34
1 TENDER DOCUMENT FOR “Design, Fabrication, Supply Installation, Testing and Commissioning of 2 Nos. Vertical Helium Process Vessel each of 60m 3 water capacity & working pressure of 18.5 kg/cm 2 (gauge) at Inter University Accelerator Centre Campus, New Delhi.” TENDER NO: IUAC/NIT/4/KKS/2015-16 DATE OF OPENING : 18/09/2015 Tender Document issued to: ……………………………………….…… (Name of Tenderer) ……………………………………………. (Address of Tenderer) ………………………………………………

TENDER NO: IUAC/NIT/4/KKS/2015-16 · TENDER NO: IUAC/ NIT/4 / KKS/2015-16 Sealed tenders are invited from contractors who fulfill Qualifying Criteria stipulated in tender documents

  • Upload
    vucong

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

1

TENDER DOCUMENT FOR

“Design, Fabrication, Supply Installation, Testing and Commissioning of 2 Nos.

Vertical Helium Process Vessel each of 60m3 water capacity & working pressure

of 18.5 kg/cm2 (gauge) at Inter University Accelerator Centre Campus, New Delhi.”

TENDER NO: IUAC/NIT/4/KKS/2015-16

DATE OF OPENING : 18/09/2015

Tender Document issued to:

……………………………………….…… (Name of Tenderer)

……………………………………………. (Address of Tenderer)

………………………………………………

2

TENDER AND CONTRACT DOCUMENT

CONTENTS

S.No. Details Page

PART – 1 (Technical Bid)

SECTION No 1 Notice Inviting Tender and Instructions to

Bidders.

4

SECTION No 2 Submission of Tender 9

SECTION No 3 Scope of Work 16

SECTION No 4 Special Conditions 22

SECTION No 5 Drawings 24

SECTION No 6 Pro forma and Annexure 25

PART – 2

Financial Bid

32

3

PRESS NOTICE NOTICE INVITING TENDER

INTER UNIVERSITY ACCELERATOR CENTRE (IUAC)

(AUTONOMOUS CENTRE OF UNIVERSITY GRANTS COMMISSION) New Delhi

TENDER NO: IUAC/ NIT/4 / KKS/2015-16

Sealed tenders are invited from contractors who fulfill Qualifying Criteria stipulated in tender documents for Design, Fabrication, Supply,

Installation, Testing and Commissioning of 2 Nos Vertical Helium Process vessel each of 60m3

water capacity & working pressure of 18.5 kg/cm2(gauge) at Inter University Accelerator Centre Campus, New Delhi.”

Estimated cost of work : - Rs. 70 Lacs,

Completion Time : - 4 Months from the date of award of work

Earnest Money Deposit : - Rs 1,40,000/- ( One Lac Forty Thousand only)

Last Date and Time of Submission of Tender : 18/09/2015 at 3.00pm.

Date & Time for opening of Tender: 18/09/2015 At 3:30 pm.

Tender Documents can be purchased from Administrative Officer (S&P), Inter University

Accelerator centre, Aruna Asaf Ali Marg, New Delhi-110067, Tel No. 011-26892601, at a

cost of Rs. 1000/- either in cash or Demand draft from 01/09/2015 to 18/09/2015

(Except Sat, Sun & Public Holidays) From 10: 00 AM to 4:00PM. Tender documents can

also be down loaded from IUAC web site “www.iuac.res.in”.

For any clarifications / amendments / corrigenda etc. to NIT before last date of

submission will only be available on IUAC website.

4

SECTION 1

NOTICE INVITING TENDER AND GENERAL INSTRUCTIONS

1) GENERAL

Tender Notice

Sealed tenders are invited by IUAC ( an Autonomous Centre under University Grants Commission

(Employer) from working contractors including contractors who have executed works within the last

five years reckoned from the date of opening of tenders for any Central / State Government

Undertaking Municipal Body, Autonomous Body or Public Ltd.Co. listed on BSE/NSE for the work for

“Supply, Installation, Testing & Commissioning of Air/Gas/Oil Pressure vessels under the super

vision of Chief Controller of Explosives, Govt. of India.

a. Estimated Cost of Work

The estimated cost of work is Rs.70 lac (Rupees Seventy lac only) This Estimate, however, is

given merely as a rough guide.

b. Time for Completion

The time shall be the essence of this contract and entire work as titled above is to be completed

in all respects within a period of four(4) months from the date of issue of LOA / Purchase order

by the centre. Any delay in completing the work for reasons attributable to the Contractor is

liable for liquidated damages as per clause 17 of NIT. Under the force-majeure conditions or

delay due to reasons beyond control of the contractor, IUAC may grant suitable time extension

for which the contractor has to request along with the justification/ reasons well in advance to

the Director, IUAC for approval without any prejudice to price escalation. No time extension

request shall be considered after the expiry of completion period/contract. The decision of the

IUAC, Director will be final and binding on the bidder/contractor.

b. Brief Scope of Work

Design, Fabrication, Supply, Installation, Testing and Commissioning of 2 Nos Vertical Helium

Process vessel each of 60m3 water capacity & working pressure of 18.5 kg/cm2(gauge) at Inter

University Accelerator Centre Campus, New Delhi .. The detail scope of work is given in Section -3

d. Availability of Site Site will be available at the time of placement of LOA .

2.0 QUALIFICATION CRITERIA TO BE SATISFIED

2.1 The Qualification Criteria to be satisfied are given at para 20.1 to 20.1.4 of section 2.

5

2.2 The documents to be furnished by the Bidder to prove that he is satisfying the Qualification

Criteria laid down should all be in the Bidder’s name, except in cases where the name has

changed, the owners continued to remain the same and in cases of amalgamation of entities.

