2.14: list of places - bharat heavy · web view8.9 the number of independent external...

105
HYQC/SC/201 5/TPI/001 Dt:16/03/2015 Page 1 of 105 TENDER SPECIFICATION FOR “RATE CONTRACT WITH THIRD PARTY INSPECTION AGENCY FOR NON-CRITICAL SUB-CONTRACTED ITEMS” Tender Specification No.: HYQC/SC/2015/TPI/ 001 Tender Issue Date : 18/03/2015 Last Date for Receipt of Duly Filled Tender : 10/04/2015 Signature and seal of the bidder

Upload: lythien

Post on 19-Mar-2018

222 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 1 of 78

TENDER SPECIFICATIONFOR

“RATE CONTRACT WITHTHIRD PARTY INSPECTION

AGENCY FOR NON-CRITICALSUB-CONTRACTED ITEMS”

Tender Specification No.: HYQC/SC/2015/TPI/001

Tender Issue Date : 18/03/2015Last Date for Receipt of Duly Filled Tender : 10/04/2015

Tender Opening Date: 10/04/2015

Signature and seal of the bidder

Page 2: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 2 of 78

TENDER SPECIFICATIONFOR

“RATE CONTRACT WITH THIRD PARTY INSPECTION AGENCY

FOR NON-CRITICALSUB-CONTRACTED ITEMS”

INDEX

SECTION - I

QUALIFICATION AND ELIGIBILITY REQUIREMENT

INDEX

Signature and seal of the bidder

SECTION CONTENTS

Section I QUALIFICATION AND ELIGIBILITY REQUIREMENTS

TECHNO COMMERCIAL BID

Section II GENERAL REQUIREMENTS

Section III INSTRUCTIONS TO BIDDERS (ITB)

Section IV GENERAL CONDITIONS OF CONTRACT (GCC)

Section VEVALUATING EFFECTIVENESS OF THIRD PARTY INSPECTION AGENCY

Section VI ANNEXURES (I TO XIII)

Page 3: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 3 of 78

Clause no. Contents

1.1 GENERAL

1.2 MINIMUM QUALIFYING REQUIREMENTS

1.3 BHEL’S RIGHT FOR ADDITIONAL INFORMATION

1.4 NO DEVIATION

1.5 PARTICULARS OF INSPECTION AGENCY (FORMAT)BIO-DATA OF INSPECTORS OFFERED TO BHEL (FORMAT)BIDDER CERTIFICATION FORM (FORMAT)

Clause Nos. ContentsBidder’s Acceptance (Y/N)

1.1 GENERAL

1.1.1The bidding organization shall have well-established Quality Management Division for providing Third Party Inspection services(TPIA).

1.1.2The bidder shall have sound organization capable of meeting BHEL’s requirements with high degree of accuracy of inspection and timeliness of attending inspection call.

1.1.3 The bidder should be fully conversant with the National/International Product ‘Specifications, Standards and Codes’. Bidder shall have

Signature and seal of the bidder

Page 4: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 4 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

direct access/ possession of the latest applicable International/ National standards & specifications like ASME / ASTM / ANSI / API / DIN / BS /TEMA / IBR / BIS / IEC etc. All International/National Standards and Specifications (mentioned in the Tender) will be considered as per the “latest versions/revisions” available.

1.1.4

The bidder should have experience of carrying out inspection of equipment supplies associated with contracts of reputed organizations like BHEL, NTPC, NHPC, NPCIL, HPGCL, HPCL, BPCL, PGCIL, EIL, ONGC, IOCL, SEBs, Defence organizations etc.

1.1.5The bidder should submit reference list of clients as per Clause No 1.5.15 of ‘Particulars of Inspection Agencies’ for whom inspection and related activities were carried out during last five years.

1.1.6

The bidder shall be equipped with all modern modes of communication (high-speed broad band) such as telephone, mobile phone, fax, computer with high end configuration, printer, scanner, e-mail, internet etc. in all offices. Mobile phone, email, Laptop with internet facility should be provided to all Inspection Executives.

1.1.7

All Inspection personnel being offered to BHEL shall be regular employees OR shall have at least three years of running contract with bidder. No consultant or Freelancer is allowed for BHEL inspections. All inspection personnel shall carry photo identity card issued by respective TPIA.The frequency of approval of inspectors will be decided by BHEL on case to case basis, depending upon the requirement. All inspection personnel shall carry photo identity card issued by respective TPIA.

1.1.8

Approval by BHEL shall not absolve the Bidder of their responsibility for ensuring correctness of inspection and timely attending the calls. It will be sole responsibility of the Bidder to ensure that approved, competent and suitable candidates are only employed for Inspection of BHEL jobs.

1.1.9

All the information (to be provided in Formats/Checklist/Annexures) will be Self-certified by the Bidder (or Charted Accountant (CA) wherever applicable). The Bidder need to ensure that the information provided by him is correct and accurate. The Bidder understands that the consequences of making an untrue statement in its Bid, or of not complying with the requirements of this Tender or failing to produce satisfactory evidence to BHEL regarding the information may include the forfeiture of any bid security, disqualification of the Bidder from participating in future tenders and/or the termination of the Contract.

Clause Nos. ContentsBidder’s Acceptance (Y/N)

1.2 MINIMUM QUALIFYING REQUIREMENT

1.2.1

The bidder should have well-defined and implemented Quality Management System and must be an ISO: 9001 certified organization and shall also be certified to ISO/IEC: 17020 Major accreditation scope of category should be one of the sub-clause of Table No 17 or 18 or 19 of ISO/IEC: 17020. The head quarter/ corporate office should be accredited with the same.

1.2.2 BHEL reserves the right for reverse auctioning for which bidders shall give

Signature and seal of the bidder

Page 5: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 5 of 78

their acceptance.

1.2.3

The bidder should have minimum of 7 years experience of Third Party inspection and related activities in major Engineering Industries and should be well conversant with manufacturing processes (Fabrication, welding, Heat Treatment, NDT, Precision / Heavy machining, etc) and inspection checks required. The Inspection Agencies shall own the responsibility to ensure that the components are inspected at appropriate stages and at final stage as per the scope of Order, guidelines of BHEL and applicable Quality Work Instructions. The bidder should be capable of designing their own checklists and Inspection criteria in case same is not provided by BHEL in order to ensure conformity of jobs to specified requirements.The Bidder should enclose documentary evidence of experience in Engineering Industries in any of the following manner :

1.2.3.1

Evidence of satisfactory performance / service from minimum three customers during last 5 years in at least one or more of following engineering industries and also fulfilling the requirement of clause 1.2.4- Power Plant equipment (Thermal, Gas)- Power Transmission System and equipment- Oil Field Equipment

1.2.4

Bidder should have experience of having successfully completed inspection contracts during last 7 years ending December 2014 should be either of the following:a) Three inspection contracts not less than Rs 15 lacs each (Fifteen Lakhs each) as Inspection Charges Orb) Two inspection contract not less than Rs 20 Lacs each (Twenty Lakhs each) as Inspection Charges Orc) One inspection contract not less than Rs 30 lacs (Thirty Lakhs) as Inspection Charges.

1.2.5For BHEL jobs the Bidder should have a team of minimum 5 (in words Five) qualified and experienced persons in Mechanical / Metallurgy disciplines, engaged in inspection work in Engineering Industry, covering following areas in and around Hyderabad.Location -1 : IDA Pashamylaram, Isnapur, Patancheru, R.C. Puram

etcLocation -2 : Ashok Nagar, BHEL Ancillaries, Hafizpet, IDA Bolarum,

Bachupally etcLocation – 3 : IDA Jeedimetla, Balanagar, Sanathnagar, Prashant

Nagar- Kukatpally, IDA ALEAP, Gandhinagar etcLocation – 4 : IDA Nacharam, Kusaiguda, Cherlapally, Uppal, IDA

Aliabad (Shamirpet) etcLocation – 5: Afzalgunj, Charminar, Shivrampally, Timmapur etc.Bidder shall submit the details of the Team of inspection engineers and inspection engineers identified for above locations.

Clause Nos Contents

Bidder’s Acceptance (Y/N)

1.2.6Bidders shall submit the Bio-data of all persons, engaged in inspection, including qualification duly verified by the Bidder (Technical/ additional), experience, field of expertise and attested specimen signature at S.No 1.5.16 of “Particulars of Inspection Agency” The Bidder shall submit the Bio-data of the inspection engineers (refer 1.2.7 & 1.2.8) for approval by BHEL. Only BHEL approved Inspection engineers will be deputed for inspection. The approved list will be maintained by the bidder and addition/ deletion will be informed to BHEL

Signature and seal of the bidder

Page 6: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 6 of 78

by the bidder. Age of inspection engineers employed not to exceed 65 years.

1.2.7All inspection personnel, engaged in inspection, should have at least following qualification and experience:

1.2.7.1Graduation in Engineering with minimum 55% of marks and 5 years experience in inspection activities OR Diploma in Engineering with minimum 55% of marks and 7 years experience in inspection activities. The experience should be in Engineering industries particularly in the areas of Fabrication, Welding, Heat Treatment, NDT, Precision / Heavy Machining, Surface Preparation & Preservation.

1.2.7.2Penetrant Test certification Level II as per SNT TC 1A from reputed accredited agencies (for inspection personnel attending mechanical/ metallurgical items).

1.2.8 1.2.8.1At least One of the Inspection personnel should have Level II NDE Qualification in Magnetic Particle, Ultrasonic and Radiography as per SNT-TC-1A. Only Level II qualified person in respective NDT shall verify or witness the NDE test report/ results.

1.2.8.2All Inspection personnel being offered to BHEL shall be regular employees OR shall have at least three years of running contract with bidder. No consultant or Freelancer is allowed for BHEL inspections. All inspection personnel shall carry photo identity card issued by respective TPIA.

1.3A. During the submission of bid, Bidder should also agree for the following:1. BHEL can seek the following during approval of Inspection Engineers, if contract is awarded to the bidder, before deployment for Inspection:a) Verification of original records for qualification and Experience details of Inspection Engineers as per clause No. 1.2.6 to 1.2.8b) Interview of Inspection Engineers.2. BHEL may conduct physical verification of offices and infrastructure as per Clause No. 1.1.5.3. BHEL may conduct the surveillance audit along with TPIA at Vendor's works during inspection.4. BHEL may seek additional Information to assess the capability and capacity of Third Party Inspection Agency during the currency of the contract.B. The TPIA should actively participate to get his inspectors qualified and Approved from BHEL Customers, if required

1.4No deviation shall be allowed in respect of minimum requirements stipulated in Clause 1.2. Any offer not meeting above requirements shall stand rejected. (Refer Annexure VII ‘ No Deviation Certificate))

1.5 The bidder shall fill the format for “Particulars of Inspection Agency” (FORMAT No: QA/TPIA/001 Rev: 00) given below.

Signature and seal of the bidder

Page 7: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 7 of 78

FORMAT No: QA/TPIA/001 Rev: 00

Clause Nos. Contents

Bidder’s Acceptance (Y/N)

Particulars of Inspection Agency

1.5.1Name of Company:

1.5.2 Head Office:i) Address:ii) Phone No.: Fax No.:iii) E-mail: Website

1.5.3. Chief Executive:i) Name:ii) Designation: iii) Office Address:iv) Phone No.: Landline: Mobile:v) E-mail:vi) Qualificationvii) Profileviii) Experience

1.5.4 Ownership Status:Govt. of India Undertaking

State Govt. Undertaking

Public Limited Company

Private Limited Company

Partnership/Individual Firm

Others (Please specify)

(Please submit documentary proof, such as, Memorandum & Articles of Association, Company Registration Certificate, Partnership Deed, as applicable)

1.5.5 i) Total No. of Persons:ii) No. of persons engaged in

inspectioniii) Total no. of branches

1.5.6 Particulars of Branches: (Add separate sheet if required)i) Location:ii) Name of Branch

Manageriii) Address:iv) Phone No: Landline: Mobile:v) Fax No.:vi) Website:vii) E-mail:viii) Total No. of persons:ix) No. of persons

engaged in inspection:x) No. of persons

qualified in NDTUT RT MT PT Visual

1.5.7 Date of Incorporation/Registration:

Signature and seal of the bidder

Page 8: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 8 of 78

Clause Nos. Contents

Bidder’s Acceptance (Y/N)

1.5.8 Turnover of the Company from inspection services for the last 3 years:

Year Turnover (in Rs. Crore) Remarks

2012-132013-142014-15Average

1.5.9 Audited Annual Report for the last 3 years (to be enclosed)1.5.10 Income Tax Certificate for the last 3 years (to be enclosed)1.5.11 Bankers Name and

Address:1.5.12 Registration with Statutory bodies:

a Income Tax PAN No.b Service Tax Registration No. (Please enclose

relevant letter/ certificate)1.5.13 a Whether Company is ISO: 9001 – 2008 certified: Yes / No

b If Yes, year of Certification c Certification Bodyd Whether company is certified for ISO/ IEC :17020: Yes / Noe If Yes, year of Certificationf Certification Body

1.5.14 Organisation : (Please enclose Organisation Chart)1.5.15 List of Clients during last five years:

Sl. No. Client Supplier(s) Item(s) P.O/Contract No. Value Remarks

1 2 3 4 5 6 7

1.5.16 Type of Services offered:1.5.17 Did you provide Third Party Inspection services to

any BHEL Unit/ Division? Yes / No

If Yes, please give details.1.5.18 Whether any litigation/ Arbitration is pending: Yes / No

If Yes, please give details.1.5.19 No deviation certificate (in the format enclosed): 1.5.20 Information regarding banning , blacklisting from business (as per format enclosed)1.5.21 Any other information: (use additional sheet, if required)

All the information provided is true to the best of my Knowledge and any perjured or untrue information may lead to termination of this contract (Refer Clause 1.1.9)

Signature & Seal:of Authorized PersonName:

Date:

Signature and seal of the bidder

Page 9: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 9 of 78

FORMAT NO FORMAT No: QA/TPIA/002 Rev: 001.5.22 (i) Bio data of all persons offered to BHEL for Inspection (Hierarchy wise)

SL No. Name

Date of Birthdd/mm/yy

Age as on 31 March 2015

%tage of Marks(#)

Technical Qualification(Graduation/ Diploma)

Additional Qualification (Tick)

Date of Joining in Present Companydd/mm/yy

Experience* in inspection in areas as mentioned in clause 1.2.3.1. (please write the specific name of the product)

Specimen Signature (attested)

Details**

            RT UT PT MPI CWI Eddy Leak Test

Visual Test Other   No.   of 

Years* Field    

1                                      

2                                      

3                                      4                                      5

(ii) Summarya) Mechanical / Metallurgical Discipline(defined in clause 1.2.5)  

PG/ Graduate Degree Engineers  Diploma Engineers:  

 b) Electrical Discipline (defined in clause 1.2.5)  PG/ Graduate Degree EngineersDiploma Engineers:

TOTAL:

# Mark-sheet of Individual (Only Photocopy, Self-Attested by Individual) to be enclosed * If experience is in other companies, please give Details ** ( No of Years , Field and Company Name)

All the information provided is true to the best of my Knowledge and any perjured or untrue information may lead to termination of this contract (Refer Clause 1.1.9)

Signature of Authorized PersonName:Date:

Signature and seal of the bidder

Page 10: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 10 of 78Seal:

Signature and seal of the bidder

Page 11: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 11 of 78

1.5.23 BIDDER’s CERTIFICATION FORMFORMAT NO: QA/TPIA/003 Rev: 00

_______________________________(Name of The Bidder) declares and certifies the following , in the bidding on the work for BHEL Tender HYQC/SC/2015/TPI/001 dated _____

(Tick the applicable)Bidder should have experience of having successfully completed inspection contracts during last 7 years ending December 2014 should be either of the following:

a) Three inspection contracts not less than Rs 15 lacs each (Fifteen Lakhs each) as Inspection Charges.b) Two inspection contract not less than Rs 20 Lacs each (Twenty Lakhs each) as Inspection Charges.c) One inspection contract not less than Rs 30 lacs (Thirty Lakhs) as Inspection Charges.BHEL may conduct reverse auctioning

If awarded the contract, I agree to confirm and ensure the compliance of the following during entire currency of the contract

Deploy only BHEL approved Inspection Engineers for inspection of BHEL jobs.

Deploy only Permanent Inspection Engineers of the bidder.

Age of the Inspection Engineers not to be more than 65 years, as on 1 April 2015.

Only Level II qualified person in respective NDT shall verify or witness the NDT Test report/ results.At least One of the Inspection personnel should have Level-II NDE qualification in UT, RT, MPI & All Inspection Engineers should have Level-II NDE qualification in LPI. Deploy Mechanical / Metallurgical Discipline Personnel (as per clause 1.2.5) for Mechanical items.

I hereby declare that if the contract is awarded, I will fulfill all the above conditions within 3 weeks (three weeks) after signing the contract and deploy the requisite manpower at different locations as mentioned in tender. The contract will be fully operational only after fulfilling the requirement in all respect.

I also agree and give the acceptance of the following:BHEL may verify  original   records   for   qualification   and   Experience   details   of Inspection Engineers as per clause No. 1.2.5 and 1.2.6BHEL may conduct Interview of the Inspection Engineers.

BHEL may conduct physical verification of office and infrastructure.

BHEL may conduct the surveillance audit along with TPIA at Vendor's works during inspection, if contract is awarded to us.BHEL may seek additional Information to assess the capability and capacity of Third Party   Inspection   Agency   during   the   currency   of   the   contract.

