Download as pdf or txt
Download as pdf or txt
You are on page 1of 42

E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.

2022
Bridge and Roof Co. (India) Limited
(A Government of India Enterprise)
427/1 , G.T.ROAD , HOWRAH – 711101 .
CIN : U27310WB1920GOI003601
Phone No.(91) (033) 2666-9131/91324/9134/9135,
E-mail: servicesbnr@gmail.com
ELECTRONIC NOTICE INVITING TENDER(e-NIT)

E-NIT No. PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

“ONLINE” ITEM RATE BID(S) / OFFER(S) IN TWO- PART SYSTEM ARE INVITED BY
BRIDGE AND ROOF CO. (INDIA) LIMITED FOR “(i) “Design, Preparation and Approval
of drawing from competent authority, Fabrication, Erection, Welding, NDT, PWHT,
Hydrostatic and Pneumatic Testing, Blast cleaning, Painting and Final Documentation
of various Pressure Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding
and testing of clips/cleats on vessels and equipments for guides and supports of
piping ,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha..”

SCHEDULE OF TENDER

“(i) “Design, Preparation and Approval of drawing


from competent authority, Fabrication, Erection,
1. Description of Item(s) : Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final
Documentation of various Pressure Vessels of 425 MT
” and (ii) “ supply, fabrication, erection ,welding and
testing of clips/cleats on vessels and equipments for
guides and supports of piping ,platform etc. at all
elevations as per technical specification UN 2000-06
Part 3(M)/drawings etc of 0.70 MT at Alumina
Refinery at Damonjodi, Odisha.”

Design, Preparation and approval of drawing from competent


authority, Fabrication, Erection, Welding,NDT,PWHT,Hydrostatic
and Pneumatic Testing,Blast cleaning,Painting and Final
Documentation of various Pressure Vessels at NALCO Damanjodi.
2. Quantity :
= 425 MT & Supply, fabrication, erection, welding & testing of
Clips/cleats on vessels and equipments for guide and support
of piping,platform etc. at all elevations as per technical
specification UN 2000-06 Part 3(M)/drawings etc at NALCO
Damanjodi = 0.70 MT
3. Tender Type : Open

4. Tender Category : Service

5. Tender Classification : LABOUR CONTRACT WITH CONSUMABLES

6. Date of Issue / Publishing : 23.11.2022

7. Document Download / Sale Start Date : 23.11.2022

8. Document Download / Sale End Date : 14.12.2022 14.00 PM

Start Date & Time for uploading of


9. 23.11.2022
Bids / Bids Submission :
10. Pre-Bid Discussion : 30.11.2022 at 11.30 A.M. at B&R Howrah Office.
End Date & Time for uploading of Bids
1. 14.12.2022 14:00 PM
/ Bids Submission :
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

Date & Time of Opening of Bids (


12. 15.12.2022 16:30 PM
Techno-commercial Part ) :
13 Last date of submission (in original) of
Tender fee / EMD, after physical
document as specified in Cl. No. 14.12.2022, 14.00 PM
1.03.04 /1.03.05, Annexure-III in
Tender Document.
14 Date of opening of Price Bid Would be informed later on to the Techno-Commercially Recommended
bidder (s) only through CPP Portal system