3.0 The tenderer shall furnish a Letter of Transmittal as given in Proforma 4, page 28

4.0 ISSUE OF TENDER DOCUMENT 4.1 Tender Documents may be purchased on submission of an application to The Administrative Officer (S&P), Inter University Accelerator centre Aruna Asaf Ali Marg, New Delhi-110067., Tel No. 011-26892601,03 - from 01/09/2015 to 18/09/2015 for a non refundable fee of Rs.1000/- (Rupees one thousand Only) in the form of Cash/Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable at Delhi in favour of Director, Inter University Accelerator Centre . 4.2 Tender Documents can also be downloaded from IUAC Website (www.iuac.res.in) and in such case, the tenderer shall deposit the cost of tender documents along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of a separate Demand Draft/ Pay Order. The amendments / clarifications to the Tender documents if any will also be available on above website till the last date of submission. 4.3 Tender documents downloaded from IUAC website ( http://www.iuac.res.in ) shall be

considered valid for participating in the tender process. During the scrutiny of downloaded tender document, if any modification/correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a tenderer is liable to be rejected.

4.4 Clarifications on Tender Documents A prospective Tenderer requiring any clarification on the Tender Document may notify

Administrative Officer (S&P), Inter University Accelerator Centre Aruna Asaf Ali Marg, New

Delhi-110067 in writing by E-mail at the following address.

E-mail “ [email protected]

Request for Extension of Time for submission of Bid, if any, will not be entertained and any

modification of the Tender Document arising out of such clarifications will also be uploaded on

IUAC website only.

5.0 AMENDMENT OF TENDER DOCUMENT

a. Before the last date for submission of tenders, the Tender Document may be modified by IUAC

by issue of addenda/corrigendum on their web site.

b. Any addendum / corrigendum issued shall be part of the Tender Documents. The addendum /

corrigendum will be posted on IUAC website ( www.iuac.res.in )and there will not be any press

notification / postal intimation on amendment / corrigendum. The purchasers of the Tender

Documents / the prospective bidder is advised to visit IUAC website for all such amendments /

corrigenda to NIT as well as the tender documents before submission of their tender.

c. To give prospective tenderers reasonable time in which to take the addenda/ corrigenda into

account in preparing their tenders, extension of the deadline for submission of tenders may be

given as considered necessary by IUAC.

6.0 TENDER VALIDITY

a. The Tender shall be valid for a period of 90 days from the due date for submission of Tender

6

or any extended date as indicated in sub para below. b. In exceptional circumstances, prior to the expiry of the original time limit for Tender Validity, the Employer may request that the tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A tenderer may refuse the request without forfeiting his Earnest Money. A tenderer agreeing to the request will not be required or permitted to modify his Financial Bid but will be required to extend the validity of the Earnest Money for the period of the extension.

7.0 EARNEST MONEY DEPOSIT(EMD) 7.1 The technical bid of the tender should be accompanied by Earnest Money Deposit of Rs. 1,40,000/- (Rupees one lac fortythousand only) shall be only in the forms of, Banker’s Cheque / Pay Order/ Demand Draft payable at Delhi, drawn in favour of Director, IUAC. 7.2 Any tender not accompanied by Earnest Money deposit in an acceptable form shall be rejected by the Employer as non-responsive. Exemption: Small scale Industries registered with appropriate authority for manufacturing pressure vessels will be exempted from depositing earnest money and tender fee provided they submit valid documents from concerned authority.

7.3 Refund of Earnest Money i) Earnest money of technically disqualified bidders will be returned immediately after the technical evaluation of the bids. ii) Earnest money of all other unsuccessful bidders will be returned after placement of LOA/placement of order to successful bidder. The EMD of successful bidder will be kept as security deposit and will be returned only after completion of work.

7.4 The Earnest Money is liable to be forfeited of bidders:-

a) If after bid opening during the period of bid validity or issue of Letter of Acceptance, whichever is earlier, any tenderer

i) withdraws his tender or ii) Makes any modification in the terms and conditions of the tender .

iii) In case of any statement/information/document furnished by the tenderer is

found to be incorrect or false.

b) In the case of a successful tenderer, if the tenderer

i) Fails to furnish Performance Guarantee within the period specified under contract.

ii) Fails to commence the work without any valid reasons within 15 days after the date of issue of Letter of Acceptance or from the date of handing over of the site, whichever is later.

In case of forfeiture of Earnest Money as prescribed here in above, the tenderer shall not be

allowed further to participate in the re tendering process of the work.

8.0 ALTERNATIVE PROPOSALS BY THE TENDERERS The Tenderers shall submit offers which comply strictly with the requirements of the Tender

Document. Alternatives or any modifications shall render the Tender invalid

7

9.0 Escalation:

No escalation over and above item rates quoted by the bidder shall be paid during the execution of contract.

10.0 Warranty:

The work should be guaranteed for 12 months from the date of acceptance against any material/manufacturing defects, pressure drop due to leaking, painting defects. If any defect is found the same to be replaced/rectified as decided by IUAC . In case of non attending the problem by supplier, then IUAC reserves the right to get it rectify at the risk and cost of the supplier.

11.0 Workmanship:

The supplied components should have excellent workmanship in all aspects of fabrication. Special precaution to be observed during fabrication of different nozzles so as not even minute scratch comes on the flanges in order to obtain leak proof flange joints for helium gas. It is noted that the Helium gas is a very light gas and will leak through very minute scratch and uneven surface.

12.0 Deviations:

No deviation from the stipulated terms and conditions of NIT will be allowed. Tender should be unconditional. Any technical deviation/suggestion shall be attached

13.0 Correspondence:

All the correspondence in respect of tender/ contract shall be made to A.O.(S&P), Inter-University Accelerator Centre, Post Box -10502,Aruna Asaf Ali Marg, New Delhi-110067.

14.0 Terms of Payment :

14.1 10 % payment will be released on approval of all fabrication drawings of pressure vessel by third party and approved for fabrication by chief Controller of Explosives Government of India.

14.2 60 % payment will be released on receipt and acceptance of Pressure and associated platform at IUAC site.

