iv r>l·!j · pdf filer>l·!j. pole . projects & development india...

24
IV '::\' '\l ;1: ,;,T ! ; L .. : h P V v' r' f:;J r··' , r>l·!J . polE PROJECTS & DEVELOPMENT INDIA LIMITED (A GOVT. OF INDIA UNDERTAKING) SHEET 1 of 1 PDIL BHAWAN, SAMTA, SUBHANPURA, VADODARA-390 023, INDIA. PHONE: EPBAX-2388418, 19,20,21, TELEFAX: 91(0265) 2388398,99 E-MAIL:[email protected] INVITATION TO BID (ITB) (OPEN DOMESTIC TENDER) OPEN DOMESTIC TENDER __._------_._----- -------- Published In CPP Portal (Tender 10 No. 2015_MCF_65044_1) & PDIL Website ITS NO. : PVMM/SERVICE/MECH/15-16/E-22 BID ISSUE DATE 11.12.2015 BII) CLOSING DATE & TIME 22.12.2015 (15.00 Hrs.) PART-A (UNPRICED TECHNO- 23.12.2015 (16.00 Hrs.L . CQMMERGIAbBIIl) QF!ENING 9A"T"£&"HME PART-B (PRICE BID) OPENING DATE & TIME To be intimated later. EARNEST MONEY DEPOSIT (EMD) (Refer Clause 8-2.0 of Attachment-I) I (Rupees Three Thousand onlvl __ BID TYPE(For submission of bids please refer ITS TWO BII) SYSTEM Clause No.B-1.0 of Attachment-I) VENUE OF BID OPENING PDIL, VADODARA DELIVERY I COMPLETION PERIOD 02 (Two) Months From PO 1.0 PROJECTS & DEVELOPMENT INDIA LTD., a company registered under the Companies Act, 1956 having its registered offices at PDIL Bhavan, A-14, Sector-1, Noida-201 301, India (hereinafter referred to as POlL or OWNER), a Govt. of India Undertaking under the administrative control of the Dept. Of Fertilizers, Ministry of Chemicals & Fertilizers. We, POlL, Vadodara, Gujarat, invites Bids from the qualified & experienced bidders for the following under National Competitive Bidding. 51. DESCRIPTION OF JOBS/SERVICES QUANTITY 1 Detailed Finite Element Analysis, 20/30 Design Checks/Stress Analysis of mounded bullets as mentioned below, as per attached technical enquiry specifications and Scope of Work Doc. No. PC001 01-PVMV-PR-01, Rev.O 01. 11.12.15 attached at Attachment-IV and commercial Terms & Conditions mentioned at Attachment-II. --- --- 1.1 FE Analysis of Propane Bullets (10*2000MT) 1 (One)- Lumpsum 1.2 FE Analysis of Butane Bullets (10*2000MT) 1 (One)- Lumpsum 2.0 The following enclosed documents are the part of ITB. 1.0 Bidders Qualification Criteria (BQC) & Instructions to Bidder ATTACHMENT-I,Rev 0 Sheets-1 to 4 2.0 Terms & Conditions of ITB ATTACHMENT-II,Rev 0 Sheets-1 to 2 2.1 Information about Bidder &Checklist for BQC ANNEXURE-1 Sheet-1 2.2 Agreed Commercial Terms & Conditions (ACTC) ANNEXURE-2 Sheet-1 3.0 PRICE SCHEDULE ATTACHMENT-III,Rev 0 Sheet-1 4.0 TECHNICAL ENQUIRY SPECIFICATIONS Doc. No. PC00101-PVMV-PR 01, Rev.O Dt.11.12.15 ATTACHMENT-IV, Rev.O 12 Sheets 5.0 DETAILS OF CONTRACTOR I COMPANY ATTACHMENT-V Sheet-1 of 1 6.0 RTGS/NEFT Format for E-payment ATTACHMENT-VI Sheet-1 of 1 for and on behalf of PROJECTS & DEVELOPMENT INDIA LIMITED Shreekant Lal HOD (MM) FORM NO: 02-00MM-0004-F02 REV 2 All rights reserved I

Upload: vuongngoc

Post on 06-Mar-2018

220 views

Category:

Documents


2 download

TRANSCRIPT

IV'::\' 11~j :~ ~, ;-~t.

'\l

;1: ,;,T

J%~ ~~:

~tj

!~~;L..:h P V f~"v'

i~ r'f:;J r··' ,

r>l·!J.polE PROJECTS & DEVELOPMENT INDIA LIMITED (A GOVT. OF INDIA UNDERTAKING)

SHEET 1 of 1

PDIL BHAWAN, SAMTA, SUBHANPURA, VADODARA-390 023, INDIA. PHONE: EPBAX-2388418, 19,20,21, TELEFAX: 91(0265) 2388398,99

E-MAIL:[email protected]

INVITATION TO BID (ITB) (OPEN DOMESTIC TENDER)

OPEN DOMESTIC

TENDER ~--_.__._------_._----- -------­

Published In CPP Portal (Tender10 No. 2015_MCF_65044_1)

& PDIL Website

ITS NO. : PVMM/SERVICE/MECH/15-16/E-22 BID ISSUE DATE 11.12.2015 BII) CLOSING DATE & TIME 22.12.2015 (15.00 Hrs.) PART-A (UNPRICED TECHNO­ 23.12.2015 (16.00 Hrs.L . CQMMERGIAbBIIl) QF!ENING 9A"T"£&"HME

PART-B (PRICE BID) OPENING DATE & TIME To be intimated later. ~3000/-EARNEST MONEY DEPOSIT (EMD) (Refer

Clause 8-2.0 ofAttachment-I) I(Rupees Three Thousand onlvl~~.__.~

BID TYPE(Forsubmission ofbids please refer ITS TWO BII) SYSTEMClause No.B-1.0 ofAttachment-I)

VENUE OF BID OPENING PDIL, VADODARA

DELIVERY I COMPLETION PERIOD 02 (Two) Months From PO

1.0 PROJECTS & DEVELOPMENT INDIA LTD., a company registered under the Companies Act, 1956 having its registered offices at PDIL Bhavan, A-14, Sector-1, Noida-201 301, India (hereinafter referred to as POlL or OWNER), a Govt. of India Undertaking under the administrative control of the Dept. Of Fertilizers, Ministry of Chemicals & Fertilizers. We, POlL, Vadodara, Gujarat, invites Bids from the qualified &experienced bidders for the following under National Competitive Bidding.

51. DESCRIPTION OF JOBS/SERVICES QUANTITY

1 Detailed Finite Element Analysis, 20/30 Design Checks/Stress Analysis of mounded bullets as mentioned below, as per attached technical enquiry specifications and Scope of Work Doc. No. PC001 01-PVMV-PR-01, Rev.O 01. 11.12.15 attached at Attachment-IV and commercial Terms &Conditions mentioned at Attachment-II.