15. Mode of submission of Bids : Online through Central Public Procurement Portal :
https://eprocure.gov.in/eprocure/app

16. Tender Fee : Rs. 20000/- (Rupees Twenty Thousand only) + 18 % GST,
payable by DD/Pay order/Banker’s cheque drawn on any
nationalized bank, in favour of ‘BRIDGE & ROOF CO (I) LTD’
payable at Howrah.
As per F No. 190/Mech/Corres/Various
Org/Stakeholder/2021-22 Dated 18/19.04.2022 of MSME
DEVELOPMENT INSTITUTE Govt Of India , Ministry of
MSME where they have clarified that “ as per Public
Procurement Policy 2012 Works Contract are not covered
under Public Procurement Policy “ Hence DGS&D/MSMEs/
UDYAM/NSIC/SSI registered parties are not exempted for
Tender Fee amount.
Tender without tender fee will not be considered.
Tender fee is non refundable.
17. EMD (Earnest Money Rs.590000/- (Rupees Five Lac Ninety Thousand only)
Deposit) : payable by DD/PAY ORDER/BANKER”S CHEQUE drawn on
any nationalized bank, in favour of ‘BRIDGE & ROOF CO (I)
LTD’ payable at Howrah.
As per F No. 190/Mech/Corres/Various Org/Stakeholder/2021-
22 Dated 18/19.04.2022 of MSME DEVELOPMENT
INSTITUTE Govt Of India , Ministry of MSME where they
have clarified that “ as per Public Procurement Policy 2012
Works Contract are not covered under Public Procurement
Policy “ Hence DGS&D/MSMEs/ UDYAM/NSIC/SSI
registered parties are not exempted for EMD amount.
. Tender without EMD will not be considered.
18. Validity of Offer :
90 days from the date of opening of tender.
19. Consignee’s Address : Bridge & Roof Company ( India) Ltd.427/1 G.T. Road
Howrah workshop.

KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED AGAINST THIS TENDER.

For BRIDGE & ROOF CO. (INDIA) LTD.


( S. BARMAN )

DY. GENERAL MANAGER (WORKS)


E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Tender Document (TD) comprising of the following Annexures / Enclosures for the Captioned Work.

PART – I [ Techno-Commercial Part ]

A.0 TENDER DOCUMENT (TD) :-

BIDDER’S INFORMATION SHEET : ANNEXURE - I

TECHNO-COMMERCIAL QUESTIONNAIRE SHEET : ANNEXURE - II

INSTRUCTION TO BIDDER ANNEXURE-III

DOCUMENTS TO BE SUBMITTED FOR PRE-QUALIFICATION ANNEXURE-IV


CRITERIA

GENERAL TERMS AND CONDITIONS : ANNEXURE – A

PROCESS COMPLIANCE FORMAT : ANNEXURE – B

FORMAT FOR AFFIDAVIT CUM DECLARATION ANNEXURE – C

DRAWINGS & SPECIFICATIONS ANNEXURE – D

PREAMBLE TO SCHEDULE OF RATES / PRICE ANNEXURE – E

SCHEDULE OF QUANTITIES & RATES (SOQR) ANNEXURE –F

NO DEVIATION FORMAT ANNEXURE –G

G.S.T. DECLARATION FORMAT ANNEXURE –H

SECURITY CUM PERFORMANCE BANK GUARANTEE (SPBG) ANNEXURE –I


FORMAT:

LAND BORDER SHARE FORMAT ANNEXURE –J

PART – II [ Price Part ]


‘BOQ’

SCHEDULE OF QUANTITIES AND RATES (SOQR) : ( SPREAD SHEET )

In case you are interested for the above work, please submit your lowest competitive tender
completed in all respect, strictly in the manner described in the clauses titled “Instruction To
Bidder” and “Submission of Tender” of ANNEXURE-III, based on the same Terms and Conditions,
Specifications, Procedures etc. as stipulated an defined in this NIT and in the various Annexures
and Sections of the TD without taking any deviations.
Yours faithfully,

For BRIDGE & ROOF CO. (INDIA) LTD.

( S. BARMAN )
DY. GENERAL MANAGER (WORKS)
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.


(A GOVERNMENT OF INDIA ENTERPRISE)

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BIDDER’S INFORMATION
SHEET

ANNEXURE – I
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure – I
Page 1 of 1

BIDDER’S INFORMATION
[ Tenderer are required to submit the following after duly filled with signed & stamped along with the Techno-Commercial
Bid (Part – I ]
1. NAME OF THE COMPANY / FIRM

2. COMMUNICATION ADDRESS

TELEPHONE NO. / FAX NO.

E-MAIL NO.
CONTACT PERSON WITH MOBILE NO. & EMAIL ID ETC.

