schedule of tender (sot)€¦ · cement corporation of india limited (a govt. of india enterprise)...

41
Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement Factory – 782 490 Dist. Karbi Anglong :: Assam Phone 03675 – 246106/246109 Fax No. 03675-246107 E-mail ID: [email protected] & [email protected] SCHEDULE OF TENDER (SOT) Tender No. BKJ/MM/INS-4753/15-16 dtd. 08.09.2015. Mode of tender E-procurement system (Online Part-I Techno-commercial Bid and Part-II Price Bid through www.mstcecommerce.com/eprochome/cci of MSTC ltd. E- Tender No. Date of NIT available to parties to download 14.09.2015 to 13.10.2015 Date of starting of online pre-bid meeting Date of closing of online pre-bid meeting i. Earnest Money Deposit ii. Tender fees iii. Transaction fees Rs. 1,50,000.00 In the form of demand draft in favour of Cement Corporation of India Ltd. Payable at SBI, Bokajan (02028) Rs. 500.00 In the form of demand draft in favour Cement Corporation of India Ltd. Payable at SBI, Bokajan (02028) Rs. 5700/- (Including service tax @ 14%) payment of transaction fee by NEFT in favour of MSTC Limited (refer clause. No. 4 of Annexure-I). Access to bid shall be provided to bidder only after realization of correct transaction fee at MSTC end. Last date of submission of tender fee and EMD Last date of submission of Transaction fee through RTGS in favour of MSTC Limited, Kolkata Three working days before the last date of closing of online bidding for the e-tender. Date of starting of e-tender for submission of on line Techno- commercial Bid and price bid at www.mstcecommerce.com/eprochome/cci 14.10.2015. 2.30 P.M. Date & time of opening of Part-I (i.e. Techno- commercial Bid) Part-II price bid date of opening of part-ii i.e. price bid shall be informed separately 15.10.2015. 2.30 P.M. To be communicated separately. Validity of bids. 120 Days.

Upload: others

Post on 21-Jun-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

Cement Corporation of India Limited (A Govt. of India Enterprise)

An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement Factory – 782 490

Dist. Karbi Anglong :: Assam Phone 03675 – 246106/246109 Fax No. 03675-246107

E-mail ID: [email protected] & [email protected]

SCHEDULE OF TENDER (SOT)

Tender No. BKJ/MM/INS-4753/15-16 dtd. 08.09.2015.

Mode of tender E-procurement system

(Online Part-I Techno-commercial Bid and Part-II Price Bid through www.mstcecommerce.com/eprochome/cci of MSTC ltd.

E- Tender No.

Date of NIT available to parties to download

14.09.2015 to 13.10.2015

Date of starting of online pre-bid meeting

Date of closing of online pre-bid meeting

i. Earnest Money Deposit

ii. Tender fees

iii. Transaction fees

Rs. 1,50,000.00 In the form of demand draft in favour of Cement Corporation of India Ltd. Payable at SBI, Bokajan (02028) Rs. 500.00 In the form of demand draft in favour Cement Corporation of India Ltd. Payable at SBI, Bokajan (02028) Rs. 5700/- (Including service tax @ 14%) payment of transaction fee by NEFT in favour of MSTC Limited (refer clause. No. 4 of Annexure-I). Access to bid shall be provided to bidder only after realization of correct transaction fee at MSTC end.

Last date of submission of tender fee and EMD Last date of submission of Transaction fee through RTGS in favour of MSTC Limited, Kolkata

Three working days before the last date of closing of online bidding for the e-tender.

Date of starting of e-tender for submission of on line Techno- commercial Bid and price bid at www.mstcecommerce.com/eprochome/cci

14.10.2015. 2.30 P.M.

Date & time of opening of Part-I (i.e. Techno-commercial Bid) Part-II price bid date of opening of part-ii i.e. price bid shall be informed separately

15.10.2015. 2.30 P.M. To be communicated separately.

Validity of bids.

120 Days.

Page 2: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

Offer is invited for the supply of following material on FIRM & FOR destination basis as per details given below :

Tender Enquiry No.

Name of the Items Quantity (in Nos.)

BKJ/MM/INS-4753/15-16 dtd. 08.09.2015

Supply, Installation and Commissioning of

Online Continuous Stack Emission

Monitoring System (CSEMS) and Ambient

Air Quality (AAQ) Monitoring System.

1. Online Continuous Stack Emission Monitoring System (CSEMS)

2. Ambient Air Quality (AAQ) Monitoring System.

As per enclosed Annexure- IV technical specification.

03 Nos. 01 No.

1. Only those tenders will be considered who fulfill the Pre Qualification Conditions

mentioned in the tender documents.

2. Only those tenders shall be considered who deposit the earnest money and tender cost

& transaction fee by due date.

List of Annexure

Annexure- I

Important Instruction to Bidders

Annexure- II

General terms & Conditions

Annexure- III

Special Terms & Conditions for Supply, Installation and Commissioning of Online Continuous Stack Emission Monitoring System (CSEMS) and Ambient Air Quality (AAQ) Monitoring System.

Annexure- IV

Technical Specification of Supply, Installation and Commissioning of Online Continuous Stack Emission Monitoring System (CSEMS) and Ambient Air Quality (AAQ) Monitoring System.

Annexure- V

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT-

Annexure –A

Annexure- VI

Annexure –B

Annexure- VII

Annexure –C

Annexure- VIII

Annexure –D

Annexure- IX

Price Bid

Page 3: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

Annexure-I Important instructions for E-procurement

This is an e-procurement event of CEMENT CORPORATION OF INDIA. The e-procurement service provider is MSTC Ltd., 225C, A.J.C. Bose Road, Kolkata-700 020. You are requested to read the terms & conditions (Annexure- II) of this tender before submitting your online tender. Tenderers who do not comply with the conditions with documentary proof (wherever required) will not qualify in the Tender for opening of price bid. 1. Process of E-tender :

A) Registration: The process involves vendor’s registration with MSTC e-procurement portal which is free of cost. Only after registration, the vendor(s) can submit his/their bids electronically. Electronic Bidding for submission of Techno-Commercial Bid as well as Price Bid over the internet will be done. The Vendor should posses Class III signing type digital certificate. Vendors are to make their own arrangement for bidding from a P.C. connected with Internet. MSTC is not responsible for making such arrangement. (Bids will not be recorded without Digital Signature). SPECIAL NOTE: THE PRICE BID AND THE COMMERCIAL BID HAS TO BE SUBMITTED ON-LINE AT www.mstcecommerce.com/eprochome/cci 1).Vendors are required to register themselves online with www.mstcecommerce.com→e-Procurement→Psu/Govt depts→CCI→Register as Vendor Filling up details and creating own user id and password→ Submit. 2). Vendors will receive a system generated mail confirming their registration in their email which has been provided during filling the registration form. In case of any clarification, please contact CCI/MSTC, (before the scheduled time of the e- tender). Contact person (Cement Corporation of India):

1. Mr. R.K. Jha

HOD (M.M.), CCI Bokajan

Ph. No. 03675-246109. E-mail ID : [email protected] Contact person (MSTC Ltd): 1. Mr. Arindam Bhattacharjee 2) Mr. Sabyasachi Mukherjee Deputy. Manager (E-commerce) Junior Manager (E-commerce) MobileNo:09330102643 Mobile- 07278030407 [email protected] Email: [email protected] Landline:03322901004 3. Ms Sumona Maity Management Trainee Mobile no-9831155225 Email- smaity @mstcindia.co.in B) System Requirement: i) Windows 98 /XP-SP3 & above/Windows 7 Operating System ii) IE-7 and above Internet browser. iii) Signing type digital signature iv) JRE 7 update 79 software to be downloaded and installed in the system. To enable ALL active X controls and disable ‘use pop up blocker’ under Tools→Internet Options→ custom level

Page 4: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

THE VENDORS ARE ADVISED TO GO THROUGH THE VENDOR GUIDE AND THE

VIDEO AVAILABLE UNDER VIEW VIDEO LINK AT

www.mstcecommerce.com/eprochome FOR GENERAL GUIDANCE ABOUT THE

BROWSER CONFIGURATION AND JAVA SETTINGS. THE COMPREHENSIVE

VIDEO GUIDE ASSISTS THE VENDORS THROUGH THE WHOLE PROCESS FROM

BROWSER CONFIGURATION TO DOWNLOADING THE CORRECT VERSION OF

JAVA AND CONFIGURING IT.

2. (A) Part I Techno-Commercial bid will be opened electronically on specified date and time as

given in the NIT. Bidder(s) can witness electronic opening of bid. (B) Part II Price bid will be opened electronically of only those bidder(s) whose Part I Techno-Commercial Bid is found to be Techno-Commercially acceptable by CCI. Such bidder(s) will be intimated date of opening of Part II Price bid, through valid email confirmed by them. Note: The tenderers are advised to offer their best possible rates. There would generally be no negotiations hence please submit your most competitive prices while submitting the price bid. However in case the lowest rate appears to be reasonable taking into account the prevailing market conditions, the order may be awarded to the lowest bidder and if the rate is still considered high, action as per prevailing instruction/guideline shall be taken.

3. All entries in the tender should be entered in online Technical & Commercial Formats without any ambiguity.

4. Special Note towards Transaction fee: PAYMENT OF Transaction fee BY RTGS in favour of MSTC Limited .The Bank details, format etc for sending Transaction fee by RTGS to MSTC is detailed below Bank Details : Axis Bank ,Shakespeare Sarani Branch Account Details : Axis Bank A/c.No.005010200057840 IFSC Code No. : UTIB0000005. “The vendors shall enter the transaction fee details by using the “Transaction Fee Entry” Link under “My Menu” in the vendor login. The vendors have to select the particular tender in which they want to participate against the transaction fee by clicking on the tick box at the right and then Clicking on the “Submit” Button at the bottom of the page. Then the page appears where the vendors are required to fill up the transaction details, namely the UTR No, Date Of Transaction, and the Remitting Bank in the given fields and then click on the “Confirm Button“. NOTE : The bidders should submit the transaction fee well in advance before the last date of submission of tender as they will be activated for bid submission only after receipt of transaction fee by MSTC. Contact Details : Fax No. : 033- 22831002 Email ids: [email protected], [email protected], [email protected], [email protected] & [email protected]. Bidders may please note that the transaction fee should be deposited by debiting the account of the bidder only; transaction fee deposited from or by debiting any other party’s account will not be accepted. Transaction fee is nonrefundable. In case of failure to access the payment towards Transaction fee for any reason, the vendor, in term, will not have the access to online e-tender.