--­--­

1.1 FE Analysis of Propane Bullets (10*2000MT) 1 (One)- Lumpsum 1.2 FE Analysis of Butane Bullets (10*2000MT) 1 (One)- Lumpsum

2.0 The following enclosed documents are the part of ITB.

1.0 Bidders Qualification Criteria (BQC) & Instructions to Bidder ATTACHMENT-I,Rev 0 Sheets-1 to 4 2.0 Terms & Conditions of ITB ATTACHMENT-II,Rev 0 Sheets-1 to 2 2.1 Information about Bidder &Checklist for BQC ANNEXURE-1 Sheet-1 2.2 Agreed Commercial Terms &Conditions (ACTC) ANNEXURE-2 Sheet-1 3.0 PRICE SCHEDULE ATTACHMENT-III,Rev 0 Sheet-1

4.0 TECHNICAL ENQUIRY SPECIFICATIONS Doc. No. PC00101-PVMV-PR 01, Rev.O Dt.11.12.15 ATTACHMENT-IV, Rev.O 12 Sheets

5.0 DETAILS OF CONTRACTOR I COMPANY ATTACHMENT-V Sheet-1 of 1 6.0 RTGS/NEFT Format for E-payment ATTACHMENT-VI Sheet-1 of 1

for and on behalf of PROJECTS &DEVELOPMENTINDIA LIMITED

~11112.1Ul~ Shreekant Lal HOD (MM)

FORM NO: 02-00MM-0004-F02 REV 2 All rights reserved

I

0 "",

l.

I;.' 14'!",~ INSTRUCTIONS TO BIDDER PVMM/SERVICEIMECH/15-16JE-221ATCH-1

P~IL ATTACHMENT - I DOCUMENT NO REV

- ",

SHE=FT 1 OF 4

A. BIDDER'S QUALIFICATION CRITERIA (BQ~ Bids will be evaluated on the basis of Bidder's Qualification Criteria as specified at sl no. 1 and 2 below:

1. Work Experience: The agency should have experience of similar nature of work during the last 7 years ending last day of month previous to one in which tenders are Invited either of the following

i. Three (03) similar completed works costing not less than the amount AC'lIJ::l1 to Rs.40,OOO/- each (including all taxes and duties) OR

ii. Two (02) similar completed works costing not less than the amount equal to Rs. 50,000/- each (including all taxes and duties) OR

iii. One (01) similar completed work costing not less than the amount equal to Rs. 80,000/­(including all taxes and duties)

Definition of Similar Works:­

BiaaefsshoUI<fnave-silccessfullycomplEitedand carried out Finite Element Analysis of Mounded Storage Bullets as per the defined design codes and standards during the last 7 years ending November 2015 for the minimum above-mentioned value. Such similar work should have been satisfactorily carried out by the party directly in their name and subcontracted work will not be considered.

2. Turnover: The Average annual financial turnover during the last 3 years ending 31st March, 2015 should be at least Rs. 30000/-.

3. ESSENTIAL DOCUMENTS: The following documents towards pre-qualification should be mandatorily submitted by the bidder along with the tender documents failing which the bidder's offer shall not be considered for evaluation and bidder shall not be given any further opportunity to submit the documents:

The following documents towards pre-qualification should be submitted by bidder for every similar work:

i. Duly signed & Stamped Work Orders for the value specified in Qualifying Parameters as stated above at 51. No.1.

ii. Every work order enclosed should be accompanied by a Work completion certificate against which the work has been undertaken.

iii. Relevant pages of audited Balance sheets and Profit & Loss statements for the last three financial years ending 31.03.2015.

iv. Acknowledgement copies of IT Returns for the last 3 assessment Years i.e AY 2013-14, AY 2014-15 & AY 2015-16.

Note: The bidder must submit self attested documents, duly signed and stamped on the each page of documents in respect of the above BQC criteria at sl no. 1 & 2 above alongwith their unrpiced bid.

4.0 Any bidder who meets the above Bidders' Qualification Criteria and wishes to quote against this tender may download the bidding documents from POlL website at http://www.pdilin.com as well as Central Public Procurement Portal (CPPP) website at e-publishing http://eprocure.gov.in/cppp and submit the Bid complete in all respects as per below clause B.1.0.

5.0 Offer of bidder who does not qualify the criteria (BQC) shall not be considered for evaluation.

B. INSTRUCTIONS TO BIDDERS: 1.0 SUBMISSION OF BIDS : Bids must be submitted complete in all respects in duplicate without any

corrections or erasing. Bidders are required to submit their bid in PHYSICAL FORM as under in TWO Envelopes (Part-A & B separately).

PART - A (ENVELOPE-I- Unpriced Techno-Commercial Bid) shall contain the following duly signed & stam~d on al~ the pages (wherever applicable):

FORM NO: 02-0000-0021F2 REV 1 ~_,....- All riahts reserved

~:.)

... ~:;

. .~

l"~~~ INSTRUCTIONS TO BIDDER PVMM/SERVICEIMECHt15-16/E-221ATCH-1 0

PD·IL ATTACHMENT -I DOCUMENT NO REV

SHEET 2 OF 4

i) EMD as specified on cover page and as per clause no. 2.0 below ii) Copies of the related documents against BQC Criteria mentioned at sl no. A-1 & 2 above. iii) Duly signed and stamped copy of Attachment-II & Attachment-IV as token of acceptance. iv) Duly filled, signed &stamped copy of Information about Bidder & Checklist for BQC(Annexure-1) v) Agreed Commercial Terms & Conditions (ACTC) in ANNEXURE-2 duly filled, signed &stamped. vi) UNPRICED Price Schedule, identical to Price Bid except the Price Portion, wherein shall be

indicated as "QUOTED" in Attachment-III vii) Copy of PAN Card viii) Copy of Service Tax Registration Certificate, if applicable.

PART - B (ENVELOPE-ii-Price Bid) shall contain PRICE BID in the attached ATTACHMENT-III (Doc. No. PVMM/SERVICE/MECH/15-16/E-22/ATCH-III) duly filled, signed & stamped without any terms &conditions, prices must be indicated in figure as well as word.

Bidder shall clearly indicate ITB No. & PART-A or PART-B as applicable on top of the above two envelopes. These above two envelopes (PART-A & B Separately) SHOULD KEPT IN COVER ENVELOPE and all the envelopes must be duly sealed and super scribed with the following and addressed to as indicated at below sl. 1.1 :

"ITB No. & Bid Closing Date: "

1.1 The subject tender shall be addressed to and all subsequent communications to be made to :

HOD(MM), Projects & Development India Limited, PDIL Bhawan, Samta, Subhanpura, Vadodara-390023, Gujarat, India, Email: [email protected]; [email protected]

1.2 The Tender Documents in SEALED Envelopes will be received as under:

a) Directly being put in Tender Box (kept at MM Dept, PDIL Office which shall be opened at 15.00 Hrs on the Bid Closing Date) by Bidder before the schedule date and time. In Case the Tender envelope not being possible to put in tender box (as stated above) due to volume of the documents, the document shall be Personally Handed over by Bidders before the schedule date and time to the respective person of MM Dept of PDIL,Vadodara.

b) While receiving through Ordinary or Registered Post! Speed Post! Courier. The tenders will be received by Receipt & Dispatch Section of PDIL. The Receipt &Dispatch Section will put date & time of the receipt on each envelope of tender, which shall only be taken into consideration as submission date & time of the tender.

I 2.0 EARNEST MONEY DEPOSIT (EMD): EMD of f3000/- (Rs. Three Thousand only) shall be submitted

by way of Demand Draft drawn on any Nationalised/Scheduled Bank favouring Projects & Development India Limited payable at Vadodara. The bids without EMD shall be rejected.