Signature of Authorized Person

Signature and seal of the bidder

Page 12: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 12 of 78

Name: Seal & Date:

SECTION – II GENERAL REQUIREMENTS INDEX

Clause no. Contents

2.1 INTRODUCTION 2.2 SCOPE OF WORK 2.3 ASSIGNMENT2.4 LIQUIDATED DAMAGES2.5 EFFECTIVENESS OF TPIA

2.6 BHEL’S RIGHTS ON GENERAL REQUIREMENTS.

2.7 INDICATIVE LIST OF PLACES2.8 INDICATIVE LIST OF ITEMS2.9 CONTRACT PERIOD2.10 PAYMENT TERMS

2.11 NUMBER OF INSPECTION AGENCIES TO BE EMPANELLED

2.12 CONFIDENTIALITY

Signature and seal of the bidder

Page 13: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 13 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

GENERAL REQUIREMENTS2.1 Introduction: Bharat Heavy Electrical Limited (BHEL), a Maharatna

Public Sector Undertaking, is one of the largest Engineering & Manufacturing organizations in Power generation, transmission, distribution, transportation and infrastructure industry Sectors occupying a predominant position in domestic as well as global map. As an extension to its manufacturing facilities, BHEL sub-contracts many of its items for partial or complete processing to its sub-contractors in India. BHEL takes all endeavours to ensure conformance to quality requirements through well-structured quality documentation, surveillance, control and defect prevention activities by Unit/ Corporate Quality groups. As a strategic shift of focus to other segments of quality operations, BHEL proposes to empanel Third Party Inspection Agency (TPIA) to partly share our endeavours for ensuring quality of above items. The scope of work and other requirements are given in forthcoming sections.

2.2 Following shall be included in the scope of work:2.2.1 2.2.1.1 Inspection of Non-Critical Components / Sub-Assemblies /

Assemblies ordered by BHEL Hyd at sub-contractor’s works and Testing Laboratories. The inspection comprises of visual, dimensional, physical, analytical, mechanical and non-destructive examination of large variety of semi and fully processed components/ items/ assemblies / sub-assemblies required for Thermal and Gas Power Generation, Desalination, Transmission, Distribution and Industry Sector.

2.2.1.2 Estimated Conversion Charges of Goods to be offered for Inspection during the contract period is approximately Rs. 86 Crores (Rs. Eighty Six Crs) @ 43 Crs per annum. It is likely to vary by 10 to 15 %.

2.2.2 The TPIA shall have to attend inspection calls at identified locations at sub-contractor’s works and Testing Laboratories including raw material inspection. All components require final Inspection. An Indicative list of places is given at 2.7 for reference.

2.2.3 An indicative list of items / materials, which are normally inspected, is given at 2.8 for reference.

2.2.4 Exact scope of work shall be defined by BHEL Hyd through its Order on sub-contractors, Drawings, specifications, checklists, Work instructions, Technological process sheet etc.

2.2.5 2.2.5.1 Inspection call: Inspection call shall be raised by sub-contractor / BHEL QC. The components inspected and found satisfactory shall be accepted by raising inspection reports (IR). The format of the inspection report shall be as per Annexure XIII. Bidder shall maintain a system for recording the inspection calls, acknowledgement, and call status. The same system shall be used by the Bidder for generating monthly MIRs (as per clause 2.2.9.5 )

2.2.5.2 Co-ordination with BHEL’s Customers for joint inspection and clearance after confirmation of date of visit of customer by respective unit to TPIA.

Signature and seal of the bidder

Page 14: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 14 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

2.2.6 Inspection Documents: The copy of BHEL Order and applicable documents like Drawings, specifications, checklists, Technological process sheet, Quality Plans etc shall be provided by BHEL at sub-contractor’s works before inspection. Inspection shall be carried based on the inspection documents provided. For critically required materials, BHEL shall provide copy of BHEL order in advance to enable TPIA to draw inspection schedule.

2.2.7 Time for attending inspection call:2.2.7.1 The inspection call shall be attended on the same day for all the calls

booked before 10 A.M. For Calls booked after 10.00 A.M, attempt shall be made to attend the call on the same day, If not, the same call must be attended the next day (Refer Clause No. 2.4.2). Calls not attended within 2 working days will be viewed seriously and repeated failures may lead to cancellation of contract. In emergencies / exceptional cases, TPIA’s have to provide the services at short notice, in extended working hours, Sundays, Holidays and in odd hours also. TPIA’s have to arrange their own transport arrangements to reach the sub-contractor’s works for inspection.

2.2.7.2 If the proposed date / time in the inspection call provide a notice in advance, the inspection shall be attended on the proposed date/ time.

2.2.7.3 On specified dates given by Customers and communicated by BHEL to TPIA, coordination for joint inspection with Customer, shall be done by the inspection agency for joint inspection and obtaining Customer Hold Point (CHP) / Reports. CHP/ Report of Customer shall be signed by the TPIA.

2.2.7.4 In case, customer inspection is required after TPIA inspection, the inspection agency shall carry inspection before offering to the customer.

2.2.8 Inspection Methodology: Inspection shall be carried out as per provision of BHEL Order on sub-contractors, Drawings, specifications, checklists, Technological process sheet, Quality Plans etc.

2.2.8.1 Stage inspection shall be done, as called for in BHEL order or any other applicable document at the works of sub-contractors or Testing Laboratory

2.2.8.2 The sub-contractor’s works shall provide all necessary facilities for carrying out inspection, measurements and testing. TPIA shall verify any requirement of special jigs, fixtures, tools, gauges for inspection mentioned in the applicable documents for inspection and ensure use of same.

2.2.8.3 The sub-contractors shall ensure safe working condition during inspection. The TPIA should satisfy them for adequate safety. BHEL shall not be responsible for any loss/ damage on this account. TPIA has to perform the Inspection activities with the existing facilities at sub-contractor’s works and no additional facility can be provided.

2.2.8.4 The TPIA shall ensure use of calibrated measuring instruments and equipment. Inspection agency may also examine adequacy of periodicity of Calibration & traceability to National /International Standards

Signature and seal of the bidder

Page 15: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 15 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

2.2.8.5 The TPIA shall:i) Ensure Strict adherence to the Specifications, Drawings, and PO

and general instructions given by BHEL from time to time.ii) Verify and ensure the availability of Qualification procedures for

equipment, process & personnel for special Processes like welding, Heat Treatment, brazing, NDE, and wherever necessary conduct personnel qualification test, procedure qualification test, review of qualification records and surveillance audit check in connection with processes like welding, heat treatment etc. as specified in BHEL documents. Also, the consumables used in welding, NDE and preservation etc. shall be from BHEL approved source.

iii) Verify Supplier’s internal QC records.iv) Verify Compliance with process parameters as per applicable

document.v) Ensure Material Test Certificate & traceability records to ensure

use of correct material. Review of BHEL/Hyd Documents (PPMIV / SMIV etc) of the received material / review of mill T.C / Check Test Report of Matl Procured by Sub-vendor for compliance with the Order and (or) drawings requirements. Carry out inspection activities such as material identification; stamp transfers, In-Process inspection including fit-ups, Non destructive examination as applicable, final inspection and documentation as specified in quality documents. Carry out final visual & overall dimensional examination, as per relevant BHEL drawings/standards

vi) Review and endorse necessary sub-contractor’s records including material TCs & checklists, intermediate/final inspection checklist, NDT/other test reports, log sheets and observation sheets as per agreed formats. In the dimension report the dimensions checked/ witnessed shall be encircled and marked ‘W’.

vii) Issue Inspection Report (IR) as per format (refer Annexure XII). In case of process/ product non – conformance, TPIA shall inform BHEL and BHEL shall raise Report (NCR) for further action. In case of acceptance of process/ product not-conforming to the P.O/ drawing/ spec. requirements or partial inspection to be carried out, the IR shall carry suitable remarks referring to written/ email acceptance/ instructions from concerned BHEL executives in agreed format.

viii) Execute and provide quality services in a professional manner & commensurate with the available facilities. They also shall educate and guide the vendor for proper process control.

2.2.8.6 In case of non-conformance or ambiguity between Purchase specifications, Approved Drg, Data Sheet, Quality Plan etc., TPIA shall report Non-Conformance through Inspection Report on the date of inspection itself and intimate BHEL.

2.2.8.7 Inspection shall be treated as complete only when final inspection report ‘for acceptance’ is issued after completing all stages of inspection as per scope of work.

2.2.8.8 The accepted items shall be identified with seal (wherever feasible) and reference of seal given in the Inspection Report (IR). Location of

Signature and seal of the bidder

Page 16: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 16 of 78

seal shall be mentioned in the Inspection report.

Clause Nos. Contents

Bidder’s Acceptance (Y/N)

2.2.9 Submission of Inspection Report (IR):2.2.9.1 After completion of inspection, the TPIA shall issue Inspection Report

(IR) to the supplier on the format provided by BHEL along with records of inspection duly signed within 2 working days.

2.2.9.2 The inspection report (IR) shall essentially be as per Annexure-XIII2.2.9.3 The TPIA shall ensure that original signed IR and all inspection

records are received by the BHEL within 2 days from the date of final inspection.

2.2.9.4 The TPIA’s shall evaluate the quality performance of the Sub- Contractors as per the relevant guidelines issued by BHEL and submit report to BHEL on critical observations. Gross inadequacies shall be brought to the notice of BHEL/QC immediately for necessary follow up action

2.2.9.5 Monthly Status Report: The TPIA shall submit monthly status report to BHEL unit indicating the details of inspection carried out, value of inspected items, inspection charges, and time taken to attend the calls. Exact requirements and format of reporting shall be discussed and agreed upon by the TPIA and BHEL.

2.2.9.6 The TPIA shall furnish any other report as agreed mutually with the BHEL without any additional charges.

2.2.9.7 Feedback Analysis: The TPIA shall analyse the feedback given by BHEL. The report of analysis and proposed corrective / preventive actions shall be given to BHEL within seven days. No additional charges would be payable for this activity.

2.2.9.8 Periodic Review Meetings: Bidder shall agree for quarterly review meetings, regarding performance of Inspection Agency, with BHEL at convenient locations as decided by BHEL. Bidder shall also agree to send their inspection personnel to BHEL, whenever being called to receive training.

2.2.9.9 Record Keeping: The TPIA shall retain the inspection record for a period of 2 years after inspection. BHEL related Inspection Records shall be maintained separately by Inspection Agency. Daily Inspection Reports to be sent to BHEL -QC.

2.2.9.10 Workload fluctuation is cyclic from month to month, maximum depending upon the availability of raw materials. It is therefore requested that this cyclic nature of work load should be kept in mind while arranging inspection against this contract

2.3 Assignment2.3.1 The TPIA shall not off-load either full or part of the work, assigned by

BHEL. 2.3.2 The information regarding addition / deletion status of manpower shall

be furnished to BHEL every month. Additional manpower shall meet requirement of clauses 1.2.6, 1.2.7 & 1.2.8.

Signature and seal of the bidder

Page 17: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 17 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

2.4 LIQUIDATED DAMAGES2.4.1 Discrepancy in Inspection (DI):

If any non-conformity is due to deficiency in inspection and it is established that the deficiency is on account of inaccurate/ inadequate inspection with respect to scope of Inspection as per P.O, the inspection charges of the concerned item will be deducted.

Moreover actions will be taken for the following discrepancies also, if found:

1) Any Inspector indulging in Unethical practices, Unfair means and Proxy Inspection will be immediately from inspection of BHEL items.2) A warning/advice letter will be issued to the concerned inspection agency for deficiency in inspection of items inspected and cleared by TPIA Inspectora) Rejection of Inspected Product at BHELb) NC- Accepted as NO OPTION basisc) NC- Accepted after rework/repair at Vendor worksd) NC- Accepted with Change in Matching Componente) NC- Accepted with Repair/Rework f) NC-Accepted as it isNC means Non-Conformance.3) For three warning/advice letters issued to TPIA for deficiency in inspection done by particular inspector, BHEL may debar the Inspector from the approved list and discontinue the services of Inspector, for Inspection of BHEL items, with immediate effect.4) However, it will be the responsibility of concerned TPI agency to maintain the minimum requisite number of Inspectors as per the contract.5) Furthermore, If five inspectors are debarred during the course of the contract, as described above, BHEL may initiate action against TPIA as per decision of the competent authority

2.4.2 Delay In Inspection: Response to inspection request (RIR): If inspection calls are not attended within prescribed time (as per clause 2.2.7), a deduction of 2.0% of inspection charges of offered goods for per day delay or Rs 100/- (whichever is higher) up to 5 days delay shall be made. If the delay is more than 5 days, the deduction shall be @ 5.0% of inspection charges of offered goods for per day delay or Rs 200/- (whichever is higher) for the total delay inclusive of initial delay period. The penalty shall be deducted from pending bills and /or security deposit amounts.

2.5 EFFECTIVENESS OF TPIA2.5.1 The effectiveness of Inspection Agency shall be monitored as per

Section V on aspects of response time to attend the call, timely submission of inspection report, deficiency in inspection and reporting from BHEL units/ sites, feedback of suppliers, Surveillance/ Audit report of Corporate Quality Division/ Unit(Purchasing Divisions) Quality and feedback from Customers.

Signature and seal of the bidder

Page 18: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 18 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

2.5.2 Reduction in share of Business/ Suspension/ Cancellation on the basis of overall performance based on clause 2.5.1 as per Section V:The weightage assigned to inspection call response time (RIR) : 20%The weightage assigned to issue inspection report in time (RTR): 10%The weightage assigned to any Discrepancy/Quality of Inspection (DI) :70%Effectiveness may be monitoredCall wise: CPROverall Cumulative/Monthly/Quarterly :OPREfficiency of Call Inspected (%)Efficiency in generation of Inspection reports (%)

2.5.3 BHEL may conduct the audit/ investigation at supplier’s work/ TPIA as deemed necessary.

2.6 BHEL RESERVES THE RIGHT TO ADD, DELETE OR MODIFY ABOVE GENERAL REQUIREMENTS.

2.7LIST OF PLACES in and around Hyderabad (Indicative)

Location -1 : IDA Pashamylaram, Isnapur, Patancheru, R.C. Puram etcLocation -2 : Ashok Nagar, BHEL Ancillaries, Hafizpet, IDA Bolarum,

Bachupally etcLocation – 3 : IDA Jeedimetla, Balanagar, Sanathnagar, Prashant Nagar-

Kukatpally, IDA ALEAP, Gandhinagar etcLocation – 4 : IDA Nacharam, Kusaiguda, Cherlapally, Uppal, IDA Aliabad

(Shamirpet) etcLocation – 5: Afzalgunj, Charminar, Shivrampally, Timmapur etc.Loction – 6 : Visakhapatnam, Vijayawada

2.8 LIST OF ITEMS (Indicative)1. NON CRITICAL FABRICATION ITEMS As Per Annexure VIII (Encl)2. NON CRITICAL MACHINING ITEMS As Per Annexure IX (Encl)

2.9Contract Period

Two years with provision for extension by one year with no change in terms and conditions based on mutual consent.

2.10 Payment Terms Refer 4.72.11 Empanelment Only one TPIA shall be empanelled

2.12 Confidentiality

In the course of their discussions and interaction, BHEL may disclose information of confidential and proprietary nature relating to its business, products, know-how, technology, customers, and employees and financial to the TPIA. Such information shall be considered as confidential. The TPIA shall keep it confidential & secret at all times and not directly or indirectly disclose to any party other than its employees and authorized personnel’s strictly on a need to know basis, without the prior written permission of BHEL

Signature and seal of the bidder

Page 19: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 19 of 78

SECTION -III INSTRUCTIONS TO BIDDERS (ITB)

INDEX

Clause no. Contents

3.1 INSTRUCTIONS TO BIDDERS

3.2 BID DOCUMENT

3.3. PREPARATION OF BIDS

3.4 SUBMISSION OF BIDS

3.5 BID OPENING & EVALUATION

3.6 AWARD OF RATE CONTRACT

Signature and seal of the bidder

Page 20: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 20 of 78

SECTION -IIIINSTRUCTIONS TO BIDDERS (ITB)Clause Nos. Contents Bidder’s

Acceptance (Y/N)

3.1 INSTRUCTION TO BIDDERS (ITB)

3.1.1 Sealed bids are invited by BHEL R.C.Puram Hyderabad Unit for Rate contract with Third Party Inspection Agency from qualified bidders.

3.1.2 Scope of work shall be as per Section-II. 3.1.3 The bidder should fulfil the minimum qualifying requirements as

stipulated in Section -13.1.4 BHEL reserves right to ask any additional information. 3.1.5 Not withstanding anything stated above BHEL reserves the right

to carry out physical verification of infra-structural facilities to assess bidder capability and capacity to perform the work. In case, any deficiency/ discrepancy is noticed at any point of time between the documents submitted and the physical verification, the bid is liable to be rejected/ contract is liable to be cancelled.

3.1.6 The bidder has to quote as per the price Format (As per Annexure-X) of the specifications. The bidder who has submitted prices in any other form shall be rejected. The bidder who does not submit EMD will be rejected except exemptions as per Statutory/ Regulatory requirements.

3.1.7 Bid must be submitted in two separate sealed envelopes Part-A and Part-B. First envelope (Part-A) shall contain EMD of Rs. One lakhs (Rs. 1, 00,000/-), Rupees Five Hundred (Rs. 500/-) as Tender fee (Non Refundable) (Tender Fee to be checked with Fin) in the form of DD, techno – commercial offer (un-priced bid). The second sealed envelope (Part-B) shall contain price bid only. Price bid of only those prospective bidders shall be opened who are found techno – commercially acceptable. Price bid with any conditions is liable to be rejected.