5. In case of failure to access the payment towards cost of tender document & EMD for any reason, the vender, in term, will not have the access to on line e-tender and no correspondence in this respect will be entertained and CCI will not be responsible for any such lapses on this account. Bidder(s) are advised to make remittance of tender fee and EMD through separate DD well in advance and verify completion of transaction in respect of tender fee and EMD. Vendors are instructed to use Upload Documents link in My menu to upload documents in document library. Multiple documents can be uploaded. Maximum size of single document for upload is 5 MB. Once documents are uploaded in the library, vendors can attach documents through Attach

Document link against the particular tender. For further assistance please follow instructions of vendor guide.

Page 5: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

6. All notices and correspondence to the bidder(s) shall be sent by email only during the process till finalization of tender by CCI. Hence the bidders are required to ensure that their corporate email I.D. provided is valid and updated at the stage of registration of vendor with MSTC (i.e. Service Provider). Bidders are also requested to ensure validity of their DSC (Digital Signature Certificate).

7 E-tender cannot be accessed after the due date and time mentioned in NIT. 8. Bidding in e-tender & Reverse auction:

a. Bidder(s) need to submit necessary EMD, Tender fees (If ANY) and Transaction fees to be

eligible to bid online in the e-tender. Tender fees and Transaction fees are non refundable. No interest will be paid on EMD. EMD of the unsuccessful bidder(s) will be refunded by CCI.

b. The process involves Electronic Bidding for submission of Techno Commercial Bid as well

as Price Bid. c. The bidder(s) who have submitted the above fees can only submit their Techno Commercial

Bids and Price Bid through internet in MSTC website www.mstcecommerce.com → e-procurement →Psu/Govt depts→CCI→ Login →My menu→ Auction Floor Manager→ live event →Selection of the live event→ → Commercial specification (common terms )----save---then Techno Commercial Bid.

d. The bidder should allow to run an application (encryption applet) by accepting the risk and

clicking on run. This exercise has to be done twice immediately after clicking on the Techno-Commercial bid. If this application is not run then the bidder will not be able to save/submit his bid.

e. After filling the Techno-Commercial Bid, bidder should click ‘save’ for recording their

Techno-Commercial bid. Once the same is done, the Price Bid link becomes active and the same has to filled up and then bidder should click on “save” to record their price bid. Then once both the Techno-Commercial bid & price bid has been saved, the bidder can click on the “Submit” button to register their bid

NOTE: - The Techno-Commercial Bid & price bid cannot be revised once the submit button has been clicked by the bidder.

a. In all cases, bidder should use their own ID and Password along with Digital Signature at

the time of submission of their bid. b. During the entire e-tender process, the bidders will remain completely anonymous to one

another and also to everybody else. c. The e-tender floor shall remain open from the pre-announced date & time and for as much

duration as mentioned above. d. All electronic bids submitted during the e-tender process shall be legally binding on the

bidder. Any bid will be considered as the valid bid offered by that bidder and acceptance of the same by the Buyer will form a binding contract between Buyer and the Bidder for execution of supply. Such successful tenderer shall be called hereafter SUPPLIER.

e. It is mandatory that all the bids are submitted with digital signature certificate otherwise the

same will not be accepted by the system. f. Buyer reserves the right to cancel or reject or accept or withdraw or extend the tender in full

or part as the case may be without assigning any reason thereof. g. No deviation of the terms and conditions of the tender document is acceptable. Submission

of bid in the e-tender floor by any bidder confirms his acceptance of terms & conditions for the tender.

Page 6: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

h. Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted should be in Indian Rupee as per UOM indicated in the e-tender floor/tender document.

09. Any order resulting from this open e-tender shall be governed by the terms and conditions mentioned therein.

10. After submitting online bid, the bidder cannot access the tender, once it has been submitted with digital signature

11. CCI has the right to cancel this e-tender or extend the due date of receipt of bid(s) without assigning any reason thereof.

12 The online tender should be submitted strictly as per the terms and conditions and procedures laid down in the website www.mstcecommerce.com/eprochome/cci of MSTC Ltd.

13. The bidders must upload all the documents required as per terms of NIT. Any other document uploaded which is not required as per the terms of the NIT shall not be considered.

14. The bid will be evaluated based on the filled-in technical & commercial formats. 15. The documents uploaded by bidder(s) will be scrutinized. In case any of the information furnished

by the bidder is found to be false during scrutiny, EMD of defaulting bidder(s) will be forfeited. Punitive action including suspension and banning of business can also be taken against defaulting bidders.

Page 7: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

CEMENT CORPORATION OF INDIA LIMITED

BOKAJAN CEMENT FACTORY – 782 490

DISTT. KARBI ANGLONG: ASSAM

PART- II: - GENERAL TERMS & CONDITIONS. 01. PRICE:

(a) Prices are to be quoted on the basis of F.O.R. destination i.e. C.C.I., Bokajan. Prices shall be

inclusive of Sales Tex. Excise Duty and other charges / levies on all brought out items including

raw materials which are going into assembly of the end product/finished goods. Any variation on

this account will in no Case be claimed by the supplier from the Corporation.

(b) Sales tax and excise duty, if any on the items ordered however shall be paid by the corporation at

the rates prevailing on the date of scheduled delivery or at the rates prevailing on the date of supply

whichever is lower.

(c) Price should include transit insurance premium also.

(d) The prices are to be quoted on firm basis and there shall be no variation of the same during the

period of contract unless specifically agreed to and provided in the contract.

(e) The price changed for the stores supplied under the contract by the supplier shall in no way exceed

the lowest price at which the supplier sells the stores of identical description to any other person

during the period contract.

(f) If at any time, during the said period the supplier reduces the sale prices of such stores of sells such

stores to any other person at a price lower than the price changeable under the contract be shall

forth with notify such reduction or sale to the corporation and the price payable under the contract

for the stores supplied after the date of coming into force, such reduction or sale shall stand

correspondingly reduced.

02. SALES TAX: -

The Central Sales Tax, if payable, will be paid at concessional rate on the cost of the furnished

goods being supplied including Excise duty thereon at the rates prevailing at the time of scheduled

delivery period subject to the supplier’s claiming the same as a separate item in their bill. The

paying authority shall furnish ‘C’ form / declaration form at the time of final settlement of the bills.

The supplier shall furnish the following certificate on the body of the body of bill claiming

aforesaid amount of Sales Tax.

“It is certified that the goods, on which sales tax has been charged, have not been exempted under

the Central Sales Tax Act. or the VAT / State Tax Act or the rules made thereunder. The amount

charged on account of sales tax on those goods are not more than what is payable under the

provisions of the relevant act. or the rules made thereunder: -

“Certified further that we (Our Branch or Agents) ……………………………………. Address

…………………………………………….. are registered as dealers in the state of

……………………………………………under local Registration No.

……………………………………………… and in the State of ………………………… under

Central Registration No.………………………………………………… for purposes of Sales Tax”.

Page 8: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

03. EXCISE DUTY: -

In case Excise duty is payable on the finished good on which are to be supplied the suppliers shall

record the following certificate on their bills.

“It is certified that the Excise Duty on the goods on which it has been charged has actually been

paid by us and is not more than that is payable under them provisions of the relevant Act or the

Rules made thereunder”. Excise duty gate pass should be enclosed along with the supplies and

photo copy of ED gate pass should enclosed along-with copy of invoice to be forwarded to Bokajan

Cement Factory, MM Department.

04. PACKING AND MARKING: -

(a) All machines and equipments shall be adequately packed to protect them against all damages,

pilferage, rust etc. during transit and from atmosphere. Packing shall adequate and suitable for

transport by rail, Road as required. Each packet shall contain order No. and date.

(b) Each consignment must relate to one purchase order only, where dispatch of material against more

than one order in a single consignment / case is warranted the material against each order should be

packed separately. Order number should be visibly marked outside all packages for easy

identification.

(c) Any loss, Damage or pilferage in transit due to fault / inadequate packing will be to the account of

the supplier.

(d) All packing and forwarding charges are to be borne by the supplier.

05. DELIVERY: -

(a) Liquidated Damages for delay in delivery shall be levied at the rate of ½ % of the contract value per

forth night or part thereof for the quantity late executed. The liquidated damages however shall be

subject to a ceiling of 5 % of the late contract value. The corporation will however not be bound to

prove that it has suffered too the extent of the liquidated damages claimed.

(b) The time and date of delivery are the essence of contract and the goodsmust be dispatched within

the time and subject to the conditions specified. Otherwise the Corporation will have the option to

cancel the whole or any part of order or purchase the material from alternative source at the risk,

responsibility and cost of the supplier.

06. FREIGHT: -

(a) Stores ordered for, must be dispatched in such a way that the total freight charges whether based on

cubic measurement or weight should be minimum keeping in view that the under load

consignments are to be avoid.

(b) The supplier shall obtain clear and un-conditional Railway receipt / parcel way bill / lorry Receipt

for the Carrier.

(c) The supplier shall have to make arrangements for the dispatch of all oversize dimensional

consignments to purchaser’s site and shall be responsible for taking permission, if necessary, from

the Railway authorities for the movement of such oversize consignments from the Station of

dispatch to destination Station. All expenses incurred in this connection shall be borne by the

supplier.

