two part tender document for indigenous supply · two part tender document for indigenous supply...

28
BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED (A Government of India Enterprise) Kalpakkam – 603 102. Kancheepuram Dt. (TN) TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from - 06/09/2017 at 18.30 Hours Last date for downloading of Tender up to - 20/10/2017 at 15.00 Hours Date of Pre-bid meeting at 11.00 Hours - 13/10/2017 at 11.30 Hours Due date for submission of Part I & Part II in online up to 15.00 Hours - 20/10/2017 at 15.00 Hours Date and time for opening of Part- I on 20/10/2017 at 15.30 Hours Your bid must be submitted in E-mode at our BHAVINI E-Tendering Web site i.e., https:\\bhavini.etenders.in. On or before the due date and time mentioned above. e Regd. Office: BHAVINI, No. 51, 1 st Floor, Montieth Road, Egmore, Chennai - 600 008.

Upload: others

Post on 03-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED

(A Government of India Enterprise)

Kalpakkam – 603 102.

Kancheepuram Dt. (TN)

TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY

Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from - 06/09/2017 at 18.30 Hours Last date for downloading of Tender up to - 20/10/2017 at 15.00 Hours Date of Pre-bid meeting at 11.00 Hours - 13/10/2017 at 11.30 Hours Due date for submission of Part I & Part II in online up to 15.00 Hours - 20/10/2017 at 15.00 Hours

Date and time for opening of Part- I on 20/10/2017 at 15.30 Hours

Your bid must be submitted in E-mode at our BHAVINI E-Tendering Web site i.e.,

https:\\bhavini.etenders.in. On or before the due date and time mentioned above.

e Regd. Office: BHAVINI, No. 51, 1st Floor, Montieth Road, Egmore, Chennai - 600 008.

Page 2: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

COPY No. _____________

COST OF TENDER DOCUMENT Rs. 2360/- (inclusive of GST)

BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED

(A Government of India Enterprise)

Kalpakkam – 603 102, Kancheepuram Dt. (TN)

TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY

Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043

Downloading of Tender starts from - 06/09/2017 at 18.30 Hours Last date for downloading of Tender up to - 20/10/2017 at 15.00 Hours Date of Pre-bid meeting at 11.00 Hours -13/10/2017 at 11.30 Hours Due date for submission of Part I & Part II in online up to 15.00 Hours - 20/10/2017 at 15.00 Hours

Date and time for opening of Part- I on 20/10/2017 at 15.30 Hours

Your bid must be submitted in E-mode at our BHAVINI E-Tendering Web site i.e.,

https:\\bhavini.etenders.in On or before the due date and time mentioned above.

e Regd. Office: BHAVINI, No. 51, 1st Floor, Montieth Road, Egmore, Chennai - 600 008.

Page 3: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED (A Government of India Enterprise)

Kalpakkam – 603 102, Kancheepuram Dt. (TN)

Contracts and Materials Managements Group

TIN No: 33481602801 CST No.797722 Ph. 044-27480939

Mobile: 94433 16416 FAX.044-27480933

NOTICE INVITING TENDER

Online tenders are invited “For and on behalf of Bharatiya Nabhikiya Vidyut Nigam Limited (BHAVINI)” by Project Director (BHAVINI), PFBR Project, Kalpakkam-603 102, from the bidders who are fulfilling the qualifying criteria (Financial & Technical) given in Tender Documents for supply of items specified below conforming to the tender specifications:

Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043

SL. NO.

DESCRIPTION UNIT QTY

1

Preparation of Detailed Manufacturing Drawings, Manufacturing Documents, Manufacturing Process Sheets, Manufacturing Procedures, Welding Procedures, Inspection and Testing procedures, Assembly Procedures, Procurement of all materials for the job, Manufacture, Inspection, Surface Treatment, Assembly, Testing, Checking of Subassemblies & Full Assembly and Functional Tests at Shop, Packing, Transportation, Supply, Safe Delivery at site and Guarantee of 01 no. of SSTC along with its impact limiters, Lifting yoke with chain slings and Sub Assembly Transfer Mechanism as per Technical Specification No: PFBR/35800/SP/1005/R1 and as per the attached drawings.

Set 01

Downloading of Tender starts from - 06/09/2017 at 18.30 Hours Last date for downloading of Tender up to - 20/10/2017 at 15.00 Hours Date of Pre-bid meeting at 11.00 Hours -13/10/2017 at 11.30 Hours Due date for submission of Part I & Part II in online up to 15.00 Hours - 20/10/2017 at 15.00 Hours

Date and time for opening of Part- I on 20/10/2017 at 15.30 Hours Cost of each Tender document (Non-refundable) : Rs. 2360/- (Inclusive of GST). Your bid must be submitted in E-mode at our BHAVINI E-Tendering Web site i.e., https:\\bhavini.etenders.in On or before the due date and time mentioned above. The bidders who have downloaded the tender document from our websites shall intimate the same. The tenderers who are utilizing the website for downloading the tender documents and willing to quote as per the terms and conditions of tender document should ensure/send the Demand Draft or Banker’s cheque for Rs. 2360/- in favour of Sr.Manager (F&A), BHAVINI payable at State Bank of India, Kalpakkam 603 102 towards cost of tender documents before the opening of tender.

DGM (CMM) For and on behalf of BHAVINI.

(The Purchaser)

Page 4: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

QUALIFICATION REQUIREMENT FOR TENDERERS

The TENDERERS wishing to participate in this tender are required to meet the qualification as

mentioned below.