3.1.8 The bidder shall assure that all the information/ documents furnished by the bidder for the bid are true to the best of their knowledge and belief. In case they are found to untrue or false, the bid submitted by the bidder or the contract awarded to him in the event of acceptance of the bid, shall be liable to be cancelled/ withdrawn without any notice or compensation.

3.1.9 Tenders received after Tender closing time shall be rejected.3.1.10

BHEL reserves the right to extend due date and time for issuance of bid documents and the due date and time for submission and / or opening of bids which shall be suitably intimated to concerned bidders.

3.1.11

Notwithstanding anything stated above BHEL reserves the right to reject any or all bids or cancel / withdraw the invitation for bids without assigning any reason there off and in such cases no bidder shall have any claim arising out of such action.

Signature and seal of the bidder

Page 21: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 21 of 78

Clause Nos. Contents

Bidder’s Acceptance (Y/N)

3.2 BID DOCUMENT 3.2.1

CONTENTS OF BID DOCUMENT

3.2.1.1 The bid document comprises of the following sections.

SECTIONSECTION I QUALIFICATION AND ELIGIBILITY

REQUIREMENTSECTION II GENERAL REQUIREMENTS SECTION III INSTRUCTIONS TO BIDDERS (ITB) SECTION IV GENERAL CONDITIONS OF CONTRACT SECTION V ANNEXURES

3.2.1.2

The Bidder is expected to examine all instructions, terms and conditions, specifications, Forms and other information in the Bid document. Failure to furnish all information required by Bid-documents or submission of a bid not substantially responsive to the bid document will be at bidder’s risk and may result in rejection of bid.

3.2.2

CLARIFICATION OF BID DOCUMENT

3.2.2.1

The Bidder is required to carefully examine the Bidding document and fully inform himself as to all the conditions and matters, which may in any way affect the performance of the contract or cost thereof. If any Bidder finds discrepancies or omissions in the document or is in doubt as to the true meaning of any part, he may notify to the concerned BHEL official in writing or by fax. BHEL will respond in writing or by fax to any request for clarification of the Bid document, which he receives earlier than Ten (10) days prior to submission of bids. All such interpretations and clarifications shall form part of the Bid document and accompany the Bidders proposal.

3.2.2.2

Verbal clarifications and information given by any employee(s) of BHEL shall not in any way be binding on BHEL.

3.2.3.

AMENDMENT TO TENDER DOCUMENT

3.2.3.1.

BHEL reserves the right to issue amendments, clarifications to the Tender Document to all the bidders who have received the Tender Document, giving reasonable time prior to bid opening. Such amendment / clarifications etc. shall be given due consideration by the bidders while they submit the Bids and invariably enclose such documents as a part of the bid.

3.3 PREPARATION OF BIDS 3.3.1

LANGUAGE OF BID

3.3.1.1

The Bid prepared by the Bidder and all correspondence and documents relating to the bid exchanged by the Bidder and BHEL shall be written in English.

Signature and seal of the bidder

Page 22: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 22 of 78

Clause Nos. Contents

Bidder’s Acceptance (Y/N)

3.3.2 DOCUMENT COMPRISING THE BID

3.3.2.1

Bid submitted by the Bidder shall comprise of the following. a) Particulars of Inspection Agency (clause 1.5), enclosures and

support documents as per Section-I b) Check list as per annexure-I of Section-V. c) Bid form as per annexure-II duly completed & signed by the

Bidder d) Techno commercial bid (Un-priced bid )e) Price schedule duly completed by the Bidder. f) Power of Attorney: A power of attorney, duly notified by a

Notary Public, in favour of authorized signatory by the competent authority in the organization.

3.3.3

PRICE BID: Bidder shall quote price as follows:

3.3.3.1

Inspection charges as percentage (%) of Sub Contract Order value (Conversion charges), for the inspection of ordered items.

3.3.3.2

Service tax shall be paid extra as applicable from time to time. Service tax part should be mentioned separately and not to be included in the prices. This has to be claimed along with invoice which will have Service Tax Registration Number printed.

3.3.3.3

The prices shall remain firm during validity period of Service Contract. No Price Variation Clause is admissible.

3.3.3.4

The price shall be inclusive of all other charges such as transport, accommodation, other incidental charges and other taxes.

3.3.3.5

The bidder should take into considerations the following eventualities, while quoting the price:-• Stage inspection which may include inspection of Raw Materials• Material not offered for inspection by a supplier during the visit due to any reason. • Rework or rectification or rejection of material after inspection. • Rejection of material after inspection. No charges shall be payable in such cases.

3.3.3.6 Treatment of Arithmetical Errors:

Provided that the bid is substantially responsive, BHEL shall correct arithmetical errors on the following basis. The prices should be quoted strictly as per Clause no. 3.3.3 in both figures and words. 1. If there is a discrepancy between the Unit Rate (Individual item rate) and the total price, the Unit rate (individual item rate) shall prevail and the total price shall be corrected. Arithmetical corrections will be done by BHEL only. 2. In case of mismatch between the prices quoted in figures and words, higher of the two will be considered for evaluation and lower of the two will be considered for placement of order and no objection from bidder shall be entertained by BHEL in case of such discrepancies

Signature and seal of the bidder

Page 23: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 23 of 78

3. If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected. However, in case of any dispute regarding interpretation of the above, BHEL’s decision shall be final and binding on the parties. Offers not fulfilling any of the above conditions shall be rejected and their bids will be disqualified.

Clause Nos. ContentsBidder’s Acceptance (Y/N)

3.3.4 COST OF BIDDING:

All costs and expenses incidental to preparation and submission of the bid including pre-award discussions with the Bidders, technical and other documentation etc. shall be to the account of the Bidder. BHEL will in no case be responsible or liable for these costs and expenses, regardless of the conduct or outcome of the bidding process?

3.3.5 BID VALIDITY PERIOD:

Bids should be kept valid for a period of minimum 90 days from the date of opening of technical bid.

3.3.6

EARNEST MONEY DEPOSIT (EMD)

3.3.6.1

The bidder shall furnish EMD of Indian Rupees 1,00,000/-(Rs. One lakh only) as a part of it’s bid in the form of crossed Bank Draft/ Pay Order in favour of BHEL, R.C.Puram drawn on any Bank as given in Annexure V, payable at Hyderabad.

3.3.6.2

The EMD is required to ensure that the bidder does not refuse to: • Accept the letter of Award of Rate Contract • Sign the contract agreement • Furnish the required Security

3.3.6.3

The EMD shall be forfeited if • The bidder revokes his bid after the bid opening within the validity period or increase prices quoted earlier. • The bidder does not commence the work after award of contract.

3.3.6.4

Any bid received without Earnest Money Deposit shall not be considered

3.3.6.5

EMD given by all unsuccessful tenderers shall be refunded normally within 15 days of acceptance of award of contract by the successful tenderers.

3.3.6.6 No interest shall be paid by BHEL on the EMD.

3.3.7 FORMAT AND SIGNING OF THE BID

3.3.7.1

The bidder shall prepare an original and one (1) copy/set of the Bid clearly marking each one as “Original Bid” and “Copy No 1”. In the event of any discrepancy between them the original shall govern.

3.3.7.2

The original and copy of the bid, each consisting of the documents listed in ITB Clause 3.3.2 (Documents Comprising Bid), shall be typed or written with indelible ink and signed by the Bidder or a person or persons authorized to sign the Bid.

3.3.7. Names of person (s) signing the bid should be typed or printed below

Signature and seal of the bidder

Page 24: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 24 of 78

3 the signature. The person or persons signing the Bid shall affix a company seal and sign on each page except printed literature.

3.3.7.4

Bid by a partnership firm must be furnished with full names of all partners and be signed with the partnership name, followed by the signature(s) and designation (s) of the authorized partner(s) or other authorized representative (s) (Authenticated copy of Partnership Deed shall be furnished along with the Bid).

3.3.7.5

Bid by Corporation/Company must be signed with the legal name of the Corporation/Company by the President, Managing Director or Secretary or other person(s) authorized to sign the bid on behalf of such Corporation/Company in the matter.

3.3.7.6

A Bid by a person who affixes to his signature the word ‘President’, ‘Managing Director’, ‘Secretary’, ‘Agent’, or other designation without disclosing his principal will be rejected.

Clause Nos. ContentsBidder’s Acceptance (Y/N)

3.3.7.7

Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the bid in the form of a Power of Attorney, duly notarized by a Public Notary, indicating that the persons signing the bid have the authority to sign the bid and that the bid is binding upon the Bidder during the full period of its validity.

3.3.7.8

The Bidder’s name stated on the proposal shall be the exact legal name of the firm.

3.3.7.9

Any cutting or overwriting shall be valid only if they are signed by signatory to the Bid.

3.3.7.10

Bids not conforming to the above requirements of authentication by authorized signatory are liable to be rejected.

3.3.7.11

Combined offers (i.e.) Technical bid along with price bid shall be rejected.

3.4 SUBMISSION OF BIDS 3.4.1

SEALING AND MARKING OF BIDS

3.4.1.1

Two-part bid procedure shall be adopted for preparation, submission and evaluation of bids. The bidder must submit the Bid in the following two separate sealed envelopes: Part –A : Technical Bid (a) Earnest Money Deposit (crossed Bank Draft/ Pay Order in favour of BHEL , R.C.Puram) (b) Non refundable Tender fee (crossed Bank Draft/ Pay Order in favour of BHEL , R.C.Puram) (c) Integrity Pact (As per Annexure VIII) (d) Techno-Commercial (1 original + 1 copy) bid along with duly filled and Signed & Stamped (all pages of tender terms & conditions) copies of ‘Particulars of Inspection Agency Check-list’, General Requirements, Un-priced Bid and General Conditions of Contract (GCC) Part – B : Price Bid (As per Annexure X) (i) Price Bid (1 original + 1 copy)

3.4.1.2.

Technical and Price Bid shall, then, be sealed in an outer envelope duly marked as “Original Bid” and “Copy No. 1”. In the event of any discrepancy, the “original” shall govern.

3.4.1.3

The inner and outer envelopes shall (a) be addressed to:

Shri.D.DURGAPRASAD, DEPUTY GENERAL MANAGER, QUALITY CONTROL(SUB CONTRACT ), VENDOR COMPLEX, BHEL, R.C.PURAM, HYDERABAD-

Signature and seal of the bidder

Page 25: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 25 of 78

502032

(b) Superscribed as “RATE CONTRACT WITH

THIRD PARTY INSPECTION AGENCY FOR NON-CRITICAL SUB-CONTRACTED ITEMS ”

“TENDER NO : HYQC/SC/2015/TPI/001” “TENDER DUE DATE : ”

(c)The inner and the outer envelopes shall also indicate the name and address of the Bidder so that the bid can be returned unopened in case it is declared “late”.

(d) The Inner Envelops must be additionally superscribed as “TECHNICAL BID” or “PRICE BID” (as applicable depending on the Contents)

3.4.1.4

If the outer envelope is not sealed and marked as required by ITB sub-clause 3.4.1.2 and 3.4.1.3 above, BHEL will assume no responsibility for the bid’s misplacement or premature opening.

Clause Nos. ContentsBidder’s Acceptance (Y/N)

3.4.2 LAST DATE FOR SUBMISSION OF BIDS.

3.4.2.1

Bids must be received in the office of the “Vendor Complex, BHEL, R.C.Puram, Hyderabad – 502032 " on or before . In the event of the date of submission of Bids being declared as holiday for BHEL, the bids will be received up to the appointed time on the next working day.

3.4.2.2

The bidder has the option of sending the bids by Registered post/ Courier or submitting in person. No request from any bidder to collect the bid from airlines, cargo agents etc. shall be entertained.

3.4.2.3

BHEL may at its discretion, extend the deadline for submission of bids by issuing an amendment in accordance with ITB Clause 3.2.3 (Amendment to Tender Document), in which case all rights and obligations of BHEL and the Bidders previously subject to the original deadline shall thereafter be subject to the new last date as extended.

3.4.3 LATE TENDERS:

Tenders received after the specified date and time of their “Receipt” are treated as Late Tenders. Tenders received late shall be rejected

3.4.4

MODIFICATION AND WITHDRAWAL OF BIDS

3.4.4.1

No modification in the price bid shall be allowed after submission. Withdrawal of the bid shall, however, be permitted in case written request is received from the bidder before the date & time of opening, Bid withdrawal notices received after the bid opening date and time will be ignored, and the bid will be deemed to be a valid submitted bid.

3.4.4.2

No bid may be withdrawn in the interval between the last date for submission of bids and the expiration of the period of bid validity specified in ITB Clause 3.3.5 (Bid Validity Period). Withdrawal of a bid during this interval may result in the Bidders forfeiture of the EMD, pursuant to ITB Clause 3.3.6 3

3.5 BID OPENING AND EVALUATION 3.5.1

OPENING OF BIDS

Signature and seal of the bidder

Page 26: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 26 of 78

3.5.1.1

All bids including withdrawals made pursuant to ITB Clause 3.4.4 (Modification and withdrawal of Bids) will be opened in the office of "Vendor Complex, BHEL, R.C.Puram, Hyderabad - 502032 " by the officer(s) duly authorised by BHEL for this purpose at the date and time given in the Tender in the presence of the Bidder’s authorized representatives who may wish to attend. In the event of specified date of bid opening being holiday for BHEL, the Bids shall be opened at the appointed time and location on the next working day.

3.5.1.2

Bidder’s authorized representative (up to two persons) may attend the bid opening and they have to sign the attendance sheet provided by BHEL for evidencing their participation. No electronic recording device/ mobile phones etc. shall be permitted during the bid opening.

3.5.1.3

Envelopes marked “Withdrawal” shall be opened and read out first. Bid for which an acceptable notice of withdrawal has been submitted pursuant to ITB clause 3.4.4 (Modification and withdrawal of Bids) here of shall not be opened.

3.5.1.4

The Part-A of the bid (Technical Bid) only shall be opened on the date of opening. The bid of only those bidders shall be considered which contains the EMD of requisite value in acceptable form, & the Tender fee in acceptable form. The bids with EMD deficit in value / form will not be further processed.

Signature and seal of the bidder

Page 27: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 27 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

3.5.1.5

The officer(s) of BHEL authorized for opening of bids will announce the Bidder’s names, written notifications of withdrawals, if any, the presence or absence of the requisite EMD or any other information felt necessary.

3.5.1.6

The part-B (Price Bid) of the tender of only those bidders, whose Techno-Commercial bid is found acceptable, shall be opened at a date and time for which separate intimation shall be sent.

3.5.2 CLARIFICATION OF BIDS:

To assist in examination, evaluation and comparison of bids, BHEL may at its discretion ask any bidder for clarification of his bid. The request for clarification and the response shall be in writing or by fax or E-mail

3.5.3

EVALUATION AND COMPARISION OF BIDS

3.5.3.1

Techno-commercial Evaluation: BHEL will carry out a detailed evaluation of bids in order to determine whether the technical aspects are in accordance with the requirements set forth in the bid document.

3.5.3.2

Compliance with the qualification and eligibility requirement shall first be evaluated. The bidders, who do not meet the minimum specified requirements, shall be rejected.

3.5.3.3

If the bidder is found qualified, the bid will be taken for further evaluation.

3.5.3.4

The price bid of the bidders, whose techno-commercial bid is found acceptable, shall be opened on the specified date and time and shall be evaluated by BHEL.

3.5.3.5

BHEL reserves the right to go for reverse auction in preference to conventional opening of price bid. All bidders are requested to convey their acceptance in dynamic on-line auction.

3.5.4 Only one TPIA shall be empanelled

3.6 AWARD OF RATE CONTRACT 3.6.1

After evaluation of price bid, BHEL shall notify the successful bidders in writing by registered letter or fax to be confirmed by registered letter that their bids have been accepted. The notification of award shall constitute the formation of Contract.

3.6.2

The construction/ execution of Rate Contract shall be in accordance with clause 4.3 of Section-IV.

3.6.3

On receipt of Letter of Award, the bidder shall deposit Security in a manner provided in Clause 4.8 of GCC, Section-IV and sign Rate Contract Agreement as per Annexure-III of Section-V on mutually agreed date and time within Fifteen (15) days of issue of Letter of award.

3.6.4

After signing the Rate Contract, BHEL will promptly notify unsuccessful bidder each and discharge its EMD as per Clause 3.3.6.5.

3.6.5

Any effort by a bidder to influence or pressurize BHEL officials or otherwise to gain undue favour by any means

Signature and seal of the bidder

Page 28: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 28 of 78

during the entire process of award of contract may result in rejection of bid.

Signature and seal of the bidder

Page 29: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 29 of 78

SECTION – IV GENERAL CONDITIONS OF CONTRACT (GCC)

INDEX

Clause no. Contents 4.1 DEFINITIONS 4.2 CONTRACT DOCUMENT 4.3 CONSTRUCTION/EXECUTION OF RATE CONTRACT 4.4 VALIDITY OF CONTRACT 4.5 CONTRACTOR’S RESPONSIBILITIES 4.6 BHEL’S RESPONSIBILITIES 4.7 PAYMENT TERMS 4.8 SECURITY DEPOSIT4.9 TAXES AND DUTIES 4.10 TIME FOR ATTENDING TO INSPECTION CALL 4.11 LIQUIDATED DAMAGES FOR NON COMPLIANCE 4.12 INSURANCE 4.13 FORCE MAJEURE 4.14 GOVERNING LAW 4.15 ARBITRATION 4.16 SUSPENSION 4.17 RISK PURCHASE 4.18 ASSIGNMENT 4.19 EFFECTIVENESS MEASUREMENT:4.20 TERMINATION OF CONTRACT 4.21 INTEGRITY PACT4.22 CONFIDENTIALITY

Signature and seal of the bidder

Page 30: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 30 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

4.1 DEFINITIONS The following words and expressions shall have the meanings as given here under:-“Contract” means the Contract Agreement entered into between BHEL and the Third Party Inspection Agency (Contractor), together with the Contract Documents referred to therein; they shall constitute the Contract, and the term “the Contract” shall in all such Documents are construed accordingly. “Contract Document” means the documents listed in Clause 4.2 of GCC, Section-IV “Contractor” means the person(s) whose bid to perform the Contract has been accepted by BHEL and is named as such in the Rate Contract Agreement and includes the legal successors or permitted assigns of the Contractor. “Conversion Charges” means Sub-Contract Order value minus the Raw material Cost .“Inspection Agency” means any person(s), who may be duly authorized by BHEL Hyderabad to inspect the items included in the Subcontract Order and to take up surveillance/Audit at Supplier Work as and when required by BHEL “Day” means calendar day of the Gregorian calendar. Week means 7 days and Month means calendar Month “GCC” means the General Conditions or Contract hereof.