14.3 20 % payment will be released on successful testing of the pressure vessels.

14.4 10 % Balance payment will be released after one year from the date of successful testing of the Vessel. The balance payment can be released along with 15.3 if bidder so wants provided he submits a bank guarantee of equivalent amount towards performance guarantee period valid for 12 months from the date of handing over the pressure vessel to IUAC.

15.0 IUAC reserves the right to reject any or all the tenders in full or in part without assigning any reasons whatsoever, and the decision of the Centre in this regard will be binding on all the bidders. Tenders not complying with any of the provisions stated in this tender document are liable to be rejected. Director, IUAC reserves the right to accept or reject any tender without assigning any reason and does not bind himself to accept the lowest tender.

16.0 Liquidated damages: In case the work is delayed beyond the specified completion period for reasons attributable to the contractor, deductions on account of Liquidated damages @ 0.5% of the contract value per week will be deducted subject to a maximum of 5% of the total works.

17.0 Termination of Contract: The Director, IUAC reserve the right to terminate the order on account of poor workman-ship, non-compliance of set norms/ specifications for the works,

8

delay in progress of work, violation of any tender conditions by the vendor/bidder. The order can also be terminated at the request of vendor. In such cases the vendor is liable to pay Liquidated damages @ 5% of order value beside forfeit security deposit.

18.0 Any dispute arising out of this contract will be subjected to jurisdiction of New Delhi/Delhi.

---XXX----

9

Section – 2

SUBMISSION OF TENDER

20.0 SUBMISSION OF TENDER

Tenders may be submitted in sealed envelopes in two parts separately, super scribing "Technical bid"(Part-A) and "Price bid" (Part-B). Both sealed envelopes have NIT Number, Name of work, due date of opening, bidders name & address on it. The tender duly filled may be sent to A.O.(S&P), Inter-University Accelerator Centre, Post Box -10502,Aruna Asaf Ali Marg, New Delhi-110067. either by post or hand delivered in the Tender Box, kept near west side entrance of IUAC, after ensuring that due entries are made in the register kept at the counter. It should not be handed over to any employee of the IUAC. No tender shall be accepted later than the time schedule specified above.

20.1 Technical Bid (Part-A) :

In this bid, the bidder should submit his company profile, credentials, list of machinery & tools in his possession, copies of similar work orders successfully executed, list of clients, copy of latest Income tax returns. A technical team of IUAC may reserve the right to visit the facilities of the vendor or the actual site of client where the specified works have been commissioned, to verify the bidders credentials before pre-qualification. No deviations in respect of NIT conditions are acceptable. The bidders are required to attach entire NIT (except the price bid part) duly signed & stamped as a token of acceptance of the NIT conditions with this bid.

The following specific conditions are essential for pre-qualification. Those bidders who does not meet the following criteria will be out right rejected for price bid opening. They will be referred as technically disqualified bidders :-

20.1.1 Earnest Money Deposit as per clause No.7

20.1.2 The bidder should have satisfactorily completed in his own name, at least one similar work of

minimum value of Rs.56.0 lac (Rupees Fifty six lac only) OR at least two similar works each of

minimum value of Rs. 35 lac/- ( Rupees Thirty Five lac only)OR at least three similar works each

of minimum value of Rs.28 lac ( Rupees Twenty Eight Lac only) during the last 5 (five) years

prior to the date of submission of the bid. Bidder may submit works carried out by them as per

proforma 1, page No.23.

Similar Works: Similar Works shall mean the work of Pressure Vessel Fabrication have been executed

by them in last 5 years. A letter from the chief controller of Explosives for approval of fabrication

drawings of the pressure vessels in the name of bidders shall be submitted in proof of similar work

executed by them . Further a copy of test certificate( Certificate of Control) from the third party

approved by Chief Controller of Explosives for supervision of fabrication and testing of the pressure

vessels at Manufacturer’s workshop should also be submitted in proof of pressure vessels fabrication.

10

Notes :

A weight-age of 5% (compounded annually from the date of completion of the work to the submission

of the Bid) shall be given for equating the value of works of the previous years to the current year.

- Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

- Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

- Work carried out in Govt. Organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies of Central/State Governments / Municipal bodies/ Ltd. Cos. shall only be accepted for assessing the eligibility of a Tenderer.

- The cutoff date shall be calculated backwards from the last stipulated date for submission/ opening of Tender i.e. for a Tender which is being opened on 15.09. 2015, the cutoff date shall be 16.09.2015.

- Bidder may submit design calculations of the pressure vessel along with the technical bid.

20.1.3 Copy of valid licence at the time of submission of tender documents from the Chief Controller

of Explosives, Government of India, stating that the bidder’s workshop is approved by them for

pressure vessel fabrications and they are competent enough to carry out pressure vessels fabrication at

their workshop. IUAC will reject the technical bid whose licence is pending for approval from chief

controller of Explosives at the time of submission of tender documents.

20.1.4 Those bidders who want to avail the exemption for submission of earnest money require to

submit a Copy of registration letter issued by National Small Scale Industry(NSIC) stating that the

bidder is registered to fabricate pressure vessel with NSIC.

20.1.5 Entire NIT (except Price bid) duly signed & stamped by the bidder in token of confirmation of

having understood the Contents and in token of acceptance of the bid.

21.0 Price Bid (Part-B) : The bidder is required to quote his rates/prices for the works mentioned in the Section-3 up to IUAC basis, i.e. the rates/prices should be inclusive of all material cost, packing and forwarding charges, freight charges & insurance charges. IUAC will not supply any kind of material. The quoted prices shall be excluding all the taxes levied by statutory Govt. bodies. Present rates of taxes shall be mentioned in the bid but shall be charged and payable extra as applicable on actual basis at the time of payment. The scope of work & technical specifications are provided for your reference. The bidders should quote unconditional rates, neatly written without any overwriting and duly signed & stamped in all pages. Each page of the price Bid should be signed by the Tenderer along with the seal of the company.