3. CONSTITUTIONAL STATUS
[ PRIVATE LIMITED / PUBLIC SECTOR / SOLE
PROPRIETOR / PARTNERSHIP FIRM ] (SUPPORTING
DOCUMENTS TO BE SUBMITTED)

4. INCOME TAX PAN (DOCUMENT TO BE SUBMITTED)

5. GST REGISTRATION NO.


(COPY OF CERTIFICATE TO BE SUBMITTED)
6. QUALIFYING DOCUMENTS AS PER ANNEXURE -IV, OF NIT :-
(TENDER WITHOUT THESE DOCUMENTS WILL NOT BE CONSIDERED)

a) DETAILS OF ORDER COPIES / DOCUMENTS SUBMITTED


ORDER ISSUED BY –

ORDER NO. & DATE –

EXECUTION DOCUMENT –

b) AVERAGE ANNUAL FINANCIAL TURN OVER DURING LAST 3 YEARS (DOCUMENTS TO BE SUBMITTED)

1.TENDERER ARE REQUESTED TO FURNISH ALL THE ABOVE INFORMATIONS.

2. TENDERER ARE REQUESTED TO UPLOAD THE ANNEXURE-I ON CPP PORTAL.

3. BEFORE HOSTING OF THIS EXCEL FORMAT DOCUMENT, TAKE A PRINT OF THIS AND SIGN, STAMP AND THEN UPLOAD

IN PDF FORMAT ALSO.


E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.


(A GOVERNMENT OF INDIA ENTERPRISE)

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

TECHNO-COMMERCIAL
QUESTIONNAIRE SHEET

ANNEXURE – II
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure – II

Page 1 of 1
TECHNO-COMMERCIAL QUESTIONNAIRE SHEET
THIS SHEET IS TO BE FILLED BY BIDDER AND SUBMITTED ALONGWITH THE OFFER, OTHERWISE THE OFFER WILL BE TREATED AS
‘INCOMPLETE’:-
BIDDER’S
SL.
CHECK LIST POINTS CONFIRMATION/AC
NO.
CEPTANCE

1. CONFIRM THAT YOUR OFFER IS BEING SUBMITTED ONLINE S.O.Q.R RATE BASIS
THROUGH CPP PORTAL IN TWO PART BID SYSTEM.

2. CONFIRM THAT ONE SET OF COMPLETE TENDER DOCUMENT (ANNEXURE –I TO ANNEXURE – IV


& ANNEXURE – A TO ANNEXURE – J ) DULY STAMPED AND SIGNED ON ALL PAGES HAS BEEN
SUBMITTED ALONGWITH THE ORIGINAL DD/PAY ORDER/BANKER’S CHEQUE AGAINST THE
“TENDER FEE” AND “EMD” OR NOTARIZED DOCUMENTS OF NSIC/SSI/MSME IN SUPPORT OF
EXEMPTION OF” TENDER FEE” AND “EMD” ALONG WITH THE OFFER (PART-I) AS A TOKEN OF
YOUR ACCEPTANCE AND ADDRESSED TO TENDER INVITING AUTHORITY (TIA) i.e. THE
DGM(SERVICES)HOWRAH, 427/1 G.T.ROAD HOWRAH-711101 . Email: servicesbnr@gmail.com

3. CONFIRM THAT YOU HAVE NOT TAKEN ANY DEVIATION IN TENDER TERMS &
CONDITIONS.

4. CONFIRM THAT YOUR OFFER IS KEPT VALID FOR 120 DAYS FROM THE DUE DATE
OF OPENING OF TENDER.

5 CONFIRM THAT YOU HAVE SUBMITTED COPY OF GST REGISTRATION CERTIFICATE &

LATEST GSTR-3B. ( WITHOUT THIS YOUR OFFER WILL NOT BE EVALUATED )

6. CONFIRM YOUR ACCEPTANCE ON THE FOLLOWING CLAUSES OF ANNEXURE-A.


[ANY DEVIATION MAY LEAD TO REJECTION OF THE OFFER ]

a) FIRM PRICE

b) TAXES & DUTIES

c) LIQUIDATED DAMAGE

d) COMPLETION SCHEDULE

e) NO DEVIATION CERTIFICATE

f) SAFETY ITEMS FOR YOUR WORKMEN AT YOUR RISK AND COST

g) INSPECTION

h) TERMS OF PAYMENT

i) SCOPE OF WORK

7. CONFIRM THAT YOU HAVE QUOTED RATE CONSIDERING THE FOLLOWINGS :

a) GST : - EXCLUDED

b) JOBS SHALL BE EXECUTED AS PER SCOPE OF WORK.


