HTTP WWW - Bhelhwr.co - in Tenders Servlet Download Filename NIT189 NIT189 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 14

.

MATERIAL MANAGEMENT(PURCHASE)
CENTRAL FOUNDRY FORGE PLANT,BHEL HARDWAR
RANIPUR, HARIDWAR (INDIA) – 249403
ISO 9001:2000 Phone No.+91-1334-281277/284548, FAX No. 225892
&14001:2004 e-mail :[email protected]
NAVARATNA
COMPANY , [email protected],[email protected]

Sub: Tender Enquiry No: 3066/P/360/9/7255P /1 due on 24.09.2010, at 2.00 PM

Dear Sir,
We are pleased to invite offer as per enclosed specifications, drawings with terms
and conditions in sealed covers for the under mentioned items.

Sl Tender No Description of Material Qty Date & Time of


No MR Opening
3066/P/360/9/7255P /1 Power Distribution Panels 24.09.2010. at
01 03 Nos 2.00 PM

KINDLY READ TERMS AND CONDITIONS. OFFER NOT IN ACCORDANCE WITH THE
INSTRUCTIONS IS LIABLE TO BE DISQUALIFIED AND OR IGNORED.
Please visit www.bhel.com or www.bhelhwr.co.in for more details and tender documents.

Vendor who are not register in CFFP/BHEL also down load Vendor Registration Form and
submit same dully filled along with offer.

Thanking You,

Yours Faithfully,
For & On behalf of CFFP BHEL Hardwar

(Ranjan Kumar)
DGM (Purchase)

Note: Corrigendum if any shall not be published, kindly refer web for any changes.
3066 P/ 360/9/7255P1 04-09-2010

M/S. :: DUEDATE 24-09-2010


::
: Vendor Code 09285
INDIA

SL MATERIAL CODE QUANTITY UNIT LOTNO LOT DELIVERY


ITEM DESCRIPTION QTY SCHEDULE

1 FF4120819493 2 NO 1 2 20/12/10
PDP:INCOMER ACB 800A,
4P OUTGOING:400A*2,250A*2,100A
*2FSU
AS PER ANNEXURE
-----------------------------------------------------------------------------------------
2 FF4120819507 1 NO 1 1 20/12/10
PDP:INCOMER ACB 3200A
4P OUTGOING:4P ACB 2000A*
1,800A*3
AS PER ANNEXURE
-----------------------------------------------------------------------------------------
** IMPORTANT: This enquiry is 2 part tender. Techno-Commercial bid (Part-1) & Price
Bids (Part-2) should be submitted in separate envelopes. These two envelopes should
be submitted in a common sealed envelope. Techno-Commercial Bid shall contain detailed
Technical Specification, Drawings Technical documents, Catalogues, taxes & duties,
payment terms, delivery period, Validity of offer, Replica of Price Bid (Copy of
price bid without price part) etc. The confirmation to the special terms & conditions
must be submitted alongwith Techno-Commercial bid.
-----------------------------------------------------------------------------------------
Standard Instructions:
TEST CERTIFICATE REQUIRED.
GUARANTEE CERTIFICATE REQUIRED.
PRE-INSP AT YOUR WORKS PRIOR DESP.
BASIC RATES, TAXES DUTIES SEPERATELY
CENVATABL DUPLICATE COPY OF INVOICE.
-----------------------------------------------------------------------------------------
Special Instructions:
PANEL LAYOUT/SCHEME & WIRING DRAWING TO BE APPROVED BY BHEL BEFORE
MANUFACTURING
2 HARD BIND & 1 SOFT COPY OF FINAL APPROVAL DRG. TO BE DISPATCHED WITH MATERIAL.
MATERIAL.
ACB OPERATION & MAINTANENCE MANUAL IS TO BE SUPPLIED WITH MATERIAL.
ATTACHMENT-
- ANNEXURE-1 OF COMMERCIAL TERMS AND CONDITION.
- PROFARMA BANK GUARANTEE.
- AUTHORISATION LETTER FOR E- PAYMENT.

Page No 1
3066 P/ 360/9/7255P1 04-09-2010

MATERIAL CODE QUANTITY UNIT LOTNO


ITEM DESCRIPTION

- CONSORTIUM BANK LIST.


