Board
4 .DM (E) /D&M } : for information and with a request to arrange to send one of the representative
5. AM (F&A) }
: from your depts. to attend Tender Opening on the above mentioned date & time.
ENVELOPE NO. 1 - TECHNICAL BID FOR TENDER NO. 3617
KIOCL Limited
(FORMERLY KUDREMUKH IRON ORE COMPANY LTD)
(A Government of India Enterprise)
KUDREMUKH – 577142
KUDREMUKH
C&C DEPARTMENT/ Contracts Section
Dist
:
Telegram:
Tele Fax:
Website :
An ISO-9001: 2000
ISO – 14001:2004 &
OHSAS – 18001:2007
COMPANY
Chikmagalur(Karnataka)
KUDREORE
08263-254117
www.kioclltd.com
________________________________________________________________
-1No.S/Tender/3617/207
Date:23.08.2011
Tender for: Removal of Grass, weeds and thorny bushes
in MSDS and other areas at Kudremukh.
A.INSTRUCTIONS TO TENDERERS:1.
Tender should accompany EMD of Rs. 1000/- in the form of Demand
Draft drawn in favour of KIOCL Limited, KUDREMUKH PAYABLE AT KUDREMUKH
(MALLESWARA). The last date for receipt of tenders is up to 3.00 PM on
29.08.2011.
2.
The work shall be governed by KIOCL's General Conditions of
contract, which is available for inspection by the tenderers in the
Office of the Asst. Manager /Contracts Section, C&C Department, KIOCL
Limited, Kudremukh.577 142.
3. Tenderers shall furnish their quotations in the schedule enclosed.
RATES SHOULD BE WRITTEN BOTH IN WORDS AND FIGURES. Tenderers shall
submit the bids in sealed cover, addressed to Asst. Manager /Contracts
Section, C&C Department KIOCL Limited, Kudremukh-577 142 clearly
indicating tender reference etc on the envelope.
4.
The
separate
BID/PRICE
technical
bid.
Contractors have to submit Technical Bid and price bid in
sealed covers superscripting on the envelope "TECHNICAL
BID" as the case may be. The EMD is to be enclosed along with
Bid. The agency should not write any conditions in the price
5. Bidder shall sign all the pages of the Bid document, the signature
in the “Form of Bid” alone shall be deemed to be taken as acceptance of
other documents.
6.
Employer reserves the right to reject any or all tenders without
assigning any reason.
7.
Tender received late are liable for rejection.
8. Employer reserves the right to award part of the work or the whole,
as may be considered necessary.
9.
Tenders submitted without EMD will not be considered.
Signature of the Tenderer
Pages: 01/06
Asst. Manager /Contracts Section
Contd…..02/-
-2B. TERMS AND CONDITIONS:
1. Scope of work shall include all “Schedule of Items” as described in the
enclosed schedule covering all the items required for completing the work.
2. The work is complete labour contract with all leads and lifts
transport
etc., needed for execution of works. The
quantities given in the schedule
of items are approximate and may vary. Some of the items may not be executed.
But no claim by the contractor on account of such omission or modifications
shall be entertained. Payment for the work done shall be made at quoted rates
for scheduled items only. Escalation in rates shall not be allowed on any
account.
3. The contractor shall visit the work site and
conditions prevailing before submission of tender.
acquaint
himself
of
the
4. No extra items shall be executed by the contractor without prior consent of
the Engineer-in charge of the work in writing. The rates for such items
shall be agreed upon before commencement of such items of work. However, the
rates shall be derived from the quoted rates, if this is not possible, then
on the basis of market rates analysis, the rate shall be finalised.
5. Rates quoted against schedule items shall include all materials, labour,
machinery expense and hire charges, all taxes, royalties, transport,
maintenance, incidentals, enabling works etc., based on the conditions
mentioned herein. Unless otherwise specified in the tender schedule the rates
for all items will be deemed to include all leads, lifts and descents
involved in the work.
6. There is no maintenance period for this work.
7. During the execution of the work, on account payment will normally be
arranged once in a month, but no claim on this account will be entertained,
if for any reason payments are not so made.
8. Initial security deposit of 3% of the tendered value shall be deposited
immediately after placement of order. EMD shall be adjusted against the
initial security deposit. The balance 7% shall be recovered from each
running bill. The Security Deposit shall be refunded after successful
completion of work.