Page 9: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

07. INVOICING: -

(a) Two copies of Invoice, packing list / delivery challan alongwith Railway / Lorry Receipt / Parcel

way bill or similar other documents should be sent to the consignee. The documents as above

should be sent within 72 hours of dispatch of the consignments to avoid payment of demurrage /

wharfage charges.

(b) A telegraphic intimation giving details of RR/LR/PWB, consignment details, such as No of

packing, weights and values shall be sent to the consignee in advance.

(c) Two copies of Invoices of which one shall be original duly pre-receipt alongwith, Packing List /

Delivery Challan shall be sent to the paying Authority. In case the dispatch documents are to be

sent through bank advance copy of invoice shall be sent to the paying Authority within 72 hours of

the dispatch of the consignment.

(d) One copy of the Invoice alongwith a copy of Packing / Delivery challan shall be sent to the HOD

(MM), CCI. Ltd., Bokajan Cement Factory – 782490, Dist. Karbi Anglong: (Assam).

(e) If any extra charges including wherfage or demurrage are incurred in taking delivery of the

consignments due to supplier’s failure to observe the conditions mentioned above, the same will be

recovered from the supplier.

08. INSPECTION: -

(a) The equipment / critical items shall be inspected at the manufacturer’s works or the purchaser’s

plant site by the corporation at its discretion or its consultants representative. For this proposal, the

supplier shall inform CCI Ltd., Bokajan office 21 days in advance of the readiness of the stores for

inspection. However this inspection shall in no way absolve the supplier of this over all

responsibility of workmanship quality and performance guarantee offered by the Supplier. All

dispatch documents shall accompany inspection Certificates, if any, issued by the Inspecting

Authority.

(b) The material on receipt at the factory / project will be inspected. The supplier shall have to replace

the materials, if any, found defective at site on free of cost basis.

09. WARRANTY REGARDING QUALITY OF MATERAIL SUPPLIED: -

(a) Supplier shall guarantee that the all the equipments supplied by them whether manufactured by

them or sub-contractor or purchased from any other source and supplied to the Corporation, shall be

new and free from all defects arising due to defective material or manufacturing defects. The

equipment supplied shall be of first class workmanship with effective design.

(b) The supplier shall warranty to replace, rectify or repair free of cost at the factory site the component

or their at par of machinery proved to have become un-serviceable due to any of the above defects

within a period of 12 months from the date of use of the materials or 18 months from the date of

dispatch of the material, whichever, is earlier. In the event of the supplier’s not complying with the

above within a reasonable time the Corporation will have the option to rectify, repair or replace the

defective parts / machinery after giving 3 weeks notice to the supplier and recover the cost from the

supplier.

Page 10: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

10.0 EARNEST MONEY DEPOSITE: -

Rs. 1,50,000/- (Rupees One lakh fifty thousand) only is to furnished by Demand Draft in favour

of M/s. Cement Corporation of India Ltd., Bokajan payable at S.B.I., Bokajan (Banker’s Code

No. 2028).

10.1 All tenderers including suppliers those who registered with the Corporation DGS&D should

furnish Earnest Money Deposit or specified by way of Bank Draft or Fixed Deposit Receipt

(FDR) in favour of Cement Corporation of India Ltd., Payable at STATE BANK OF INDIA,

BOKAJAN (CODE 2028) or Bank Guarantee from any nationalized scheduled Bank for

equivalent amount as per CCI’s format. Tender received without the Earnest Money Deposit, as

specified in the tender, will be liable for rejection. Any other money held by or pending with the

Corporation against any other contract will not be adjusted/treated as EMD for this tender.

10. 2 Earnest Money will be forfeited if the rates are revised or modified upwards during the validity

period or extended period. Earnest Money will also be forfeited if the security deposit is not

furnished or work not started after acceptance of the tenderers offer by CCI.

10.3 If work is not started after acceptance of tender / offer and depositing of security deposit, the

EMD will be forfeited.

10.4 The Earnest Money Deposit will not bear any interest. EMD of the successful tenderer will be

converted in to security deposit.

10.5 The Earnest Money Deposit of successful tenderers deposited in the form of D.D, would be

adjusted towards the portion of the Security Deposit and that of others will be refunded, except in

the cases mentioned in 1.2 above.

10.6 Public Sector Undertakings (Central/State) and SSI Units registered with NSIC are exempted

from submission of Earnest Money Deposit. The SSI Units shall furnish a documentary proof to

the effect that they are registered with NSIC along with the tender document.

11. 0 SECURITY DEPOSIT: -

11.1 The amount of Security Deposit as specified in the terms and conditions of the

tender/LOI shall be deposited by successful tenderers within 15 days of acceptance of

offer i.e. issue of Rate Contract/P.O.

11.2 Failure to furnish security deposit in accordance with the conditions of the tender i.e.

within 15 days of the acceptance of offer/issue of Rate Contract/ P.O. will be considered

to be breach of contract, which would give the Corporation the right to terminate the

contract and forfeit the EMD amount for such breach of contract. The Corporation will

also be entitled to take any other course of action against the successful tender as it

may deem fit like stoppage of business dealings/debarring from tendering etc.

11.3 The security deposit may be made either by Bank Draft drawn or Bank Guarantee in

favour of Cement Corporation of India Ltd., Bokajan Branch (Code No. 2028). In the

prescribed form the given in annexure-II valid for 6 months beyond the date of

completion of contract with a further claim period of 3 months. The earnest money

deposit in the form of Bank Draft will be adjusted towards portion of security deposit, in

the case of successful bidder.

Page 11: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

11.4 If work is not started after acceptance of tenders offer, EMD/SD will be forfeited.

11.5 In the event of any approves upward revisions in the value of the contract arising on

account increase in the materials to be supplied the successful tenderer should will on

receiving intimation shall make further deposit as specified by the Corporation towards

the increased value of the contract.

11.6 The security deposit will not bear any interest. The Corporation reserves the right to adjust

security deposit towards any amount due to it from the successful tenderer and in such an event

the successful tenderer on receipt of notice from the Corporation shall make, further deposit to

restore the security deposit to the full amount.

11.7 The security Deposit shall be liable to be forfeited wholly or partically at the sole

discretion of the Corporation, should the successful tenderer either fail to complete the

jobs assigned to him/them as per agreed time schedule or to fulfill his/their contractual

obligations or settle in full his/their dues to the corporation.

11.8 The Corporation is empowered to deduct from the Security deposit or from any other

outstanding amount any sum that may be fixed by the Corporation as being the amount

of loss or losses or damages suffered by it due to delay in performance or non-

performance of any of the conditions of the tender/contract. The Corporation will

however not be bound to prove any demonstrable loss or damages suffered.

11.9 The Corporation shall have a lien over all or any money that may become due payable

to the contractor and under the contract pays and clears the corporation immediately

on demand the Corporation shall be entitled at all times to deduct the said sum due

from the contractor from money /security deposit which may have become payable to

the contractor or may become due at any future date between the Contractor and the

other unit of Corporation without prejudice and in addition to the other rights of the

Corporation to recover the amount or any claim by other remedies legally available.

11.10 Bank Guarantee as required under this contract or agreed to against any advance made by the

Corporation/contract performance/equipment performance/guarantee etc., shall be extended by

the contractor whenever so required by the corporation and without any question for covering the

period of completion & finalization of work, performance etc. Future to do so, shall entitle the

Corporation to encase the BG against it towards any dues, recoveries, LD.

12.0 MEMBER OF THE CORPORATION NOT INDIVIDUALLY LIABLE: -

No Director or official or employee of the Corporation shall in any way be personally bound or

liable for acts or obligations of the Corporation under the contract or answerable for any default

or, omission in observance against or performance of any of the acts, matters or things which are

herein contained.

13.0 CORPORATION NOT BOUND BY PERSONNAL REPRESENTATIONS: -

The contractor shall not be entitled to any increase in the rates or any other right or claim

whatsoever by reason of any representation, explanation or statement or alleged representation,

promise or assurance given or alleged to have been given by any employees of the Corporation.

Page 12: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

14.0 NON-PERFORMANCE OF CONTRACT/CANCELLATION OF CONTRACT/ RIGHT

OF THE CORPORATION: -

14.1 The Corporation reserves the right to cancel the contract if the contractor fails to carryout the jobs

assigned to him as per contract and as per instructions given by authorized representative of the

Corporation. In addition, corporation may also take any other remedial measures, in such event,

as described hereunder.

14.2 Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the

tenderers, their partners agents or servants to any officer, servant or representative of the

Corporation for obtaining or for execution of this or any other contract for receiving

payments under the contract will subject the tenderer to cancellation of this or any other contracts

and also to payment of any loss resulting from any such cancellation and the Corporation shall be

entitled to deduct the amount so payable from any moneys otherwise due to the tenderer under

the this or any other contract. Any question or disputed as to whether the tenderers have incurred

any liability under the clause shall be settled by the Corporation in such a manner and in such

evidence of information as it may deem fit and sufficient and the Corporation’s decision in this

regard shall be final and conclusive.

14.3 In case of any compelling circumstance or for any other reasons and in the opinion of the

Corporation, the contract needs to be determined and terminated at any stage during the

execution. The Corporation shall be entitled to do so, given one month’s notice in writing. In such

an eventuality, no compensation whatsoever for any arrangement made by the contractor or for

any liability incurred by him for any consequential loss will be payable by the Corporation except

the payment for work actually done at contracted rates after marking good all dues, recoveries,

L.D. if any, etc., CCI also reserves it right to suspend the contract for any compelling reasons if in

the opinion of the Corporation it is so required. In such an eventuality, the time of completion

will be extended to the extent of suspension period but no claim whatsoever for any damages,

increase in rates, role/wages/machinery etc. will be payable to the contractor.