In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the

Company, Seal of the Company and Date. All rates and amounts, both in figures and words,

must be written in indelible ink.

22.0 Authority to Sign a) If the applicant is an individual, he should sign above his full type written name and current address.

11

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by a partner holding Power of Attorney.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the documents.

23.0 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind:

i) There shall be no additions or alterations except those to comply with the instructions issued by the Employer or as necessary to correct errors, if any, made by the tenderers.

ii) Conditional Offer/Tender will be rejected. Unconditional rebate/ discounts in the Financial offer will however be accepted.

iii) The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

24.0 Sealing and Marking of Tenders a) Two Packet System:

Envelopes 1 & 2 should be sealed separately super scribing as “Technical Bid” and "Financial

Bid" respectively with Envelope Number, Name of the work and Name of the tenderer. In

addition, the following documents should also be included in the respective envelopes.

Envelope 1 (Technical Bid) should contain I) Earnest Money

ii) Cost of Tender Document if the Bid is submitted on

the document downloaded from IUAC website.

iii) Integrity Pact as per proforma II

iv) Technical Bid including Drawings

v) Entire NIT duly signed and stamped

vi) All documents require for prequalification of

technical bid as per para 20.1

Envelop 2 (Financial Bid) should be put in sealed envelope and super scribing :-

i) Financial Bid

ii) Name of the work

III) Name of the tenderer

b) Both the envelops should be put inside the third envelope and sealed. This envelope should be super scribed with the following details: i) Tender for (Name of work) ii) Tender number iii) Date and time of opening of Tender iv) From (Name of Tenderer)

12

v) Addressed to AO(S&P ), IUAC, Aruna Asaf ali Marg, New Delhi-67. If the envelopes and packets are not super scribed and sealed as indicated above, the Employer

will assume no responsibility for the misplacement or premature opening of the Tender

25.0 Deadline for submission of Tender

Tenders must be received by the Employer at the following address not later than 15:00 Hrs on

18/09/2015. In the event of the specified date for the submission of the Tender being declared a

holiday/Strike/Bandh or on any account by the Employer, the Tenders will be received up to the

appointed time on the next working day.

The Employer may extend the deadline for submission of Tenders by issuing an amendment in

writing in on their web site. In such case all rights and obligations of the Employer and the tenderer

previously subject to the original deadline will be subject to new deadline.

25.1 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of tender will

be returned unopened to the tenderer.

25.2 Modification and Withdrawal of Bids

25.2.1 Tenderers may modify or withdraw their bids by giving notice in writing before the deadline prescribed in the NIT . 25.2.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with clause 24 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate. The envelopes for modifications on ‘Technical Bid’ and ‘Price Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Price Bid’ as the case may be. 25.2.3 No bid may be modified after the deadline for submission of Bids except as indicated below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement. 25.2.4 Withdrawal or modification of a Bid, subject to provisions in Para 25.2 above, after the deadline for submission of Bids shall result in forfeiture of the Earnest Money.

26.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS 26.1 The Employer will open Technical bids of all the Tenders received (except those received late or

delayed, in the presence of the tenderers or their representatives who choose to attend at

15:30 Hrs. on 18/09/2015 in the Committee Room of lab Building of IUAC Campus, New Delhi-

67. In the event of the specified date of the opening being declared a holiday by the Employer,

the Tenders will be opened at the appointed time and location on the next working day.

26.2 The PACKET one ( Technical bid) will be opened containing Earnest Money and Cost of Tender Document (where Bid is submitted in the document downloaded from IUAC website) of all the Tenderers will be checked and If the Earnest Money furnished is not for the stipulated amount

13

or is not in an acceptable form and where applicable, the cost of Tender Document has not been enclosed for the correct amount and in an acceptable form, then the Envelope 2 (FINANICAL BID) will be returned to the Tenderer concerned unopened at the time of opening of the Tender itself. The Envelope 1 (TECHNICAL BID) of other Tenderers who have furnished Earnest Money of correct amount in acceptable form and where applicable the cost of Tender Document for the correct amount and in an acceptable form will then be opened. The Tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by the Employer. The Employer will scrutinise the Technical Bids accepted for evaluation to determine whether each Tenderer:-

(i) has submitted Integrity Pact (where applicable) duly signed and witnessed as per Pro forma II

(ii) meets the Qualification Criteria stipulated in the NIT (iii) conforms to all terms, conditions and specifications of the Tender Document

without any modifications or conditions. iv) If required, the Employer may ask any such Tenderer for clarifications on his

Technical Bid. The request for clarification and the response from the Tenderer will be

in writing. If a Tenderer does not submit the clarification/document requested, by the

date and time set in the Employer’s request for clarification, the bid of such Tenderer is

likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be

informed of the same.

Tenderers whose Technical Bids are found acceptable will be advised accordingly. Their price

bid will be opened in front of the interested bidders at the scheduled date which will be

informed to the successful technical bidders.

27.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their tenders, as to the nature of the ground and sub-soil

(as far as is practicable), the form and nature of the site, the means of access to the site,

and in general shall themselves obtain all necessary information as to risks,

contingencies and other circumstances which may influence or affect their tender. A

tenderer shall be deemed to have full knowledge of the site whether he inspects it or

not and no extra charges consequent on any misunderstanding or otherwise shall be

allowed. The tenderer shall be responsible for arranging and maintaining at his own cost

all materials, tools & plants, access facilities for workers and all other services required

for executing the work unless otherwise specifically provided for in the contract

documents. Submission of a tender by a tenderer implies that he has read this notice

and all other contract documents and has made himself aware of the scope and

14

specifications of the work to be done and local conditions and other factors having a

bearing on the execution of the work.

28.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any tenderer the breakdown of unit rates. If the tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the tenderer shall be summarily rejected.