9. Any damage to the Company's property caused by the contractor during the
execution/maintenance of work, shall be recovered from the contractor at the
discretion of the Engineer-in charge.
10. Statutory deductions towards income tax will be made as per rules.
11. The contractor shall abide by all contracts Labour Regulation Abolition Act,
Minimum Wages Act, Workmen's Compensation Act, Provident Fund Act and
Security Regulation Promulgated from time to time by the employer. The
contractor should obtain Insurance Policy to cover the risk of all the
labourers under Workmen's Compensation Act for the full period. Work order
will not be issued without valid insurance.
12. Contractor shall comply with the provisions of the payment of wages Act, 1936
and Rules made there under in respect of all labourers employed by him in
carrying out this Contract.
13.
Contractor shall comply with the provisions of the Equal Remuneration Act
1976 and central Rules.
14.
Contractor shall not employ children below the age stipulated under Law.
Contractor shall comply the Child labour (P&R) Act 1988 and Central Rules.
Signature of the Tenderer
Page Nos. 02/06
Asst. Manager /Contracts Section
Contd..03
-0315.
The contractor has to ensure payment of minimum wages not only as existing
at the time of award of contract but also should ensure payment of minimum wages
as notified by the Government of India from time to time.
While indicating
their bids the contractor should keep this in mind and accordingly submit the
same.
16.
The Contractor shall certify that the labourers they carry in to the Plant
are well acquainted by them and they bear very good character and they are the
Indian and not involved in any of the Criminal activities and in case of any
involvement in Criminal activities, they will personally be held responsible.
17
Our Mines/Company come under the statue of Mines Act, Rules, Metalliferous
Mines Regulations, byelaws and orders made there under. Hence, the Contractors
must abide by the same.
i)
No persons shall be employed without Initial Training on
Safety as per
Vocational Training Rules. The new workmen of the
agency (if being inducted for the first time) are to undergo an
Orientation
Training
Programme
in
our
Training
and
Safety
Department for a minimum period of three days, in general shift
before they are deployed for performing actual work by the agency.
The user Department shall ensure this.
ii)
Contractor must immediately after deploying the Contract
Workers, get their Initial Medical Examination done at Company
Hospital. The
initial/periodical Medical Examination of
Contract Workers at our project will be carried out on free of cost
at Kudremukh Hospital.
iii) A supervisor with experience should be deployed to ensure that
the
contract workers work safely and in accordance with all the
provisions of Mines Act, Rules, Regulations, Byelaws and orders
made there under.
18.
The Contractor shall be responsible for all the safety measures as per the
rules in the interest of Safety of all the labourers working under him.
Necessary safety appliances shall be provided to all the labourers at your cost.
Wherever it is observed that the contractor has not provided safety appliances
to any of the workers engaged by him, the management reserves the right to issue
the necessary safety appliances to his workers on cost recovery basis.
19.
As security for ensuring that you will abide by all safety and
precautionary rules and provision of proper safety appliances to your workmen by
you, a safety deposit of 1% of the contract value will be deducted from your
running bills and the same will be refunded in full along with the final bill.
20.
The workmen of contractors at Kudremukh would be offered free medical
treatment at Kudremukh Hospital in all cases of injuries arising out of and in
the course of their employment relating to works awarded by KIOCL.
21.
If the agency fails to complete the job within the stipulated period, the
work may be awarded to some other agency at his risk and cost. The extra
expenditure, if any shall be recovered from the agency.
22.
Time allotted for the job is THREE MONTHS from the date specified in the
Work Order.
23.
The contract will be operated DM (E)/D&M or his Authorised Representative.
Signature of the Tenderer
Page No. 03/06
Asst. Manager / Contracts Section
Contd…04/-
-04-
SPECIAL CONDITIONS:
1.
Removed grass should be transported and put into grass dumping area on day to day
basis.
2.
The agency has to deploy male labourers only to work inside the sub-stations.
3.
The Agency should have proper supervisor for supervising the work and he has to
take proper work permit before starting the work.
4.
All tools and tackles required for the work has to be arranged by the agency.
5.
For transportation of removed grass, weeds, etc., departmental truck will be
provided on free of cost basis.
6.
The agency is fully responsible for the safety of his personnel. The agency
should ensure that his workers take adequate safety while on the job.
7.
Speed is the essence of work.