Requirement- A: Financial requirements

1. Average annual turnover of the bidder drawing last three financial years (i.e. 2016-15, 2015-14 and

2014-13) shall be equal to or more than Rs. 14.19 Cr. In case of bidders having financial year closing

on 31st December, the average annual turnover for the year 2016,2015 and 2014 shall be considered.

2. The bidder shall have executed single purchase/Work order value for an value equal / more than Rs.

03.03 Cr. (or) Two number of purchase/service order copies for an value equal / more than Rs. 1.89 Cr.

(or) Three number of purchase/service order copies for an value equal / more than Rs. 1.51Cr. for the

similar job in the immediately preceding five years as on the bid submission date. Proof of completion

in the form of contract completion certificate is required along with the respective purchase order.

3. Tenderer should submit their profit and loss account and Balance sheets for the last five financial years

(i.e. 2016-15, 2015-14, 2014-13, 2013-12, and 2012-11) with the bid. In case of bidders having

financial year closing on 31st December, the average annual turnover for the year 2016, 2015, 2014,

2013 and 2012 shall be considered.

Requirement-B: Technical requirements

The Vendor should have the following facilities in order to handle and carry out the various Assemblies, Tests to

meet the various requirements apart from theTechnical Specification No: PFBR/35800/SP/1005/R1.

1. The Vendor should have the 40T EOT (minimum) crane for handling the Single Sub Assembly Transport

Cask (SSTC) Assembly.

2. The Vendor should have a minimum head room of the 40T EOT crane shall be 9 metres. (Distance between

the floor and the hoist of crane at maximum operable position).

3. The vendor should have a cleaning room facility or able to make the cleaning room facility for assembly of

the components of SSTC.

4. It is preferred that the Vendor shall have a foundry as well as machine shop to execute the work covered

under this tender. The Vendor shall have sufficient capacity Equipment to handle and machining of

Stainless Steel (ASTM A 351 Gr. CF-3) Castingsin a single Shielding Blocks of weight of 4,500 Kg and

Cast Steel (ASTM A 27 Gr. 70-40) Castingsin a single Shielding Blocks of weight of 12,000 Kg.

5. In case, if the Vendor is not having the Foundry shop attached to the machining shop, the Vendor is

permitted to source the Stainless Steel Castings from the Foundry in such a case the Vendor shall evaluate

and short list the foundry and submit the documents of the foundry along with their bid.

DGM (CMM)

For and on behalf of BHAVINI.

(The Purchaser)

Page 5: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED

(A Government of India Enterprise)

TIN No: 33481602801 CST No.797722

Ph. 044-27480939/9443316416 Fax.044-27480933

TWO PART TENDER DOCUMENT

FOR

SL. NO.

DESCRIPTION UNIT QTY

1

Preparation of Detailed Manufacturing Drawings, Manufacturing Documents, Manufacturing Process Sheets, Manufacturing Procedures, Welding Procedures, Inspection and Testing procedures, Assembly Procedures, Procurement of all materials for the job, Manufacture, Inspection, Surface Treatment, Assembly, Testing, Checking of Subassemblies & Full Assembly and Functional Tests at Shop, Packing, Transportation, Supply, Safe Delivery at site and Guarantee of 01 no. of SSTC along with its impact limiters, Lifting yoke with chain slings and Sub Assembly Transfer Mechanism as per Technical Specification No: PFBR/35800/SP/1005/R1 and as per the attached drawings.

Set 01

SECTION-A : INVITATION TO TENDER AND TENDERING CONDITIONS SECTION-B : CONDITIONS OF CONTRACT SECTION-C : TECHNICAL SPECIFICATIONS OF STORES SECTION-D : FORMAT FOR SUBMISSION OF PART-I

(TECHNICAL AND COMMERCIAL BID EXCEPT PRICE) SECTION-E : FORMAT FOR SUBMISSION OF PART-II (PRICE BID) OF THE TENDER

Page 6: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

PREAMBLE

Prototype Fast Breeder Reactor ( PFBR) is a 500 Mwe power plant being set up

at Kalpakkam, District Kancheepuram - 603 102 in the state of Tamil Nadu. The

tender drawings and specifications for the procurement of the items are provided by

Indira Gandhi Centre for Atomic Research (IGCAR), Kalpakkam on behalf of

Bharatiya Nabhikiya Vidyut Nigam Limited (BHAVINI) (A Government of India

Enterprise).

Page 7: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED (A Government of India Enterprise)

TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY

Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043

Downloading of Tender starts from - 06/09/2017 at 18.30 Hours Last date for downloading of Tender up to - 20/10/2017 at 15.00 Hours Date of Pre-bid meeting at 11.00 Hours - 13/10/2017 at 11.30 Hours Due date for submission of Part I & Part II in online up to 15.00 Hours - 20/10/2017 at 15.00 Hours

Date and time for opening of Part- I on 20/10/2017 at 15.30 Hours To M/s. ________________________________________________

____________________________________________________

____________________________________________________

____________________________________________________

Dear Sirs,

Sub:

***** This booklet contains invitation to tender, tendering conditions, contracting conditions and specifications of stores required by us. The tenders in respect of this case are to be submitted in TWO PARTS. If you are interested to quote, please go through the contents particularly the tendering conditions and ensure that your bid submitted to us on or before the last date and time of receipt indicated above.

Yours faithfully,

DGM (CMM) For and on behalf of BHAVINI.

(The Purchaser)

Page 8: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

INSTRUCTION SHEET

Instruction to tenderers indicating the tender number, last date and time for submission of tender, places at which the tender can be submitted and the date/ time and venue wherein the tenders will be opened.

Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 1.0 Last date for submission of both Part I &II Upto 15.00 Hrs. IST on 20/10/2017 . (Technical and commercial bid except price) and Part II (Price bid) of the tender. Your bid must be submitted in E-mode at our BHAVINI E-Tendering Web site i.e.,

https:\\bhavini.etenders.in. On or before the due date and time mentioned above.