“BHEL” means Bharat Heavy Electricals Ltd., R.C.Puram” “CHP” means customer hold point “MDCC” means material dispatch clearance certificate. “TPIA” means Third Party Inspection Agency

4.2 CONTRACT DOCUMENT 4.2.1

The term Contract Document shall mean and include the following, which shall be deemed to form an integral part of the Contract: a) The Rate Contract Agreement b) Letter of Award of Rate Contract c) Qualification and eligibility d) Particulars of Inspection Agency including enclosures e) General Requirement f) Instruction to bidder g) General

Signature and seal of the bidder

Page 31: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 31 of 78

conditions of contract h) Price schedule i) Annexure4.3 4.3.

1CONSTRUCTION / EXECUTION OF RATE CONTRACT The Rate Contract Agreement as per Performa (Annexure-III) is to be signed within fifteen (15) days of the date of the Letter of Award of Rate Contract, on a date and time to be mutually agreed in the office of the AGM(QC), 02 Annexe, G Floor, BHEL R.C. Puram, Hyd-32 unlessotherwise agreed to. The Contractor shall provide for signing of the contract, appropriate power of Attorney and the requisite documents. Till such time a formal contract is prepared and executed the letter of Award of Rate Contract read in conjunction with the Contract Documents will continue to constitute a binding contract.

Clause Nos. ContentsBidder’s Acceptance (Y/N)

4.3.2

The contract will be signed in four originals, the contractor shall be provided with one signed original contract and rest (Three originals) will be retained by BHEL. The applicable stamp duty shall be paid by the Contractor.

4.3.3

The signed Rate Contract Agreement shall be forwarded to all Sub-contract departments of BHEL for availing the inspection services.

4.4 VALIDITY OF CONTRACT: The contract shall commence from the effective date (as stated in the letter of award of rate contract or in the rate contract. If no such effective Date is stated then the contract shall commence from the date of LOA) of signing the Rate Contract and remain valid for a period of two years from the date of signing the contract. This period is subject to extension by twelve (12) months, if desired by BHEL on mutual agreement with terms and conditions remaining same.

4.5 CONTRACTOR’S RESPONSIBILITIES: 4.5.1

The contractor shall perform the services with all due diligence, efficiency and economy, in accordance with generally accepted professional techniques and practices. The contractor shall always act, in respect of any matter relating to this contract, as faithful advisers to BHEL and shall at all times protect BHEL’s legitimate interests.

4.5.2

The contractor confirms that he has entered into this contract after Satisfying himself with the scope of work and requirements of BHEL in totality and shall be responsible for providing / performing the services satisfactorily.

4.5.3

The contractor shall comply with all laws in force in the country where the services are carried out. The laws will include all national, provincial, municipal or other laws that affect the performance of the contract and bind upon the contractor. The contractor shall pay for damages, claims, fines, penalties and expenses of whatever nature arising or resulting from the violation of

Signature and seal of the bidder

Page 32: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 32 of 78

such laws by the contractor or his personnel. The Contractor shall fully indemnify and keep indemnified BHEL against all claims of whatsoever nature including claims from any employees of the TPI or any third party arising during the course of execution of the Contract.

The contractor shall be responsible for safe custody of BHEL's property like materials, tools etc., entrusted to him and if necessary arrange insurance at his own expense

Contractor shall employ labours who are more than 18 years of age and having sound physical and mental health.

The inspection agency shall arrange safety equipment’s like helmet, safety Dress, safety shoes etc. at their own cost

The contractor shall ensure abidance by all the labour laws especially including Contract Labour (R&A) Act 1970, Payment of wages Act 1936, Employees Compensation Act 1923, Factories Act, 1948, Minimum Wages Act 1948, Payment of Bonus Act 1965, Payment of Gratuity Act 1972, ESI Act 1948 and Provident Fund Misc. Prov. Act 1952 etc., as amended from time to time.

The contractor shall fully indemnify the loss if any caused to BHEL due to any default or non-observance of any of the laws, or any omission or commission or inability on the part of the contractor or his representative.

The contractor shall give all notices required by the Acts, Regulation, Bye-laws, and pay all fees in connection therewith unless and otherwise arranged and decided in writing with the Company. He shall also ensure that no attachments are made against materials or work forming part of or for the use of the contractor. In all such cases, contractor shall protect and indemnify the Company against any claim or liability arising from or based on the violation of any such laws, ordinances, regulations, orders, decrees or attachment either by himself or by his employees.

In the event of any accident in respect of which compensation may become payable under the Employees Compensation Act. VIII of 1923 whether by the contractor or by the Company as principal, it shall be lawful for the Company to retain out of monies due and payable to the contractor such sum or sums of money as may, in the opinion of the Company shall be final in regard to all matter arising in this clause.

ACCIDENT OR INJURY TO WORKMEN: The BHEL shall not be liable for or in respect of any damages or

Signature and seal of the bidder

Page 33: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 33 of 78

compensation payable at law in respect or in consequence of any accident or injury to any workman or other person in the Employment of the CONTRACTOR or any SUB-CONTRACTOR save and except an accident or injury resulting from any act or default of the BHEL, his agents or servants and the CONTRACTOR shall indemnify and keep indemnified the EMPLOYER against all such damages and compensation (save and except and aforesaid) and against all claims, demands, proceeding, costs, charges and expenses, whatsoever in respect or in relation thereto.

4.6 BHEL’s RESPONSIBILITIES 4.6.1

BHEL shall request suppliers & its sub-contractor(s) to provide reasonable facilities to the inspecting personnel for carrying out inspection. The facilities will include all materials, measuring instruments, tools, testing fixtures, testing equipments and laboratory etc

4.6.2

To provide to the contractor and his authorized representative with any other such assistance as may be necessary for carrying out the inspection efficiently & effectively.

Signature and seal of the bidder

Page 34: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 34 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

4.7 PAYMENT TERMS 4.7.1 The inspection agency shall raise invoice of inspection

charges within 7 days of the following month for inspections carried out during the previous month to BHEL Hyderabad giving purchase order wise details of inspections and other relevant information required by the BHEL. Applicable taxes shall be deducted from the invoices.

4.7.2 BHEL shall verify the invoice and make payment as per terms and conditions of the Rate Contract Agreement.

4.7.3 The payment may be made in Indian rupees within 45 days after submission of Clear Invoice / date of Clear Invoice which ever is Later.

4.8 SECURITY DEPOSIT

4.8.1 The Contractor shall, within fifteen (15) days of the issue of letter of award of rate contract, provide a security for the satisfactory performance of the Contract for an amount indicated by BHEL with validity up to ninety (90) days beyond the contract completion period.

4.8.2 Being a service contract, it shall not be possible to assess the contract price. The estimated Conversion Charges of Sub-contract Orders, likely to be subject to Third Party Inspection, is around Rs. 86 Crs for the contract period @ Rs. 43 Crs / year. However the Security Deposit shall be taken from Individual agency in accordance with the Business Share. The rate of security deposit will be as below :-Inspection Charges Security Deposit(i) Upto Rs 10

Lakhs 10 % (ii) Above Rs 10 Lakhs and upto Rs 50 lakhs

Rs. 1 lakh + 7.5% of the amount exceeding Rs.10 lakhs

(iii) Above Rs 50 Lakhs Rs. 4 Lakhs + 5% of the amount exceeding Rs. 50 lakhs

As an illustration: Assuming that quoted Inspection charge is 0.35 %, then 0.35 % of 86 Crs will result in 30 lacs of Inspection charges per year. Accordingly the security deposit will be Rs. 1 Lakh + 7.5% of 20 Lakhs i.e Rs. 2.5 Lakhs.

4.8.3 Security deposit may be furnished in any one of the following forms :-i) Cash (as permissible under the income tax) ii) Pay order, demand draft in favour of BHEL iii) Local cheques of scheduled banks, subject to

realisation iv) Securities available from Post Offices such as National

savings Certificates, Kisan Vikas Patras etc. (Certificates should be in the name of the contractor furnishing the security and duly pledged in favour of BHEL & discharged on the back)

Signature and seal of the bidder

Page 35: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 35 of 78

v) Bank Guarantee from Scheduled bank/Public Financial Institutions as defined in the Companies Act subject to a max. of 50% of the total security deposit value. The bank guarantee format should have the approval of BHEL.

Signature and seal of the bidder

Page 36: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 36 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

vi) Fixed deposit receipt issued by scheduled banks/public financial institutions as defined in the Companies Act. The FDR should be in the name of the contractor, A/c BHEL, duly discharged on the back.

vii)Security deposit can also be recovered @ 10% from the running bills. However in such cases at least 50% of the security deposit should be collected before start of the work and the balance 50% may be recovered from the running bills. (Note: In case of small value contracts not exceeding Rs. 10 lakhs and all SAS jobs, work can be started before security deposit is collected however, payment can be released only after collection / recovery of initial 50% security deposit)

viii) EMD of successful bidder will be converted and adjusted against the security deposit. Eg: If Security Deposit to be paid is Rs. 2,50,000/-, then 50% of Rs. 2,50,000/- is Rs. 1,25,000. Of this, since Rs.1,00,000 is already paid as EMD, only the balance Rs.25,000 is to be paid before the commencement of the Contract and the balance Rs.1,25,000 will be recovered from the running bills @ 10% .

ix) The Security deposit shall not carry out interest.4.8.4

Failure to deposit the security within the stipulated time may lead to forfeiture of EMD and cancellation of Letter of Award.

4.8.5

BHEL reserves the right of forfeiture of Security Deposit in addition to other claims and penalties in the event of the bidders’ failure to fulfil any of the contractual obligations/ or in the event of termination of contract as per cl. 4.20.

4.8.6

The Security Deposit shall be refunded to the Contractor without any interest 90 days after completion of the contract and discharged of all obligations.

4.9 TAXES AND DUTIES: 4.9.1

Except as otherwise specifically provided in the Contract, other than Service Tax, Education Cess & Higher Education Cess & Secondary Education Cess, the Contractor shall bear and pay all taxes, duties, levies and charges assessed on the Contractor, or their employees by all municipal, state or national government authorities in connection with the facilities in the country where the manufacturing works are located.

4.9.2

As regards the income tax, surcharge on income tax and any other corporate tax, BHEL shall not bear any tax liability whatsoever. The Contractor shall be liable and responsible for payment of such tax, if attracted under the provisions of the law present or future and BHEL will make deductions at source as applicable.

4.10 TIME FOR ATTENDING TO INSPECTION CALLS:

Signature and seal of the bidder

Page 37: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 37 of 78

The contractor shall attend to the inspection calls as per Clause 2.2 of Section–II

4.11 LIQUIDATED DAMAGES FOR NON COMPLIANCE 4.11.1

As per clause 2.4.1 of section II

4.11.2

As per clause 2.4.2 of section II

Signature and seal of the bidder

Page 38: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 38 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

4.12 INSURANCE: The contractor, will at its expenses take out and maintain in effect, during the performance of contract the insurance policies of its employees and any assets. BHEL shall not bear any liability for any mishap to the TPIA personnel and assets during the currency of the Contract. For the Persons not covered under the provisions of ESI Act, the contractor shall take required insurance under Employees Compensation Act 1923 with medical benefit.

4.13 FORCE MAJEURE: 4.13.1

“Force Majeure” shall mean any event beyond the reasonable control of BHEL, Supplier or contractor, as the case may be and which is unavoidable notwithstanding the reasonable care of the party affected and shall include, without limitation, the following:a) War and other hostilities (whether war be declared or not), invasion, act of foreign enemies, mobilisation, requisition or embargo;b) Rebellion, revolution, insurrection, military or usurped power and civil war.c) Ionizing, radiation or contamination by radio-activity from any nuclear fuel or from any nuclear waste from the combustion of nuclear fuel, radio-active toxic explosives, or other hazardous properties of any explosive nuclear assembly or nuclear components thereof; d) Riot, commotion or disorder, except where solely restricted to employees of the Contractor; e) Acts of God such as earthquake (above magnitude of 7 on Richter’s scale), unprecedented floods.

4.13.2

If either party is prevented, hindered or delayed from or in performing any of its obligations under the contract by an event of Force Majeure, then it shall notify the other in writing of the occurrence of such event and the circumstances thereof within one week after the occurrence of Such event.

4.13.3

The party who has given such notice shall be excused from the performance or punctual performance of its obligations under the contract for so long so the relevant event of Force Majeure continues and to the extent that such party’s performance is prevented, hindered or delayed. The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the effect thereof upon its or their performance of the contract and to fulfil its or their obligations under the Contract.

4.13. No delay or non performance by either party thereto

Signature and seal of the bidder

Page 39: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 39 of 78

4 caused by the occurrence of any event of Force Majeure shall: a) Constitute a default or breach of the contract b) Give rise to any claim for damages or additional cost or expenses occasioned thereby if and to the extent that such delay or non-performance is caused by the occurrence of an event of Force Majeure.

Signature and seal of the bidder

Page 40: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 40 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

4.13.5

If the performance of the contract is substantially prevented, hindered or delayed for a single period of more than sixty (60) days or an aggregate period of more than one hundred and twenty (120) days on account of one or more events of Force Majeure during the currency of the contract, the parties will attempt to develop a mutually satisfactory solution failing which the dispute shall be resolved in accordance with GCC Clause 4.15.

4.13.6

Force Majeure shall not apply to any obligation of BHEL to make payments to the Contractor herein.

4.14. GOVERNING LAW: The Contract shall be governed by and interpreted in accordance with laws of India.

4.15 ARBITRATION 4.15.1

All disputes arising in connection with the contract shall be settled by mutual consultation. If no agreement is reached the dispute shall be settled in accordance with the provisions of the Arbitration and Conciliation Act, 1996 and the rules made there under. The dispute shall be referred for arbitration to any arbitrator to be appointed by the Head of the Unit. The award of the arbitrator shall be final and binding on both the Parties. The venue of the Arbitration shall be Hyderabad in India. The Award to be given by the Arbitration shall be a speaking award. All questions, disputes, differences arising under, out of or in connection with this contract shall be to the exclusive jurisdiction of Sangareddy/Hyderabad Courts.

4.15.2

The cost of arbitration shall be borne in such manner as may be specified in the award of arbitrator. However, expenses incurred by each party in connection with the preparation, presentation etc; of its cases prior to, during and after the arbitration proceeding shall be borne by each party itself.

4.15.3

Not withstanding any reference to the arbitration herein; the parties shall continue to perform their respective obligations under the Contract unless agreed otherwise.

Signature and seal of the bidder

Page 41: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 41 of 78

Clause Nos. ContentsBidder’s Acceptance (Y/N)

4.16 SUSPENSION: BHEL reserves the right to suspend performance of any or all of its obligations under the contract. Such notice shall specify the obligations of which performance is to be suspended, the effective date of the suspension and the reasons therefore. The Contractor shall thereupon suspend performance of such obligations until ordered in writing to resume such performance by the same authority that ordered for suspension.

4.17 RISK PURCHASE CLAUSE : In case the bidder is not in a position to execute the inspection services/ fails to execute the inspection services, BHEL reserves the right to get the same services executed by any other Agency which BHEL may deem fit, and all additional costs (either in the rates or any other cost) incurred by BHEL shall be recovered from the Contractor’s pending bills and /or security deposit amounts or otherwise.

4.18 ASSIGNMENT: The clause no. 2.3 of Section –II shall be applicable.

4.19 EFFECTIVENESS MEASUREMENT:: As per clause 2.5 of Section II

4.20 TERMINATION OF CONTRACT: BHEL reserves the right to terminate the contract at any time during the validity period on account of non fulfilment of any contract condition, adverse feedback regarding quality of services rendered (as per clause 2.4, 2.5 and 2.2.9), indulgence in unethical practices or questionable integrity.

4.21 INTEGRITY PACTBidders shall execute Integrity Pact with BHEL as per Annexure VIII -  duly signed and stamped. Bids received without Integrity Pact shall be rejected. Details of Independent External Monitor are enclosed as per Annexure -IX

4.22 CONFIDENTIALITY: The parties agree & acknowledge that in the course of their discussions and interaction, BHEL may disclose information of confidential and proprietary nature relating to its business, products, know-how, technology, customers, employees and financial to the contractor. Such information shall be considered as Confidential. The contractor agrees to keep it confidential & secret at all times and not directly or indirectly disclose to any party other than its employees and authorized personnel’s strictly on a need to know basis, without the prior written permission of BHEL.