2.1 In case of successful bidder, EMD shall be retained till execution of order and shall be released after successful completion of work.

2.2 In case of unsuccessful bidders, EMD will be refunded immediately on acknowledgement of Contract by the successful bidder or on expiry of validity of bid whichever is earlier.

2.3 EMD may be forfeited without prejudice to any other right or remedy of owner (a) if a bidder withdraws his bid during the period of bid validity specified by the Bidder, (b) If the successful bidder fails to sign the order or execute the order.

2.4 The Vendors registered with National Small Industries Corporation (NSIC) under the Single Point Registration Scheme shall be exempted from submission of EMD for items registered with NSIC and upto the monetary limit specified in the registration certificate, for which they must submit copy of the Valid NSIC certificate indicating validity, Items registered and monetary limit in place of EMD documents along with Unpriced Bid (Part-A), failing which the offer shall be considered as without EMD.

2.5 The Vendors registered with MICRO & SMALL ENTERPRISES (MSEs) shall also be exempted from submission of EMD, please refer the below Clause No.7.0.

FORM NO: 02-0000-0021 F2 REV 1 ~~ All rights reserved

"

~:; fr.;:· ~ ..

...... ~

[~t'B INSTRUCTIONS TO BIDDER PVMM/SERVICE/MECH/15-161E·221ATCH-1 0

ATTACHMENT -I DOCUMENT NO REV

SHEET 3 OF 4

3.0 Opening of Bid : Part-A(Envelope-I-Unpriced Bid) only will be opened on Bid Opening Day. Part-B (Envelope-II-Price Bids) will be opened of only those bidders, who will be considered Technically & Commercially acceptable. Bidder/Bidder's authorised representative may attend the bid opening. In case no bidder turns up on the date of Bid opening, opening will be carried out as per PDIL's scheduled date & time and it will be deemed to have been opened in public.

4.0 Bid shall be kept VALID for 01 (One) Month from Bid Closing Date or extended closing date.

5.0 Bidders are advised in their own interest to ensure that their bids reach well before the closing date and time at PDIL Office (Refer the above Clause B.1.1).

6.0 Bidders are advised to quote strictly as per terms &conditions of the tender documents. Please note that to,' any unavoidable exceptions/devlalions to tender documents, if any, is necessarily to be indicated

separately & specifically In the offer, otherwise it will be presumed that ITB terms & conditions is accepted in to-to by the bidders.

6.1 Any exceptions/deviations brought out in the price bid or elsewhere in the bid shall not be construed as valid &shall be rejected.

! 7.0 BENEFITS/PURCHASE PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs):

7.1 As per Public Procurement Policy for Micro &Small Enterprises (MSEs) Order, dt. 23.03.2012 issued vide Gazette Notification no. 503 dt. 26.03.2012, MSEs must be registered with any of the following in order to avail the benefits/preference available vide Public Procurement Policy MSEs Order, 2012.

a. District Industries Centers (DIC) b. Khadi and Village Industries Commission (KVIC) c. Khadi and Village Industries Board d. Coir Board e. National Small Industries Corporation (NSIC) f. Directorate of Handicraft and Handloom g. Any other body specified by Ministry of MSME

7.2 The MSEs registered with above mentioned agencies/bodies can obtain the tender sets free of cost and are exempted from payment of Earnest Money Deposit (EMD).

7.3 PURCHASE PREFERENCE: Subject to meeting terms and conditions stated in the tender document including but not limiting to prequalification/Bid Evaluation criteria, Micro and Small enterprises registered with above mentioned agencies/bodies quoting a price within a price band of L1 + 15 percent and if they agree to match the L1 price shall be allowed to supply up to 20 percent of total tendered value,

\ wherever splitting of tendered quantity is possible. In case of more than one such MSEs are in the price band of L1 + 15% and matches the L1 price, the supply may be shared proportionately.

I 7.4 Out of the twenty percent target of annual procurement from micro and small enterprises four percent 1 shall be earmarked for procurement from micro and small enterprises owned by Scheduled Caste & >1 Scheduled Tribe entrepreneurs. In the event of failure of such MSEs to participate in the tender process >1 or meet the tender requirements and L1 price four percent sub-target so earmarked shall be met from1 j other MSEs.

7.5 To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by Government Authority 1 I must be submitted by the bidder in addition to certificate of registration with anyone of the agencies "

i mentioned in clause 1.1 above. The bidder shall be responsible to furnish necessary documentary 1 j evidence for enabling PDIL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is

defined as: 1 i

a. b.

c.

In case of proprietary MSE, proprietor(s) shall be SC 1ST. In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares in the enterprise. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.

7.6 MSEs participating in the tender must submit the certificate of registration with anyone of the above agencies indicating the details of the particular tendered item along with their bid.