2.0 DUE DATE AND TIME FOR OPENING 15.30Hrs. IST on 20/10/2017

OF PART-I OF THE TENDER i.e. (Technical and commercial bid except price)

3.0 Due date and time for submission of Price Revision, if any, and opening of

Part-II (Price bid) of the bidder will be decided by the Purchaser and the same shall be intimated only to those bidders whose bids are found acceptable in Part-I, in advance.

4.0 Venue for opening of the tenders:

TENDER SECTION, CONTRACTS & MATERIALS MANAGEMENT GROUP, BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) KALPAKKAM – 603 102. KANCHEEPURAM DT. (TN)

5.0 The Tenderers shall take note of the following important aspects of the Two

Part Tendering. 5.1 Two Part Tender shall be defined as under:

Part I - Technical & Commercial bid except price

Part-II – Price bid 5.2 Both Part-I & Part-II together form the complete bid. Therefore both the parts

are required to be submitted within the due date and time indicated in Para 1.0. Any violation of this condition shall lead to rejection of the bid.

Page 9: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

5.3 The Commercial terms and conditions without price shall be submitted along with Part-I – Technical and Commercial bid except price in the enclosed format.

5.4 Part-II – Price bid shall contain only the quantity schedule and price. 5.5 The tenderer shall take special care not to mix up price details submitted

against Part-II (Price bid) with Part-I (Technical and Commercial bid except price) and vice versa. Any violation of this condition may lead to rejection of his tender.

5.6 All clarifications/changes if any in technical/commercial conditions shall be

furnished by the bidders prior to opening of Part-II (Price Bid) and no change in this regard will be accepted after opening of Part-II.

5.7 All clarifications/changes if any in technical / commercial conditions may be

furnished by the bidder prior to pre bid meeting so as to enable us to clarify the same during pre bid meeting.

5.8 All communications in respect of Two Part Tenders shall only be addressed to

TENDER SECTION, CONTRACTS & MATERIALS MANAGEMENT GROUP, BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED, (A GOVERNMENT OF INDIA ENTERPRISE), KALPAKKAM – 603 102 from the date of issue of tender and till the finalization of the tender and to no other authority in BHAVINI as per the conditions stipulated in the enclosed Invitation to Tender and Tendering Conditions.

5.9 In case the due date for opening of the tender happens to be a holiday in BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED tender will be opened on the next working day.

5.10 The bidders who have downloaded the tender document from our websites shall intimate the same prior to pre bid meeting.

* * *

Page 10: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED

(A Government of India Enterprise)

1. Validity Period _____________________________ from the date of Tender Opening

2. Delivery Period ________________________ from the date of PO

3. Warranty /Guarantee _________________________ from the date of final acceptance.

� PLACE OF DELIVERY: BHAVINI SITE, KALPAKKAM-603102 I/We have understood the terms and conditions of the contract as contained in form No. CMM-02(Rev.0) and have thoroughly examined the

specification, drawing and or/pattern quoted or referred to herein and are fully aware of the nature of the Stores required and my/our offer is

to supply the Stores strictly in accordance with the requirements under the subject tender

Stamp and Signature of Tenderer

Date: ______________ Office Seal:

NAME AND STATUS OF AUTHORIZED SIGNATORY

Only tick (√) and fill Applicable Delivery Terms General Instructions

1.PRICES

� Free Delivery

� FOR destination

� FOR dispatching Station

� Ex-Godown

� Ex-Works

1. Quote your prices on Free Delivery Basis. In case Free Delivery not

possible, applicable charges shall be furnished on percentage basis for delivery

at site.

2. Please note that our standard payment terms will be 30 days from the date of

receipt & final acceptance of material.

3. Kindly indicate whether you are registered with DGS&D/NSIC/SSI/

DPS/NPCIL etc. and attach copies accordingly. Your offer shall be submitted

with all Catalogues/ Leaflets.

4. Your offer shall be submitted with all Catalogues / Leaflets, wherever

applicable.

5. Inspection if required will be done by BHARATIYA NABHIKIYA VIDYUT

NIGAM LIMITED, or any other authorized representative.

6.The prices quoted shall be firm and in Indian Rupees only

7. The Offer shall be valid 90 days from the date of opening.

8. Incomplete quotation is likely to be rejected.

9. Taxes & duties shall be clearly indicated in your quotation. Material Test

Certificate shall be furnished by the supplier, if required in the event of an order

10. Mention your GST registration No. _____________(enclose document if

any)

11. In case payment desired by way of Demand Draft, applicable DD charges will

be to your Account.

12. The delivery period for execution of supply in the event of order should be

specified in very CLEAR & REALISTIC TERM. No pro-rata supplies, unless

otherwise specifically indicated, will be acceptable.

2. SUPPLY PORTION: � Applicable GST____________% on basic cost

3.SERVICE PORTION (IF APPLICABLE):

� Extra

(Applicable GST____________% for service portion)

4.SAFE DELIVERY CHARGES:

� Nil

� Extra@________% on basic price /

� Applicable GST__________% on Safe Delivery charge

( Invoice shall be raised separately)

5. PACKING AND FORWARDING CHARGES:

� Nil

� Extra@________% on basic price /

� Applicable GST__________% on P&F

( Invoice shall be raised separately)

6. TRANSIT INDUSRANCE CHARGES:

NOTE: Transit Insurance shall be arranged by the contractor for delivery upto

BHAVINI Site, Kalpakkam. It shall be in the scope of the contractor. In other

case, the applicable premium charges shall be borne by the purchaser which

should be clearly indicated in % on basic price.