Signature and seal of the bidder

Page 42: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 42 of 78

SECTION V

EVALUATING EFFECTIVENESS OF THIRD PARTY INSPECTION AGENCIES

5.1 The effectiveness/ performance monitoring and efficiency of any third party inspection agency will be measured by the following parameters:

a.   Response to Inspection Request (RIR), for each call.b.    Response time to issue inspection reports (RTR) i.e. Time taken to issue the Inspection report,          for each call.c.   Discrepancy in Inspection (DI), for each call.

5.1.1 Response to Inspection Request (RIR= x) The normal time to attend the inspection call is 03 working days after receipt of call in the office

RIR for each call (x) = No. of days delayed after prescribed time i.e 3 days

RIR will carry the weightage of 20%

5.1.2 Response time to issue inspection report (RTR=y)

The inspection report should be furnished to User Unit within 02 working days after completion of inspection.  RTR will be measured as:

RTR for each call (y) = No. of days delayed after two days to issue the Report

RTR will carry a the weightage of 10%

5.1.3 Discrepancy in Inspection (DI=z)

The discrepancy in Inspection will be decided/measured by the feedback/rejection at the customer ‘end. The customer in this case would be BHEL’s Units or BHEL’s customer(s)

Signature and seal of the bidder

Page 43: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 43 of 78

Severity   rating  of   each   call  will   be   given  by  BHEL  Purchasing   division   after   the inspection of product by TPIA (based on discrepancy in product,   if  occurred after cleared by TPIA)

The weightage of DI will be 70%  

Severity Rating is as follows:

Type of Discrepancies noticed after Inspection Severity Rating

(Z)

Unethical practices, Unfair means, Proxy Inspection 10

Rejection of Inspected Product at MUs/Sites 9

NC- Accepted as NO OPTION basis  8

NC- Accepted after Repair at Vendor works 7

NC- Accepted after Rework at Vendor works 6

NC- Accepted with Change in Matching Component 5

NC- Accepted with Repair at MU/Sites 4

NC- Accepted with Rework at MU/Sites 3

Minor NC- Accepted as it is 2

No NC-but Inspection not comprehensive OR

Deployment of unapproved/non-competent Inspection Engineers 1

No Discrepancy 0

NC means Non-ConformanceMU means Manufacturing Units of BHEL

Definition of Rework and Repair from the ISO 9000

Rework – action on a nonconforming product to make it conform to the requirements.

Repair – action on a nonconforming product to make it acceptable for the intended use NOTE 1: Repair includes remedial action taken on a previously conforming product to restore it for use, for example as part of maintenance. NOTE 2: Unlike rework, repair can affect or change parts of the nonconforming product.

Signature and seal of the bidder

Page 44: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 44 of 78

5.2 PERFORMANCE RATING

5.2.1 Performance rating per call (CPR) for each call

            CPR = 100-2x-y-7z

5.2.2 Overall Performance rating (OPR) for a period will be calculated as                            

         OPR =          ∑ {(CPR) *(PO Value of Call)} 

                                    ∑ (PO Value of Calls)

  

5.2.3 Efficiency of Calls inspected (%) = No. of Calls inspected within 03 working days after receipt of call

                                   Total Number of calls within period

5.2.4 Efficiency of Report generated (%) =   No. of call for which reports generated within 02 days of completion of inspection 

                                      Total Number of calls within period

NOTE: PERFORMANCE RATING OF TPIA WILL BE MONITORED AND COMPILED EVERY MONTH USER UNIT WISE.

5.3 CQ will compile performance rating on monthly basis (OPRm) Quarterly basis (OPRq) and

Cumulative basis (OPRc) and this will be discussed during TPIA Coordinators meet/ Quality Meet for any improvement in performance.

Signature and seal of the bidder

Page 45: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 45 of 78

Example:Total Number of calls closed by TPIA User Unit after entering severity rating in January month for product inspected by “ABC TPIA Agency” for BHEL Hardwar Unit= 4

a) For Call No. 1, PO Value=Rs. 1,000

-No. of days delayed after prescribed time(x)= 1-No of days delayed after two days to issue the report(y)=0  ,  which means  Inspector has issue report within two days of Inspection-Discrepancy in Inspection (z)=0, which means NO DISCREPANCY  was found in  Product InspectedCPR= 100- (2*1)- (1*0)- (7*0)    =    98

b) For Call No 2, PO Value=Rs. 2,000

-No. of days delayed after prescribed time(x)= 2-No of days delayed after two days to issue the report(y)=0  , which means   Inspector has issue report within two days of Inspection-Discrepancy in Inspection (z)=1, which means DEPLOYMENT OF UNAPPROVED/NON-COMPETENT INSPECTION ENGINEERS CPR= 100- (2*2)- (1*0)-(7*1)    =   89

c) For Call No. 3, PO Value= Rs. 20,000

-No. of days delayed after prescribed time(x)= 0-No of days delayed after two days to issue the report(y)=1  , which means   Inspector has issue report on 3rd day, ie 1 day delay after 2 days-Discrepancy in Inspection (z)=4, which NC-ACCEPTED WITH REPAIR AT MU/SITECPR= 100- (2*0) - (1*1) – (7*4)   =   71

d) For Call No. 4, PO Value= Rs. 50,000

No. of days delayed after prescribed time(x)= 7-No of days delayed after two days to issue the report(y)=1 , which means    Inspector has issue report on 3rd day, ie 1 day delay after 2 days of Inspection-Discrepancy in Inspection (z)=0, which means NO DISCREPANCY was found in  Product InspectedCPR= 100- (2*7) - (1*1)- (7*0)    =    85

OPR of BHEL Hardwar Unit of ABC TPIA for Month of January                  

                           =      ∑ {(CPR) *(PO Value of Call)}                 

                                      ∑ (PO Value of Calls)

                             =    (98*1,000) + (89*2,000) + (71*20,000) + (85*50,000)     =   59, 46,000                                                      1,000+2,000+20,000+50,000    73,000

Signature and seal of the bidder

Page 46: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 46 of 78

   = 81         

                    OPR=81 for the Month of January

5.4 CATEGORY OF PERFORMANCE 

 Overall Performance Rating OPR will be monitored online by CQ/USER Unit every month and If the OPR is found consistently low and less than 80 for a month which is unsatisfactory. The concerned   user   unit   shall   make   an   action   plan   with   concerned   TPIA   to   improve   the effectiveness. 

Monthly Efficiency of calls inspected or Efficiency of reports generated should not be less than 95%.

If inspection calls are not attended within prescribed time then penalty will be deducted as per clause No 2.4.2

 However in any case both the efficiencies should not be less than 95%. If at any time they are found less than 95%, then User Unit will make an action plan with TPIA to improve these both parameters up to 95% and above.

NOTE:

(i) If any TPIA agency gets unsatisfactory rating i.e. OPR less than 80 for a month CQ will issue an advice letter to the concerned TPIA.

(ii) If TPIA is issued advisory letter twice by BHEL (CQ) at any time, then the services of the TPIA may be temporary suspended for 2 months for that particular/concerned TPIA User Unit and  during the period of suspension  the planned business of that particular user unit will be given to other empanelled TPIAs. 

(iii) After the suspension period of 2 months, the revoking of suspended TPIA will be done as follows

The  Quality  Head  of   the   concerned  Unit   (for  which   the   services  of  TPIA  has  been temporary suspended) along with Nominated person from CQ will review the 2 months constant performance of the other User Units in which services of this suspended TPIA are being taken. 

If OPR of this suspended TPIA is not less than 80 in other User Units, during suspended period, the services will be revoked in that User Unit for which services of TPIA was temporarily suspended.

If OPR of this suspended TPIA is found unsatisfactory, temporarily suspension period will  be  extended  further   for  2  months  and  clause  no   (ii)  of   this  NOTE will  also  be applicable

Signature and seal of the bidder

Page 47: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 47 of 78

NOTE:  NAME “ABC TPIA AGENCY” USED HERE MEANS ANY TPIA AGENCY WHICH IS HAVING                         CONTRACT WITH BHARAT HEAVY ELECTRICALS LIMITED FOR THE PERIOD OF 2015-2017

Signature and seal of the bidder

Page 48: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 48 of 78

SECTION -VI

ANNEXURESINDEX

S.No. Contents Annexure -I CHECKLIST FOR BIDDERS

Annexure-II. BID FORM

Annexure-III. FORM OF ‘RATE CONTRACT AGREEMENT ‘

Annexure-IV. BANK GUARANTEE BOND

Annexure-V LIST OF CONSORTIUM MEMBER BANKS

Annexure –VI DECLARATION CERTIFICATE (REGARDING BANNING , BLACKLISTING FROM BUSINESS)

Annexure – VII NO DEVIATION CERTIFICATE

Annexure – VIII INTEGRITY PACT

Annexure – IX DETAILS OF INDEPENDENT EXTERNAL MONITOR

Annexure – X PRICE BID FORMAT

Annexure -XI LIST NON-CRITICAL MACHINING ITEMS (INDICATIVE)

Annexure – XII LIST NON-CRITICAL FABRICATION ITEMS (INDICATIVE)

Annexure – XII INSPECTION REPORT FORMAT

Signature and seal of the bidder

Page 49: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 49 of 78

ANNEXURE – I CHECKLIST FOR BIDDERS (The bidder shall fill-up, sign, stamp and enclose the checklist with Techno-Commercial (Part-I) Bid. The bid shall be treated as incomplete in absence of it)

Name of Bidder:                                                                                                                                                                                                       Date:

Sl No

Requirement of Clause No.

Tick (which is applicable) and provide details(wherever required)

Evidence/Certificate OR Format OR Self Certified by Bidder

Page No. of Bid Document

1 1.1.3ASME ASTM BIS DIN IEC Others Evidence/Certificate           

2 1.2.1Enclosed ISO-9001-2008 accreditation certificate Evidence/CertificateYES / NO

3 1.2.1Table 17 Sub-clause Table 18 Sub-clause Table 19 Sub-

clauseEvidence/Certificate

           

4 1.2.3

Previous   Inspection   Contracts   successfully   completed   during   last   7   years ending December 2014 ( Certified by CA)

Certificate by CA  Client PO No. Invoice No Date   of Invoice

Value  in Crores

A          B          C          

OR 1.2.3

Completion   Certificate   of   Inspection   Contracts   ,   successfully   completed during last 7 years ending December 2014

Completion Certificate  Client Year of ContractA    B    C    

Signature and seal of the bidder

Page 50: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 50 of 78

5 1.2.4Annual Financial Turnover (in Crores)

Audited Annual Reports 

2011-12 2012-13 2013-14 Average       

6 1.2.5

No   of   qualified Inspectors(Permanent only)

Mechanical / Metallurgy

QA/TPIA/002 Rev: 00Degree Diploma

     

71.2.7.21.2.8.1

Number of Inspectors having Level II & above -NDTESelf-Certified by BidderUT PT MPI RT Other (Specify)

           

8 1.2.7.1

All   Degree   Inspectors   have   55% marks and 7 year of Experience in Inspection

All   Diploma   Inspectors   have   55%  marks and 10 year of Experience in Inspection

QA/TPIA/002 Rev: 00

YES / NO YES/ NO

9  

Bidder   meets   Qualification   and   Eligibility   requirements   ofSection-I,   General   requirements   of   Section-II   andGeneral Contract Conditions (GCC) of Section-IV. Self-Certified by Bidder

YES / NO

10 1.3Complete data as per Table1.3 /Format QA/TPIA/001 Rev.00  is Enclosed Format QA/TPIA/001 Rev.00  

YES / NO

11  All the pages of Bid documents are accepted & signed by authorized signatory NA

YES / NO

Signature and seal of the bidder

Page 51: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 51 of 78

12 3.3.2 The notarized power of attorney is enclosed Notarized Power of attorneyYES / NO

13 3.3.6EMD – Demand draft is enclosed EMDYES / NO

14 3.3.5Accept   that   bid   is   valid   for   a   period   of  minimum  90days     after   price   bidopening Self-Certified by Bidder

YES / NO

15 3.3.3.3 Prices are firm up to validity period of rate contract Self-Certified by BidderYES / NO

16 ANNEXURE VIII

Integrity Pact enclosed Annexure - VIIIYES / NO

17 ANNEXURE VI

Declaration Certificate Annexure – VIYES / NO

18 ANNEXURE VII

No Deviation Certificate Annexure - VIIYES / NO

19 1.5.4 

  Enclosed   Memorandum   and   Article   ofassociation/Partnership   deed/   Company   RegistrationCertificate

Evidence/Certificate

YES / NO

20 1.5.10 Enclosed Income tax clearance certificate Evidence/CertificateYES / NO

21 1.2.1Enclosed Quality Manual (of the bidder) Quality ManualYES / NO

22 1.5.12 Enclosed PAN &Service Tax registration letters Evidence/CertificateYES / NO

Signature/Seal of Authorized Signatory

Signature and seal of the bidder

Page 52: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 52 of 78

ANNEXURE-II

BID FORM

Date ……………………………….. Name of Contract –Rate Contract with Third Party Inspection Agency for non-critical sub-contracted items To Deputy General Manager, Quality Control (Sub Contract)Ground Floor, Admn Building,BHEL R.C.PuramHyderabad - 502032

Dear Sir, 1.0

With reference to the open tender No. …………………dated …………….., we the under signed, having examined the tender specification, including amendment, and offer to provide the services under above named contract in full conformity with the said tender Specification.

2.0 Annexure to the Bid Form 2.1

In line with the requirement of the Bid document, Clause no 3.3.6 of ITB, Section III, we enclose herewith EMD in the form of bank draft no. ……………….. of ……………. (Name of Bank)

for a sum of Rs. ……………………(Rupees…………………………….) (in figures ) (in words) And Tender fee (Non-refundable) in the form of bank draft no. ………of ……………. (Name of Bank) for a sum of Rs. ……………………(Rupees…………………………….) (in figures ) (in words)

2.2

A power of attorney authorised by a Notary Public indicating that the persons signing the bid have the authority to sign the bid and that the bid is binding upon us during the full period of its validity in accordance with the ITB clause no.3.3.2.1(f) and 3.3.7.7.

2.3

Duly filled Check List for Bidder as per Annexure –I of Section -V & Certificate of incorporation/ Registration along with support Documents as per clause no 1.5.7 of

2.4

Section –I. Bidder Certification Form (Format: QA/TPIA/003 Rev.00) as per clause 1.5.23

Signature and seal of the bidder

Page 53: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 53 of 78

3.0 PRICE SCHEDULES: 3.1 In Line with the requirements of the Bid Documents, we enclose herewith the Inspection charges Inspection charges as percentage (%) of Sub Contract Order value (Conversion charges), for the inspection of ordered items as required by clause no. 3.3.3 of Section III

3.2 We are aware that the Price Schedule do not generally give a full description of the work to be performed and we have read the Technical requirement & Specifications and the complete Bid Documents to ascertain the full scope of work while filling in the rates and prices. We agree that the entered rates and prices include the full scope as aforesaid including overheads and profit. 3.3 We declare that as specified in the Conditions of Contract, prices quoted by us in the Price Schedules are firm and we will not claim any price variation.

3.4 We have read the provisions of the general conditions of contract and confirm that these provisions are acceptable to us

4.0 If our bid is accepted, we undertake to provide security in the form and amounts, and within time specified in the bid document.

5.0 We agree to abide by this bid for a period of Three calendar months from the date fixed for opening of price bid, and it shall remain biding upon us and may be accepted by BHEL at any time before the expiration of that period. 6.0 We understand that you are not bound to accept the lowest or any bid you may receive.

Thanking you, we remain,

Yours faithfully,

(Signature)

(Printed Name)

(Designation) (Common Seal)

Date: Place: Business Address:

Signature and seal of the bidder

Page 54: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 54 of 78

Annexure-III

Rate Contract Agreement(To be stamped in accordance with Stamp Act )

Agreement No. and Date ----------------------------------------------------Name of the Work ----------------------------------------------------Name of the Contractor with ----------------------------------------------------Full Address ----------------------------------------------------

Value of work awarded ----------------------------------------------------

Letter of Award No. & Date ----------------------------------------------------Scheduled Commencement Date ----------------------------------------------------Scheduled Completion Date ----------------------------------------------------

THIS AGREEMENT MADE THIS------------------DAY OF ---------------- 2011 between

BHARAT HEAVY ELECTRICALS LIMITED (A Government of India Undertaking) a Company incorporated under the Companies Act, 1956 having its Registered Office at BHEL House, Siri Fort, New delhi-110 049 therein after called BHEL) of the FIRST PART.

AND

M/S ---------------------------------------------------------------------------------------------------------------------------------------------------------(hereinafter called the ‘Contractor’, on the SECOND PART.

WHEREAS M/s ---------------------------------------------------------------------------------------have acquired and possess extensive experience in the field of ---------------------And whereas in response to an Invitation to Tender No.--------------------------issued by BHEL for execution of -------------------------------------------------------------, the contractor submitted their offer No.-----------------------------------------dated---------------------And whereas BHEL has accepted the offer of the Contractor on terms and conditions specified in the letter of Award No.----------------------------------dated--------------------read with the references cited therein. THIS AGREEMENT WITNESSES AND it is hereby agreed by and between the parties as follows:

1. That the contractor shall execute the work of -------------------------------------and more particularly described in Tender Specification No.----------------------------------------(hereinafter called the said works) in accordance with and subject to terms and

Signature and seal of the bidder

Page 55: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 55 of 78

conditions contained in these presents, instructions to Bidders, General Conditions of Contract (GCC), Qualification and eligibility requirements, General requirements,

Annexure, Letter of Award dated ------------------------------and such other instructions

given to him from time to time by BHEL.