The work shall be done as fast as possible to
complete the same well within the stipulated time.
8.
Agency should physically see the site and assess the exact bushes and shrubs to
be removed from the proposed area before quoting.
9.
Grass below the cables is to be removed with spade only.
Signature of the Tenderer
Pages: 04/06
Asst. Manager /Contracts Section
Contd…05/-
-5-
ENVELOPE NO. 2 : PRICE BID – TENDER NO.3617
SCHEDULE OF ITEMS:
Name of the work: Removal of grass, weeds and thorny bushes in
MSDS & other areas at Kudremukh.
Sl.
DESCRIPTION/ITEM
UNIT
No.
1 Removal of grass, weeds,
tiny shrubs along with roots
in aggregate spread areas at
MSDS , Township S/s, RWPH
S/s, TT3 S/s C&C, BRPH etc Sq.
as per the directions of Mtrs.
Engineer-in-charge.(As
per
Annexure enclosed)
2
3
Cutting of grass, weeds and
tiny shrubs and bushes
immediately outside the
Sq.
fence of MSDS, Township
Mtrs.
S/s, starting gantries, TT3
S/s, around Township S/s,
material yard east side of
MSDS and below the over
head lines as per the
directions of the Engineerin- Charge(As per Annexure
enclosed)
Cutting of grass, weeds,
tiny shrubs and bushes
below and around the cable
with spade. (As per
Sq.
Annexure enclosed)
Mtrs.
QTY
RATE
Rs. Ps.
AMOUNT
Rs. Ps.
12080.43
56282.18
700.00
Grand Total:
(In Words:
Rupees ______________________________________________________ Only)
Signature of the Tenderer
Pages: 05/06
Asst. Manager /Contracts Section
Contd…06/-
-06-
GRASS REMOVAL AREAS
{ ANNXURE TO PRICE BID (TENDER NO. 3617) }
Item no.1
LOCATION
AREA,Sq.Meter
1
MSDS yard
9000.00
2
Township S/s
450.00
3
RWPH S/s
499.00
4
RWPH cable gantry
120.73
5
TT-3 S/S feeders 32&36 gantries
600.70
6
TT3 Substation
Sl.No.
1410.00
TOTAL.
12080.43
Item no.2
Sl.No.
LOCATION
AREA,Sq.Meter
1
Just outside the fence of MSDS.
1980.00
2
Just outside the fence of Township S/s.
3
Outside the fence of F-39 gantry.
52.60
4
Outside the fence of 36&32 gantry and its road crossing gantry
72.80
5
Around the T/S substation control room & outside the fence
690.28
6
Outside the fence of TT3 Substation
300.00
7
MSDS control room side(right side)
1131.50
8
Material yard,East side of MSDS.
8402.00
9
Around Township Substation
2293.00
150.00
10
Around Lakya substation
40.00
11
Around 4-Pole in RWPH.
25.00
12
Around JP transformer shed.
25.00
13
Outside the fence of RWPH substation
14
Feeder-32 over head line ( 950 X 5 )
4750.00
15
Feeder-36 over head line ( 1100 X 5 )
5500.00
16
OG-1 O/h line up to Janatha market road crossing ( 1050 X 3 )
3150.00
17
OG-4 over head line up to the Co. compound (70x3).
18
OG-3 over head line ( 4500 X 3 )
19
TT-3 to Ware house over head line ( 1230 X 5 )
20
TT-4 to SW/H-4 over head line ( 120 X 3 )
21
Over head line from CR-111 to MSS (1000 X 3 )
3000.00
22
F-40 over head line from MSDS to 56 units ( 600 X 3 )
1800.00
23
TT-3 stock yard ( 20 X 40 )
800.00
24
Dispatch Substation ( 20 X 30 )
600.00
25
C&C transformers TR 11, 12, 13,14,15,16,17,18,21, 22,
100.00
210.00
13500.00
6150.00
360.00
23,111,112,113,114,116,117,118,121,122,123,211,213,
1200.00
TOTAL.
56282.18
Item no.3
SL.No.
LOCATION
AREA,Sq.Meter
1
TT3 to TT4 cable (75 meter X 4 meter).
300.00
2
Dam-1 area near ware house to ware house substation (200x2)
400.00
TOTAL.
Signature of the tenderer
Pages : 06/06
700.00
Asst. Manager /Contracts Section
Download