� Nil

� Extra@________% on basic price /

� Applicable GST__________% on Transit Insurance

( Invoice shall be raised separately)

6.TEST CERTIFICATE Will be provided [ ]

Will not be provided [ ]

Not Applicable [ ]

7.Other charges If any:

Page 11: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

SECTION – A

Page 12: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

CORRIGENDUM i) THE DESIGNATIONS / ADDRESS ‘SR. EXECUTIVE DIRECTOR /

EXECUTIVE DIRECTOR, CMM, NABHIKIYA URJA BHAVAN, NUCLEAR POWER CORPORATION OF INDIA LIMITED, MUMBAI – 400 094’. WHEREVER APPEARING IN TENDER DOCUMENTS:

SHALL BE REPLACED WITH

DGM (CMM)/ PROJECT DIRECTOR /DIRECTOR (TECHNICAL), BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED, KALPAKKAM P.O., KANCHEEPURAM DIST., TAMIL NADU. PIN – 603 102.

ii) THE ADDRESS ‘TENDER SECTION, DIRECTORATE OF CONTRACTS

AND MATERIALS MANAGEMENT, NUCLEAR POWER CORPORATION, NABHIKIYA URJA BHAVAN, ANUSHAKTI NAGAR, MUMBAI – 400 094.

SHALL BE REPLACED WITH

“TENDER SECTION, CONTRACTS AND MATERIALS MANAGEMENT GROUP, BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED, KALPAKKAM P.O., KANCHEEPURAM DIST., TAMIL NADU. PIN-603 102.

iii) THE WORDS “NUCLEAR POWER CORPORATION OF INDIA LIMITED”

WHEREVER APPEARING IN TENDER DOCUMENTS.

SHALL BE REPLACED WITH

Page 13: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

“BHARATIYA NABHIKIYA VIDYUT NIGAM LIMITED”

iv) GCC NO. “ICMM-11/REV.0” WHEREVER APPEARING IN TENDER

DOCUMENTS.

SHALL BE REPLACED WITH “ICMM-11/Rev. 1”. v) THE TELEPHONE NOS. “91-22-2599 3000 / 1000 AND FAX NO.

91-22-2558 0741” WHEREVER APPEARING IN TENDER DOCUMENTS

SHALL BE REPLACED WITH 91-44-2748 0939/0902 AND FAX NO. 044-2748 0933 RESPECTIVELY.

*****

Page 14: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

N.B.: Fore note to Section – A

[Is applicable and to be enclosed only in case Sub-Section-B2: Special Commercial

Terms and Conditions are a part of the tender document]

Clause No. 11.0 of Section-A ‘ Invitation to Tender and Tendering Conditions’ should be read in conjunction with Clause No. 1.1(a) and 1.1(b) of Subsection – B2 ‘Special Commercial Terms and Conditions’ in case of Competitive bidding.

Page 15: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY

SECTION-A

INDEX

1.0 INVITATION TO TENDER

2.0 QUALIFYING REQUIREMENTS

3.0 EXPENSES TOWARDS SUBMISSION OF QUOTATIONS AND LIABILITY

TOWARDS SITE VISIT/WORK.

4.0 MANNER AND METHOD FOR SUBMISSION OF BIDS

5.0 VALIDITY OF BIDS

6.0 TERMS AND CONDITIONS OF THE CONTRACT

7.0 BID CURRENCY

8.0 PRICE BASIS

9.0 PRICE ADJUSTMENT

10.0 SPARES AND ACCESSORIES

11.0 STATUTORY LEVIES SUCH AS CENTRAL EXCISE DUTY, SALES TAX AND

SERVICE TAX.

12.0 QUANTITY

13.0 DELIVERY

14.0 ERECTION AND COMMISSIONING

15.0 OPENING OF TENDERS

16.0 CLARIFICATIONS REGARDING THE BID

17.0 EVALUATION OF PART-I: TECHNO-COMMERCIAL EXCEPT PRICE BID

18.0 OPENING OF PART II (PRICE BID)

19.0 EVALUATION OF PART-II: PRICE BID

Page 16: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

20.0 ACCEPTANCE OF BIDS

21.0 CATALOGUES/TECHNICAL LITERATURE

22.0 INSTRUCTION/OPERATION MANUAL

23.0 SAMPLE/ PROTOTYPES

24.0 PARTICULARS OF THE TENDERERS

25.0 SUB CONTRACTING/SUBLETTING

26.0 SHOP/FACTORY EVALUATION, QUALITY SURVEILLANCE,

INSPECTION AND SUBMISSION OF PROGRESS REPORTS

27.0 PACKING

28.0 PURCHASE PREFERENCE

29.0 BANK GUARANTEES

30.0 CONSORTIUMS

31.0 HIGH SEAS SALE

32.0 INCOTERMS 2000

33.0 CANVASSING

Page 17: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

SECTION-A

INVITATION TO TENDER AND TENDERING CONDITIONS

1.0 INVITATION TO TENDER

1.1 The Sr. Executive Director / Executive Director, Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Limited (A Government of India Enterprise) invites sealed tenders from Indian Tenderers, in quadruplicate (one original and three copies) through a Two Part Tender format, for supply and erection of plant, machinery, equipment, component to the specifications detailed in Section “C” to this tender. The conditions of contract, which will govern the contract pursuant to the tender are as contained in Section B of this tender document. If you are in a position to quote for supply in accordance with the technical specifications indicated in Section “C” to this tender document and as per conditions in Section B please submit your bid in a manner and method specified hereinafter.