2. The contractor is required to furnish to BHEL security deposit, minimum 50 %, in the form of pay order/demand draft/ local cheque No. --------------dated-------------------drawn

on --------------------------(Name of Bank) and maximum 50 % in the form of Bank Guarantee valid up to -------------------for a sum of Rs----------------------------------(Rupees--------------------------------------------------------------------------------------------) towards satisfactory performance and completion of the Rate contract.

3. The contractor has furnished a Bank Guarantee bearing No.-----------------------------dated ---------------------------for a sum of Rs---------------------------------executed by---------------------------------------------------------in favour of BHEL towards Security Deposit valid upto-------------------------------------OR The contractor has furnished to BHEL a security deposit of Rs--------------------------------(Rupees----------------------------------------------------------------------------------------) vide pay order/demand draft/ local cheque No. --------------dated-------------------drawn on --------------------------(Name of Bank) after adjusting EMD of Rs ------------------------------(Rupees----------------------------------------------------------------------------------) submitted vide pay order/demand draft/ local cheque No. --------------dated-------------------drawn on --------------------------(Name of Bank) and furnished a Bank Guarantee bearing No.-----------------------------dated ---------------------------for a sum of Rs---------------------------------executed by---------------------------------------------------------in favour of BHEL valid up to-------------------------------------

4. The contractor hereby agrees to extend the validity of bank guarantee for such further period or periods as may be required by BHEL and if the Contractor fails to obtain such extension(s) from the Bank, the Contractor, shall pay forthwith or accept recovery of Rs-------------(Rupees------------------------------------------------------------------------) from the bills in one instalment and the contractor further agrees that failure to extend the

Signature and seal of the bidder

Page 56: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 56 of 78

validity of the Bank Guarantee or failure to pay the aforesaid amount in the manner specified above shall constitute breach of contract. In addition to above, BHEL shall be entitled to take such action as deemed fit and proper for recovering the said sum of Rs-----------------------(Rupees--------------------------------------------------------------------------)

5. That in consideration of the payments to be made to the contractor by BHEL in accordance with Clause 4.7 of GCC, the Contractor hereby covenants and undertakes with BHEL that they shall execute and complete the works in conformity, in all respects, with the terms and conditions specified in this Agreement and the documents governing the same.

6.

That the contractor shall be deemed to have carefully examined this Agreement and the documents governing the same and also satisfied himself as to the nature and character of the works to be executed by him.

7. That the contractor shall carry out and complete the execution of the said works to the entire satisfaction of BHEL within the agreed time schedule, the time of completion and accuracy of work being the essence of Rate contract.

8. That BHEL, after proper scrutiny of bills submitted by the Contractor, pay to him during the progress of the said works such sum as determined by BHEL Units/ Purchasing divisions in accordance with this agreement.

9. That this Rate contract Agreement shall be deemed to have come into force from -------------------the date on which the letter of award has been issued to the contractor.

10.

That whenever under this Rate contract or otherwise, any sum of money shall be recoverable from or payable by the contractor, the same may be deducted in the manner as set out in the GCC or other conditions governing this Agreement.

11.

That all charges on account of Octroi, Terminal and other taxes, including sales tax or other duties on materials obtained for execution of the said works shall be done and paid by the contractor.

12.

That BHEL shall be entitled to deduct from the Contractor’s running bills or any other bill Applicable Income Tax under Section 194 (C ) of the Income Tax Act, 1961

13.

That it is hereby agreed by and between the parties that non-exercise, forbearance or omission of any of the powers conferred on BHEL and/or any of its authorities will not in any manner constitute waiver of the conditions hereto contained in these presents and the liability

of

the contractor

with respect

to

compensation payable

to BHEL or

Signature and seal of the bidder

Page 57: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 57 of 78

contractor’s obligations shall remain unaffected. 14.

It is clearly understood by and between the parties that in the event of any conflict between the Letter of Award and other documents governing this Agreement, the provisions in the letter of Award shall prevail.

15.

The following documents shall also form an integral part of and govern this agreement: I) Invitation to Tender No.------------------and the documents specified therein II) Contractor’s Offer No-----------------------dated-------------------------III) Letter of Award No.-------------------------dated-------------------------

IV) Tender Specification No.-----------------------------------------------

V) General Contract Conditions(GCC)

VI) General Requirements

VII) Qualification and Eligibility Requirements VIII) Price Schedule

IN WITNESS HEREOF, the parties hereto have respectively set their signatures in the presence of

WITNESS 1.

(CONTRACTOR) ( to be signed by a person holding a valid power of attorney )

2.

WITNESS1 1.

(For and behalf of BHEL)

2.

Signature and seal of the bidder

Page 58: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 58 of 78

Annexure -IV

BANK GUARANTEE BOND• (Paragraph 4.9.6 of — Works Accounts Manual)

TO BE EXECUTED ON A NON-JUDICIAL STAMP PAPER OF VALUE OF Rs.100/-)-----------------------------------------------------------------------------------------------------------------

PERFORMANCE BANK GUARANTEE/SECURITY DEPOSIT

B.G.No. ________________ Date.____________

This Deed of Guarantee made this the _________ day of _________ , Two thousand __________ between M/s. _________(Bank)____________________________________________________________________ hereinafter called “the Guarantor” (which expression shall unless repugnant to the context or meaning thereof be deemed to include its successors and assigns) of the ONE PART and M/s. Bharat Heavy Electricals Limited (a Government of India Undertaking) a Company incorporated under the Companies Act, 1956, having its Registered Office at BHEL House, Siri Fort, New Delhi – 110 049 through its Unit/Division at Ramachandrapuram, Hyderabad – 502 032 hereinafter called “the Company” (which expression shall unless repugnant to the context or meaning thereof be deemed to include its successors and assigns) of the OTHER PART:

WHEREAS M/s. ________________ (hereinafter referred to as the Contractor/Supplier) have entered into a Contract Bearing No. ___________________, dated ___________ (hereinafter referred to as ”the Contract”) for the supply/construction of _________________ with the Company.

AND WHEREAS the Contract inter-alia provides that the Contractor / Supplier shall furnish to the Company a sum of Rs. __________ /- (Rupees ____________________ only) towards Security Deposit or Bank Guarantee in lieu thereof for due and faithful performance of the Contract in the form and manner specified therein.

AND WHEREAS the Contractor/Supplier has approached the Guarantor and in consideration of the arrangement arrived at between the Contractor/Supplier and the Guarantor, the guarantor has agreed to give the Guarantee as hereinafter mentioned in favour of the Company.

NOW THIS DEED WITNESSES AS FOLLOWS

Signature and seal of the bidder

Page 59: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 59 of 78

1. This Guarantor do hereby Guarantee to the Company the due and faithful performance, observance or discharge of the Contract by the Contractor/Supplier and further unconditionally and irrevocably undertake to pay to the Company without demur and merely on a demand, to the extent of Rs. ____________/- (Rupees ___________________ only) and claim made by the Company on them for any loss, damage, costs, charges and expenses caused to or suffered by the Company by reason of the Contractor/Supplier making any default in the performance, observance or discharge of the terms, conditions, stipulations or undertakings or any one of them as contained in the Contract.

2. The decision of the Company whether any default has been occurred or has been committed by the Contractor/Supplier in the performance, observance or discharge of any of the terms, conditions, stipulations or undertakings or any one of them as contained in the Contract and/or to the extent of loss, damage, costs, charges and expenses caused to or suffered by the Company by reason of the Contractor/Supplier making any default in the performance, observance or discharge of any of the terms, conditions, stipulations or undertakings or any one of them shall be conclusive and binding on the Guarantor irrespective of the fact whether the Contractor/Supplier admits or denies the default or questions the correctness of any demand made by the Company in any Court, Tribunal or Arbitration proceedings or before any other Authority.B.G.No. ________________ Date.____________

3. The Company shall have the fullest liberty without affecting in any way the liability of the Guarantor under this Guarantee, from time to time to vary any of the terms and Conditions of the Contract or extend time of performance by the Contractor/Supplier or to postpone for any time and from time to time any of the powers exercisable by it against the Contractor/ Supplier and either to enforce or forbear from enforcing any of the terms and conditions governing the Contract or securities available to the Company and the Guarantor shall not be released from its liability under those presents by any exercise by the Company of the liberty with reference to the matters aforesaid or by reason of time being given to the Contractor/Supplier or any other forbearance, act or omission on the part of the Company or any indulgence by the Company to the Contractor/Supplier or of any other matter or thing whatsoever which under the law relating to sureties would, but for this provision has the effect of so releasing the Guarantor from its liability under this Guarantee.

4. The Guarantor further agrees that the Guarantee herein contained shall remain in full force and effect from _________ to _________ i.e. the period that would be taken for the performance of the Contract and its claims satisfied or discharged and till the Company certifies that the terms and conditions of the Contract have been fully and properly carried out by the Contract/Supplier and accordingly discharges this Guarantee, subject, however, that the Company shall have no claim under this Guarantee after _____ (Date) ____ unless a notice of the claim under this Guarantee has been served on the Guarantor within ___________ months from the expiry of

Signature and seal of the bidder

Page 60: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 60 of 78

the said period in which case the same shall be enforceable against the Guarantor notwithstanding the fact that the same is enforced after the expiry of the said period.

5. The Guarantor undertakes not to revoke this Guarantee during the period it is in force except with the previous consent of the Company in writing and agree that any liquidation or winding up or insolvency or dissolution or any change in the constitution of the Contractor / Supplier or the Guarantor shall not discharge the Guarantor’s liability hereunder.

6. It shall not be necessary for the Company to proceed against the Contractor/Supplier before proceeding against the Guarantor and the Guarantees herein contained shall be enforceable against them notwithstanding any security which the Company may have obtained or obtain from the Contractor/Supplier shall at the time when proceedings are taken against the Guarantor hereunder be outstanding or unrealised.

7. The Guarantor hereby declare that it has power to execute this Guarantee under its Memorandum and Articles of Association and the executant has full powers to do so on its behalf under the power of attorney granted to him by the proper authorities of the Guarantor.

8. Notwithstanding anything contained herein before the Guarantee is restricted to Rs._________ (Rupees _____________________ only) and shall remain in force from _________ to __________ with a claim period of _________ months thereafter.

9. IN WITNESS WHEREOF THE ______________________ (Bank) hereunto set and subscribed its hands the day, month and year first above written.

(Full Signature of the Executant with seal)

SIGNATURE FOR AND ON BEHALFOF THE BANK WITH SEAL

WITNESSES:(1)

(2)

-------------------------------------------------------------------------------------------------------(Not to be typed on Bank Guarantee).1. The Bank Guarantee should be from a Nationalised Bank.2. The Bank Guarantee has to be directly sent by the Banker to BHEL with a covering letter.3. Date of execution of B.G. should be after the date of purchase of the Non Judicial Stamp paper4. Bank Guarantees executed in foreign countries must be confirmed by

Signature and seal of the bidder

Page 61: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 61 of 78

an Indian Bank or Indian Embassy /Consulate in that country and should be registered in India by affixing requisite non-judicial stamp.

Notes: 1 This date will be Ninety (90) days beyond the Contract completion period as specified in the Contract. 2 The stamp papers of appropriate value shall be purchased in the name of guarantee issuing Bank.

Annexure V

List of Consortium Member BanksMEMBER BANKS1 State Bank of India 1

6Indian Bank

2 Allahabad Bank 17

IndusInd Bank

3 Andhra Bank 18

Kotak Mahindra Bank Ltd

4 Axis Bank 19

Punjab National Bank

5 Bank of Baroda 20

Punjab & Sind Bank

6 Bank of India 21

Standard Chartered Bank

7 Canara Bank 22

State Bank of Hyderabad

Signature and seal of the bidder

Page 62: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 62 of 78

8 Central Bank 23

State Bank of Travancore

9 Citi Bank- NA 24

Syndicate bank

10

Corporation Bank 25

Hong Kong and Shanghai Banking Corpn.

11

Deutsche Bank 26

The Royal bank of Scotland

12

The Federal Bank Ltd 27

UCO Bank

13

HDFC Bank 28

Union Bank of India

14

ICICI Bank 29

United Bank of India

15

IDBI Bank 30

Vijaya Bank

Signature and seal of the bidder

Page 63: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 63 of 78

Annexure –VI Company Logo Letter Head

BHEL Ref: Tender Notification No………………Dtd…………

DECLARATION CERTIFICATE

I/ We do hereby declare that there is no case with the Police/Court/RBI/IRDA/SEBI/Regulatory authorities against the proprietor/firm/partner. Also I/We have not been suspended/delisted/blacklisted by any other Govt. Ministry/Department/Public Sector Undertaking/Any Quality assurance Body/Autonomous Body/Financial institution/Court. We also certify that neither our firm nor any of the partners are involved in any scam or disciplinary proceedings settled or pending adjudication.

(Signature & Seal of the firm)

Date………………….

Annexure – VII Company Logo Letter Head

BHEL Ref: Tender Notification No………………Dtd………….

NO DEVIATION CERTIFICATE

THIS IS TO DECLARE THAT WE DO NOT HAVE ANY DEVIATIONS TO THE TERMS & CONDITIONS OF YOUR TENDER SPECIFICATION NO. HYQC/SC/2015/TPI/001 dt _______ AND ACCORDINGLY ACCEPT ALL THE TERMS & CONDITIONS WITHOUT ANY RESERVATIONS WHATSOEVER.

(Signature & Seal of the Firm)

Date………………….

Signature and seal of the bidder

Page 64: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 64 of 78

A N NEXURE- V I II INTEGRITY PACT

Between

Bharat Heavy Electricals Ltd. (BHEL), a company registered under the Companies Act 1956 and having its registered office at "BHEL House", Siri Fort, New Delhi - 110049 (India) hereinafter referred to as “The Principal", which expression unless repugnant to the context or meaning hereof shall include its successors or assigns of the ONE PARTAnd___________________________________________________, (description of the party along with address), hereinafter referred to as “The Bidder/contractor” which expression unless repugnant to the context or meaning hereof shall include its successors or assigns of the OTHER PART

PreambleThe principal intends to award, under laid-down organizational procedures, contract(s) for _______________________________________________________________________________.The Principal values full compliance with all relevant laws of the land, rules and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder(s)/ Contractor(s).In order to achieve these goals, the Principal will appoint independent External Monitor(s), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1- Commitments of the Principal

1.1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:-

1.1.1 No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

1.1.2 The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

1.1.3 The Principal will exclude from the process all known prejudiced persons.

Signature and seal of the bidder

Page 65: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 65 of 78

1.2 If the Principal obtains information on the conduct of any of its employees which is penal offence under the Indian Penal Code 1860 and Prevention of Corruption Act 1988 or any other statutory penal enactment, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.Section 2 - Commitments of the Bidder(s)/ Contractor(s)

2.1 The Bidder(s)/ Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

2.1.1 The Bidder(s)/ Contractor(s) will not, directly or through any other person or firm, offer, promise or give to the Principal or to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person any material, immaterial or any other benefit which he / she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2.1.2 The Bidder(s)/ Contractor(s) will not enter with other Bidder(s) into any illegal or undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.

2.1.3 The Bidder(s)/ Contractor(s) will not commit any penal offence under the relevant IPC/ PC Act; further the Bidder(s)/ Contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

2.1.4 The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose any and all payments he has made, and is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

2.2 The Bidder(s)/ Contractor (s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future contracts

If the Bidder(s)/ Contractor(s), before award or during execution has committed a transgression through a violation of Section 2 above, or acts in any other manner such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/ Contractor(s) from the tender process or take action as per the separate "Guidelines on Banning of Business dealings with Suppliers/ Contractors" framed by the Principal.

Signature and seal of the bidder

Page 66: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 66 of 78

Section 4 - Compensation for Damages

4.1 If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent Earnest Money Deposit/ Bid Security.

4.2 If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5% of the contract value or the amount equivalent to Security Deposit/ Performance Bank Guarantee, whichever is higher.

Section 5 - Previous Transgression

5.1 The Bidder declares that no previous transgressions occurred in the last 3 years with any other company in any country conforming to the anti-corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

5.2 If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

Section 6 - Equal treatment of all Bidders/ Contractors / Sub-contractors

6.1 The Bidder(s)/ Contractor(s) undertake(s) to obtain from all subcontractors a commitment consistent with this Integrity Pact and report Compliance to the Principal. This commitment shall be taken only from those sub-contractors whose contract value is more than 20 % of Bidder's/ Contractor's contract value with the Principal. The Bidder(s)/ Contractor(s) shall continue to remain responsible for any default by his Sub-contractor(s).

6.2 The Principal will enter into agreements with identical conditions as this one with all Bidders and Contractors.

6.3 The Principal will disqualify from the tender process all bidders who do not sign this pact or violate its provisions.

Section 7 - Criminal Charges against violating Bidders/ Contractors /Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office.

Section 8 - Independent External

Signature and seal of the bidder

Page 67: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 67 of 78

Monitor(s)

8.1 The Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

8.2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the CMD, BHEL.

8.3 The Bidder(s)/ Contractor(s) accepts that the Monitor has the right to access without restriction to all contract documentation of the Principal including that provided by the Bidder(s)/ Contractor(s). The Bidder(s)/ Contractor(s) will grant the monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his contract documentation. The same is applicable to Sub-contractor(s). The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s) / Sub- contractor(s) with confidentiality.

8.4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the contract provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

8.5 As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or heal the situation, or to take other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

8.6 The Monitor will submit a written report to the CMD, BHEL within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should the occasion arise, submit proposals for correcting problematic situations.

8.7 The CMD, BHEL shall decide the compensation to be paid to the Monitor and its terms and conditions.

8.8 If the Monitor has reported to the CMD, BHEL, a substantiated suspicion of an offence under relevant IPC / PC Act, and the CMD, BHEL has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL.