29.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

30.0 MISCELLANEOUS RULES AND DIRECTIONS 30.1 In the case of any Item rate tender where unit rate of any item/items appears unrealistic, such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected. 30.2 In Item rate Tender, all rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each Schedule should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line. 30.3 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such tenders submitted as a Bidder and /or as a witness, liable to rejection. 30.4 The Contractor shall be fully responsible for all matters arising out of the Performance of the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State

15

Government, Local Body and any Statutory Authority. 31.0 SIGNING OF CONTRACT AGREEMENT 31.1 The Tenderer whose tender has been accepted will be notified of the award by the

Employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity

period. The Letter of Acceptance will be sent to the Contractor in two copies one of

which he should return promptly, duly signed and stamped. The Letter of Acceptance

will be a binding Contract between the Employer and the Contractor till the formal

Contract Agreement is executed.

31.2 The successful Tenderer should return the Letter of Acceptance for signing the

agreement in the pro forma 3 and Pro forma 4.

32.0 DECLARATION BY THE BIDDER

Even though the Bidders may meet the above qualifying criteria, they are subject to be

disqualified if they have

a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer’s liability to action under clause 7.4 the Tenderer is liable to face the penalty of banning of business dealings with him by IUAC

b) Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

c) Their business banned or suspended by any Central/State Government Department/ Public Undertaking or Enterprise of Central/State Government/ltd Co. and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly

attested by Notary/Magistrate should be submitted as per format given in Proforma 2 enclosed.

16

Section 3

Scope of work:

Design, Fabrication, Supply and Installation of 2 Nos. Helium Gas Vertical Process Vessel each of 60 m3

water capacity at the working pressure of 18.5 kg/cm2 (gauge).

The Pressure Vessel to be made of following details:-

1. Technical Specification

1.1 Design Code : IS 2825CL-I. 1969, SMPV (U) Rule Latest

1.1.2 Design Pressure : 20.35 kg/ cm2

1.1.3 Working pressure : 18.5 kg/ cm2(g) to 0.5 Torr

1.2.1 Inner Diameter : 3.0 to 3.3 Mtrs

1.2.2 Vertical length (Over All) : Bidder may quote depending upon diameter of vessel

1.2.3 Vertical length ( WL/WL ) : Bidder may quote depending upon diameter of vessel

1.2.4 Thickness of Shell : Bidder may quote

1.2.5 Thickness of Dish ends : Bidder may quote

1.2.6 Shape of Dish Ends : Equivalent Ellipsoidal

1.3 Capacity of Pressure vessel : 60, M3 water capacity - 2 Nos

1.4 Operating temperature : 0 to 65 degree C

1.5 Hydro test pressure : As per code of construction

1.6 Radiography : 100% of all weld joints

1.7 Corrosion allowance : 1.5mm

1.8 Stress relieving : Required (Post Weld heat treatment)

1.9 Joint efficiency : 1

1.10 Loading dimension : Verical Pressure Vessel

1.11 Fluid : Helium gas of 99.95% purity

1.12 Weight of fluid in vessel : -------

17

1.13 Stiffeners inside Vessel : As required

1.4 Accessories : Inclusive of supply of Companion Flanges,Blind Flanges, Spare gaskets, Lifting Lugs, working Platform with vertical ladders, Canopy on top of Vessel, Lightning arrestor on both the vessels including proper earthing with earth pit.

2.0 Material for construction

2.1 Shell : SA 537 CL-1/SA 515/516 Gr 70

2.2 Dish end : 516 Gr 70

2.3 Nozzle, Flanges and covers /Pad : SA 515/516 Gr 70/SA 105Forged 300#

2.4 Nozzle pipes/Necks : SA 106 Gr B, Sch 80

2.5 Couplings : SA 105, 6000

2.6 Studs/Nut and Bolts : SA 193GR B7 & SA 194 Gr 2H

2.5 Saddle & Base plate, ladders, Platform : IS 226/IS 2062Gr B

2.6 Internal Welded with shell /Others : SA515/516 GR 70/IS 2062

2.7 Gaskets : Neoprene /Viton ((joint less O rings)

2.8 Size of man hole : 600 mm ID

2.9 Rating of flanges : Class 300 lbs as per ANSI B 16.5

Supply of adaptor for mounting relief valve and rupture disc assembly is in the scope of bidder.

3. Schedule of Nozzles for Pressure Vessel

3.1 Gas Inlet cum Outlet : 50mm size 2 No. (On dish surface)

3.2 Safety valve : 50mm NB, 1 No.(On top surface)

3.3 Manhole : 600mm ID (on dish surface opposite to gas inlet)

3.4 Drain hole : 50mm 1 No. Bottom of the tank

: Isolating valve ( Ball type) will be at the outlet

cum inlet port(Not in the scope of bidder)

: Safety valve will be used with Rupture disc and

2 nos of pressure gauge(Not in the scope of

bidder)

18

4.0 Method of Support : Saddle Support

4.1 Internal Support : Stiffener Rings

4.1 Platform and Ladder : Top Platform for operation/maintenance of

Valves/man Hole. Steel Structural Platform as per

design approved by client. Canopy for top portion of

pressure Vessel

4.2 Ladder and top Platform for relief valve : Steel Structural as per design approved by client

4.3 Non Destructive Tests : Full Radiography & DP Test after back chipping of all butt weld joint

4.4 Compensating Pad Air Test : 1.5 kg/cm2 (g)

4.5 Cleaning method : Internal Sand Blasting

4.6 Painting : a) Metallic primer after hydro test

two coats of Aluminum paint as per IS 2339(25

micron daft for two coats)to be done on inside surface and on external surface one coat of Zinc chromate primer to be done b) Two coat of Epoxy Paint after epoxy primer on outer surface of Pressure Vessel

4.7 Test under rule 33 and 18 of Controller : To be carried out after installation at site under the third party ( Approved by the Chief Controller of Explosives)of Explosives Rules inspection(Third party should be different thanthe third party engaged for inspection during fabrication)

Since Helium Pressure Vessel to be used for highly inert atmosphere where no water traces will be allowed. Therefore Rule 33 to be performed using dry Air (dew point better than -50 degree Centrigrade). The cost of Dry Air and other expenditure includes in the quoted rate

5. Steps to be followed during Pressure Vessel Fabrication :-

5.1 All intermediate work i.e. inspection by third party, Welding of joints, radiography, hydro test,

pressure test, sand blasting, painting etc. will have to be carried out as per code.