1.2 This Tender document is NON-TRANSFERABLE and to be used only by such intended tenderers to whom the tender is issued. While submitting their bids, the tenderers should invariably enclose a copy of the receipt of the tender fee. The Tenderers falling under small scale units registered with National Small Industries Corporation (NSIC) to whom complimentary tender sets are issued on free of cost basis are exempt from this requirement.

2.0 QUALIFYING REQUIREMENTS

2.1 Please refer to “Qualifying Requirements” for the details of the requirements need to be met by the Tenderers.

2.2 The Tenderers while seeking the Tender documents are required to submit all supporting documents / information necessary for establishing their qualification. A copy of such documents is also required to be furnished along with Part-I (Technical & Commercial bid except price). Failure to comply with this requirement will lead to rejection of the bid.

2.3 Tender documents would be issued to those Tenderers who prima facie meet the qualification requirements as in clause 2.1 above. This allows only the submission of offer and does not automatically qualify the Tenderer.

2.4 The Tenderer should not be under liquidation, court receivership or similar proceedings

Page 18: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

3.0 EXPENSES TOWARDS SUBMISSION OF QUOTATIONS AND LIABILITY TOWARDS SITE VISIT/WORK.

3.1 The purchaser shall not be responsible for expenses incurred towards preparation and submission of bid documents as well as other expenses incurred towards it such as site visits.

3.2 In case of erection and commissioning, repairs and such other jobs wherein the

tenderer’s personnel or authorised representatives need to visit the purchaser’s site they can do so only after obtaining the prior permission of Purchaser’s site authorities. However such personnel who are granted permission are deemed to have explicitly agreed to the condition that they shall be understood to have released and indemnified the Purchaser and its personnel from and against all liabilities with respect to personal injury, loss or damage to property and any other loss or expenses incurred by Tenderer’s personnel as a result of such visit.

4.0 MANNER AND METHOD FOR SUBMISSION OF BIDS

Your bid must be submitted in E-mode at our BHAVINI E-Tendering

Web site i.e., https:\\bhavini.etenders.in On or before the due date and time mentioned above.

5.0 VALIDITY OF BIDS

Bids shall be kept valid for acceptance for a period of 120 (one hundred and twenty) days from the date of opening of PART II (Price bid) of the tender. Bids with shorter validity period will be liable for rejection.

6.0 TERMS AND CONDITIONS OF THE CONTRACT

It must be clearly understood that any contract concluded pursuant to invitation to this tender shall be governed by the Conditions of Contract which is Section B of this tender document. Tenderers must, therefore, take special care to go through these conditions of the contract. Tenders made subject to counter conditions or with deviations from the Conditions of the Contract i.e. SECTION B of this tender document are liable to be ignored. It should also be realized that failure to bring out deviations from the Conditions of the Contract contained in Section B of this tender document would imply that the tenderer is willing to execute the contract as per the Purchaser’s Terms and Conditions of the Contract.

7.0 BID CURRENCY

Please see Special Commercial Terms and Conditions in Section B of the Tender document.

8.0 PRICE BASIS

Page 19: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

Please see Special Commercial Terms and Conditions in Section B of the Tender document.

9.0 PRICE ADJUSTMENT

Please see Special Commercial Terms and Conditions in Section B of the Tender document.

10.0 SPARES AND ACCESSORIES

10.1 Tenders for plant/machinery/equipment/component shall also indicate prices for mandatory/essential accessories, optional accessories and spares necessary for satisfactory operation of the plant/machinery/equipment,

(a) for a period of two years and (b) for a period of five years

or as specified in the Section C: Technical Specifications and Section E : Format for submission of Part-II ( Price Bid) of Tender.

10.2 The prices for accessories and spares shall be itemized. Bids where only lump sum prices are indicated are liable to be ignored. Particular care must be taken to list out each item of spare and quantity recommended and also the individual price for these items. These details should be included only in Part II (Price bid). However, a list of spares and accessories without the price should be included in PART I (Technical & Commercial bid except price) along with commercial terms and conditions applicable.

11.0 STATUTORY LEVIES SUCH AS GST or any other tax are to be read in conjunction with Subsection – B2: Special Commercial Terms and Conditions.

11.1 ANY OTHER STATUTORY LEVIES / INDIRECT TAXES

In case of any other new indirect taxes/cess, if levied by Government during the contractual delivery period, the same shall be reimbursed/ paid by the Purchaser, as the case may be, at actual against documentary evidence.

12.0 QUANTITY

The Purchaser reserves the right to accept or reject, lowest or any bid, in whole or in part, without assigning any reasons whatsoever and without any liability to the Purchaser. The Tenderer not withstanding that his bid has not been accepted in whole shall be bound to supply the Purchaser, such item or items and such portion or portions of one or more items, as may be accepted by the Purchaser.

Page 20: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

13.0 DELIVERY

13.1 Tenderers should note that their bid may not be considered by the purchaser unless the tenderer can meet the delivery schedule specified by the purchaser. All component covered by this tender document should be handed over to site within 08 Months from the date of our purchase order. Milestone chart for detailed manufacturing schedule leading to delivery shall be submitted along with Part-I (Technical & Commercial bid except price).

13.2 The stores shall be delivered to the purchaser’s site directly without any transhipment en-route, in case of transportation by road. In case of transportation through railways/waterways also the transhipment is generally not allowed. However, transhipment may be allowed at the discretion of the Purchaser for which the contractor needs to explain the need for transhipment and take Purchaser’s prior approval.

14.0 OPENING OF TENDERS

14.1 Unless otherwise advanced or postponed with advance intimation to the tenderers, tenders will be opened in two stages at Tender Section, Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Limited, Nabhikiya Urja Bhavan, Entrance Block, Ground Floor, Anushaktinagar, Mumbai-400 094 as indicated at Sl. Nos. 2.0 and 3.0 of the Instruction Sheet of this tender document.