8.10 The word `Monitor' would include both singular and plural.

Signature and seal of the bidder

Page 68: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 68 of 78

Section 9 - Pact Duration

9.1 This Pact begins and shall be binding on and from the submission of bid(s) by bidder(s). It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded.

9.2 If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified as above, unless it is discharged/ determined by the CMD, BHEL.

Section 10 - Other Provisions

10.1 This agreement is subject to Indian Laws and jurisdiction shall be registered office of thePrincipal, i.e. New Delhi.

10.2 Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

10.3 If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members.

10.4 Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

10.5 Only those bidders / contractors who have entered into this agreement with the Principal would be competent to participate in the bidding. In other words, entering into this agreement would be a Preliminary qualification. _________________________ ______________________________For & On behalf of the Principal For & On behalf of the bidder/Contractor

(Office Seal) (Office Seal)

Place:Date:Witness:………………………… Witness:………………………………..…(Name and Address)…………. (Name and Address)……………..….

ANN EXURE-I X

Signature and seal of the bidder

Page 69: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 69 of 78

DETAILS OF INDEPENDENT EXTERNAL MONITOR

To be decided by HPEP , BHEL, Ramachandrapuram for the New TPIA Contract

Annexure X

Signature and seal of the bidder

Page 70: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 70 of 78

PRICE BID FORMAT

Sr. No

Description Percentage in two decimal point

1  Inspection charges as percentage (%) of Conversion charges of Sub Contract Order value for the inspection of ordered items. Percentage in words

2  Service Tax @_____ % of (1) 3  Total percentage of Conversion

charges of Sub contact order Value including service tax

1. As stated in the price bid format above, the basic price for Inspection Charges should be exclusive of applicable Service Tax. Service Tax if any applicable is to be quoted separately under Sl No 2. For claiming service tax, bidder to submit the service tax bill for availing credit by BHEL.

2. Evaluation of L1 will be done on the basis of destination cost or cost to company i.e after reckoning Service Tax credit.

3. The estimated Conversion Charges of Sub-contract Orders, likely to be subject to Third Party Inspection, is around Rs. 86 Crs for the Contract period @ Rs.43 crs / year

4. This price bid duly filled should be enclosed in a separate sealed envelope super scribed with details as mentioned in clause no 3.4.1 of Section III.

(Signature & Seal of the firm)

Signature and seal of the bidder

Page 71: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 71 of 78

Signature and seal of the bidder

SNO DESCRIPTION SNO DESCRIPTION SNO DESCRIPTION

1 ADAPTER 45 CLAMP 89 FOUNDATION BOLTS

2 ADAPTER PIECE 46 CLAMP IN MASONRY 90 FOUNDATION FOR PEDESTAL

3 ADAPTER PIPE 47 CLAMPING DISC CAP 91 FOUNDATION FRAME4 ADAPTER PLUG 48 COIL PRESSING FIXTURE 92 FOUNDATION PLATE

5 ADAPTOR PLATE 49 CONICAL INSERT 93 FRAME OF AIR CHAANEL.

6ADDL.BALANCING WEIGHT ( VAR-1) 50 CONNECTING PIECE 94

FRAME OF MANHOLE WITH WINDOW

7 ADJ .SHEET ( VAR -2 ) 51 COOLER INLET DUCT ASSEMBLY 95 FRAME UNDER COOLER RACK

8 ADOPTER FLANGE ASSEMBLY 52 COOLER PIPING ARRANGEMENT 96FRONT BEAM OF SUPPORTINGFRAME

9AIR DUCT EXCLUDING LOOSE ITEMS 53 COPPER WASHER 97

FRONT FACE OF SUPPORTING FRAME

10 AIR DUCT OF GENERATOR 54 CORE BOLT) 98 HALF OF COUPLING COVER

11 AIR DUCT OF GENERATOR ASSEMBLY 55 COUPLING BOLT 99HALF OF SEALING RING WELDMENT

12 AIR FILTER FRAME 56 COUPLING GUARD 100 HALF PRESSING RING

13 AIR GUIDE RING 57 COUPLING NUT 101 HALF RING

14 AIR PROOF DOOR WITH INSP. WINDOW 58 COUPLING NUT M 42 102 PIPE ASSEMBLY

15 ANGLE 59 COVERING SHEET 103 PIPE EXCITER BEARING

16 ANGLE ASSY 60 CROSS BEAM-1 104 PIPE GEN. FRONT BEARING

17 ANGLE BLOCK 61 CYLINDRICAL PIN 105 PIPE GEN.REAR BEARING

18 ARBOUR, DIA-69, 62 DJUSTING SHEET (2MM) 106 PIPE HEADER19 ARMATURE SPIDER 63 DUCT SUPPORT 107 PIPE INSERT

20 BAFFLE 64 DUMMY BUSHING 108 PRESSING PLATE

21 BALANCE WEIGHT 65 DUMMY ROTOR ( 150 MW) 109 PRESSING SEGMENT

22 BALANCING PLUG 66 ELEVATION PAD 110 PULLEY ASSEMBLY

23BANDAGE RING LOCATING FIXTURE 67 END COVER 111 PULLEY ASSY

24 BEAM 68 END COVER (NDS) 112 PULLING BACK BOLT

25 BEARING OIL PLATE 69 END PLATE ASSY 113 R.R AIR GUIDE COVER MACHINING

26 BEARING STAND 70 EXCITER COVER 114 R.R. AIR GUIDE COVER

27 BENDING FIXTURE 71 EXCITER HOT AIR DUCT 115STATOR SUPPORT BEAMS FOR GENERATOR

28 BODY 72 EXCITER INLET AIR DUCT 116STEEL SUPPORT BEAM FOR TG STATOR

29 BOTTOM CLAMP 73 EXCITER JACKING OIL PIPE 117 STEEL TRANSPORT FRAME

30 BOTTOM CORNER PLATE 74 EXCITER OUTLET OIL PIPE 118 STIFFNER WITH PACKING

31 BOTTOM COVER 75 EXCITER.AIR OUTLET DUCT 119 ANCHOR BOLT, PLATE

32 BOTTOM FRAME ASSY. 76 EXT.THRD.TAPER PIN 120 BRACKET FOR SEAL BODY

33 BOTTOM PLATE 77EXTENDED FOUNDATION BOLT M42X3 121 CROSS BEAMS

34 BRACER ASSY. 78 FACE OF SUPPORTING FRAME 122 MOUNTING BRACKET

35 BRACKET 79 FAN BLADE ( TS) 123 ASSEMBLY LOCK

36 BRANCH ADAPTER 80 FAN GUARD 124 TERMINAL BUSHING BOX

37 BRUSH BOLT TYPE-II 81 FLAGE 125 BEARING SUPPORT (FAB & M/C )

38 BUILDING PIN 82 FLANGE COVERS ASSLY. 126 OIL WIPER RING FOR BRG SHELL

39 BUSH 83 FLANGE ORIFICE 127 BOW

40 CAP 84 FLANGED PIPE 128 SLOTTED STRIP

41 CAP NUT 85 FLAP 129 ASSEMBLY STRIP42 CHANNEL ASSEMBLY 86 FLAP ASSY 130 ASSEMBLY OF FINGERS43 CIRCULAR STAND 87 FOUND. BOLT (VAR: 1) 131 GUIDE BARS44 CIRCULAR NUT 88 FOUNDATION PLATE 132 HEAT SINKS

Annexure-XI

List of Non-Critical items (Machining)

(Annexure XI contd..)

Page 72: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 72 of 78

Signature and seal of the bidder

133 AXELS 177 BRACKET 221 SKIRT ASSY

134 BARPLUGS 178 HOLDER ASSEMBLY 222 RADIAL BRG HOUSING

135 BOLTS 179LOWER PART OF INNER CONE ASSY. 223

UPPER BEARING HOUSING COVER

136 COUPLINGS 180P.F. OUT LET BOX AND VENTURI ASSY.VAR.02 224 CHAIN LINK 1

137 ELBOWS 181REFUSAL DUCT WITH CLACK BOX.VAR.02 225 OUTLET VENTURI COLLAR

138 GASKETS 182 BLANK FLANGE 226 INNER CONE-DRUM SECTION

139 HINGES 183 JUNCTION BLOCK 227 BASE PLATE

140 NUTS 184 GEAR HOUSING COVER 228 BALL CHAMBER141 PIPE HANGER ITEMS 185 PIPE ASSEMBLY 229 BALL FEEDING CONTAINER

142 SPACER PIPES 186STEEL TRANSPORT FRAME FOR PLANEARY GEAR 230 BALL FEEDING DUCT

143 STUDS 187 CONVEYOR BEARING HOUSING 231BALL FEEDING CONTAINER GUIDE

144WASHER FOR HP HEATER ANDLP HEATER 188

SOLE PLATE (PLANETARY GEAR BOX) 232 FRAME

145 WHEELS 189BODY WITH COVER ASSY.(FLOATING BEARING) 233 HOUSING WITH FLANGE

146UPPER GATE PLATE(UPPER LINER). 190 COVER - FLOATING BEARING 234 BED PLATE

147WEAR PLATE (MILL SIDE LINER) 191 LINER PLATE VAR 08 235 PRESSURE SPRING HOUSING

148 TRUNNION SEAL JOINT SEAT 192L.H.HELIX WITH TRANSPORT FRAME (VAR -02) 236 MILL SIDE LINERS

149TIGHTENING RING(IN TWO HALVES) 193 STUD EXTENSION CAP

150 GAUGE MOUNTING PLATE 194 MOUNTING BRACKET

151 AIR SEAL HOUSING ASSY 195 BEARING SPACER(LOWER)

152M B INSUL COVER SEGMENT-VAR 01 196

THRUST BEARING HOUSING COVER

153 BULL RING CLAMPING RING 197 ACCESS DOOR ASSEMBLY

154 VALVE COVER 198 COUPLING GUARD

155SPRING PRELOAD STUD VAR-02 199 BOWL HUB SKRIT ASSEMBLY

156 SPRING STUD LOCKNUT 200 CENTRE FEED PIPE LOWER

157 MILL BOTTOM INSUL COVER- 201 INNER CONE SPOUT EXTN

158 WEAR PLATE-1 202 RAW COAL FEEDER # 50 R

159 COVER PLATE 203 cover of coupling

160 BLIND FLANGE VAR 01 204 COVER PLATE -I

161INSULATION COVER PLATE SEGMENT VAR.01 205

WORM SHAFT EXTENSION CAP ASSY

162 INSPECTION HOLE COVER 206 BEARING HOUSING SEAL DE & NDE

163 OIL COLLECTOR 207 BOWL HUB HEAT SHIELD ASSY

164INSULATION COVER PLATE SEGMENT VAR 01 208 MILL BOTTOM COVER ASSY

165 AIR INLET LINER SIDE 209WORM GEAR INSPECTION COVER (GAUGE MOUNTI

166 PROTECTIVE COVER 210LOWER RADIAL BEARING HOUSING COVER (VAR

167 INNER CONE SPOUT 211 INVERTED CONE ASSY

168 RING 190X170X5 212UPPER RADIAL BEARING SLEEVE (VAR 02)

169JOURNAL CAP SCREW LOCK PLATE 213 THRUST BRG ADAPTOR

170 OIL SEAL KEEPER 214 THRUST BEARING HOUSING

171 COVER 215 THRUST BRG HSG CAP 172 LOCK PLATE (JRL CAP SCREW) 216 OIL SEAL HOUSING

173MOUNTING BRACKET (FOR AIRCYLINDER VAR 01 217 WEAR PLATE - 1

174 PROTECTIVE SLEEVE 218 WEAR PLATE - 2 175 CENTRE PIPE(UPPER)ASSY 219 BOWL HUB -M/C 176 BULL RING RETAINER 220 LOWER JOURNAL HOUSING-

Annexure-XI , Page 2 of 6List of Non-Critical items (Machining)

(Annexure XI contd..)

Page 73: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 73 of 78

Signature and seal of the bidder

237 UPPER GATE PLATE(UPPER LINER).

281 COVER - FLOATING BEARING 325 BED PLATE

238 WEAR PLATE (MILL SIDE LINER)

282 LINER PLATE VAR 08 326 PRESSURE SPRING HOUSING

239 TRUNNION SEAL JOINT SEAT 283 L.H.HELIX WITH TRANSPORTRAME (VAR -02)

327 MILL SIDE LINERS

240 TIGHTENING RING(IN TWO HALVES)

284 STUD EXTENSION CAP 328 Outer casing parting plane fasteners such as studs (ranging M30 to M110),

241 GAUGE MOUNTING PLATE 285 MOUNTING BRACKET 329 Cap Nuts ( M30 to M110),242 AIR SEAL HOUSING ASSY 286 BEARING SPACER(LOWER) 330 Hex Nuts (M20 to M80),243 M B INSUL COVER SEGMENT-

VAR 01287 THRUST BEARING HOUSING COVER 331 Hex Screws (M20 to M80),

244 BULL RING CLAMPING RING 288 ACCESS DOOR ASSEMBLY 332 Extension sleeves,

245 VALVE COVER 289 COUPLING GUARD 333 Insulating washers,246 SPRING PRELOAD

STUD VAR-02290 BOWL HUB SKRIT ASSEMBLY 334 Guide pins,

247 SPRING STUD LOCKNUT 291 CENTRE FEED PIPE LOWER 335 Taper pines and248 MILL BOTTOM INSUL COVER- 292 INNER CONE SPOUT EXTN 336 Forcing off screws (fine

pitch threads).249 WEAR PLATE-1 293 RAW COAL FEEDER # 50 R 337 Guide Blades Carriers fasteners

such as stud (M30 to M80),250 COVER PLATE 294 cover of coupling 338 Cap Nuts ( M30 to M80),251 BLIND FLANGE VAR 01 295 COVER PLATE -I 339 Forcing off screws (fine pitch

threads),252 INSULATION COVER PLATE

SEGMENT VAR.01296 WORM SHAFT EXTENSION

CAP ASSY340 Guide pins & Taper pins.

253 INSPECTION HOLE COVER 297 BEARING HOUSING SEAL DE & NDE 341 Exhaust Hood fasteners such as Cap Nut ( M 30 to M 70),

254 OIL COLLECTOR 298 BOWL HUB HEAT SHIELD ASSY 342 Stud (M30 to M70),255 INSULATION COVER PLATE

SEGMENT VAR 01299 MILL BOTTOM COVER ASSY 343 Hex screws ( M 30 to M70),

256 AIR INLET LINER SIDE 300 WORM GEAR INSPECTION COVER (GAUGE MOUNTI

344 Hex nuts ( M20 to M56),

257 PROTECTIVE COVER 301 LOWER RADIAL BEARING HOUSING COVER (VAR

345 Taper Pins,

258 INNER CONE SPOUT 302 INVERTED CONE ASSY 346 Guide pins and forcing off screw, (fine pitch threads)

259 RING 190X170X5 303 UPPER RADIAL BEARING SLEEVE (VAR 02)

347 Lowering items which are required for Pedestals, housings,and bed plates

260 JOURNAL CAP SCREW LOCK PLATE 304 THRUST BRG ADAPTOR 348 These components are Plates ( M 5 TO 30 M),

261 OIL SEAL KEEPER 305 THRUST BEARING HOUSING 349 Shims (0.5 M to 5 M),262 COVER 306 THRUST BRG HSG CAP 350 Studs ( M 20 to M80),263 LOCK PLATE (JRL CAP SCREW) 307 OIL SEAL HOUSING 351 Cap Nut (M20 to M 80),264 MOUNTING BRACKET (FOR

AIRCYLINDER VAR 01308 WEAR PLATE - 1 352 Taper Pins

265 PROTECTIVE SLEEVE 309 WEAR PLATE - 2 353 Guide pins266 CENTRE PIPE(UPPER)ASSY 310 BOWL HUB -M/C 354 Forcing of screw267 BULL RING RETAINER 311 LOWER JOURNAL HOUSING- 355 Hex head bolts268 BRACKET 312 SKIRT ASSY 356 Eccentric pins269 HOLDER ASSEMBLY 313 RADIAL BRG HOUSING 357 Spherical washers270 LOWER PART OF INNER CONE

ASSY.314 UPPER BEARING HOUSING

COVER358 Threaded cups

271 P.F. OUT LET BOX AND VENTURI ASSY.VAR.02

315 CHAIN LINK 1 359 Threaded pins

272 REFUSAL DUCT WITH CLACK BOX.VAR.02

316 OUTLET VENTURI COLLAR 360 Guide bolts and keys.

273 BLANK FLANGE 317 INNER CONE-DRUM SECTION 361 Rotor fasteners such asscrews ( M 5 to M20),

274 JUNCTION BLOCK 318 BASE PLATE 362 Taper pins275 GEAR HOUSING COVER 319 BALL CHAMBER 363 Double taper pins,

276 PIPE ASSEMBLY 320 BALL FEEDING CONTAINER 364 Balancing weights,277 STEEL TRANSPORT FRAME FOR

PLANEARY GEAR321 BALL FEEDING DUCT 365 Coupling bolts,

278 CONVEYOR BEARING HOUSING 322 BALL FEEDING CONTAINER GUIDE 366 Guide bushes,

279 SOLE PLATE (PLANETARY GEAR BOX) 323 FRAME 367 Guide pins &

280 BODY WITH COVER ASSY.(FLOATING BEARING)

324 HOUSING WITH FLANGE

Annexure-XI, Page 3of 6List of Non-Critical items (Machining)

(Annexure XI contd..)