7.7 The registration certificate issued from anyone of the above agencies must be valid as on close date of the tender. The successful bidder should ensure that the same is valid till the end of the contract period.

~~~ FORM NO: 02-0000-0021 F2 REV 1 ~71'Jf All rights reserved

0 •.,;

,:.!i;' " .. ~

!~ .. ~.

~> ~>

~··~t>1r INSTRUCTIONS TO BIDDER PVMM/SERVICEIMECH/15-16/E-221ATCH-I

ATTACHMENT -I DOCUMENT NO REV

SHEET 4 OF 4

7.8 The MSEs who have applied for registration or renewal of registration with any of the above agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible for exemption/preference.

8.0 Evaluation Criteria of the Bids: Evaluation of bids shall be done at lowest net cost to POlL basis taking into consideration all CENVAT credit inputs, wherever applicable.

Net Cost for Evaluation shall be calculated as below:

Net Cost =Total Cost of scope of work/supply minus Cenvatable amount on account of Excise Duty And/OR Service Tax, as applicable.

8.1 Loading Criteria on deviation to ITB Terms: NOT APPLICABLE AS DEVIATION TO ITB TERMS &~: -: CONDITIONS ARE NOT ACCEPTABLE.

8.2 PART ORDER/SPLIT ORDER: Part Order / Split Order is NOT APPLICABLE for this tender, hence, ::'<' evaluation shall be carried out on overall basis.

:;'/ 9.0 Bid Documents is non-transferable. Bidder must bid directly. Bids through FAX / EMAIL shall not be considered.

10.0 The Bid Document call for offers on single point "Sole Bidder" responsibility basis. Order will be placed on the "Sole Bidder" alone who will be responsible for all contractual purposes. Further the bidders are advised to ensure that their offer is on single bidder responsibility basis and in total compliance of scope of supply/services as specified in Bid Document.

11.0 The bid should be prepared by the "Sole BIdder" and should be sent to POlL directly. POlL reserves the ; ...

right to reject offers made by intermediaries / representatives.

12.0 LANGUAGE OF BID: The bid prepared by the Bidder and all correspondence/drawings and documents relating to the bid exchanged between the Bidder and POlL shall be written in English language, provided that any printed literaturefurnishedby the Bidder may be written in another language so long as accompanied by an English translation in which case, for purpose of interpretation of the bid, the English translation shall govern.

12.1 Metric system shall be applied for any means of measurement.

13.0 The Bidder is expected to examine all instructions, forms, terms and conditions in the bidding documents. The invitation to Bid together with all its attachments thereto shall be considered to be read, understood and accepted by the Bidder. Failure to furnish all information required by the

:1 bidding documents or submission of a Bid not substantially responsive to the bidding documents in every respect, will be at Bidder's risk and may result in the rejection of the Bid. Bidder shall submit its bid as per technical specifications and terms and conditions of this ITB. Any change in the bid after due date of submission of tender will not be considered.

- 14.0 The prices must be written both in figures and words. In the event of difference, prices written in words shall be valid & binding. Unit prices shall be considered correct in the event of any discrepancy with regard to total price. If the bidder has submitted prices in the price schedule & also on their own letter head/format, the prices written in the Price Schedule shall be considered valid & binding, in case of any discrepancy.

15.0 POlL reserves the rights to assess bidder's capability and capacity to perform the contract. POlL also reserves its absolute right to accept or reject any/ all bids, at its sole discretion, without assigning any reason thereof and does not bind itself to accept the lowest or any other bid. All bids in which any of the prescribed conditions of ITB are not fulfilled or are incomplete in any respect are liable to be rejected. In case either (a) the vendor not submitted the required EMD, if applicable, (b) the Vendor submits both the Un-Priced offer in open condition as well as the Priced offer in open condition in the same envelope, or (c) in case ONLY Priced Bid is submitted, or (d) Price is mentioned in the envelope marked as "Un­Priced Bid" such Offers are liable to be REJECTED without any reference to and/or correspondence with the Vendor. LATE received Tender (After Bid Closing Date & Time) shall not be considered and the same shall be returned to the bidder where EMD is applicable.

16.0 POlL is at liberty to take any of the following actions in case of this ITB. a) to cancel the tender without reference to the bidders. b) to postpone the due date and time. c) to split the order amongst the bidders for smooth funstioning and/or sompletion of work as per

reauirement of POlL.

FORM NO: 02-0000-0021 F2 REV 1 CI ,-..,,_ .•1' All riqhts reserved

........~ TERMS & CONDITIONS OF J~~1~ ITS

ATTACHMENT - II

PVMM/SERVICE/MECH/15-16/E-221ATCH-II 0

DOCUMENT NO REV

SHEET 1 OF 2 ~~I

~~ 1.0 SCOPE OF JOB: Enclosed with ITb Documents at Attachment-IV, Doc. No. PC00101-PVMV-PR­01, Rev.O 01. 11.12.15.

2.0 PRICE BASIS: The bidder shall quote itemwise lumpsum Charges for Complete work strictly in the attached Price Schedule-Attachment-III. The quoted lumpsum Prices shall be Duly executed the job at IOCl, Paradip Site basis inclusive of all charges towards execution of work as per scope of job and taxes/duties except Service Tax. No extra payment shall be made apart from Service Tax.

2.1 FIRM PRICE: Price shall remain FIRM till execution of order. ~~.i' ~. 3.0 DUTIES & TAXES : Quoted Prices shall be inclusive of applicable Taxes & Duties except Serviceli Tax.

3.1 SERVICE TAX : In case of Service Tax, shall be payable EXTRA as applicable against Service R Tax Registration Number only and the claim of Service Tax in the Invoice/l3i11 must be indicated the ,~\

I;~I Service Tax Registration No. issued by the concerned authority.

3.2 PDIL shall avail CENVAT benefit against payment of Service Tax hence, the CENVAT benefil on these accounts to be passed on by the bidder to PDIL. The amount of benefit under CENVAT, ifI

"" any, to PDll will be considered while evaluating the price for which necessary documents shall ~~ be provided by the bidder to enable PDIL to avail the benefit, failing which the amount shall not be f~\ payable.~t ~j

i::. 3.3 Imposition of any new taxes & duties and changes in quoted taxes & duties after issuance of LOI/PO i:;' by statutory authorities during contractual period shall be considered on production of documentary Ii evidence I;"i 3.4 PDll, Vadodara shall not issue any type of concessional Forms.

I 4.0 DELIVERY / COMPLETION PERIOD: 02 (Two) Months from the date of PO for the entire tendered work as per requirement of technical specifications.

5.0 PAYMENT TERMS: : Within 30 days against completion of job and submission of your invoice duly certified by Contact Person of PDIL.

5.1 The invoice drawn in the name of HOD (Finance), must be submitted to HOD (Mechanical) or his/her authorized representative for certification of the Copies taken during the month.