14.4 The corporation of reserves the right to make risk purchase from the open market by tender or by

any other mode of purchase at the risk and cost of supplier in respect of such quantities that the

suppliers fails to delivery in accordance with the schedule of delivery agreed to, after given due

notice to the supplier.

15.0 SUB-LETTING OF CONTRACT: -

15.1 The contractor shall not sub-let or assign this contract or any part thereof without obtaining prior

written permission of the Corporation. In the event of the contractor subletting or assigning the

contract or any part thereof without such permission, the Corporation shall have the right to

rescind the contract and the contractor shall be liable to the Corporation for any loss or damage,

which the Corporation may sustain in consequences or arising out of such cancellation.

15.2 Even in case sub-letting is permitted by the Corporation, the party to whom sub-letting is

proposed will be subject to approval of the Corporation. However, the Corporation will not

recognize any contractual obligations with the persons or party to whom the contract has been

subject and all liabilities, damages, losses, costs, charges and expenses arising out of such sub-

letting either statutory or non-statutory shall be to the account of the contractor and the contractor

shall keep the corporation fully indemnified and harmless in this behalf. Further, notwithstanding

the sub-letting of the contract, the contractor shall be fully responsible to the contract.

Page 13: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

16.0 COMPLIANCE OF RULES & REGULATION: -

16.1 The contractor shall observe all the rules/regulations of the Central and State Govt. and the local

authorities as relating to supply of material and shall pay all taxes (road taxes, passenger, goods

tax, toll tax etc.) as levied by the authorities. If any breach of the said rules/regulations / orders is

committed by him, he shall be solely responsible for the same.

16.2. All persons employed by the contractor including drivers and cleaners of the trucks, truck

tons, machinery operators etc. shall be instructed by the contractor to observe strictly

all the safety regulations prescribed, either generally or by CCI, whilst they are in the

premises of the factory or the colony or on road and if any person commits breach of

any of the regulations, it shall be open to the corporation to disqualify the person from

entering the precincts of the factory or the colony. The contractor shall be bound to

Company with such instructions forthwith.

16.3 The contractor shall abide by the contract labour (Regulation and abolition) Act, 1970

and shall keep the corporation indemnified and harmless against costs and

consequences of his non-compliance.

16.4 If any damage is caused to any property or any injury is caused to or the death occurs

of any person in the precinct of the factory or the colony or anywhere else due to any

act of any person employed by the contractor or through any machinery or activities,

the contractor will be liable for damages/compensations in respect thereof and shall

indemnify the corporation and keep the corporation indemnified against any losses,

damages, costs, charges, expenses and all liability of whatever nature and kind which

the corporation may incur, sustain suffer or be put in consequence or by any reason of

such damages, injury or loss of life.

16.5. If any damages are caused to any of the contractor’s vehicles/ belongings/equipments /

machinery /establishment etc. or any injury is caused to or death occurs of any person

employed by him in connection with the performance of this contract, due to negligence

of any person employed by him for otherwise, the corporation shall not be liable for

damages or compensation in respect thereof under the workmen’s compensation Act or

otherwise.

16.6. The contractor will company with all statutory requirements including but not limited to

PF & ESIC etc, for the personnel employed by him.

17.0 CHANGES IN CONSTITUTION: -

17.1 Where the contractor is a partnership firm, a new partner shall not be introduced in the

firm except with the previous consent in writing of the corporation which may be

granted only upon furnishing of a written undertaking by the partner to perform the

contract and accept all liabilities incurred by the firm under the contract prior to the

date of such undertaking.

17.2 On the death or retirement of any partner of the contractor, firm before complete

execution and performance of the contract, the corporation may its option, rescind the

contract and in such case contractor shall have no claim whatsoever to comparation of

any kind, consequential loss etc. against the corporation.

17.3 Without prejudice to any of the rights or remedies under this contract, if the contractor

/ supplier is a proprietorship concern and the proprietor dies during the subsistence of

the contract, the corporation shall have the option to terminate the contract without

paying compensation of any kind, consequential loss etc. to any claimant i.e. legal heirs

and successors.

Page 14: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

18.0 FORCE MAJEURE CONDITIONS: -

18.1 If at any time during the continuance of the agreement/contract, it becomes impossible

by reasons of war, or war like operations, strikes, lock-outs riots, civil commotion,

epidemical sickness, pestilence, earthquake, fire, storm or floods, the contractor shall,

during the continuance of such contingencies not be bound to execute the contract

during this period as per agreement/contract time schedule. The work shall be resumed

immediately the contingency (ies) has/have ceased or otherwise determined and

contractor’s obligations shall continue to be in force for correspondingly extended

period after the resumption of execution. The contractor shall, however, inform the

corporation by registered post about such acts at the beginning and end of the above

caused of delay within ten days of duly certified by local chemicals of commercial

occurrence and cessation of such force majeure conditions.

18.2 In the event of delay lasting over one month of arising out of causes of force majeure,

the Corporation reserves the right to cancel the contract without any compensation,

whatsoever and/or any consequential loss etc.

18.3 Only events of force Majeure which affect the work at the time of is occurrence shall be

taken in to cognizance. The corporation shall not be liable to pay any extra costs or

increased rates due to delay(s) under force Majeure conditions. Only appropriate

extension of time will be granted.

19.0 NOTICE: -

19.1 Any notice hereunder may be served on the contractor/ supplier by registered post/mail

at his last known address. Proof of issue of any such notice at this address shall be

conclusive proof of having received the notice by the contractor.

20.0 DISPUTE UNDER THIS CONTRACT & ARBITRATION: -

20.1 In the event of any question/dispute, breach of or difference arising in respect of the

meaning and scope of terms & conditions herein or in connection with any matter under

this agreement (except for those matter which are to be decided as per provision made

in these terms & conditions), the same shall be referred to the sole arbitrator by an

officer of the CCI Ltd., New Delhi appointed by its CMD. There will be no objection if the

arbitrator is an employee of the corporation and he had at any time in discharge of his

duties as an employee of the Corporation has expressed views on all or any of the

matters in dispute or difference. In case the employee of the Corporation who has been

so appointed as Arbitrator ceases to be in the employment of corporation because of his

superannuation or otherwise in any manner, shall no longer remain as an Arbitrator

from that day and C&MD of the Corporation shall appoint another employee of the

Corporation as sole Arbitrator in his place who shall proceed in this matter from the

stage where the previous arbitrator had left the proceedings. Except where the award

is an arbitral award or agreed terms under Section 30 of the Arbitration and conciliation

Act, 1996, the Arbitrator shall give award with reasons in respect of each claim dispute

or a difference referred to him. The award of the Arbitrator shall be final and okay and

binding on the parties to this contract and persons claiming under them respectively.

20.2 Subject to aforesaid, the Arbitration and conciliation Act, 1996 and the rules made there

under and any Statutory modifications thereof for the time being in force shall apply to

the Arbitration proceedings under this clause.

20.3 The work, under the contract shall be continued uninterrupted during the pendency of

the arbitration proceedings and no payment due from one to the other parties therein

shall be withheld on account of pendency of such proceedings unless such payment

related to the matter under Arbitration.

Page 15: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

20.4 The venue of the Arbitration shall be New Delhi or such other place as the arbitral

tribunal at his discretion may determine.

21.0 JURISDICTION: -

21.1 It is hereby agreed by the parties here to that only courts at Diphu. Karbi Anglong shall

have the jurisdiction to decide or adjudicate upon any disputes, which may arise out of

or be in connection with this agreement.

22.0 LAWS GOVERNING THE CONTRACT: -

221. This contract shall be governed by the laws of Union of India in force.

23.0 WAIVER TO IMPAIR THE RIGHTS OF THE CORPORATION: -

23.1 Any delay in exercising or omission to exercise any right, power or remedy acquiring to

the Corporation upon any delay/default under this contract shall not impair any such

right, power or remedy or shall be construed to be in action / corporation in respect of

any sum default or any acquiescence by the corporation effect or impair any right,

power or remedy by corporation under this contract.

24.0 CONDITIONS GIVEN BY THE TENDERER: -

24.1 With, the acceptance of the terms & conditions describe in this tender any terms &

conditions, given by the tenderers contrary to those conditions shall be treated as

withdrawn by the tenderer(s).

24.2 In the event of negotiations, only down ward revision of rates will be allowed. Any

change in techno-commercial terms, as agreed earlier, will not be permitted at this

stage. Hence, any qualifying remarks in the price bid/revised/negotiated offer will not

be entertained.

*********0000000000000*******

Page 16: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

CEMENT CORPORATION OF INDIA LTD.

BOKAJAN CEMENT FATORY ANNEXURE “A”.

KARBI ANGLONG, ASSAM – 782490

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(To be filled, signed, stamped, scanned and uploaded)

--------------------------------------------------------------------------------------------------

Whereas M/s. ________________________________________________________ (Name &

address of the party) a company incorporated under the companies Act 1956 having its

registered office at _______________________________ (hereinafter called the Tender) wish

to participate in tender enquiry No. _________________________________the Cement

Corporation of India Ltd., Bokajan, a Company incorporated under the companies Act, 1956

having its registered office at Scope Complex, Core-V, 7, Lodi Road, New Delhi – 110 003

(hereinafter called the Corporation) for

_______________________________________________________________.

AND WHEREAS in terms of the tender conditions the tenderer is required to furnish to the

corporation a Bank Guarantee for sum of Rs._______________________ Rupees

_________________________ ______________________________________ (in words) as

Earnest Money Deposit against the Tenderer’s offer aforesaid.

AND WHEREAS we ____________________________________________________________

(name & address of the Bank) have at the request of the Tenderer agreed to give to the

CORPORATION this guarantee as hereinafter contained.