Page 74: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 74 of 78

Signature and seal of the bidder

368 Rotor Nuts. 414 Bushes 460 SHELL COUPLING

369 Regulation LMS Items 415 Forcing off screw 461 NUT

370 These LMS items includes valve cones 416 Bed plates ( T/S & G/S) 462 PLUG

371 Valve cone bolts 417 Bodies (special fixtures) 463 SUPPORT372 Bushes 418 Stirrups 464 SET SCREW (MOVING CONTACT)373 Yoke 419 Shims ets. 465 PISTON (MACHINED)374 Spindles 420 Compressor items 466 END SWITCH HOLDER

375 Piston 421 Diaphragms screws 467 BUSH

376 Disc 422Parting plane fasteners such as studs, 468 SPACER TUBE

377 Flanges, 423 Hex nuts 469 COUPLING BUSH

378 Connecting Plates 424 Cap nuts 470 HOSE CLAMP

379 Feed back cams 425 Taper pins 471 COUPLING ROD

380 Bars 426 Screws 472 HOSE CLAMP SUPPORT

381 Threaded inserts 427 Plates 473 NIPPLE

382 Plugs 428 Keys 474 OIL MONITOR BLOCK (MACHINED)

383 Brackets 429 Spacer rings, 475 HOUSING

384 Forks 430 Bushes, ring nuts, 476 SEAL HOUSING

385 Keys 431 Guide pins, 477 SLEEVE

386 Studs 432 Threaded bars 478 TRANSITION PIECE

387 Cap Nuts 433 Washers 479 COUPLING

388 Hex Head Screws 434 Forcing of screws 480 TIP INNER

389 Hex bolts 435 FLANGE FUEL NOZZLE 481 FORK

390 Control bushes 436 PLATE 482 VALVE LEVER

391 Control slides 437 LOCKING PLATE 483 VALE BLOCK

392 Rings 438 OPERATING LEVER 484 CYLINDER (MACHINED)

393Box up items such as eccentric guides, 439 OIL MONITOR BLOCK 485 HOUSING (CASTING)

394 Eccentric pins 440 CYLINDER 486 BUSHING

395 Threaded bush 441 COVER 487 COUPLING NUT

396 Sliding plates 442 DAMPER 488 CONNECTOR NUT

397 Spherical washers 443 CONTACT PIECE 489 FLANGE

398 Studs 444 TERMINAL FLANGE 490 CLAMPING BUSH

399 Cap Nuts 445 CONT. HOLDER 491 WASHER

400 Bolts 446 CONT.ROD 492 SUPPORT SCREW

401 Taper pin 447 CAP NUT 493 GUIDE

402 Cylindrical pin 448 PLATE COVER 494 SET SCREW (MOVINGCONTACT)

403 Flanges 449 SHAFT 495 VALVE SEAT404 Covers 450 ROD TIE PORTING 496 STUD405 Rings 451 PIN 497 SUPPORT RING

406Project Completion items such as Packing Plates 452 VALVE BLOCK 498 CUBICLE

407 Foundation bolts ( M 30 to M70 &length 2 mtrs. to 4 Mtrs.) 453 COVER PLATE 499 BRACKET

408 Hex bolts 454 HELMET 500 INT.PIPE

409 Cap nuts 455 PISTON 501 PIPE NUT410 Studs 456 MECH.HOUSING 502 VALVE SHAFT

411 Coupling bolts 457 SWITCH CAM 503 INTERMEDIATE FLANGE412 Coupling cover 458 CONNECTOR 504 CENTER PIN

413Spanners such as (ring, pin & special ) 459 THREADED NIPPLE 505 THROTTLE

Annexure-XI, Page 4of 6List of Non-Critical items (Machining)

(Annexure XI contd..)

Page 75: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 75 of 78

Signature and seal of the bidder

506 PROTECTIVE COVER (MACHINED) 550 REDUCING NIPPLE 594 CAP END FUEL NOZZLE

507 VALVE BLOCK (MACHINED) 551 BRAZING NIPPLE 596 CAP, END - FUEL NOZZLE

508 FORK (MACHINED) 552 BALL HEAD 598 MANIFOLD TEE

509 LEVER 553 SCREW 600 TIP FUEL NOZZLE510 M.P. OUTLET PLATE 554 PLATE (MACH) 602 PILOT

511 DISC ASSY 555 PARALLEL PIN 604 RETAINER

512 VALVE 556 WING SCREW 606 PILOT FUEL NOZZLE

513 INSERT 557 FLANGE (MACH) 608 CAP, FUEL NOZZLE

514 THRUST RING 558 MAGNET HOLDER 610 CAP FUEL NOZZLE515 HOLDER 559 PIPE 612 BMD PLATE

516 CAM DISC (MACH) 560 PULL ROD(MACHINING) 614 PULLROD

517 GRATING HOLDER BODY 561 SHAFTSHAFT 616 ELECTRODE

518 SPACER BOLT 562 COVER (MACHINED) 618 COLLAR519 HOUSE CLAMP 563 CUBICLE (MACHINED) 620 CENTERING RING (MACHINED)

520MOUNTING BRACKET-I(LIMIT SWITCH) 564 MECH.HOUSING (MACHINED) 622 TUBE

521SOLENOID VALVE MOUNTING BRACKET 565 HELMET (MACHINED) 624 PISTON (MACH)

522 MOUNTING BRACKET 566 INTERMEDIATE FLANGE (CAST) 626 CARRIER

523 TERM MOUNT BRACKET 567 CENTER GUIDE (CASTING) 628 FLANGE PLATE (MACHINED)

524 AIR CYL MOUNT BRACKET 568 INTERMEDIATE PIECE(MACHINED) 630 LEVER (AUXILIARY SWITCH)

525 PIPE CLAMP 569 INTERMEDIATE FLANGE (MACH) 632 TOP DOME FLANGE

526HOUSE CLAMP SUPPORT VAR-01 570 INTERMEDIATE PIECE 634 COUPLING FLANGE

527 PIPE CLAM SUPPORT 571 PULL ROD 636 COLLAR COMB528 CLAMP 572 COVER (CASTING) 638 COLLAR COMB CHB

529 SCREW PLUG 573 NOZZLE 640 CAM DISC ( MACH )

530 LIMIT SWITCH TRIP STUD 574 BOLT 642 STOP LINER COMBUSTION

531 HINGE 575 POLE SHOE 644 COWL - COMB

532 TERM BOX MOUNT 576 CAP NUT (DIA 20, L=30) 646 ROUND

533 LOCKING PLATE, FUEL NOZZLE 577 PACKING GLAND 648 STOP COMBUSTION LINER

534 MPO PLATE 578 CARRIER LEVER 650 SEAL COMBUSTION LINER

535 LINER COMBUSTION 579 BELL CRANK LEVER (CASTING) 652 CAP COMB.

536 CONNECOTER 580 HOUSING(CASTING) 654 PIPE CLAMP-1537 clampET 581 HOUSING (MACHINED) 656 PIPE CLAMP SUPPORT538 LINER BODY 582 ELECTRODE (CONT. SIDE - MACH) 658 HOSE PIPE

539 LINER, COMBUSTION ROLLED 583 PROTECTIVE COVER 660MOUNTING BRACKET (AIRCYLINDER VAR 01)

540 COUL COMB 584 ELECTRODE (MECH SIDE - MACH) 662 SUPPORT BRACKET VAR-1

541 OPERATING LEVER (PAIR MACH) 585 LEVER (MACHINED) 664SOENIOD VALVE MOUNT BRACKET

542 CROSS COUPLING 586 CENTER GUIDE (MACHINED) 666 KEY

543 RING 587 STOPPER 668 HING PIN544 RING SUPPORT 588 THREADED PLUG 670 SEAL COMBUTION545 HOUSING (MACHINED)-3AT3 589 COVER PLATE (MACHINED) 672 RING COMBUTION

546 CARRIER LEVER (MACHINED) 590 SUPPORT SREW 674MULTIPLE PORT OUT LET PLATE

547 VALUE BLOCK 591 CAPNUT 676 M P O PLATE

548 HOUSING (MACHINED)-3AT2 592 PIPENUT 678 M P O PLATE For XRP623

549 PLATE (MACHINED) 593 SWIRLER CHAMBER 680 BASE MOUNTING, AFT

594 SWIRL CHAMBER 682 MPO Plate for XRP1003 773 COUPLING HALF (MOTOR) 820 SEAL HOUSING (D E)

774 CASING RING

Annexure-XI, Page 5 of 6List of Non-Critical items (Machining)

(Annexure XI contd..)

Page 76: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 76 of 78

Signature and seal of the bidder

821 WATER JACKET NDE 868 CONNECTING REDUCTION 915 BLOCK MOUNTING822 BEARING BRACKET 869 DISTANCE BUSH 916 FLANGE 1-1/4 SQ-SS #6000

823 BRG.HSG.END COVER NDE 870 DELIVERY BOWL""" 917 SPACER SUPPORT824 SORF FLANGE 871 INTERMEDIATE BOWL 918 TUBING SUPPORT FUEL OIL

825 KEY VAR. NO. 07 872 SUCTION BELL MOUTH 919 BRACKET MOUNTING826 CAP NUT, VAR.NO.01 873 COUPLING GUARD ASSY 920 PLATE MNTG

827 SEAL COOLING JACKET ASSY. 874DISCHARGE BRANCH COVER ASSEMBLY 921 GUIDE PIN,EXHAUST FRAME

828 STUB PIPE 875 BAFFLE PLATE 922 GUIDE PIN,TURBINE CASING

829 THERMOMETER SINK VAR.03 876 HEX PLUG VAR.NO.04 923GUIDE PIN, INNER INLET CASING

830 BEARING UPPER COVER 877 FLOATING SEAL CARRIER-FK4E36 924GUIDE PIN,AFT COMPRESSOR AND DISCH CASI

831 SEAL COOLING JACKET 878 BLANK FLANGE-BC LEAKOFF O/L 925GUIDE PIN,FWD/AFT COMPRESSOR CASING

832 INTER STAGE TUBE VAR.02 879LIFTING PLATE (SPL.TOOLS) - 200KHI/S BFP 926

GUIDE PIN,DISCHARGE /TURBINE CASING

833 THRUST COLLAR ASSEMBLY 880SUPPORT PLATE (SPL.TOOLS) - 200KHI/S BFP 927 ELBOW

834 STAGE SLEEVE 881SUPPORT RAIL ASSEMBLY 200KHI/S BFP 928

SPACER SET, FR6 COMPR BLADE - STG #5

835 RISING MAIN BOTTOM 882MOUNTING BRKT ASSY SPL TOOLS-200KHI/S 929 RING CLAMP INNER

836 NON-REVERSIBLE RACHET 883 COUPLING NUT FOR FA1B56 930 SUPPORT, PIPING

837 SPHERICAL ROLLER BRG. HSG. 884 THRUST COLLAR NUT-FA1B56 931 STRL ST(WLDG QLTY)PLT 32

838 LOCK WASHER 885 PEDESTAL ASSLY FOR CEP. 932 ANGLE, 50 X 50 X 6

839 SERRATED PACKING 886FOUNDATION BOLT ASSEMBLY-FK4E36 933 PLATE SEALING BASE

840 SUCTION COVER 887 BUSH 934 COVER,CAP

841 BEARING PAN 888 SPRING DISC-FK4E36 935 SUPPORT PIPE842 DISCHARGE COVER 889 CASING ASSEMBLY-FA1B75 936 KEY, COMPR STATOR ARRGMT843 DISHED END 890 MUFF COUPLING 937 BRACKET FOR A DETECTOR

844 H.C.STOOL 891 LOCATNG PLATE (DISCH. COVER) 938 BRACKET FAB

845 EXTENSTION SLEEVE ASSEMBLY 892 THRUST COLLAR NUT 939 ORFICE PLATE

846 SUPPORT RAIL ASSEMBLY 893 SHAFT NUT(FIRST STAGE) 940 CASE ASSY, COMBUSTION -

847 SUPPORT JACK ASSEMBLY 894 HOOK SPANNER VAR NO 11 941 VERTICAL INSERT 1.25" SW SS

848 SUPPORT FRAME 895 CLAMPING PLATE ASSLY 942 VERTICAL INSERT 1.25" SW SS

849 SLEEVE NUT V-02 896 FILTER BOX OIL TANK INT 943 BOLTS

850 DISCHARGE COVER BUSH 897 BOLT, ANCHOR 944 SLIDS

851 SUCTION CASING-9 STAGES 898 SUPPORT COMP FWD 945 NUTS852 SHAFT SLEEVE 899 THREADOLET 2IN CS #3000 946 PLUGS

853 STUFFING BOX SLEEVE 900 KEY 947 SPACERS854 SHAFT BUSHING 901 PIN ECCENTRIC 948 PINS

855 WEARING RING 902 BEAM, LIFTING 949 BUSH

856 CONDENSATE TANK ASSEMBLY 903 OIL DRAIN PAN 950 REDUSER

857 LOCATING HUB (DE) ASSEMBLY 904 DEFLECTOR, FWD - BRG #2 951 SUPPORT FLAME DETECTOR858 JACKING LUG 905 SEAL,STRIP 952 NIPPLY

859 PULL UP RING 906 EXPANSION JOINT SEGMENT 953 FLANGE PIPE BW

860 FILLING PLATE 907 FLANGE ORIFICE (SLIP ON) 954 PLUG ASSLY WATER WALLS 861 STRONG BACK, 908 PANEL ASSEMBLY 955 GUSSET

862 STIFFNERS 909 PLATE,HEAT EXCHANGER 956 BAR MOUNTING

863MOUNT BKT ASSY-CATR ASSY&DISM(FK4E36) 910 LOCK PLATE 957 ROTOR SUPPORT

864MOUNT WHEEL ASSY(MDBFP CART TOOLS) 911 PLATE, LOCKING - NUT & BOLT 958 RADIATION SHIELD

865MOUNT WHEEL ASSY(TDBFP CART TOOLS) 912 LOCK PLATE 959 TARGET PLATE

866START SCREW M27X3X340-FK4E36 CART TOOLS 913 LOCK WASHER, STATOR RING 960 BLOCK MOUNTING

867THRUST COLLAR WITHDRAWAL PLATE-FK4E36 914 SPACER SUPPORT 961

ALL LOSE ITEMS OF LIGHT MACHINING

Annexure-XI, Page 6 of 6List of Non-Critical items (Machining)

Page 77: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 77 of 78

Annexure – XII

LIST OF NON CRITICAL ITEMS( FABRICATION)

1 CR CS 3"X2 1/2"(NORMLZ) RND 100X100" AND2 PIPE ASSEMBLY-P12013 MAIN PIPING HEADERS4 SURGE PIPE ASSLY 5 SPACER  6 CS PIPE(HTS)7 DISTRIBUTING PIPING8 2" NOZZLE ASSLY9 BAR GRATING with or without  HOT DIP GALVANISED 10 ALL TRANSPORT FRAMES11 BASE FRAME AUX PUMPS (LUBE OIL CONSOLE)12 SURGE PIPE ASSLY  920 Kgs13 CONDENSER STAND PIPE-I ASSLY.  92 KGs14 CONDENSER STAND PIPE-II ASSLY.  105 KGs15 TURBINE EXHAUST PIPING 1355 KGs16 TURBINE EXHAUST PIPING 1100 KGs17 CONTROL OIL PIPING CS + SS 62 DES NOS18 PIPE ASSLY 19 2 X 100% EJECTOR ASSLY. FOR GSC  187 KG20 SOCKET WELDED COUPLING ANSI 6000,STAINLE21 CS ELBOW 90 DEG 10"SCH 20 BW22 CONCENTRIC REDUCER CARBONSTEEL NOM.SIZE23 CRATES24 FLOAT OIL GAUGES25 OIL SEPERATOR26 SUPPORT FOR OIL TANK 27 TURBINE EXHAUST PIPING28 BURSTING DIAPHRAM

ANNEXURE- XIII

Signature and seal of the bidder

Page 78: 2.14: LIST OF PLACES - Bharat Heavy · Web view8.9 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL. 8.10 The word `Monitor' would include both singular

HYQC/SC/2015/TPI/001 Dt:16/03/2015 Page 78 of 78

INSPECTION REPORT FORMAT

AA33

0RE

V.0 PROVISIONAL INSPECTION REPORT

SUB-CONTRACTOR CODE INSP.REPORT No. DATE SCO No. DATE

NAME & ADDRESSM/s.

SMIV No/PPMIV No. DATE SCO AMEND.No. DATE

WORK ORDER Nos.CUSTOMER

SCSL.No.

PART No.

DESCRIPTION OF THEPART

DRAWING No.,VARIANT No.&REVISION No.

F/SF*

QUANTITYREJNCODE**

VALUEPERPIECE

RT®OFFE

-REDACCEPTED

REJECTED

Legend :- * F-FINISHED, * SF – SEMI FINISHED, ** MTL – MATL. DEFECT, ** MCD – MFG DEFECT, ®RT – RATING.NCR No. & DATE

DEFECTCODE

QTYDEV

QTYRW

QTYREJ NON-CONFORMANCE DETAILS

IDENTIFICATION:

REMARKS:

INSPECTED BYDATE

SUB-CONTRACTOR’S SIGNATUREDATE

® Rating metrics: (Allot 0.5 marks for each of the 10 points listed below and add them all for final Rating) 1) Calibration Status 2) General Workmanship 3) Surface Protection 4) Documents availability 5) Workshop cleanliness 6) Response to Feedback 7) DIR Readiness 8) Final Documentation

9) Job Readiness 10) Facilities / Tech Staff Availability

Signature and seal of the bidder

Sub-Contract Cell

Collection CellCollection CellQuality ControlSub-Contractor