5.2 The bidder should visit the site to get the actual site condition before submitting the bid.

19

5.3 No escalation/Compensation will be paid at later stage on account of difficulty in installation

due to site conditions.

5.4 Bidder may submit the design calculations of pressure vessels along with technical bid.

5.5 The successful bidder will engage two different third parties who is approved by the Controller

of Explosives, Govt. of India

a) Third party No.1 for witness of inspection of pressure vessel fabrication at all stages(Material

testing, Inspection, Welding, Radiography etc.)

b) Third party No.2 for pressure test under rule 33 and 18 of Controller of Explosives.

Bidder should get the consent on the third parties from IUAC.

5.6 Bidder will make the detailed design including fabrication drawings of pressure vessels and get

the approval of IUAC before submitting to Third party for approval. After approval of Third party on the

drawings and designs of the pressure vessel, it is to be submitted to The Controller of Explosives, Govt.

of India for their approval for fabrication.

5.7 During pressure Vessel Fabrication all engineering rules to be followed . If IUAC observes that

the bidder is not following the norms /instructions of IUAC, then IUAC reserves the right to penalize the

bidder. Even after warning to bidder, if he does not follow the norms /instruction during fabrication,

IUAC reserves the right to stop his work and cancel the work order. In such case, the balance work will

be carried out by IUAC by engaging suitable agency on risk and cost of the bidder.

5.8 The Vessel should be made as per approved drawings and under inspection on each stage by

third party. IUAC may inspect the pressure vessel at any stage and give necessary instructions to bidder

to keep the quality of work.

5.9 For Radiography testing of the pressure vessel during different stages of welding.

5.10 After Hydro test, IUAC personnel will inspect the pressure vessel for complete removal of rust

from all the surfaces of the tank before painting. Sand blasting to be done on internal surface

5.11. The details of Civil foundation to be furnished by bidder to IUAC well in advance . It will be

made available as per drawings of Bidder. Necessary Foundation bolts should also supply by the bidder

and rates quoted shall include the same

5.12 Safe unloading and installation of the pressure vessel at IUAC site is bidders responsibility.

During unloading and installation, if any damage occurs to the tank, the same will be rectified by the

bidder at bidder's cost and necessary inspection to be carried out if needed.

5.13 Bidder will perform the pneumatic test as per code(1.25 times of working pressure) using dry Air

and all the joints shall be made leak proof .

20

5.14 All the 'O' ring gaskets shall be without joints and 2 spare sets of 'O' rings of all nozzles including

man hole cover to be supplied by the bidder along with tank. The 'O' ring shall be of Neoprene.

5.15 Anchor bolts for base plate of pressure vessel for mounting on foundation shall be supplied

by the bidder. It may be included in the quoted cost .

5.16 The vertical ladder and valve operating platforms as per drawing shall be fabricated and

supplied along with the pressure vessel. All structure to be painted two coats of epoxy paint after epoxy

primer.

5.17 All the studs, nut and bolts, washers shall be chrome plated and shall be supplied along with

the pressure vessel.

5.18 After successful installation, testing and commissioning of pressure vessel, IUAC will take over

the Pressure Vessel.

5.19 The Pressure Vessel should be guaranteed for 12 months for any manufacturing defects from

the date of acceptance after commissioning of the Pressure Vessel.

5.20 Supply of relief valves, rupture disc and isolating valve are excluded from the scope of supply. But

necessary adaptors, flanges, blank offs needed for mounting these accessories to be supplied along with

the Pressure Vessel. These Valves and Rupture Disc, pressure Gauges to be installed on pressure Vessel

by Bidder and make them functional.

6. Rates and Basis of Price.

Rates to be quoted in the following heads:-

S. No. Description Amount

1. Design , Preparation of Drawings, Approval of drawings from third party and from Chief Controller of Explosives, Govt. of India.

2. Supply and fabrication of Pressure vessels including Platform ,

Ladder, O rings, Studs, Nuts /Bolts.Fabrication of Process vessel, Radiography

of all weld joints.Third party -1. inspection at all stages.Stress relieving, sand

blasting on inner surface and total painting. Hydro test.

3 Third party -2 Pneumatic test under rule 33 and 18, by CCE approved party,

Certificate as per rule 33 & 18 , inclusive cost of Dry Air require for pressure testing

4. forwarding, freight and unloading at site

5. Handling, erection/installation at site,

21

6. Excise duty, sales tax etc. as per current rates

7. Any other claim. a. No concessional sales tax form will be provided by IUAC. Further a work contract tax and TDS

will be deducted by IUAC on total order value.

b. The prices shall remain firm and not subject to any escalation whatsoever throughout the

execution of the order.

c. It is a must to have the insurance of the material during transportation, unloading, site

fabrication and installation by the bidder. No separate charges will be entertained on this

account. It should be included in the price bid.

d. Safety of the personnel engaged in fabrication and installation work is the responsibility of the

bidder. Any incident/accident, compensation is bidders responsibility and no way IUAC will be

responsible for that.

7.1 TABLE OF MILESTONE(S)

S.No Description of Milestone

(Physical)

Time allowed in days (from

date of start)

Amount to be withheld in

case of non achievement of

milestone

1 Approval of drawings from

Chief Controller of Explosives

Govt Of india

30 days from the date of

placement of LOA

5% of contract value

2 Pressure Vessel Fabrication

at Manufacturer’s workshop

50 days from the date of

placement of LOA

5% of contract value

3 Hydro test and painting 10 days from the date of

placement of LOA

5% of contract value

4 Installation and pressure

testing of pressure Vessels at

IUAC site

30 days from the date of

placement of LOA

5% of contract value

1)Withhold amount will be released after completion of next mile stone.