5.2 The mode of Payment to Supplier/Contractor in PDIL is generally E-Payment through RTGS/NEFT. To facilitate the same, Successful Bidder to fill up the required details in the format for E­Payment through RTGS/NEFT (Refer Attachment-VI) and submit the same within a week of date of order for release of payment.

6.0 OPERATION OF CONTRACT & CONTACT PERSON: This contract shall be operated by HOD (Mechanical) or his/her authorized representative.

7.0 PERFORMANCE SECURITY DEPOSIT: Not Applicable

8.0 DAMAGES FOR DELAY IN COMPLETION OF JOB: Completion period shall be the essence of the contract and in the event of delay in Completion of job beyond contractual completion period Damages @0.5% per week or part thereof subject to a maximum of 5% of total order value shall be recovered from suppliers Bills or order may be cancelled and alternate service procurement action may be taken at supplier's risk and cost.

Notwithstanding deduction towards damages, PDIL also reserves the right to terminate the contract as per the provision of Clause No. 13.0 & 13.1 hereunder.

8.1 In case of delay in completion beyond stipulated time, notwithstanding the grant of formal extension of time for completion of work by PDIL, all extra costs on account of changes in statutory regulations/acts or increase hi prices on any other account during the extended time, shall be borne by contractor.

9.0 INSURANCE: Necessary insurance(s) to cover all risk coverage including accident risk for his employees loss of life, material etc. or to crew or the third party is to be arranged by contractor at his cost.

~ FORM NO: 02-0000-0021 F2 REV 1 All riahts reserved

,: ~

ft! TERMS & CONDITIONS OF PVMMfSERVICEIMECHf15-16fE-22fATCH-1I 0Ilfili3l1h~ POlL ITS OOCUMENTNO REV

ATTACHMENT - II SHEET 2 OF 2

~ I'll

10.0 TAX DEDUCTION AT SOURCE: Income Tax, as applicable as per Income Tax Act, shall be ~ deducted at source from contractor's bills and a certificate towards this deduction shall be issued to contractor on submission of PAN No.

;;t /i 11.0 WORKING HOURS: All the maintenance jobs shall be carried at the office of PDIL, BARODA ;t~' between 9.30 AM to 6.00PM (from Monday to Friday). However, maintenance work can also be done

after office hours on arrangement with POlL's contact person.

12.0 FORCE MAJEURE: Neither contractor nor POlL shall be considered at default In the performance 'f;; of contractual obligations as per the work order under reference as long as such performance is

prevented or delayed for reasons attributed to 'Force Majeure' conditions such as Earth Quake, Flood, Epidemics, Official strikesllock out etc. Occurrence of force majeure conditions should be reported immediately in writing.

13.0 BREACH OF CONTRACT: In case the contractor leaves the job at any stage during the currency of the contract, POlL reserves the right to get the job completed through any other means/agency at contractor's risk and cost.

13.1 TERMINATION CLAUSE: In Case, Performance of the contractor is not found satisfactory, POlL reserves the right to cancel contract as a whole at any time on its own discretion and make alternate arrangement at any time during currency of contract on risk & cost of bidder/contractor.

i 14.0 RESOLUTION OF DISPUTE: The disputes, if any, shall be resolved by mutual discussion by both

£' parties. However, in case they fail to do so, dispute shall be referred to GENERAL MANAGER of i " POlL, Vadodara whose award shall be final and binding on both parties. v F~ I'15.0 JURISDICTION : This contract shall be deemed to have been entered into at BAROOA and all cases

of action in relation to the contract shall, therefore, be deemed to have assigned within the jurisdiction ofBAROOA.

~i

I"

16.0 PDIL reserves its right to reject any Bid in full or in part without assigning any reason thereof. POlL also reserves its right to vary quantity to the extent of its work load.

:~

;~.

~ ':

:\: ~' ,::,

1.;j

'1.J

~

FORM NO: 02-0000-0021 F2 REV 1 All rights reserved

:'<:.,.,. a INFORMATION ABOUT BIDDER & l~:~~a CHECK LIST FOR BQC paiL

(ANNEXURE-1 )

PVMM/SERVICEIMECH/15-161E-221ANNX-1 0

DOCUMENT NO REV

SHEET 1 OF 1

:'l'" ;:;

'<.

SI ".-~ ""'~""""""'"

PARTICULARS BIDDER'S COMMENTS

1.0 BIDDER'S NAME & ADDRESS with Telephone & FAX no., Name of Contact Person, Email ID

2.0 BIDDER'S OFFER NO. & DATE

3.0 IN CASE OF INDIVIDUAL (If not applicable, pI. IndIcate NA)

3.1 Name of Business

3.2 Whether business is registered

3.3 Date of commencement of business

3.4 Whether he pays Income Tax over Rs. 1,00,000/- per year

4.0 IN CASE OF PARTNERSHIP(1f not applicable, pl. Indicate NA)

4.1 Name of Partners

4.2 Whether the partnership is registered

4.3 Date of establishment of firm

4.4 If each of the partners of the firm pays Income Tax over RS.1 ,00,000/- a year and if not, which of them pays the same

5.0 IN CASE OF LIMITED L1ABII-ITY COMPANY OR COMPANY LIMITED BY GUARANTEES(1f not applicable, pl. Indicate NA)

5.1 Amount of paid up capital

5.2 Name of Directors

5.3 Date of Registration of company 6.0 With reference to GOI Gazette Notification No.503

dt.26.03.12, Please confirm whether you are MICRO & SMALL Enterprises (MSEs) registered under MSMED Act 2006 and submit documentary evidence in this respect for applicability of Tender Clause No.7.0 of Instruction to Bidder(Attachment-I).

7.0 Further to Above, If you are MICRO & SMALL Enterprises (MSEs) registered under MSMED Act 2006 and OWNED BY SC/ST ENTREPRENEURS, please confirm and submit documentary evidence issued by government authority in this respect for applicability of Tender Clause No.7.0 of Instruction to Bidder(Attachment-I).

8.0 CONFIRMATION in respect of Compliance of BQC as per Attachment-I of 11Balong with documentaryevidence: ---------­---------­

8.1 Confirm submission of relevant documents as per requirement of sl no. A • 1 & 2 of Attachment-I of 11B, in respect of BQC.

9.0 CONFIRMATION FOR OTHER SUBMITTED DOCUMENTS:

9.1 Confirm Submission of Earnest Money Deposit as per Clause B-2.0 of Attachment-I of ITB with offer.

9.2 Confirm submission of Unpriced schedule identical to price bid (Attachment-III), indicating "QUOTED" in place of Prices

9.3 Confirm Submission of copy of PAN Card

9.4 Confirm Submission of copy of Service Tax Registration certificate, if applicable.

DATE: AUTHORISED SIGNATORY OF THE BIDDER with Official Seal

FORM NO: 02-0000-0021 F2 REV 1 All rights reserved

0 !J; .:::;:. AGREED COMMERCIAL TERMS &

lhlaulaPDIL CONDTIONS (ACTC) ANNEXURE-2

PVMM/SERVICE/MECH/15-16/E-221ANNX-2

LJOCUMENT NO REV

SHEET 1 OF 1

. ... . - . ----- - .-----J -- --- .-d stamoed .. ... --- ._ .. -- ._.. _......._- _.. _..~

;.:.:.

',;

SL. DESCRIPTION BIDDER'S CONFIRMATION I NO. ACCEPTANCE

1.0 BIDDER'S NAME & ADDRESS with Telephone & FAX no., Name of Contact Person, Email 10

1.1 BIDDER'S OFFER NO. & DATE Confirm acceptance of TECHNICAL ENQUIRY SPECIFICATIONS &

2.0 Terms & Conditions as ATTACHMENT-IV, Doc. No. PC00101-PVMV-PR-01, Rev.O Dt. 11.12.15 of ITB. Confirm acceptance of Commercial Terms & Conditions of ITB as per

3.0 ATTACHMENT-II, (Doc. No. PVMM/SERVICE/MECH/15-16/E-221ATCH-II). Rev.O of ITB.