- TECHNICAL SPECIFICATION FOR BOTH TYPE PANNELS ATTACHED.
- ANNEXURE A OF GENERAL TERMS AND CONDITIONS.
-----------------------------------------------------------------------------------------
General Instructions:
1. Please submit authorization letter (format enclosed) for facilitating
e-payment/electronic transfer of funds
2. 100% payment within 30 days after receipt & acceptance of material at CFFP
BHEL, Hardwar through e-payment.
3. CFFP/BHEL RESERVES THE RIGHT TO PRE-INSPECT THE MATERIAL AT VENDOR'S WORKS
/ GODOWN/ PREMISES BEFORE DESPATCH.
4. ORIGINAL MANUFACTURER'S TEST CERTIFICATE IS REQUIRED ALONG WITH DESPATCH
DOCUMENTS. IN CASE SUPPLIES ARE FROM TRADERS, IT SHALL BE THE RESPONSIBILITY
OF THE TRADER TO PROVIDE ORIGINAL MANUFACTURER'S TEST CERTIFICATE WITH
LINKAGE TO TRADER'S INVOICE STATING BATCH NO.
5. CFFP/BHEL Reserves the right to procure from more than one vendor.
-----------------------------------------------------------------------------------------

MANOJ KUMAR YADAVA


ENGR

Page No 2
G T C C- dt.30.04.2010.
GENERAL TERMS AND CONDITIONS OF TENDER ENQUIRY
ANNEXURE-A
1.Submit the tender in two parts i.e.
Part-I Techno-Commercial Bid
Part-II Price Bid
Techno-Commercial (part one) & Price Bid (part two) should be put in separate sealed envelopes.
Both envelopes should be super scribed with Tender Number, Date of Opening & Technical /
Commercial Bid and Price Bid respectively along with name of firm.
Both the envelopes i.e. containing Techno-Commercial Bid and Price Bid should again be kept in
one envelope super scribed again with Tender No. and Date of Opening and the name of firm
submitting the tender. to AGM (MM),Purchase Department ,CFFP ,BHEL Hardwar,Ranipur
,Hardwar 249403.Uttrakhand ,India .It is responsibility of vendors to submit their offer in time.
Late offer will not be considered.
Part-I Envelopes super scribed with Techno-Commercial Bid must contain all information
especially:-
(a) Specification of the material offered should be strictly as per CFFP/BHEL specifications of
Enquired material in tender documents. Deviations if any must be indicated clearly in the offer.
Rates to be quoted on FOR destination basis.
(b) All commercial terms i.e. packing, forwarding, Custom Duty ,Additional Duty ,ST/STT/VAT/CST,
Excise duty/CVD , Bank Charges, payment terms & Insurance etc as applicable should be clearly
mentioned except Price .Also mention present rate of applicable taxes & duties even if inclusive in
rates.
(c) Confirm to submit all required commercial documents (tax invoice, cenvatable duplicate copy of
invoice, packing list, transit sale agreement etc.)& technical documents (TC/GC/QP etc.)
(d) Registration Numbers of SSI, Central Excise, Sales tax, Income tax, DGS & D, ECC etc.
(e) Un-priced copy of Price Bid.

Part-II Envelopes super scribed with Price Bid should contain priced copy of Price Bid. The
price should be mentioned both in figures and words.
2. Authorized Signatory should authenticate all tender documents.
3. Techno-commercial bid (Part-I) will be opened on the due date at 2.00 PM. In the presence of
participating vendors or authorized representatives, who may wish to be present. Representative
deputed to witness tender opening must produce an authority letter from the signatory of offer.
After evaluation of technical bids & finalization of technical, commercial terms & condition, price bid
of only successful vendors will be opened. Priced bid opening date will be intimated separately.
4. The material offered must conform to the required BHEL specifications and drawings as well as
instructions and details made available.
5. Original Test Certificate & other related Documents from the original Manufacturer’s test
certificate is to be confirmed in the offer itself which is to be submitted along with dispatch
document.
06. CFFP/BHEL Hardwar reserves the right to accept or reject any or all tenders without assigning
any reason there of.
07. Tenders not submitted in the prescribed manner are likely to be ignored/ rejected.
08. Agent /Agency Commission: Payment of any kind at any stage will not be made to Agent on
account of agent commission or otherwise by CFFP BHEL Hardwar.
09. Inspection: CFFP BHEL Hardwar inspection after receipt shall be final and binding. BHEL
reserve the right to pre-inspect at Vendor’s works or BHEL may nominate any testing house for
inspection..
10. Dispatching port & Country to be mentioned.
11. Vendor must submit the annual report giving the audited profit or loss account and balance
sheet for last three financial years including current year ending.
The vendors who are registered with any unit of BHEL, India, in related category shall give the
details also.
12. CFFP may assess the company profile before placement of purchase order as per BHEL
practice and / or procedures wherever felt necessary.
ANNEXURE-III
List of banks in BHEL Consortium