8. CONFIRM THAT YOU HAVE SUBMITTED QUALIFYING DOCUMENTS AS PER
(ANNEXURE – IV)

9. CONFIRM THAT YOU HAVE QUOTED AS PER SOQR

10. PLEASE NOTE THAT OFFER WITH DEVIATION IN TENDER TERMS & CONDITIONS
SHALL BE LIABLE FOR REJECTION.

(SIGNATURE OF BIDDER WITH STAMP)


E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.


(A GOVERNMENT OF INDIA ENTERPRISE)

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

INSTRUCTION TO BIDDER

ANNEXURE – III
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
BRIDGE & ROOF CO. (INDIA) LIMITED
ANNEXURE – III
Page 1 of 6
INSTRUCTIONS TO BIDDER

1.0 Definitions and Interpretations -

1.01 In the document, as hereinafter defined, the following words and expressions shall have
the meaning as under:

1.1.1 The `Purchaser’ shall mean Bridge & Roof Co.(India) Ltd.(B&R) having its registered
office at 2/1, Russel Street, Kolkata – 700 071.

1.1.2 ‘Order’ shall mean a written Work- Order issued by the Purchaser.

1.1.3 The `Tender’ shall mean the Proposal submitted by the Tenderer/Bidder in response to
Purchaser’s Notice of Invitation to this Tender Document.

1.1.4 The ‘Chairman cum Managing Director’ shall mean the Chairman cum Managing
Director, Bridge & Roof Co.(India) Ltd.

1.1.5 The ‘Contractor’/’Vendor’ shall mean the person, firm or company (hereinafter called
Tenderer) whose tender has been accepted by the Purchaser and includes the supplier’s
legal representative his successors and permitted assignees.

1.1.6 The ‘DGM /’ Resident Manager’ / ‘Engineer-in-Charge’ shall mean the persons as
nominated from time to time by the Purchaser to act for and on behalf of the Purchaser
at the Project site.

1.1.7 The `Service’ shall mean and include all material inputs and work to be executed in
accordance with the order or part thereof as the case may be and shall include all extras,
addition, altered or substituted works as required for the purpose of the supply order.

1.1.8 ‘Specification’ shall mean all directions, various technical specifications, provisions and
requirements attached to this document/order, which pertain to the method and manner
of performing the supply to the quantities and qualities thereof as may be amplified or
modified by the purchaser during the performance of the order. It shall also include the
latest edition including all agenda/corrigenda of relevant Indian Standard Specifications
and other relevant codes. In any dispute the decision of the `Purchaser’ will be final.

1.1.9 ‘Consultant’shall mean the agency deployed/hired/nominated by the Client of Purchaser

1.1.10 Purchaser’s ‘Client’/’Owner’shall mean client of Purchaser i.e M/s. NALCO

1.1.11 The ‘Period of Liability’ in relation to the order means the specified period from the
date of issue of completion certificate upto the Guarantee/Defect Liability Period.

1.1.12 The ‘Appointing Authority’ for the purpose of arbitration shall be the Chairman cum
Managing Director or any other persons as designated by him.

1.1.13 The `Alteration’/’Variation Order’ means as order given in writing by the Purchaser
to effect additions/alterations to or deletions from the scope of work.

1.1.14 ‘Letter of Intent(LOI)/’Short Letter of Intent(SLOI)’ shall mean an intimation by a


Letter to Tenderer that the tender has been accepted in accordance with the provisions
contained therein and shall be issued by the Chairman cum Managing Director or his
authorized representative.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
1.02 Instruction to Tenderer
‘Submission of Tender and General Instruction’ shall be read in conjunction with the
General Commercial Terms and Conditions, specifications and any other documents
forming part of this Tender Document wherever the context so requires.

Notwithstanding the sub-division of the documents into the separate sections, every part
of each shall be deemed to be supplementary to and complementary to every other part
and shall be read with the document so far as it may be practicable to do so. Wherever it
is mentioned in the specifications that the supplier shall perform certain work or provide
certain facilities, it is understood that the supplier shall do so at their cost.