Confirm submission of PRICES for all the items strictly as per PRICE 4.0 SCHEDULE, ATTACHMENT-III (Doc No. PVMM/SERVICE/MECH/15-16/E-

22/ATCH-III) of as per ITB requirement.

5.0 COFIRMATION OF FOLLOWING TERMS AND CONDITIONS: -----5.1 PRICE BASIS - Confirmed Quoted ITEMWSIE LUMPSUM PRICES

inclusive of all charges and taxes/duties except Service Tax, as per ITB.

5.2 FIRM PRICE: Confirmed Quoted Prices shall remain FIRM till execution of order.

SERVICE TAX - shall be Extra as Applicable as per service tax Extra @ % applicable5.3 rule/notification. Indicate Present applicable rate and percentage of quoted amount on which it shall be applicable. (if not applicable indicate "NA"). on % of Quoted amount.

Please note that POlL shall avail CENVAT benefit against payment of

5.4 Service Tax for which necessary documents shall be provided by the contractor to enable PDIL to avail the CENVAT benefit, failing which the amount shall not be payable

5.5 Indicate SERVICE TAX REGISTRATION NUMBER (Enclose copy)

5.6 TERMS OF PAYMENT AS PER ITB.

5.7 Indicate PAN Card No. (Enclose copy)

In Case submitted PAN card is in Individual name, Please Confirm

5.8 that the person whose name is indicated on PAN card is "SOLE PROPRIETOR" of the company and note that income from the subject contract shall be under the indicated PAN No.

5.9 PERFORMANCE SECURITY AS PER ITB NOTAPPLICABLE FOR THIS TENDER

5.10 VALIDITY of Offer (01 Month from Bid Closing Date)

5.11 CONFIRMATION FORPART ORDER/SPLIT ORDER ACCEPTANCE. NOTAPPLICABLE FOR THIS TENDER

5.12 Confirm submission of duly filled, signed & stamped "Details of contractor/company-Attachment-V" in case of award of contract. Confirm that The invitation to Bid together with all its attachments thereto shall be

5.13 considered to be read, understood and accepted by the Bidder while submitted their offer. Confirm that you have noted the clause no. 13.0 of Instruction to Bidder

5.14 (Attachment-I) and submitted the offer without any Exceptions & deviations and accepted all Terms & Conditions of ITB (Le. Technical as well as Commercial). It is confirmed that in case any of the TERMS & CONDITIONS mentioned in this

5.15 Summary are at variance with those indicated anywhere else in our offer, the conditions indicated in this summary shall prevail.

DATE: AUTHORISED SIGNATORY OF THE BIDDER with Official Seal

FORM NO: 02-0000-0021F2 REV 1 All rights reserved

..

0 ;,i~.~

... ' [ l~.

r, ~.

i l ;"i \

.­.•....~f~ll~·-;l PRICE SCHEDULE

POlL ATTACHMENT -III

........

Rate of applicable % (Percentage) AS EXTRA

EXTRA AS APPLICABLE, Presently @ %

on % of Quoted Amount

PVMMfSERVICEfMECHf15-16fE-221ATCH-1II

DOCUMENT NO REV

SHEET 1 OF 1

Name of Bidder _ Offer No., _

51. Quantity LUMPSUM CHARGES

No. Item Description

(f) In Figure (Rupees) In Words

1.0

Detailed Finite Element Analysis, 20/30 Design Checks/Stress Analysis of mounded bullets as mentioned below, as per attached technical enquiry specifications and Scope of Work Doc. No. PC001 01-PVMV-PR-01, Rev.O Dt. 11.12.15 attached at Attachment-IV and commercial Terms & Conditions mentioned at Attachment-II.

-­ ---­---­ ---­---­

1.1 FE Analysis of Propane Bullets (10*2000MT) 01

(Lumpsum)

1.2 FE Analysis of Butane Bullets (10*2000MT) 01

KLumpsum)

SL. NO.

DESCRIPTION OF CHARGEABLE DUTIES & TAXES AS EXTRA

1 SERVICE TAX

1)

2)

The above quoted Lumpsum Charges inclusive of all charges for execution of the above works as per ITS requirement, Taxes & Duties, EXCEPT SERVICE TAX.

We confirm acceptance of all terms & conditions as per ITS and completely understood the job as stated in Annexure-S of Attachment-IV and quoted our rates accordingly.

Date: AUTHORISED SIGNATORY WITH OFFICIAL SEAL.

FORM NO: 02-0000-0021 F2 REV 1 All rights reserved

sajaypal
Text Box
ATTACHMENT-IV ITB No. PVMM/SERVICE/MECH/15-16/E-22
sajaypal
Sticky Note
Completed set by sajaypal
sajaypal
Sticky Note
Marked set by sajaypal
sajaypal
Sticky Note
Accepted set by sajaypal

TECHNICAL SPECIFICATION & SCOPE OF WORK FOR FINITE ELEMENT ANALYSIS OF

MOUNDED STORAGE BULLETS

PC00101-PVMV-PR-01 0

DOCUMENT NO REV

SHEET 2 OF 8

FORM NO: 02-0000-0021F2 REV3 All rights reserved PC101-PVMV-PR-01 R0

ATTACHMENTS

Sl. No. Description Doc. No.

1. Check List (Technical) PC101-PVMV-PR-01-CHECKLIST ANNEX-2

2. Schedule of Exceptions and Deviations (Form-E) PC101-PVMV-PR-01-ANNEXURE - 3

3. GA drawing of Propane Mounded Storage Bullet PC-101-22-0301

4. GA drawing of Butane Mounded Storage Bullet PC-101-22-0303

TECHNICAL SPECIFICATION & SCOPE OF WORK FOR FINITE ELEMENT ANALYSIS OF

MOUNDED STORAGE BULLETS

PC00101-PVMV-PR-01 0

DOCUMENT NO REV

SHEET 3 OF 8

FORM NO: 02-0000-0021F2 REV3 All rights reserved PC101-PVMV-PR-01 R0

CONTENTS

Sl. No. Description Page No.1. INTENT 4 2. APPLICABLE CODES, STANDARDS & SPECIFICATIONS 5 3. DESIGN 5 4. SCOPE OF WORK / SUPPLY 7 5. DOCUMENTATION 7

TECHNICAL SPECIFICATION & SCOPE OF WORK FOR FINITE ELEMENT ANALYSIS OF

MOUNDED STORAGE BULLETS

PC00101-PVMV-PR-01 0

DOCUMENT NO REV

SHEET 4 OF 8

FORM NO: 02-0000-0021F2 REV3 All rights reserved PC101-PVMV-PR-01 R0

1.0 INTENT

This specification covers design check of mounded storage bullets as per PD:5500 which includes detailed Finite element analysis, 2D/3D Design check / stress analysis for design data as per PD:5500 and attached General arrangement drawing, preparation of reports, submission and getting approval of PDIL/ TPI in strict compliance with the Specifications, applicable code, relevant drawings and documents enclosed along with this Enquiry /ITB documents, which forms an integral part of this specification.

Finite Element analysis of following bullets shall be carried out:

S. No. Item No. Description

1 11-T-101 to 11-T-110 Propane Storage bullets

2 11-T-111 to 11-T-120 Butane Storage bullets

GENERAL

1.1 Thicknesses shown in drawing/equipment specifications shall be considered minimum only. Bidder shall check the adequacy of the same. Any increase in thickness, if required, to comply with the requirements of specifications, code/enquiry documents shall be communicated to PDIL.

1.2 Bidder shall adhere to the technical specifications and shall not waive / alter any part of the specifications or relevant drawings without the written permission of PDIL.

1.3 Any comments made by PDIL shall be incorporated without any commercial implication.

1.4 Exceptions & Deviations, if any, from the clauses stipulated here in or code and any other technical specifications, shall be taken up in Pre-Bid discussion, with proper reference. Absence of any such indication shall mean that the offer complies with all requirements and such assumptions shall strictly be binding on the bidder, without any price and/or delivery implications.

Any deviation written elsewhere in the offer and not taken up in Pre-Bid discussion shall not be recognized and the same shall be treated as null and void.

1.5 Certain items & stipulations, by virtue of their importance may be repeated in one or the other documents to attract sure attention under any circumstances.

Language and Measurement System