1 State Bank of India


2 Canara Bank
3 Bank of Baroda
4 Punjab National Bank
5 State Bank of Hyderabad
6 State Bank of Travancore
7 Corporation bank
8 Syndicate Bank
9 Indian Bank
10 Oriental Bank of Commerce
11 UCO bank
12 Central bank of India
13 IDBI Ltd.
14 HDFC Bank Ltd.
15 ICICI Bank Ltd.
16 Kotak Mahindra Bank ltd
17 The Federal bank Limited
18 ABN AMRO
19 CITI BANK
20 HSBC
21 DEUTSCHE BANK
22 STANDARD CHARTERED BANK
ANNEXURE-D
AUTHORISATION LETTER Page 1 of 1
FOR E-PAYMENT/ELECTRONIC FUNDS TRANSFER (EFT/RTGS)
PLEASE FILL UP THE FORM IN CAPITAL LETTERS ONLY

TYPE OF REQUEST (Tick One) CREATE CHANGE

BHEL Vendor/ Supplier Code


Company's Name
Address

City
Pincode
State

Contact Person(S)
Telehone NO.
FAX. No.
e-mail id

1. Bank Name
2. Bank Address

3. Bank Telephone No.


4. Bank Account No.
5. Account Type.
6. Bank's Branch Code
7. Bank Swift Code
(aplicable to EFT only)
8. Enclose blank cancelled cheque

DECLARATION

1. I as representative/Owner of the above named company, hereby authorize BHEL CFFP,


Ranipur, Haridwar to electronically make payments to the designated bank account. I
hereby certify that the particulars given above are true, complete and correct.
(2) If the transsation is delayed or not effected at all for reasons of incomplete or incorrect
information, I would not hold BHEL/transfereing Bank responsible.

3. This authority remains in full force untill BHEL, CFFP, Ranipur, Haridwar receives &
acknowledge written notification requesting a change or cancellation.

4. I have read the contents of the covering letter and agree to discharge the responsibilty expected
of me as a participant under E-payment/EFT/RTGS.

Date:
Authorized Signatory
Designation

Company Seal
Verification By Bank
ANNEXURE - I OF COMMERCIAL TERMS & CONDITIONS ; REV: 04 A Vendor's
Confirmation
1) PAYMENT TERMS:
1.For Indigenous Vendors: 80% of the material cost to be paid against delivery of equipment at
CFFP. Balance 20% payment will be released after receipt and acceptance of equipment at
CFFP stores against submission of performance bank guarantee as per clause no 1.2 of annexure
1.( as Erection and Commissioning is to be done by CFFP/BHEL). All payment to be made
through EFT ( electronic fund transfer ). E-payment Format attached.

2. For Foreign Vendors: In case of foreign vendor payment through USANCE LC is


acceptable. 80% of the material cost to be paid on 70th day of bill of lading date . Balance 20%
payment will be released after receipt and acceptance of equipment at CFFP stores against
submission of performance bank guarantee as per clause no 1.2 of annexure 1.( as Erection and
Commissioning is to be done by CFFP/BHEL). Payment to be made through usance LC which
shall be opened 3 months before scheduled delivery date. Also pre-inspection has to be done by
reputed third party inspection agency such as LLOYED, ALEX STEWART at the cost of vendor
before dispatch/ shipment of material.

NOTE:
a)      As per payment terms, 20% will be released by BHEL after successful erection,
commissioning and job proving.
b)      this 20% will be released against submission of performance bank guarantee valid
for entire warrantee period from the date of commissioning.
c)      The security deposit is to be as per the tender condition.
1.1LOADING ( IF ANY TERM OF THIS ANNEXURE IS NOT AGREED BY VENDOR)
WILL BE AS FOLLOWS:

Loading: Wherever payment is realesed before receipt and acceptance of material suitable
loading shall be done .Clean advance not acceptable. if any (Amount X):1.5% per month
for the quoted delivery period for the amount ‘X’

Say Payment at the time against delivery (Amount Y):"1.5% per month for the amount X+Y
exceeding 80% of contract value i.e. 1.5% of (X+Y-0.8Z) where Z is the contract value".

In case any bidder does not accept any of the condition at (a) to (c) above then, their
offer is likely to be rejected by BHEL and technical bid will not be processed, and no
correspondence in this regards will be entertained.
1.2 P.B.G. TERMS: Performance Bank Guarantee to be submitted on the prescribed format
equal to the value of 10% of the total PO value (Total material cost + packing and forwarding +
freight + E&C if applicable) valid for entire WARRANTY / GUARANTEE period agreed. This
bank guarantee, in the format to be prescribed by BHEL (refer 2.1 for details) , shall have to be
submitted before release of last balance payment (see annexure III and IV)

1.3 CURRENCY OF PAYMENT: Mention the currency in which payment has to be made. For
evaluation of price bids, conversion rate shall be taken from Reserve Bank of India website
www.rbi.org.in, of one prior working day before date of price bid opening.
1.4 FOR INDIGENOUS SUPPLY: For indigenous supply the currency shall be Indian Rupees

1.5 SUPERVISION CHARGES:


For Indian Suppliers: It should be quoted in Rupees.
For Foreign Suppliers: If supervision is being carried out by persons /company in India, it
should be quoted in Indian Rupees,clearly indicating agency by whom E&C shall be carried out
and payment to be realesed.However ultimate responsibility of equipment,E&C shall be of
principal..
1.6 TAXES: All statutory taxes, if any, will be deducted at source & to be borne by the
beneficiary. Tax deduction certificate shall be issued at the end of financial year if required.