14.2.1 Part-I (Technical & Commercial bid except price) will be opened in presence of the tenderers or their authorized representatives who wish to participate in the opening of tenders.

15.0 Part-II (Price bid) will be opened only in the presence of the technically and commercially acceptable tenderers (based on Part-I evaluation) or their authorized representatives who wish to participate in the opening of the tenders.

15.1 Tenderers who wish to participate in the opening of Part-I (Technical & Commercial bid except price) and Part-II i.e. Price bid (of the Part-I qualified Tenderers ), may depute their representatives to the Tender Section, Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Limited, Nabhikiya Urja Bhavan, Entrance Block, Ground Floor, Anushaktinagar, Mumbai -400 094 on the respective dates and time.

16.0 CLARIFICATIONS REGARDING THE BID

16.1 CLARIFICATIONS REGARDING THE BID BEFORE THE SUBMISSION OF PART-I

Page 21: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

Irrespective of whether clarifications (commercial/technical) are sought for from any of the tenderers or otherwise, the tenderers will be free to have discussions with the authorities in the following nos. concerning the scope/details/technical specifications of tender etc., if they so consider necessary.

91 – 44 –27480939/9443316416/27480902 16.2 CLARIFICATIONS REGARDING PART-I (TECHNICAL AND COMMERCIAL

BID EXCEPT PRICE)

All technical and commercial aspects pertaining to Part I (Technical and Commercial bid except price) of the tender will be finalised prior to opening of Part II (Price bid) and no change in this regard shall be accepted after opening of Part II (Price bid).

Copies of correspondence sent to Sr. Executive Director / Executive Director, Contracts and Materials Management relating to price details – Part II (Price bid) should NOT be endorsed to any other authority.

17.0 EVALUATION OF PART-I: TECHNO-COMMERCIAL EXCEPT PRICE BID

The tenders of such tenderers who meet the qualifying requirements stipulated in the tender documents (such as experience and financial criteria) shall only be considered for detailed techno-commercial evaluation. Detailed technical evaluation will also take into account the financial and technical capabilities as well as such other criteria deemed necessary and appropriate. In addition, the concurrent commitments of the tenderers shall also be taken while assessing their capability for executing this contract.

18.0 OPENING OF PART-II (PRICE BID)

The Part-II bid of only such tenderers whose Part-I bids are found acceptable will be opened. Due date and time for opening of the Part-II will be decided by the Purchaser and the same shall be intimated in advance only to such Tenderers, whose bids are found acceptable in Part-I to enable them to participate in the tender opening. No change in Technical / Commercial conditions shall be accepted after opening of Part-II (Price Bid).

19.0 EVALUATION OF PART-II: PRICE BID

The evaluation of Part-II (Price Bid) will be carried out as detailed under sub-section B2: Special Commercial Terms and Conditions.

Page 22: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

20.0 ACCEPTANCE OF BIDS

20.1 The purchaser reserves the right to accept or reject, lowest/any/all tenders in part/full without assigning any reasons, whatsoever and without any liability to the Purchaser.

20.2 Acceptance of bids by the purchaser may be sent by priced Letter of Intent / Purchase Order / Contract within the validity of the bid. In case of such Letter of Intent, the tenderer whose bid is accepted and who is herein after referred to as contractor will proceed with the execution of the contract on the basis of such advance acceptance of bid without waiting for a formal purchase order/contract and will be responsible to seek and obtain whatever clarifications that are necessary from the purchaser to proceed with the manufacture without waiting for a formal purchase order/contract and delivery period will be reckoned from the date of such Letter of Intent.

20.3 Unsuccessful tenderers will not be informed of the result of their bids.

21.0 CATALOGUES/TECHNICAL LITERATURE

All necessary catalogues/drawing/technical literature data as are considered essential for full and correct evaluation of the bids shall invariably accompany the PART I (Technical and Commercial bid except price) of the tender.

22.0 INSTRUCTION/OPERATION MANUAL

In respect of plant/ machinery/ equipment/ instrument/ apparatus, where instruction/ operation manual is normally necessary to enable the user to put the plant/machinery/equipment/ instrument/ apparatus to proper use, the contractor shall furnish such an instruction/ operation manual specific to the stores being supplied along with the plant/ machinery/ equipment /instrument/ apparatus. The contractor shall clearly specify in the bid about his readiness to supply instruction/ operation manual.

23.0 SAMPLES/PROTOTYPES

Samples/prototypes etc. if any called for shall be submitted free of all charges by the tenderer as per Clause No. 11 of General Conditions of Contract, CMM-11/Rev.1 enclosed under Section B of the Tender Document.

24.0 PARTICULARS OF THE TENDERERS

24.1 The tenderer shall in a separate sheet to be annexed to their bid, furnish in case he is a partnership firm or Joint Hindu Family concern, the names and full particulars of the partner or the member of the Joint Hindu Family owing the concern. The bid must be signed:

Page 23: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

(a) In the event of the tenderer being a sole proprietary concern by the sole proprietor or by constituted attorney duly authorized to enter into and sign agreement on his behalf, including agreement to refer disputes arising under or relating to such agreements to arbitration by power of attorney signed by the proprietor and authenticated by a Notary Public or Magistrate.

(b) In the event of the tenderer being a partnership firm, by all partners or by a constituted attorney duly authorized to enter into and sign agreements on behalf of the partnership firm including agreements to refer disputes arising under or relating to such agreements to arbitration by a power of attorney duly executed by all the partners and authenticated by Notary Public or a Magistrate.