We _____________________________________________________ (name of the Bank)

hereby undertake and guarantee to pay immediately to the CORPORATION on demand in

writing by the Corporation the amount of Rs._________________

(Rupees_______________________________________ (in words), without any reservation and

recourse, if the Tenderer shall for any reason backout whether expressly or impliedly, from

their said tender during the period of its validity of any extension thereof or the Tenderer fails

to execute the order/work awarded to them by the CORPORATION against the said tender.

We ________________________________________________ (name of the Bank) further

agree that our liability to pay the aforesaid amount is not dependent or conditional on the

COPRORATION proceeding against the Tenderer and we shall be liable to pay the amount,

without any demure merely on a claim raised by the CORPORATION.

Page 17: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

The guarantee herein contained shall not be determined or affected by the liquidation or

winding up, dissolution or change of constitution or insolvency of the said TENDERER, but shall

in all respects and for all purchase be binding and operative until payment of all moneys due to

CORPORATION in respect of such liability or liabilities are paid.

NOTWITHSTANDING anything to the contrary in aforesaid paragraphs, our

_________________________ (in words), our guarantee shall remain in force till

_______________(date). Unless a suit or action enforce a aforesaid date viz.,

___________________________________, we shall be relieved and discharged from all liability

thereunder.

We ________________________________________ (name of the Bank) lastly undertake not to

revoke this guarantee during its currency except with the previous consent of the

CORPORATION in writing.

For ___________________________

Place:

Date:

Page 18: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

CEMENT CORPORATION OF INDIA LIMITED

BOKAJAN CEMENT FACTORY

DIST. KARBI ANGLONG: ASSAM –782 490 (To be filled, signed, stamped, scanned and uploaded)

Annexure “B” (To be filled, signed, stamped, scanned and uploaded)

I/We declare that the following officer/ officers of the corporation is/are related

to me/us/no officer/ officers of the corporation is / are related to me us.

Sl.No. Name of the officer/ officers. Post held Place of Posting.

Place SIGNATURE OF TENDER

Date: Name:

Address with Seal:

Page 19: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

CEMENT CORPORATION OF INDIA LIMITED

BOKAJAN CEMENT FACTORY

DIST. KARBI ANGLONG: ASSAM –782 490 (To be filled, signed, stamped, scanned and uploaded)

Annexure “C” (To be filled, signed, stamped, scanned and uploaded)

UNEXECUTED/PAST/PRESENT CONTRACTS / JOBS IN HAND.

Sl.No. Name of Client. Nature of Tonnage Approx value of Date of Stipulated

date

Contract (Rs. In lakhs) of completion.

------- -------------------- ------------------------ ------------------- -------------

Note: Please attach photocopies of Contracts.

SIGNATURE OF TENDERER.

Please: Name:

Date: Full Address with Seal.

Page 20: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

ANNEXURE – “D”

FORMAT FOR ADDL. INFORMATION TO BE FURNISHED BY THE TENDERER

(REFER PART – III – SPECIAL TERMS & CONDITIONS)

(To be filled, signed, stamped, scanned and uploaded)

----------------------------------------------------------------------

1. Name of the firm :

2. Complete Postal address/Gram/Fax/Phone etc. :

a) Head Office/Corporate Office :

b) Factory. :

c) Other branches (incl. Delhi Office, if any.) :

3. Whether Public Sector/Private Sector/ :

Joint Sector etc.

4. Type of Organization : Proprietor/Partnership/Limited Any other

type.

A. In case of proprietorship/Partnership

-------------------------------------------

i) Name of the Proprietors/Partners :

ii) Whether business/Partnership is :

registered.

iii) Date of Commencement of business. :

iv) Status of Income-Tax Return / :

Pan Card (Please attach copy of valid

Income Tax return / pan card certificate).

v) Name & Address of the Bankers :

(Please attach reference letter from

your banker).

B. In case of Limited liability Company or :

Company Limited by guarantees

--------------------------------------

i) Amount of paid up capital :

ii) Name of Directors :

iii) Date of Registration of Company :

iv) Copies of last three years audited :

balance sheets of company (including

Profit & Loss statement) to be enclosed.

v) Name & Address of the Bankers :

(Please attach reference letter from your

Banker)

5. Present Orders on hand (details to be :

furnished as per Annexure ‘C’) (Photocopies or

Orders/contracts to be attached).

Page 21: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

6. Details of Foreign collection, if any (Please :

attach photocopies of collaboration agreement

if it is there).

7. FINANCIAL:

---------------

a) Investment of fixed assets of building, fitting :

Fixtures.

b) Investment on plant & machinery tools and :

dies etc.

8. Are you on the approved list with any of the :

following for transportation work.

- Any Public Sector Undertakings :

- Cement Plants :

- Other reputed agency (enclose photocopies of :

Registration Certificates).

9. LIST OF ENCLOSURES ATTACHED BY TENDERERS TO BE INDICATED

------------------------------------------------------------------------------------------------------

Enclosed Not Enclosed

----------- --------------

a) Latest Income-Tax Return Certificate/ ---------------------- -----------------------

PAN Card.

b) Partnership Deed, if applicable ---------------------- ------------------------

c) Copies of last three years audited Balance ---------------------- ----------------------

Sheets.

d) Photocopies of Performance Reports from --------------------- ------------------------

the customers.

e) Details of present orders in hand --------------------- ------------------------

(as per Annexure).

f) Photocopies of foreign collaboration, --------------------- ------------------------

if applicable.

g) Reference from the Bankers indicating --------------------- ------------------------

Financial status of the Company

h) Copy of service tax Registration Certificate --------------------- -----------------------

It is hereby solemnly declared that the above information and the data furnished in the

enclosed annexure is true to the best of our knowledge.

Signature of Tenderer

Name of the Signatory

Destination

Place :

Date :

Seal of the Company.

Page 22: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

CEMENT CORPORATION OF INDIA LIMITED

CIN – U74899DL1965PLC004322

BOKAJAN CEMENT FACTORY

(An ISO 9001: 2008 certified company)

P.O. BOKAJAN CEMENT FACTORY– 782 490

Dist - Karbi Anglong (ASSAM)

Tel.03675-246106/ 246006 Fax: 03675- 246107

P A R T – III -- SPECIAL TERMS AND CONDITIONS

FOR SUPPLY , INSALLATION AND COMMISSIONING OF

ONLINE CONTINOUS STACK MONITORING AND AMBIENT

AIR QUALITY MONTORING SYSTEM

This tender contains Part-I Instruction to Tenderers, Part-II General terms &

Conditions, Part-III Special terms & conditions, Part-IV Technical specifications and

Price bid. All these documents are to be submitted duly signed and stamped by

the tenderers.

In addition to the General Terms and conditions of the tender Part- I & II the

following Special terms and conditions also apply to the contract for the supply of

above category of material. These special terms and conditions if contradictory

to any of the conditions given in Part-I and II shall prevail upon the conditions

given therein: -

1) In the event of the tender documents were down loaded from web site, the tenderer

should submit their tender with cost of tender document in the form of Demand Draft

for Rs.500/- drawn in favour of Cement Corporation of India Ltd., Bokajan payable at

State Bank of India, Bokajan branch (code No.002028). The cost of tender document

should be kept in separate sealed cover duly superscribed as “COST OF TENDER

FORM”.

INTRODUCTION:

1.0. M/s Cement Corporation of India Ltd. Bokajan is a 600 TPD Cement Plant at

Bokajan,District – Karbi Anglong , Assam. Bokajan is well connected by Rail and Road

and is approximately 250 KM from state capital, Guwahati and Bokajan is located at a

distance of 15 KMs from the Dimapur, the main city of Nagaland State.

1.1 Offers are invited from reputed firms who are only authorized by PCB, Assam and

CPCB and well versed in supplying, erection and commissioning of online continuous

stack monitoring and ambient air quality monitoring systems.

Page 23: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

1.2 The firm willing to quote for the work should visit the site to study the requirement

thoroughly and study the available drawings, discuss the quantum of scope, deviation,

exclusions if any etc. with plant technical personnel before quoting the offer for the

work.

:1:

2.0. SCOPE OF WORK:

As per enclosed TECHNICAL SPECIFICATIONS as Part - IV.

3.0. EARNEST MONEY DEPOSIT (EMD):

The party should submit EMD for 1,50,000.00 for the work along with tender, which

will be returned to the unsuccessful Tenderer within a month’s time and after completion

of the contract in case contract is awarded.

4.0. BANK GUARANTEE:

The Bank Guarantee as mentioned under different heads EMD, SD, PG is to be submitted

as per CCI’s formats from any nationalized banks only.

4.1. SECURITY DEPOSIT:

Successful tenderer has to submit 5% value of order towards Security deposit for

satisfactory execution of the order.

4.2. PERFORMANCE BG:

The Performance Bank Guarantee shall be for a period of 24 months from the date of

successful commissioning of the system.

5.0. PRICES:

The rate should be quoted in prescribed price bid format as per Annexure –I enclosed.

The tender shall be decided considering over all cost quoted by the parties/bidders in the

Price Bid to procure from one source only.

a) The prices shall be firm during the contract period /extended period and there shall be

no escalation whatsoever be the reason.

b) If the dispatches are made within the scheduled time, prices as per the

contract will be payable. However, if the dispatches are delayed, the Corporation will

have the option to levy liquidated damages as per Clause No.15.0. In case if the

party fails to supply, the Corporation can make purchases from alternative source at the

risk and cost of supplier. The difference in rate, if any, shall be adjustable from any dues

payable to party including Security deposit / EMD etc.

:2:

Page 24: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

6.0 SALES TAX:

The Central or State Sales Tax, if applicable will be paid at concessional rate on the cost of

the finished goods being supplied including Excise duty thereon at the rates prevailing at the

time of scheduled delivery period subject to the suppliers claiming the same as a separate

item in their bill. The paying authority shall furnish ‘C’ form, declaration form at the time

of final settlement of the bills.

The supplier shall furnish the following certificate on the body of the bill claiming aforesaid

amount of sales tax.