Notwithstanding anything contained in the NIT and TD we reserve the absolute


right to -
(i) Reject or accept or cancel any or all Tenders received against this NIT,
(ii) (ii) Split and Divide the total quantity shown in the SOQR for awarding the
tendered work among more than one Tenderer as per our own
convenience/stipulated in the Tender.,
(iii) Cancel the NIT and
(iv)Issue Notice Inviting fresh Tenders at our sole discretion without assigning any
reasons whatsoever thereof and our decision in this regard shall be final and
binding upon you and no correspondences/ communications in this regard
shall be entertained by us
1.03 SUBMISSION OF TENDER :

1.03.1 Tenderer willing to take part in the process of online e-tendering will have to
be enrolled & registered with the Government e-Procurement System through
logging on to https://eprocure.gov.in/eprocure/app . Tenderer is to click on
the link of online tender as given on the web portal.

1.03.02 Each Tenderer is required to obtain DSC (Enlisted Class-III ) for submission
of online e-tendering from any Certifying Authorities (CAs) certified by the
Controller of Certifying Authorities (CCA) on payment of requisite amount ,
details are available at the Web Sitewww.cca.gov.in.

1.03.03 Tender shall be submitted online only at CPPP website:


https://eprocure.gov.in/eprocure/app. Manual submission of Tender shall not be
accepted. Tenderer are advised to follow the instructions provided in the
document for the e-submission of tender online through the Central Public
Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/appin
before proceeding with the submission.

1.03.04 Tenderer shall be required to upload/ submit their offer / bid in 2(two)
separate Parts : (a) Techno-commercial Bid (Part – I) & (b) Price Part ( Part-
II).
1.03.05 Techno-commercial Bid & Price Part have to be uploaded/ submitted online
only.
Original DD / Pay Order/ Banker’S Cheque against the ‘TF’&“EMD” or
‘notarized documents’ in support of exemption of ‘TF’ & “EMD” as per Sl. No.
no 15 & 16 of SCHEDULE of TENDER, shall be submitted by the bidder in a
sealed envelope duly super scribed the tender name and reference no. with
date on the envelope and addressed to Tender Inviting Authority (TIA) as
mentioned below.Photo copy of the DD/Pay Order & other notarized
documents shall be uploaded in CPP portal.
1.03.06 Tenderer are instructed to upload the documents duly signed and stamped as
per the details mentioned in ‘Annexure-I’to ‘Annexure -IV’& ‘Annexure-A’to
‘Annexure -J’ (soft copy can be downloaded and filled up is to submit online
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
along with offer), without which the proposal will not be considered for
evaluation.
1.03.07 Bid / Offer submitted along with all requisite documents will be evaluated by
the Technical Committee of B&R at its sole discretion and Techno-
commercially recommended bidders will be intimated only for the opening of
price part at specified date and time which will be intimated through
https://eprocure.gov.in/eprocure/app
1.03.08 Tenderer are requested to submit their bid / offer through online e-
procurement system to the Tender inviting Authority (TIA) well before the
submission end dated and time (as per server system clock). The TIA will not
be held responsible for any sort of delay or the difficulties faced during the
submission of offer online by tenderer(s) at the eleventh hour.
1.03.09 The time settings fixed in the server side & displayed at the top of the
Government e-Procurement site will be valid for all actions of requesting,
tender submission, tender opening etc. in the Government e-Procurement
system. Tenderer should follow this time during online submission of bid /
offer.
1.03.10 Tender Inviting Authority (TIA) :
The General Manager (Works )
Bridge & Roof Co.(India) Ltd., “427/1 G.T. ROAD , HOWRAH - 711101
E_Mail: servicesbnr@gmail.com
1.03.11 PRICED BID:-
Price Bid i.e. BOQ given with tender to be uploaded after filling all relevant
information furnished in BOQ

The priced ‘BOQ’ should be uploaded strictly as per the format available with
the tender failing which the offer is liable for rejection.

(renaming or changing format of BOQ sheet will not be accepted by system).