(c) In the event of the tenderer being a Hindu Joint Family concern by the Karta of the Joint Family when the bid is signed by a constituted attorney of the sole proprietor of a concern or when the bid is signed on behalf of the firms by a constituted attorney of its partners as provided in sub clause (a) and (b) above, then original power of attorney appointing him as such constituted attorney shall be supplied with the bid or if a bid is executed on behalf of a limited company but its constituted attorney as provided in sub cases (c) above, the original power of attorney along with the resolution (if required under its Articles of Association) authorizing the affixation of its common seal on the power of attorney and a copy of its Articles of Association shall be supplied with the bid. If however, the power of attorney has been previously furnished to and approved by the purchaser, the contractor need not send the same with the bid.

24.2 Supplier Income Tax Registrations and other Registrations

24.2.1 The tenderer shall submit along with PART I (Technical & Commercial bid except price) of their bid, the name and address of his bankers and the Income Tax Permanent Account Number (PAN). Further, if the tenderers are registered with the Directorate General of Supplies and Disposals or the Sr. Executive Director / Executive Director, Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Limited, Directorate of Purchase & Stores, Department of Atomic Energy (DAE) as an approved supplier, they shall indicate in PART I (Technical & Commercial bid except price) such registration number and date, its validity date.

25.0 SUB CONTRACTING/SUBLETTING

The tenderer in the event of his bid being accepted by the purchaser shall not assign/sublet or delegate the contract or any part thereof without the prior written consent of the purchaser, which shall not be unreasonably withheld, but the tenderer may without the purchaser’s consent purchase such parts/accessories, raw materials etc, from any of the leading and reputed manufacturers in case he does not normally manufacture such items. However, the contractor shall be solely responsible for the satisfactory execution of the contract irrespective of the fact whether a part or a portion of a contract has been assigned or sublet by him to a subcontractor even when sub contraction

Page 24: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

has been done with the prior written consent of the purchaser. In this respect, the Clause No. 4 of General Condition of Contract – CMM-11/Rev.1 enclosed under Section B of the Tender document shall be applicable.

26.0 SHOP/FACTORY EVALUATION, QUALITY SURVEILLANCE, INSPECTION AND SUBMISSION OF PROGRESS REPORTS

26.1 The purchaser or his technical authorities may at their option and prior to evaluation of the tender depute his inspector or any quality surveillance agency of his choice to the factory/workshop of the tenderer to assess and establish the manufacturing capability etc of the tenderer. Similarly, the purchaser may also depute his inspector/quality surveillance agency of his choice for inspection of the plant/machinery/equipment during the various stages of manufacture. In such an event the tenderer/contractor shall:

(a) Allow reasonable facility and free access of his factory/work/records to the inspector for the purpose of inspection or for ascertaining the progress of manufacture and delivery.

(b) Provide the drawings, tooling, gauges, instruments etc required for carrying out the inspection work.

(c) Provide an inspection plan to the purchaser’s satisfaction notifying him when check points on the plan are imminent.

(d) Not supply or deliver the plant/machinery/equipment/component unless and until a shipping release or an authorization for despatch is obtained in a format provided by the purchaser. Failure to comply with this instruction will not only result in withholding of the payment to the contractor/ supplier, but also hold the tenderer/contractor liable for payment of compensation to the purchaser due to delay in clearance of the equipment/plant/machinery/component from the carriers.

26.2 In this respect, for Tenderers the Clause Nos. 17 and 26 of General Conditions of Contract CMM-11/Rev.1 enclosed under Section B of the Tender Document shall be applicable.

27.0 PACKING

27.1 Tenderers shall note that packing for shipment shall be in accordance with the instructions outlined in this tender document, each package shall be limited to the size and weights that are permissible under the existing AIR and SEA limitations. Even when no packing specification is included in the invitation to tender, it will be the supplier’s responsibility to provide appropriate packing depending upon the nature of the supply and the transportation and handling hazards.

27.2 The equipment shall be so packed and protected so as not to suffer deterioration, damage or breakage during shipment and storage in a tropical climate.

Page 25: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

27.3 Each package shall be properly labelled to indicate the type and quantity of material it contains, the purchase order number, its dimensions and weight, the lifting points and any other necessary data to identify the equipment and relate it to contract.

27.4 In this respect, the Clause No. 12 of General Conditions of Contract – CMM-11/Rev.1 enclosed under Section B of the Tender Document shall be applicable.

28.0 PURCHASE PREFERENCE

Purchase preference to Indian PSUs/ PSEs shall be allowed as admissible under prevalent policies of Government of India.

29.0 BANK GUARANTEES

29.1 Wherever the bank guarantees are to be furnished the bank guarantees shall be from a nationalized or scheduled commercial banks other than co-operative bank in India.

29.2 All bank guarantees are to be sent by the bankers directly to the Purchaser.

29.3 The value of the bank guarantees submitted towards security of advance payments may be reduced once in six months to the extent of receipt of items /materials by the Purchaser and the advance amount adjusted against such receipts.

30.0 CONSORTIUMS

30.1 In view of the requirements of this tender, some of the intending Tenderers may pool their resources and experiences to form “Consortium”. In their own interest the Tenderers are advised to investigate and be confident of the capabilities, availability of expertise and resources such as machines/ equipments, tools and plants and other required facilities, experienced/ qualified personnel, financial soundness, past experience, required licenses and registration and concurrent engagements of constituting partners/ members of consortium.

30.2 A bidder participating in this Tender as a member of one consortium is not allowed to be a consortium partner of any other consortium.