It is certified that the goods, on which Sales tax has been charged, have not been charged,

have not been exempted under the Central Sales Tax Act or the State Sales Tax Act or the

rules made there under. The amount charged on account of Sales Tax on those goods are

not more than what is payable under the provisions of the relevant act or the rules made

there under’.

“Certified further that we (our Branch or

Agents)____________________________________________________________

address________________________________________ re registered as dealers in the State of

____________________________________ under local registration No.___________________

and in the State of _________________________ under Central Registration No.

____________________________ for purposes of Sales Tax.

7.0 EXCISE DUTY:

In case Excise Duty is payable on the finished goods which are to be supplied, the supplier

shall record the following certificate on their bills.

‘It is certified that the Excise Duty on the goods on which it has been charged, has actually

been paid by us and is not more than that is payable under the provisions of the relevant

Act or the Rules made there under. Excise Duty gate pass should be enclosed along with

the supplies and photocopy of E.D. gate pass should be enclosed along with the copy of

invoice.

Relevant documents are to be furnished by the contractor to CCI on time for availing

MODVAT benefit whenever applicable. Regarding Excise duty, Transporter’s copy of

Invoice (duplicate copy) should be furnished along with the supply to enable CCI to claim

MODVAT benefit. With regards to VAT, Tax invoice should be furnished in duplicate to

avail input tax credit.

8.0 PACKING & MARKING:

All machinery, equipments, hardware items and materials prone to deterioration shall

be adequately packed to protect them against all damages, pilferage, rust etc., during

transit and from atmosphere. Packing shall be adequate and suitable for transport by

rail/road as required. Each package shall contain order No. and date and name of

consignee.

a) Each consignment must relate to one purchase/work order only. Where dispatch of material against more than one order in a single consignment/case is warranted, the material against each order should be packed separately. Order number should be visibly marked outside all packages for easy identification.

Page 25: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

:3:

b) Any loss, damage or pilferage in transit due to fault / inadequate packing or on any other account will be to the account of the supplier.

c) All packing and forwarding charges are to be borne by the tenderer.

9.0 FREIGHT:

a) Stores, ordered for, must be dispatched in such a way that the total freight charges

whether based on cubic measurement or weight should be minimum keeping in

view that the under load consignment are to be avoided.

b) The supplier shall obtain clear and unconditional Railway Receipt / Parcel

Way bill / Lorry Receipt from the carrier.

c) The supplier shall have to make arrangements for the dispatch of all oversize

dimensional consignments to purchaser’s site and shall be responsible for taking

permission, if necessary, from the concerned authorities for the movement of such

oversize consignments from the Station of Dispatch to Destination Station.All

expenses incurred in this connection shall be borne by the supplier.

10.0 INVOICING:

a) Two copies of invoice (One of which should be in original), packing list / delivery

challan along with Railway Receipt / Lorry Receipt / Parcel waybill / Inspection

Certificate issued by the inspecting authority or similar other documents as above

should be sent to the consignee. The documents as above should be sent within

72 hours from the dispatch of the consignments to avoid payment of demurrage /

wharf age. Any demurrage / wharf age paid by the Corporation due to non / late

receipt of documents will be to the amount of supplier. (Duplicate copy of

Invoice is to be furnished for availing MODVAT on E.D. if applicable).

b) An e-mail / FAX intimation giving details of RR / Lorry Receipt / Parcel Way

Bill, Consignment details, such as no. of packages, weights and values shall be

sent to the consignee in advances.

c) Two copies of invoices of which one shall be original duly pre-receipted, along

with packing list, delivery challan, Inspection Certificate Issued by the Inspection

Authority shall be sent to the paying authority. In case the dispatch documents

are be sent through Bank, advance copy of the Invoice shall be sent to the paying

authority within 72 hours of the dispatch of the consignments.

d) One copy of the invoice along with a copy of packing list / delivery challan shall

be sent to the Officer who has placed the order.

e) If any extra charges including wharf age or demurrage are incurred in taking

delivery of the consignment to due supplier’s failure to observe the conditions

mentioned above same will be recovered from the supplier.

Page 26: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

:

11.0 PAYMENT TERMS:

11.1 Payment up to 40% of the total value of the contract on receipt of material at site.

11.2 50% payment on completion of erection and commissioning work by the executing agency and load trial of the equipment on submission of SD as per clause No.2.0. of Part-II.

11.3 Balance 10% payment on submitting BG at Nationalized Bank towards PG for a period

of 2 (two) years.

11.4 Tax as per IT Act will be recovered as per IT Act, Service Tax, if any will be reimbursed

after submission of proof of payment only.

12.0. GUARANTEE:

I) The tenderer shall warranty to replace, rectify or repair free of cost at the factory

site, the component or part of item proved to have become unserviceable due to

any of the defects within a period of 12 months from the date of installation or

18 months from the date of supply whichever is earlier.

ii) Hardware:

12 months from date of commissioning for manufacturing defects under normal

use and service. The warranty shall not apply to any product or parts, which have

been damaged on account of improper installation, improper connections, misuse,

negligence, accident or abnormal conditions of operation. Any attempt to tamper

with the product as evidenced by disruption of warranty sticker and / or

unauthorized repair / modification of the product shall render this warranty null

and void.

iii) Software:

The Supplier shall warrant its licensed version of the online continuous stack

monitoring software and ambient air quality monitoring system software for a

period of 12 months from the date of commissioning against software malfunction

provided the standalone, dedicated customer supplied PC is installed and

commissioned as per manufacturer’s specifications and installed software is not

tampered with.

13.0. GENERAL:

The Party shall start the work on receipt of intimation from CCI and duration of work

will start from that date. The party shall bring and maintain adequate gang of workmen

having experience in handling this type of job of different categories like Engineers,

Supervisors, Fabrication fitters, welders, khalasis, Electricians, Instrument mechanics etc.

to carry the jobs entrusted to them. As the need be the party shall engage their manpower

round the clock also to ensure timely completion of jobs along with schedule of

completion.

Page 27: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

:5:

13.1. The contractor shall have to be present himself at site or experienced Site

Supervisor/Engineer during the entire course of work who will be responsible for the

whole job.

13.2 Location suitable for the site office and storeroom shall be shown by CCI. Party shall make arrangement for construction of the suitable rooms.

13.3 All consumables viz. aggregates, sand Indl.Gas, Welding Electrodes, Water, Electrical

energy, Cement, Structural steel etc and equipment to be erected, as per job requirement

will be provided by CCI. The Tenderer must maintain the record of material consumed

and for its accountability of materials issued / provided to them.

13.4 All tools and tackles like spanners, chain pulley blocks, hydra lift, slings, welding

accessories, gas cutting accessories, welding machines, welding leads, electrical

connections wire, cutting hose pipes, jacks, hand lamps, drilling machinery any other

special tools etc required for the work shall have to be arranged by the contractor on his

own. In addition to the above, if the contractor needs any other tools from CCI subject to

availability, it will be provided on chargeable basis.

13.5 In case of any damage takes place, the contractor shall bear necessary charges for its repair / replacement as the case may be. Also, the contractor shall make his own arrangement for safe custody / security of his materials. CCI will not take responsibility for any theft / loss of contractor’s material.

13.6 The contractor has to make his own arrangement required for material handling equipments like Fork lift, pay loader, truck and crane as per job requirement. In case if the contractor is provided within Forklift, Pay loader, Truck, Crane etc by CCI, necessary charges as stipulated shall be deducted from contractor bills.

13.7 Quality of work should be of good Engineering standards and contractor shall ensure the same while works are carried out.

13.8 Necessary staging / scaffolding for attending the jobs shall be done by the Contractor at his cost.

13.9 All the scrap generated at site / work spot shall be shifted to the scrap yard or to any location inside the factory as per CCI officials’ instructions, by the contractor on his own.

13.10 Accommodation for contractor’s site in charge / Engineer will be provided by CCI in township, on chargeable basis subject to availability. Accommodation for contractor’s labours shall have to be arranged by the contractor at his own cost.

13.11 Site cleaning jobs before handing over the site shall be in the scope of CCI, however,

cleaning after completion of job shall be in the scope of contractor.

13.12 All the contractor’s workmen must be disciplined and observe the rules and regulation for entering / exit to the site.

:6:

Page 28: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

13.13 While working the Contractor shall provide and take care of the Safety measures as per stipulations of Factory’s Acts and Rules without any exception. In case of accident of contractor’s workmen, CCI shall not be liable to pay any compensation on this account. In case of emergency, the contractor’s workmen will be allowed OP treatment or First aid treatment free of cost as available at our Hospital.

13.14 Service Tax applicable shall be reimbursed by CCI to the contractor on production of documentary evidence. However, contractor shall furnish his PAN number and Service Tax registration number to CCI.

13.15 The complete tender shall be decided on overall cost on L1 basis considering total items from a single party / source.

14.0. DURATION OF CONTRACT:

Three (03) months. The work should be completed in all respect within the period of

duration of contract i.e. 03 months.

15.0. LIQUIDATED DAMAGE:

Liquidated damaged for delay in delivery/completion of work shall be levied @ ½ % per

fortnight or part thereof for the late delivery/completion of work against time mentioned,

subject to a maximum of 5% of the value of the order. The Corporation will, however,

not bound to prove that is has suffered to be extent of the liquidated damages claimed.

16.0 QUANTITY VARIATION:

Total quantities shown are tentative only, in case of Cables it may vary to an extend of +/- 20%. For other items the tenderer must work out their requirement and submit their offer accordingly. However CCI reserves the right to alter the quantity of all items mentioned in the Price Bid as per the requirement.