2) In case of non achievement of mile stone the amount will be withhold and will be adjusted against LD

Clause.

22

Section – 4

A) SPECIAL CONDITIONS OF CONTRACT 1. No laborer hutments/jhuggis/camps shall be allowed within IUAC campus. Contractor has to

make its own arrangement of transportation for the labourers to site and back. Cost of the same shall be borne by contractor and nothing extra shall be paid.

2. All material brought inside the campus should have challan copy to be submitted at entrance gate. Similarly any material taken outside the campus may have material Gate Pass duly signed by IUAC.

3. All laborers should have entry pass duly signed by the Contractor and an advance copy to be submitted at entrance gate of IUAC.

4. Tests/checks of/on the materials shall be performed at the expense of the contractor. The samples for tests shall be in all cases selected by the Engineer-in-charge and supplied by the contractor as part of the contract. For any tests as directed by the Engineer-in-charge, that have to be carried out at an outside laboratory/in field laboratory, the costs of such test, materials, transport etc., shall be borne by the contractor.

5. IUAC reserves the right to inspect the factory during the time of fabrication.

6. All civil work required during execution of project excludes from the scope of work. The same will get done by IUAC.

7. Material rejected by IUAC should be immediately removed from IUAC site.

B) INSTRUCTIONS TO BIDDERS

1.1 All items of work under this contract shall be executed strictly to fulfill the requirements

laid down under “Section 3”. Type of equipment, material specification, methods of

installation and testing and type of control shall be in accordance with the specifications,

approved shop drawings and the relevant Indian Standards, however capacity of each

component and their quantities shall be such as to fulfill the above mentioned

requirement.

1.2 The contractor shall procure and bring Materials/ Equipment to the site only on the basis

of drawings approved for construction by Third party and from Chief Controller of

Explosives Govt. of India. Further these drawings should be submitted to IUAC for their

approval before start of material procurement/Fabrication of the Vessel

1.3. Loading, transporting, unloading, handling/double handling, hoisting to all levels, setting,

fitting and fixing in position, protecting, disposal of debris and all other labor necessary in

and or the full and entire execution and for the job in accordance with the contract

documents, good practice and recognize principles.

23

1.4 All requirements of Specifications, Liabilities, obligations, whether such requirements are

mentioned in the item or not. The specifications and drawings where available, are to be

read as complimentary to and part of the Scheduled of Quantities and any work called for

in one shall be required for all.

1.5 In the event of conflict between Schedule of Quantities and other documents including the

Specifications, the most stringent shall apply. The interpretation of the IUAC shall be final

and binding.

1.6 All equipments, quantities and technical data indicated in this Schedule are for the

Contractor’s guidance only. This schedule must be read in conjunction with other

documents. The contractor shall be paid for the actual quantity of work executed by him

in accordance with the approved Shop Drawings at the contract rates.

1.7 THE MOST IMPORTANT ASPECT IS THE INTENT OF THE SPECIFICATION. THIS

NEEDS TO BE FOLLOWED AND THE CONTRACTOR SHALL DO ALL THAT IS

REQUIRED TO MEET THE INTENT. THE SATISFACTORY COMMISSIONING OF THE

PRESSURE VESSELS FORMS A MAJOR REQUIREMENT OF THIS INTENT, BESIDES

THE FUNCTIONAL REQUIREMENTS.

24

SECTION 5

Drawings:- Tender drawing No IUAC/HEL/TENDER-DRG/ 1 enclosed for tender

purpose only.

------ ENCLOSED --------

25

SECTION 6 Proforma-1 LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERIA COMPLETED DURING THE

LAST 5 YEARS

S.

No.

Client's

Name

and

Address

Name of

the Work

&

Location

Scope

of work

carried

out by

the

Bidder

Agreeme

nt / Letter

of Award

No. and

date

Contract Value

(Rs. in Lacs)

Awarded

Value of

Materials

supplied

free by the

Client

Actual on

completion

Date of

Start

Date of

Completion

Reasons for delay in completion

if any

Ref. of

document

(with page

no.) in

support of

meeting

Qualification

Criteria.

SEAL AND SIGNATURE OF THE BIDDER

Note : 1. In support of having completed above works, attach self attested copies of the completion

certificate from the owner/client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder. “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public

Sector Undertakings / Autonomous bodies of Central or State Government / Municipal Bodies /

Ltd. Co. shall only be accepted for assessing the eligibility of a Tenderer.

26

3. Information must be furnished for works carried out by the Bidder in his own name or

proportionate share as member of a Joint Venture. In the latter case details of contract value

including extent of financial participation by partners in that work should be furnished.

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the Bidder

cannot include such a work for his satisfying the Qualification Criterion even if the Client has

issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture.

6. Only similar works completed during the last 5 years prior to the last stipulated date for

submission of Bid, which meet the Qualification Criterion need be included in this list.

27

Proforma II

DECLARATION BY THE BIDDER (Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer

confirm that:-

i) We have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements;

ii) We do not have records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) No Central / State Government Department/ Public Sector Undertaking or Enterprise of Central / State Government has banned/suspended business dealings with us as on date.

iv) We have submitted all the supporting documents and furnished the relevant details as per prescribed format.

v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be submitted subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We understand that in case any statement/information/document furnished by us or to be furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

Signing this document

Signature of Applicant

with Name _________________

Date with seal

28

Proforma 3

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between IUAC( an autonomous Body under UGC) having its office at IUAC Campus, Aruna Asaf Ali Marg, New Delhi-67 representing through ____________, IUAC hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part.

WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only)

NOW THIS AGREEMENT WITNESSETH as follows:-

1. In this Agreement words and expressions shall have the same meaning as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with addenda/ corrigenda to Tender Documents shall be deemed to form and be read and construed as part of this agreement viz.

The Letter of Acceptance dated______.

Priced Schedule (Bill) of Quantities

Notice Inviting Tender and Instructions to Tenderers.

IUAC Tender

Technical Specifications

Drawings

Amendments to Tender Documents if any(List enclosed)

29

3. In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY

____________________________

In the capacity of _____

On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name &

Designation)

1.

2.

______________________________ Representing IUAC

(The Employer)

In the presence of

Witnesses (Signature, Name &

Designation)

1.

2.

30

Proforma 4

TENDER AND CONTRACT FOR WORKS

To

Director,

IUAC, IUAC Campus

Aruna asaf ali Marg,

New Delhi-67)

1. I/We have read and examined the Notice Inviting Tender and Instructions to Tenderers,

Conditions of Contract, Specifications applicable, Drawings and Designs, Schedule of Quantities,

other documents and rules referred to in the Conditions of Contract and all other contents

contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any defects

therein, specified in the Schedule of Quantities within the time specified in the Tender and in

accordance in all respects with the specifications, designs, drawings and instructions in writing

referred to in Notice Inviting Tender and Instructions with such materials as are provided for, by,

and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the due date of

submission thereof and not to make any modifications in its terms and conditions.

4. A sum of Rs. ___________ (Rupees ________________________________ only) is hereby

forwarded in the form of Banker’s cheque/Demand Draft issued in favour of IUAC. Payable at

_____________________ as the Earnest Money.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of Letter of

Acceptance whichever is earlier or make modifications in the Terms and Conditions of the

Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to

any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

6. If, I/We fail to commence the work within the specified period, I/We agree that the Employer

shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the

Earnest Money and Performance Guarantee (If applicable)absolutely.

31

7. Further, I/We hereby agree that in case of forfeiture of Earnest Money as aforesaid in, I/We

shall be debarred for participation in re-tendering process of the work.

8. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest Money shall

be retained by the Employer towards Security Deposit, to execute all the works referred to in

the Tender document upon the Terms and Conditions contained or referred to therein and to

carry out such deviations as may be ordered,

9. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer within 28 days

from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall

not submit any Bill for Payment till the Contract Agreement is signed.

10. I/We hereby declare that I/We shall treat the tender documents, drawings and other records

connected with the work as secret/confidential documents and shall not communicate

information derived there from to any person other than a person to whom I/We am/are

authorized to communicate the same or use the information in any manner prejudicial to the

safety of the Employer/State.

11. I/We hereby declare that I/We have not laid down any condition/deviation to any content of

Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted

by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

12. I/We understand that the Employer is not bound to accept the lowest or any tender he may

receive. I/We also understand that the Employer reserves the right to accept the whole or any

part of the tender and I/We shall be bound to perform the same at the rates quoted.

13. Until a formal agreement is prepared and executed, this bid together with our written

acceptance thereof shall constitute a binding contract between us and IUAC.

14 I am/We are signing this Tender offer in my / our capacity as one/those authorized to sign on

behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead

Member by the Members of the Joint Venture.

Witness Signature of Authorized Person/s

Signature Date

Name Name/s & Title of Signatory

Postal Address Name of Tenderer

Occupation Postal Address

Seal

32

Part – 2 Financial Bid

INTER UNIVERSITY ACCELERATOR CENTRE (AN AUTONOMOUS BODY OF UNIVERSITY GRANTS COMMISSION)

TENDER DOCUMENT

FOR

"Design, Fabrication, Supply, Installation, Testing and Commissioning

Of 2 Nos Helium Process Vertical Vessel each of 60m3 water capacity working

At 18.5 kg/cm2 (gauge) at Inter University Accelerator Centre Campus, New Delhi."

TENDER NO: IUAC/NIT /4/kks/2015-16

Aug– 2015

Tender Document issued to:

……………………………………….…… (Name of Tenderer)

……………………………………………. (Address of Tenderer)

………………………………………………

………………………………………………

(Signature of officer issuing Documents

with Designation and Date of issue) ………………………………….

33

Name of Work: "Design, Fabrication, Supply, Installation, Testing and

commissioning of 2 Nos Helium Process Vertical Vessel each of 60m3 water

capacity working At 18.5 kg/cm2 (gauge) at Inter University Accelerator Centre

, New Delhi"

Sl. No. Particulars Amount

(Rs.)

Amount in

Words(Rs.)

1.

2.

3.

4.

Design, Preparation of Drawings, Approval of drawings from Chief Controller of Explosives, Govt. of India. Supply and Fabrication of 2 Nos Helium process vessel

including Platform, canopy Ladder ,O rings, Studs, Nut / Bolts, lightning arrestors Radiography of all weld joints, Third party inspection at all stages, Stress relieving, Hydro test , sand blasting on inner surface and painting.

Transportation charges from Manufacturer’s works to

IUAC, unloading Handling, erection/installation at site

including insurance.

Pneumatic test including cost of dry Air as per rule 33

and 18, by CCE approved third party, Certificate under

rule 33& 18.(different than S. No 4)

Sub Total

Unconditional Rebate if any

34

Taxes ( ----% )

Excise Duty ( ---% )

Any Other Claim

Grand Total

Name of agency:………………………..

(Seal and Signature of Bidder )

GUIDELINES FOR FILLING UP THE PRICE BID DOCUMENT

1. The rates quoted are firm and includes, Labor, supervision, materials, transportation, erection,

together with general risks, liabilities and obligations set out or implied in the contract.

2. The tenderer should quote their rates in figures as well as in words.

3. The tenderer shall price the schedule of quantities in Indian Rupees

4) Insurance from stage of fabrication till commissioning of pressure Vessels to be done at the total cost

of pressure vessels.

-------XX------