1.6 Official Language : English

1.7 Measuring System: Metric (e.g. Pressure in Kg/cm2g.)

TECHNICAL SPECIFICATION & SCOPE OF WORK FOR FINITE ELEMENT ANALYSIS OF

MOUNDED STORAGE BULLETS

PC00101-PVMV-PR-01 0

DOCUMENT NO REV

SHEET 5 OF 8

FORM NO: 02-0000-0021F2 REV3 All rights reserved PC101-PVMV-PR-01 R0

1.8 Priority of Order

In case of conflict among the documents, the priority of validity shall be in following order.

a) Statutory requirements ( local / state / central ) b) Equipment Drawings c) This Specifications d) Codes e) Bidder’s bid

2.0 APPLICABLE CODES, STANDARDS & RULES

2.1 Codes & Standards

The FEM analysis of the Bullets shall be in accordance with the requirements out lined in the drawing and following relevant Codes / Stds.

For all the Codes/Standards the latest edition valid as on date of order shall be applied:

BS PD5500 Spec. for Unfired Fusion Welded Pressure Vessels

IS:875 Code of practice for design loads other than earthquake

IS:1893 Criteria for earthquake resistant design of structures

Other PDIL standards (PDS & ES) and other national/international standards mentioned on drawing & documents

2.2 Rules & Regulations

All the relevant requirements outlined in the following rules, regulations and recommendations shall also be complied with

i) SMPV Rules (1981 & subsequent notifications)

ii) OISD –150

iii) EEMUA

3.0 DESIGN

3.1 The bullet shall also be analyzed with Finite Element Analysis using latest version of “ANSYS” or Equivalent software.

3.2 Equipment shall be analyzed as per the conditions and Codes / Standards. / Specifications indicated in respective equipment specification sheets / drawings.

3.3 Finite Element Analysis is to be carried out for applicable loading in worst condition.

3.4 The loads to be considered shall be internal / external pressure and external loading due to soil for worst / combined stress intensity evaluation.

3.5 External loadings like mound load (in axial and radial directions), live load, Seismic loads, thermal loads, bending & frictional force, mound interaction load, load due to

TECHNICAL SPECIFICATION & SCOPE OF WORK FOR FINITE ELEMENT ANALYSIS OF

MOUNDED STORAGE BULLETS

PC00101-PVMV-PR-01 0

DOCUMENT NO REV

SHEET 6 OF 8

FORM NO: 02-0000-0021F2 REV3 All rights reserved PC101-PVMV-PR-01 R0

uneven support by foundation etc. shall be considered in the analysis of unstiffened Shell, Domes, Manholes & T-stiffener.

3.6 2D & 3D FEM stress analysis of the following parts of the mounded bullet shall be carried out:

• Cylindrical shell

• Stiffeners

• Hemi-spherical dished ends

• Dome 1 and 2 with forging,

• Manholes nozzles with forgings

• Liquid inlet outlet nozzle with forging

3.7 Bullet shall be supported, while hydro testing, on the sand bed, which is to be laid and compacted up to a level of 120O taken from the center of bullet to the outer edge of bullet (60O on either side of center line).

3.8 The bullet design shall be based on a theoretical settlement of 1:2500 (Minimum 50mm). The bullet shall be considered as supported on elastic foundations with a varying modulus. This modulus shall be taken to vary as under;

a). Maximum Modulus = 1.5 x Minimum modulus.

b). No less than One-third of the length of the bullet shall deem to be supported on a bed with minimum modulus in any analysis.

3.9 Shell thickness shall be set so that under operation / hydrotest conditions, the combined stresses in any shell component do not exceed the following;

a). Tensile Stress : 90% Ambient Yield.

b). Compressive Stress : Code Allowable Stress

3.10 Design external pressure (p0) shall be determined by the external load caused by the mound in combination with negative internal pressure based on worst of assumed design support distribution pattern & FE Analysis.

Supporting pressure (p0) by the foundation (sand bed angle 120O) resulting from dead weight(Q1), weight of liquid/water fill(Q2), mound weight(Q5), live load(Qlive) between maximum stiffener spacing (Ls), and shall be added with negative internal design pressure (F.V.) and the same shall be considered for design.

p0 = [1.33*(Q1 + Q2 + Q5 +Qlive) / (1.2*R*Ls)]

p0 = Maximum shear load (by FEA) * Ls / (1.2*R*Ls)

Where, R is mean radius of shell & Ls is stiffener spacing

3.11 Double corrosion allowance shall be considered in design of T-stiffeners.

TECHNICAL SPECIFICATION & SCOPE OF WORK FOR FINITE ELEMENT ANALYSIS OF

MOUNDED STORAGE BULLETS

PC00101-PVMV-PR-01 0

DOCUMENT NO REV

SHEET 7 OF 8

FORM NO: 02-0000-0021F2 REV3 All rights reserved PC101-PVMV-PR-01 R0

3.12 Stiffener weld (shell to web, flange to web) shall be checked for radial loads in shell.

3.13 The maximum longitudinal compressive stress at mid span of the vessel must be calculated and compared with code.

3.14 Live load on mound/Bullet shall be considered as 150 Kg/M2.

4.0 SCOPE OF WORK / SUPPLY

The extent of supply shall also include but not be limited to the following:

4.1 To carry out FE Analysis and preparation of detailed reports and output as per specified requirements and submission of same to PDIL for review/approval.

4.2 Submission of final reports to PDIL in hardcover bound books and in CD containing soft copy of report.

4.3 Bidder shall visit PDIL office, when called upon along with the software loaded laptop for across the table discussions and to resolve PDIL comments. At least two such visits shall be considered while quoting for the job.

5.0 DOCUMENTATION

5.1 FE Analysis shall be prepared by bidder based on contract documents and shall bear reference document number & revision of the corresponding PDIL reference drawings including item name & code, client’s name, project name, P.O. No. clearly indicating all design data and other detailed notes shall be clearly indicated in the report.

5.2 All documents/drawings shall be in English Language and in Metric system (Pressure in Kg/cm2g.).

5.3 Documents and letters shall be furnished in electronic format. The software used shall be as follows.

a). MS OFFICE 97 or above.

b). ADOBE ACROBAT 4.0 & above

5.4 Before submission of report to PDIL, vendor shall get the documents vetted..

5.5 Any comments marked on reports shall have to be incorporated and decision of PDIL in this regard shall be considered as final..

5.6 Approval / comments on various documents shall be given progressively by PDIL / TPI within two week of the receipt of the same. Turnaround time for resubmission of revised drawing incorporating PDIL comment shall be one week maximum from the date of dispatch of earlier commented drawing / doc. By PDIL/TPI. Any delay in approval due to delayed submission shall be wholly attributed to the bidder.

5.7 Bidder shall submit 1(one) soft copy (CD-ROM) along with 4(Four) prints of documents to PDIL followed by visit of their personnel on an agreed schedule for getting spot approval. Bidder shall depute their concerned engineer along with software enabled machine for deciding and incorporating the various agreed

TECHNICAL SPECIFICATION & SCOPE OF WORK FOR FINITE ELEMENT ANALYSIS OF

MOUNDED STORAGE BULLETS

PC00101-PVMV-PR-01 0

DOCUMENT NO REV

SHEET 8 OF 8