:7:

------- 0 O 0 --------

Page 29: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

PART –IV

TECHNICAL SPECIFICATION

FOR

SUPPLY,INSTALLATION AND COMMISSIONING

OF CONTINOUS ONLINE STACK MONITORING

AND AMBIENT AIR QUALITY MONITORING

SYSTEM

AT

BOKAJAN CEMENT FACTORY

CEMENT CORPORATION OF INDIA LTD

Page 30: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

1. OBJECTIVE:

The online continuous stack monitoring and ambient air quality monitoring systems shall

provide continuous stack monitoring of 03 (three) stacks namely Raw Mill, Cement Mill

& Kiln and ambient air quality of the nearby vicinity having its display at our factory

gate.

Key features of online continuous stack monitoring and ambient air quality monitoring systems shall include real-time monitoring of stack and ambient air quality and transmitting the data to PCB Assam and CPCB Shillong.

2. SCOPE OF WORK:

The scope of work includes --

2.1 Design and Engineering of the complete online continuous stack monitoring and ambient air quality monitoring systems.

2.2. Supply of online dust monitor for stack by triboelectric technique particulate emission

monitor to be fixed at Kiln stack , Cement mill stack , Raw mill stack , Data acquisition system , All in one Desktop for on-line data transmission to PCB, Assam & Central Pollution Control Board Shillong websites.

2.3. Supply of meters, network hardware’s & software signal cables, control cables and power

cables etc. required for the system. 2.4. Supply of air purging system suitable for 300° c for above stack monitor. 2.5. Supply of supporting items for mounting the instruments and protecting the same from heat,

dust and rain at stack. 2.6. Supply of all the related accessory needed for installation and commissioning of the system. 2.7. Supply, testing, erection and commissioning of on line stack monitoring system with

RSPM/SPM/Dust/Opacity monitor at Kiln stack, Raw mill stack and Cement mill stack, Data acquisition system, PC for on-line data transmission to State &Central pollution control boards as per regulatory guidelines.

2.8. Supply of control room hardware (Servers/PC, Printers ,UPS,etc.) along with necessary

software (Windows 8.1Professional or latest version, Microsoft Office2013 or latest version, latest version of McAfee/Norton/kaspersky Anti Virus . etc).

2.9. Laying of control, communication & power cables to the instruments. 2.10. Installation of PC, UPS, wiring the UPS supply to PC, data converters, data loggers,

meters and auxiliary supplies of instruments etc. 2.11. Installation & commissioning of the complete project. Supervision of the online continuous

stack monitoring and ambient air quality monitoring systems related hardware Components, RS 235/422/485 network, instruments and control cabling during installation and commissioning.

Page 31: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

2.12. Any kind of civil works involved during installation.

3. ASSUMPTIONS & CONSIDERATION:

The three stack monitoring systems are required to be installed each on the stacks of Raw mill ESP, Cement mill ESP & Kiln ESP for monitoring particulate matter SO2 & NO2 as per CPCB guideline. Norm for Particulate matter w.e.f June, 2015 will be > 30 mg/Nm3 on each stack. However SO2 & NO2 are only required for stacks attached to Kiln ESP as per notification GSR 612(E). Ambient air quality monitoring station:

One station for measurement of sulphur dioxide, nitrogen dioxide, particulate matter PM10 & particulate matter PM2.5.The national ambient air quality standard for stated pollutant are given as under ;

Sl. No. Pollutant Time weighted average

Limit of concentration in ambient air

1 Sulphur dioxide (SO2) µg/m3 Annual 24 hours

50 80

2 Nitrogen dioxide (NO2) ) µg/m3 Annual 24 hours

40 80

3 PM10

Annual 24 hours

60 100

4 PM2.5 Annual 24 hours

40 60

4. CONTINUOUS ONLINE STACK MONITORING AND AMBIENT AIR QUALITY

MONITORING SYSTEM:

4.1 Continuous online stack monitoring system requirement as per tender specification covers

the measurement of all required particulate matters as regulatory guidelines. 4.2 Ambient air quality monitoring system requirements as per the tender-specifications, the

system covers the measurement and Display the results of NO2, SO2, PM2.5, PM10 and others pollutants concentration on specified display board location in CCI, Bokajan’s premises.

4.3 The system shall also transmit online data to PCB, Assam and CPCB, Shillong websites as

per guideline notified by the above said agency. 5. TECHNICAL SPECIFICATIONS:

All the monitoring instruments should be approved by CPCB, USEPA and meet the

complete specification of the national ambient air quality standard.

Page 32: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

a. ON-LINE SPM/DUST/OPACITY MONITOR SYSTEM

1. Dust Density : 0-10mg /m3 to 0-10000 mg/m3

2. Path length : 2.0 Meter Approx

3. Technique : Double Pass Transmissiometry/triboelectric technique

4. Range : 0-100%

5. Calibration : Automatic ZERO and UPSCALE.

6. Display : LED Local & Remote Display (With Isolated Signal)

7. Operating Temp : -20 Deg To 55 Deg C

8. Max.Flue Gas Temp : 400 Deg C

9. Data Acquisition System : Data Acquisition System for connecting the Opacity Instrument, for On Line Transmitting Data to Pollution Control Board, Server & suitable PC for above. Mounting Stub Pipes with Flanges for Mounting On Stack.

10. Outputs: Isolated 4 - 20 mA Configurable as Opacity meter, Relay output for system.

11. Signal Cable : Specification As Required In System.- approx.2000 meters

12. Power Supply : 230V, AC, 50 Hz.

13. Accessories : Fail Safe Shutter, Blower, Adapter Flanges, Remote Control Unit, Additional Output And Other Accessories For installation If Any.

14. Enclosure : Field Mounting .

15. Warranty : Three Years from the commissioning of the system.

16. Installation & Commissioning: Supplier’s scope immediately after receipt of material and Free Visit for Servicing On Six Monthly basis.

NOTE: - i) System should be independent by itself as we do not have PLC, SCADA, and PC UPS etc. at our factory.. ii) Successful party shall ensure that on-line data should be transmitted to SPCB as well CPCB during warranty period of three years. iii) Detailed Catalogue of Opacity Meter, Data Acquisition System, all in one Computer and Signal Cable should be submitted along with the offer.

Page 33: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

b. CONTINUOUS AMBIENT AIR QUALITY SYSTEM

The parameters are to be measured and monitored as per the guide lines of CPCB

1. SO2 2. NO,NO2,NOx 3. CO 4. PM10 5. PM2.5

Suspended particulate matter in µ gm/m3(microgram/cubic metre) Range: 0-10,000 µgm/m3(microgram/cubic metre)

Resolution : + 1 µgm /m3 (instantaneous) each Respirable particulate in µgm/m3 (microgram/cubic metre) Range: 0-10,000 µgm /m3 each (microgram/M3) Resolution : + 1 µgm /m3 (instantaneous) each. SO2 Range: 0-10,000 µ gm/m3 (microgram/cubic metre) PPM (CALCULATED) Resolution : + 1 µgm /m3 (instantaneous) each. NOX Range: 0-10,000 µ gm/m3 (microgram/cubic metre)PPM (CALCULATED) Resolution : + 1 µgm/m3 (instantaneous) each. Analog output required:

1) 4-20 mA for each component 2) RS-232/Ethernet/RS 485 communication required PC data. CALIBRATOR for calibration of SO2, NOx, CO. to achieve Linearity. All offered analyzers are to be USEPA approved/ CBCB approved.

Zero Air Unit: This is required to generate the zero air, which will be used for zero point calibration and for mixing with gas Cylinder gas to generate different span points using Calibration as explained above. Sample Handling System: This is required to take the sample from the ambient and will consist of all the components to filter the air and remove the moisture before the sample enters in to the analyzers. All the analyzers and sampling system should be maintained in proper Rack. Data Logger: This is required to collect and process all the data’s from analyzers and is to be transmitted to display board for displaying the same. UPS: UPS is to be provided to protect the instrument for any sudden power surge or loss of power wherever system requires.

Page 34: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

Central Data Logging System: This is required to collects the data from various Continuous AAQMS stations through selected communication medium.

Data Connectivity: Central stations have to receive data from local AAQMS stations. Communication of data from AAQMS to Central Station and from Central station to display unit can be via GSM or RF communication. For transfer of data to APPCB, CCI will provide broadband internet connection with fixed/static IP address at Central Station. Power Supply: 220 V, 50HZ supply each The whole system should be Completed with sampling handling System, probe cooler , condensate monitor, Flow Monitor, Analyser, Cabinet, Calibration gas cylinder for O and Span, pressure regulator, tubing analog to communication converter etc and any other accessories if needed. Software is to be provided with: Data Management, analysis and reporting. Latest Microsoft Windows operating system. 32/64-bit application. Inter-comparison of data between monitoring stations. Comparison of data of various parameters for the same monitoring station. Integrates charts, tables and graphics. Provision for data backups facilities. Provision for calculation of Arithmetic mean values, average 1/2 hr, 1 hr, 2 hrs, 3 hrs, 4 hrs, 8 hrs.12 hrs.24 hrs, weekly, monthly and yearly for report generation. Calculation of pollution load and Wind Roses. Reports of daily, weekly, annual and user defined period. All analyzer will be connected through RS232/RS485. Serial port calibration windows for analyzer calibrations from computer. Main windows for real time display of all major parameters with status of all analysers and sensors. Control panel window for control of each analyzer. Alarm window for alarm of all analyser and sensors. Real time and multi curves / graphs for all parameters. Historic multi curves / graphs over user selectable time period. Real time status & diagnostics for maintenance people. Programmable down loading of data. Scope of Comprehensive Annual Maintenance Contract (Service Visits Only) Engineer shall visit quarterly for three days each for preventive / routine maintenance of the system every year and carry out following activities. 1.Preventive Maintenance & Service

Page 35: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

2.Calibration of the Analyzers 3.Checking of System Integration Data transmission from the stack monitoring station and ambient monitoring station to display board: Bidder to note the followings for communication between Stack monitoring and ambient monitoring station and offered display board. • The ground distance between the ambient air quality monitoring station and Display board location shall be approximately 1500 meters. No existing CCI communication network (like LAN etc.) is available near the ambient air quality monitoring station. • Communication technique: For communication between the existing ambient station analyzers and offered display board system, vendor may adopt any of the following techniques: 1.) Developing and installation of communication software in the data logger PC of ambient monitoring station for accessing the online analyser data from its data base and to display (push/pull) the online data on the proposed display board communicating via TCP/IP protocol.