2.) SECURITY DEPOSIT: Vendor has to submit security deposite equal to the 5% of total PO
value (Total material cost + packing and forwarding + freight + E&C if applicable) in the
currency of order within one month of receipt of order in the form of Bank Guarantee in BHEL
format and BHEL consortium bank ( list given on website www.bhelhwr.co.in) valid for two
months beyond shipment.
2.1 SUBMISSION OF BANK GUARANTEE : All bank guarantees for security deposit as well
as for performance should be from one of the BHEL consortium banks and the bank guarantee
should be in the Performa prescribed by BHEL (see annexure-II & III).
3) LATE DELIVERY PENALTY CLAUSE (LD) : Penalty for late delivery shall be
applicable @ 0.5% per week and part thereof subject to a maximum of 10% for total P.O. value
(Total material cost + packing and forwarding + freight + E&C if applicable) from the date of
scheduled delivery of PO. If any vendor do not accept the LD @ of 0.5% per week and part
thereof subject to a maximum of 5% of total PO value (Total material cost + packing and
forwarding + freight + E&C if applicable), their offer will be ignored. Vendors accepting LD
terms different from the proposed terms of 0.5% per week and maximum 10%, their offer will be
loaded @ %age deviation from the range of 10% on their total prices ((landed value to CFFP ). If
the vendor does not accept as above their offer is likely to be ignored and technical bid will not be
processed.
4) DELIVERY OF THE EQUIPMENT: Firm delivery period for the equipment to be stated
w.e.f. date of LOI/ Order as under:1. Period/ Time required to submit GA/Other drawings ( Please
specify other drawings). 2. Period/ time to supply equipment from the date of approval of
drawings.(For approval of drawing please refer clause 7 below.)
Prices should be quoted on FOR CFFP, destination basis only. Foreign vendors can also
quote on FOB.
5) SETTLEMENT OF DISPUTES:
Settlement of disputes through arbitration shall be in accordance with Arbitration Rules of
Conciliation and Arbitration of the ICC, Paris. The venue of arbitration shall be Delhi. The
courts of Delhi shall have exclusive jurisdiction.
·        For Indigenous Source. The venue of arbitration shall be Haridwar Court, which will
have exclusive jurisdiction.
6) AUTHORIZATION OF PRE-INSPECTION: BHELreserve the right to pre inspect the
material at vendor works before despatch.
7) DRAWING / DATA APPROVAL: Any drawing / data approval required from BHEL after
placement of order shall be the responsibility of the vendor and any delay on account of the same
shall be the responsibility of the vendor and have no bearing on the penalty applicable.

7.1) Time period required for Foundation / Erection & commissioning.(to be NOT APPLICABLE
specifically mentioned, if required)
8) DRAWING/DESIGN/ INFORMATION USE: The vendor will have to give an undertaking
that the drawing / design / information enclosed with the enquiry / proposed order will not be
parted to any agency and will also not be used for manufacturing for any other customer.

09) 5 SETS OF O&M MANUAL: 5 Sets of Operation & Maintenance Manual shall have to be
supplied along with the equipment. Final payment will be released only after receipt of the
required documentation.
10) TOOLS AND SPARES: Special tools and recommended spares required (list to be provided NOT APPLICABLE
by vendor).
11) TRAINING: Vendor shall provide required training to BHEL personnel free of cost. NOT APPLICABLE

12) WARRANTY/ GUARANTEE: For complete machine and all supplied accessories /
attachment / equipments / items for 24 months from the date of acceptance of the machine
Or
As indicated in the technical specification. In case of difference guarantee/warranty term
mentioned, technical specification will prevail.

13) CONTACT DETAILS: Details of Contact person Name, Designation, Department complete
postal, E-mail address & Fax no, phone, Mobile no. to be mentioned.
14) PHYTO SANITARY CERTIFICATE: Phyto sanitary Certificate essential for packages
(Wooden).
15) VALIDITY: Validity of the offer should be 180 days from tender opening.
16) BANK CHARGES: Bank Charges to be borne by vendor.
17). BHEL Reserves the right to open price bids through reverse auction. BHEL also reserve the
right to negotiate with L1 bidder even after reverse auction. Please confirm your acceptance.

Note: Loading shall be applicable for any deviation in commercial ter viz. payment terms,
PBG etc, for the amount/ period not agreed.
Attach separate sheet for additional information if necessary. The above terms and
conditions superseedes the terms and conditions found contradictory in tender.

Date: Signature with seal of company

You might also like