FORM NO: 02-0000-0021F2 REV3 All rights reserved PC101-PVMV-PR-01 R0

comments during their stay. Same procedure shall also be followed for the approval of subsequent revisions, if any. All soft copy documents/drawings shall be in an editable format.

5.8 For the documents submitted for approval or comments, the delivery is fulfilled only when documents are received in a state suitable for the action required.

5.9 Payment against submission of approval of drawing, if applicable, shall be made after approval of drawing under code 2.

5.10 DRAWING APPROVAL CODE:

i) Approval code-1 shall mean finally approved.

ii) Approval code-2 shall mean approved for fabrication with comments and revised drawing to be submitted after incorporating comments.

iii) Approval code-3 shall mean Drawing not approved and new drawing to be submitted incorporating the comments.

5.11 All final documents indicated must be properly arranged, INDEXED and bound in one for each bullet.

5.12 All documents, their number of copies and schedule for approval and submission shall be as specified below.

5.13 The delivery time in weeks from the data of Telex of Intent/Order for each document is given below and defines the documents for approval. Documents are to be received in a state suitable for action required.

TABLE - 1 (Vendor’s Drawings & Documents Submission)

DESCRIPTION PDIL

Hard copy Soft files CD ROM

Technical Offer 4 1

Copies Reqd. after L.O.I.

Qty. Days from L.O.I. Hard copy Soft files

List of drawings, calculations, various procedures etc. with schedule of submission

4 1 7

Complete FE analysis (2-D & 3-D) report for each bullet for Approval

4 1 14

Final approved FEA Report for each bullet (Bound & Duly Indexed)

8 2 sets in separate CD-ROM

After completion

PC101-PVMV-PR-01-CHECKLIST ANNEX-2 0

PROJECTS & DEVELOPMENT INDIA LTD DOCUMENT NO REV SHEET 1 of 1

CHECK LIST (TECHNICAL)

FORM NO: 02-0000-0021F1 REV4 All rights reserved PC101-PVMV-PR-01-CHECKLIST ANNEX-2

Enquiry No. PC101–PVMV-PR-01 Bidder _______________________________ Items FEA of Mounded Bullets Bid No._________ ______________ The Vendor must confirm and clarify the following, failing which bid is liable to be rejected.

Sl. No. D e s c r i p t i o n Vendor’s confirmation

(Tick mark which ever is applicable)

1.0

Furnish Detailed reference list of similar works carried out in the last 7 years. References shall include details of Mounded Bullets i.e. size, design conditions, shell /Head thickness, Client, year of supply, order value.

Reference list is Enclosed / No

2.0

Bid complies with enquiry technical specifications, including specification sheets/Drawings, & other standards.

Yes, noted and confirm Compliance / No

7.0 Submission of documents as per clause 6.0 of Doc.PC101-PVMV-PR-01. Agreed / No

12.0 Duly signed & stamped copy of Schedule of Exceptions & Deviations (Form-E) ANNEXURE-3 stating “No Deviations” is enclosed.

Yes Enclosed / No

13.0

Duly signed & stamped copies of following Technical Enquiry Specifications enclosed as a token of acceptance of various clauses covered therein. 1) Doc.No. PC101-PVMV-PR-01

Yes Enclosed / No

14.0 Scope of supply shall be as per Technical Enquiry Specifications. Confirmed / No

(NOTE: VENDOR TO TICK WHICHEVER IS AGREED) Date: (Authorized Signature of Bidder) Stamp:

SCHEDULE OF EXCEPTIONS AND DEVIATIONS ENQ. No PC101-PVMV-PR-01

PROJECT: INSTALLATION OF MOUNDED BULLETS INDIAN OIL CORPORATION LIMITED, PARADIP

PC101-PVMV-PR-01-ANNEXURE - 3 0

DOCUMENT NO. REV.

SHEET 1 of 1

FORM NO:02-0000-0021F1 REV4 All rights reserved PC101-PVMV-PR-FORM_E ANNEX-3

(FORM – E)

SCHEDULE OF EXCEPTIONS AND DEVIATIONS

In line with Tender Document, Vendor may stipulate exceptions / deviations to the tender conditions if considered unavoidable.

Sl. No.

Tender Document No., Page No.

Clause No. of Tender Document Subject Deviation

Signature of the bidder Bidder’s Stamp

NOTE:

1). Any deviation taken by the vendor to the stipulations of the tender document shall not be recognised and the same is treated as null and void.

2). Any deviation written elsewhere in the offer shall not be recognised and the same is treated as null and void.

--- -

1~~1~ DETAILS OF CONTRACTOR I COMPANY (fQ!: updating Award of Contract at CPP Portal le-publishingU

PVMM/SERVICE/MECH/15-161E-221ATCH-V 0

DOCUMENT NO REV ATTACHMENT - V SHEET 1 OF 1

i;"·

In Case of Order, the contractor shall provide the below information for updating Award of Contract at CPP Portal (e-publishing), without fail.

i ­t';

I>;

i.

t ('

j:..

SI PARTICULARS BIDDER'S COMMENTS

1.0 CONTRACTOR'S/COMPANY NAME

0

0

0

0

0

0

0

0

0

0

0

0

LIMITED

UNDERTAKING

JOINT VENTURE

PARTNERSHIP

OTHERS

MICRO

SMALL

MEDIUM

ANCILLARY UNIT

PROJECT AFFECTED PERSON OF THIS COMPANY

SSI

OTHERS

2.0 CONTACT PERSON

3.0 CONTACT PERSON'S DATE OF BIRTH

4.0 COMPANY's REGISTRATION NO.

5.0 COMPANY's REGISTERED ADDRESS

6.0 COMPANY'S ESTABLISHMENT YEAR

7.0 COMPANY'S NATURE OF BUSINESS

8.0 COMPANY'S LEGAL STATUS

(TICK" appropriate option)

9.0

COMPANY CATEGORY

(TICK" appropriate option)

10.0 As confirmed above, in case you are under MSMED Act 2006 for MICRO & SMALL Enterprises (MSEs) Sector OR MSEs owned by SC/ST Entrepreneurs, please submit documentary evidence in this respect with reference to GOI Gazette Notification No.503 dt.26.03.12.

DATE: AUTHORISED SIGNATORY OF THE BIDDER with Official Seal

FORM NO: 02-0000-0021 F2 REV 1 All rights reserved

PVMM/SERVICE/MECH/15-161E-221ATCH-VI I 0

DOCUMENT NO I REV

SHEET 1 OF 1

~ .~ . .. tI RTGS/NEFT FORMAT ~\i FOR E-PAYMENT .:;.. ,~~1B

Date: ,.·r.,

To,f!:

Projects & Development India ltd. POll, Bhawan, Samta,

't'.. Subhanpura, :,~' Vadodara-390 023.

Gujarat.

Dear Sir,

With reference to your letter/E-mail, we hereby agree to accept the payment of our bills through "EFr/RTGS/lnternet". The bank account details are as given below:

'j

1 Beneficiary's Name

2 Name of the Bank (to which payment should be sent)

3 Branch name

4 Address of the Branch

5 STDCode No. and Telephone no. of Branch

6 Brunch Code

7

I

9 digit code no. of Bank & Branch as appearing on the MlCR cheque ( copy of cancelled cheque must be endosed.)

8 Bank account number (As appearing on the cheque book)

9 Account type (SB/CA/Cc) 10 Branch lFSC Code (Applicable only for RTGS payments)

11 Copy of blank cancelled cheque or photocopy of a cheque for verifying the accuracy of the 9digit code number to be enclosed.

l A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the accuracy of the bank account details.

I hereby declare that the particulars given above are correct and complete. I i I i I !

(Signature of Account Holder) Sealof the Vendor

Encl : Cancelled Cheque No. **** We hereby confirm that the above bank account details of beneficiary are correct in all respects and the account of Beneficiary (POll vendor) is maintained at our bank branch.

( Name of Bank & Branch) Authorized Signatory

****Verification required only in case vendors name is not printed/appearing on the cancelled cheque leaf being submitted to POll office.

FORM NO: 02-0000-0021 F2 REV 1 All rights reserved