2.) Any other suitable techniques felt by bidder.

• Communication media: For transmitting the real time data vendor

may adopt any of the following communication medias:

1.) Using FO cables (armoured) or copper cables (shielded and overall armoured) with amplifiers/converters/ splitter/repeater etc.

2.) Wireless system (licensed free frequency) with transmitter/ receiver/ driver etc. of reputed vendors.

Required functionalities and features for Display board: The offered Display board along

with PC based data acquisition system shall have the following features and functionalities (at

least).

Display Board Specifications :

1. Item : LED Based Display board.

2. Purpose : Real time values, as well as fixed Character display of various Effluents, Air

quality and emission Parameters.

3. Mounting Location : Out door

4. Protection Class : IP 54(Minimum)

5. Display criteria : Display shall be such that it can be clearly visible in day and night

environment from a minimum distance of 200 feet with a minimum viewing angle of

Vertical:120Deg and Horizontal: 120DegC.

6. Display board size (Approximate) : approximately 4 ft (Height) & 6 ft (Width)

7. Choice of display type : High Intensity LED Display

8. LED digits : 10mm Diameter (Approx.) LED 7 segment digits, with discreet LEDs.

9. Display board lay out : layout drawing should be submitted by tenderer during

commissioning and it will be approved by CCIL.

10. Back ground colour : BLACK/NAVY BLUE

11. Inline text colour /type : White /Text shall be made of Vinyl Stickers so that same can be

Page 36: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

removed easily, if required.

12. Inline text size : In proportionate to the LED Digit/character size to give a good aesthetic

view and shall be viewed clearly from a distance of 200ft.

13. Power supply : 230V AC, 50Hz. Vendor to note that CCIL will provide single point non

UPS power connection. Power distribution to the items supplied by the vendor shall be

in their’s scope.Vendor shall provide necessary power distribution system with Isolation

switches for the power supply.

14. The design of the display board shall be such that all associated components, electronic

parts and display segments shall be of modular in nature so that in case failure of one

part/parts, the display board keeps on working and the defective part/parts can be

removed easily for repair/replacement without affecting the functioning of the display

board.

15. All setting and configurations for parameter display and sequence operation of various

display parameters as per CCI’s requirement shall be done through a PC based data

acquisition system with necessary software and hardware installed.

Configuration/settings of parameters of the display board via other means are not

acceptable.

16. Vendor to note that the data acquisition system associated with the display board shall

be placed in the location which shall be decide by CCIL later on .

17. Vendor to supply any other accessories, if required, to completing the

installation and functioning of the display board in all respects.Vendor to note that while

commissioning the inline text of the display board may change subject to requirement

of CCI,Bokajan and hence vendor to bring sufficient stickers of letters (both

case)/digits/symbols to accommodate those changes.

Computer specifactions for COSMS and AAQMS.

All in one desktop PC should be having following configuration,

Make: Acer/HP/Dell/Lenovo.

Processor : 4th Generation Intel® Core™ I7 Processor/Latest,

Memory : 4 GB RAM Memory/latest

Display : 23 inch LED Display

Hard Drive : 1TB Hard Drive

Optical Drive : Tray load DVD Drive (Reads and Writes to DVD/CD)

Wireless Keyboard & Mouse

Wireless Connectivity For LAN And Internet And Bluetooth Connectivity

Port : (5) USB 2.0 Port , RJ-45 10/100/1000 Gigabit, Audio Line Out, HDMI In (1), HDMI Out(1),

Operating System : Windows 8.1 Single Language 64 Bit

Microsoft(R) Office With Latest Version.

Anti Virus Software With Latest Version.

All in one computer should be provided with UPS and battery

Page 37: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

Online UPS Specifications :

Capacity: 1000VA ,Input: 230VAC,50 Hz,Output: 230VAC,50Hz,

Battery specification: pair of 12VDC, 150Ah.

Detail Engineering: As part of detail engineering the following shall be carried out: • Field side lay out drawing. • Complete cable schedule. • Complete system configuration details. • Complete wiring diagram. • Dimensional details of the offered / supplied items. • System configuration. • Dimensional details of the mounting arrangement of the offered/ supplied items.

Others terms & Conditions: -

1. Erection installation & commissioning of system in the scope of supplier. 2. Study of our system and design engineering for analyzer system should be in the scope of

supplier. 3. If any compressed air is required for the system supply of compressor and other

accessories like tubing, cooler etc should be in the scope of supplier. 4. Calibration gases should be supplied in 10 Ltrs. Cylinder with dual stage pressure

regulator. 5. P.C. based data acquisition system or data logger with regulatory software for online data

transmission with pollution control board will be supplied by the supplier which includes Complete all in one computer, computer Software, Data Connectivity software, Communication cable etc (CCIL will provide only internet connection).

6. UPS: - wherever system requires the same is to be provided by the supplier. 7. Party has to submit offer along with details, structural diagram, instrument manuals, bill

of material. as a guidelines sample BOM given in Annexures –G and H. 8. Any items or software or hardware required to complete the system shall be in the scope

of supplier. Accessories (Mandatory): The following minimum items to be installed/supplied along with the PC. • License Copy of the Data Acquisition Software. • License Copy of operating system of all in one desktop. • License Copy of Microsoft Office (Upgraded version) Software. • License Copy of CD/DVD read/write software. • License Copy of latest Anti Virus Software. • All the power & Communication Cables, power distribution board for the PC. • Any other software, hardware, drivers required to complete the data acquisition system suitable for the application.

• UPS suitable for the offered PC having at least 90 min power backup facility.

•LaserJet Printer: Operating Voltage: 230V AC, 50Hz

Page 38: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

Make: hp/Canon/Epson/samsung Accessories: Printer Power & Signal cable, Driver Software.

• Furniture for Data Acquisition system PC: Computer Table (Make: Godrej); Qty: 01 No Chair (Make: Godrej); Qty: 02 Nos.

-------- 0 O 0 --------

ANNEXURE – G

SAMPLE FORMAT FOR BILL OF MATERIAL for AAQMS

Sl No Item Description Qty

01. Details specification of NO-NO2-NOX Analyser – including Model / type & Make.

01 No.

02. Details specification of SO2 Analyzer- including Model / type& Make. 01 No. 03. Details specification of CO Analyzer - including Model /type & Make. 01 No.

04. Details specification of SPM Analyzer PM10 Measurement – including Model & Make.

01 No.

05. Details specification of RSPM Analyzer PM2.5 Measurement – including Model & Make.

01 No.

06. Details specification for Calibration - including Model & Make. 01 No. 07. Zero Air Unit- 01 No. 08. Cal. Gas Cylinders with regulators

10 ltr. Water capacity Aluminum cylinder for SO2 10 ltr. Water capacity CS cylinder for CO 10 ltr. Water capacity Aluminum cylinder for NO

01 Set for each SO2/ CO

09. Details of Rack for Analysers 01 No. 10. Gas Sampling system

Sampling hood arrangement with SS hood, Teflon manifold and moisture trap

01 Set

11. PCBased Data Logger 01 Set

12. DATA ACQUISITION SYSTEM which will be included Software for data handling & archiving Historical, graphical reports and Trends and statistical values.

01 No.

13. Details specification including Model /type & Make of UPS of 10 KVA capacity with 30 min. battery backup Input Voltage: 230 V AC, 1 Ø Output Voltage : 230 V AC, 1 Ø

01 No.

14. 1) Details of Each Analyzer Shelter which will be included : a.)Shelter housing

2) Tube Lights a.) External Light fitting b.) Power Distribution Panels c.) Split type A/C of 1.5 ton capacity –.

01 No. 2 Nos.

15 LED Based Display board 01 No.

Page 39: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

ANNEXURE – H

SAMPLE FORMAT FOR BILL OF MATERIAL FOR COSMS

Sl. No. Items Description Quantity

01. Supply of Stack monitoring system with SPM/Dust/opacity monitor 03 Nos.

02. Data Acquisition System 01No. 03 All in one Computer for Data transmission to CPCB and SPCB(same

computer will be used for AAQMS.)

03. Signal cable for above system

2000 mtrs

04. Power cable for above system 300 mtrs

Page 40: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement

ANNEXURE – IX

PRICE BID FORMAT FOR COSMS and AAQMS

(To be filled up online not to be submitted offline and not to be uploaded )

Sl.No

Description of items Unit Qty Rate in INR

In Figures In words

1 Supply of Stack monitoring system with SPM/Dust/opacity monitor (a) Raw Mill ESP

(b) Cement Mill ESP (c) kiln ESP with SO2 & NO2

No. No. No.

01 01 01

2 Supply of Ambient air quality monitoring system

Nos. 01

3 Data acquisition system for item no-1

Nos. 01

4 Data acquisition system for item no-2

Nos. 01

5 Signal cable for above system Mtrs. 2000

6 Power cable for above system Mtrs. 400

7 All in one desktop computer No. 01

8 Printer No. 01

9 Accessories for desktop and printer Lot. 01

10 Installation & Commissioning Charges for the complete system

Lump Sum

Lump Sum

11 Data Transfer to SPCB for stack monitoring and Ambient Air Quality monitoring system for 3 years.

@ Rs. Per year

12 Data Transfer to CPCB for stack monitoring and Ambient Air Quality monitoring system for 3 years.

@ Rs. Per year

Page 41: SCHEDULE OF TENDER (SOT)€¦ · Cement Corporation of India Limited (A Govt. of India Enterprise) An ISO 9001:2008 Certified Company CIN – U74899DL1965PLC004322 Bokajan Cement