30.3 The leader of the consortium can submit the tender on behalf of the consortium of Tenderers. Memorandum of Understanding (MOU) between the consortium members duly signed by the Chief Executives of the consortium members must accompany the request while purchase of the tender document which should clearly define the role / scope of each partner/ member and should clearly define the leader of MOU. It must also state that all members of the consortium shall be jointly and severally responsible for discharging all obligations under this contract. The legal document in original with respect to the formation of such consortium will be submitted along with the Part-I (Technical and

Page 26: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

Commercial except price bid).

30.4 The bid documents shall be signed by all the members of the consortium. Alternatively the bid documents shall be signed by the leader in which case the ‘Power of Attorney’ from each member authorising the leader for signing and submission of Tender on behalf of the individual member must be submitted along with the bid (With Part-I: Technical and Commercial except price bid, in case of Two Part Tender).

30.5 Consortium must fulfil the Qualifying Requirements as per clause no. 2.0 of ‘Section: A’. One set of documents in support of meeting the qualification requirements in respect of each of the consortium partner shall also be submitted along with the Part –I (Technical and Commercial except price bid).

30.6 In the event the work is awarded to the consortium, the leader and each of the other members shall be jointly and severally responsible for the execution of the contract.

30.7 The leader of the consortium on behalf of the consortium shall co-ordinate with NPCIL’s authorised officer/s only, during the period while the tender is under evaluation, as well as during the execution of work. And he shall also be responsible for resolving disputes/ misunderstanding / undefined activities, if any, amongst all consortium members.

30.8 Any correspondence exchanged with the leader of the consortium shall be binding on all consortium members.

31.0 HIGH SEAS SALE

All imported finished goods and spares to be delivered directly to the Purchaser’s site from the port of import, shall be cleared on High Seas Sale basis. The contractor shall furnish all necessary documents for executing the High Seas sale agreement. In case of delay/failure in submission of documents, the demurrage charges, penalty, sales tax, etc. shall be borne by the contractor.

32.0 INCOTERMS 2000

In case of items to be supplied by foreign sources, all terms shall be interpreted as per INCOTERMS 2000.

33.0 CANVASSING

Canvassing in any form with regard to this tender will lead to rejection of the bid.

***********

Page 27: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

PROFILE

Bharatiya Nabhikiya Vidyut Nigam Limited (BHAVINI) is a wholly owned Enterprise of the Government of India under the administrative control of the Department of Atomic Energy (DAE). It has been incorporated in October 2003 as a Public Limited Company under the Companies act 1956, with the objective of constructing and commissioning the first 500 MWe Prototype Fast Breeder Reactor (PFBR) at Kalpakkam in TamilNadu and to pursue construction, commissioning, operation and maintenance of subsequent Fast Breeder Reactors for generation of electricity in pursuance of the schemes and programmes of the Government of India under the provisions of the Atomic Energy Act, 1962. Major Activities The company is currently building a 500 MWe Prototype Fast Breeder Reactor (PFBR) at Kalpakkam. The PFBR is the forerunner of the future fast breeder power reactors. The PFBR is being built with the design and technology developed at the Indira Gandhi Center for Atomic Research (IGCAR) and is expected to go on stream by end of 2017. Nuclear Power in the 21st century The PFBR will generate power by recycling plutonium and depleted uranium recovered from the spent fuel of the Pressurised Heavy Water Reactors. The Fast Breeder Technology would thus, allow the Nuclear Power generation capacity to grow to 3.5 lakhs MWe without needing any additional Uranium. BHAVINI brings energy security to our country. No doubt it also brings prosperity to the people of surrounding villages by direct and indirect employment. The success of BHAVINI will demonstrate to the world our technical capabilities and indigenous expertise in the Nuclear field.

***********

Page 28: TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY · TWO PART TENDER DOCUMENT FOR INDIGENOUS SUPPLY Tender No: BHAVINI/CMM/ MECH/1/30/2017/10002043 Downloading of Tender starts from

CONSORTIUMS

In view of the requirements of this tender, some of the intending Tenderers may pool their resources and experiences to form “Consortium”. In their own interest the Tenderers are advised to investigate and be confident of the capabilities, availability of expertise and resources such as machines/ equipments, tools and plants and other required facilities, experienced/ qualified personnel, financial soundness, past experience, required licenses and registration and concurrent engagements of constituting partners/ members of consortium.

A bidder participating in this Tender as a member of one consortium is not allowed to be a consortium partner of any other consortium. The leader of the consortium can submit the tender on behalf of the consortium of Tenderers. Memorandum of Understanding (MOU) between the consortium members duly signed by the Chief Executives of the consortium members must accompany the request while purchase of the tender document which should clearly define the role / scope of each partner/ member and should clearly define the leader of MOU. It must also state that all members of the consortium shall be jointly and severally responsible for discharging all obligations under this contract. The legal document in original with respect to the formation of such consortium will be submitted along with the Tender.

The bid documents shall be signed by all the members of the consortium. Alternatively the bid documents shall be signed by the leader in which case the ‘Power of Attorney’ from each member authorizing the leader for signing and submission of Tender on behalf of the individual member must be submitted along with the bid.

Consortium must fulfill the Qualifying Requirements as per tender documents in support of meeting the qualification requirements in respect of each of the consortium partner shall also be submitted along with the bid.

In the event the work is awarded to the consortium, the leader and each of the other members shall be jointly and severally responsible for the execution of the contract.

The leader of the consortium on behalf of the consortium shall co-ordinate with BHAVINI’s authorized officer/s only, during the period while the tender is under evaluation, as well as during the execution of work. And he shall also be responsible for resolving disputes/ misunderstanding / undefined activities, if any, amongst all consortium members.

Any correspondence exchanged with the leader of the consortium shall be binding on all consortium members.

***************