Documents are to be submitted online to the ‘Central Public Procurement’
Portal website https://eprocure.gov.in/eprocure/app before the prescribed date &
time in e-NIT using the Valid Digital Signature Certificate (DSC) obtained
from Certifying Authorities (CAs). The IT Act provides for the Controller of
Certifying Authorities (CCA) to license and regulate the working of Certifying
Authorities and also to ensure that none of the provisions of the Act are
violated. The Certifying Authorities (CAs) issue Digital Signature Certificates
(DSC) for electronic authentication of users.
Note : e-Procurement system does not allow submission of documents after
due date of tender. Incomplete form or non-submission of documents to
verify details may results into rejection of your offer and no communication
shall be entertained for submission of documents. Tenderer are also advised
to regularly go through CPP portal website https://eprocure.gov.in/eprocure/app. All
corrigendum / amendments etc., if any, will be notified in this portal as well
as Co's website only.
Pre-Bid Discussion :
Pre-bid discussion shall be held on 30.11.2022 at 11:30 A.M at B&R’s Howrah
office i.e. 427/1, G.T. Road, Howrah – 711 101, with the intending bidders.
Authorized representative of the intending bidder, who is responsible for this
tender, must attend the discussion. Bidders who will not attend the Pre-Bid
Discussion may be considered as unsuccessful bidder, Their Offer may be
rejected due to above reason.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

ANNEXURE – III
Page 6 of 6

Government e-Procurement System

IMPORTANT NOTICE TO BIDDERS ON e-TENDERING

GOVERNMENT E-PROCUREMENT SYSTEM has successfully rolled out the e-bid submission
Tendering System through its web site http://eprocure.gov.in/eprocure/appTenders of various
Departments have been uploaded, their bids submitted and the same have been opened on line.
Bids for various tenders published in the web site of Government Departments can be submitted
online by enrolling with the above mentioned web site. The bidders can enroll themselves on the
website http://eprocure.gov.in/eprocure/appusing the option “Click here to Enroll”. This
enrollment is free at this point of time. Possession of a Valid Class III Digital Signature
Certificate (DSC) in the form of smart card/e-token in the Company's name is a
prerequisite for registration and participating in the bid submission activities through this web
site. Digital Signature Certificates can be obtained from the authorized certifying agencies, details
of which are available in the web site http://eprocure.gov.in/eprocure/appunder the link
“Information about DSC”.

The web site also has user manuals with detailed guidelines on enrollment and participation in
the online bidding process. The user manuals can be downloaded for ready reference. Vendors
can also attend the training / familiarization programme on the e-tendering system
conducted periodically by the GOVERNMENT E-PROCUREMENT SYSTEM in association with NIC.

Advantages of E-Tendering System

The bidders will be able to see the status of the tenders for which they have submitted quotes in
different stages and would also be informed of the status by E-Mail. For the bidders who have
registered themselves on the website through the “Stay Updated” option, information of all the
tenders for which they are interested to participate will be sent by E-Mail

Please note that all the departments of GOVERNMENT E-PROCUREMENT SYSTEM are
gradually switching over to e-Tendering system in a phased manner. All the tenders in
future will be issued only through the e-Tendering system and only registered vendors
will be allowed to participate in

the tendering process.

Administrator,

GOVERNMENT

E-PROCUREMENT SYSTEM

-------------------------------------------------------------------------------------------------------
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

PRE - QUALIFYING CRITERIA

ANNEXURE – IV
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF COMPANY (INDIA) LIMITED

QUALIFYING CRITERIA (QC):


Qualifying Criteria for Participating in the Tender for “(i) “Design, Preparation and Approval of
drawing from competent authority, Fabrication, Erection, Welding, NDT, PWHT,
Hydrostatic and Pneumatic Testing, Blast cleaning, Painting and Final Documentation
of various Pressure Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding
and testing of clips/cleats on vessels and equipments for guides and supports of
piping ,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

1.1 A. Copy of LOI/Work-Order & Co related completion certificate or any other document substantiating the executed
value of similar work during the last seven years ending last day of the month previous to the date when the
application is invited for minimum value as under:

i) One similar completed work costing not less than Rs. 241.6 Lakh.

Or

ii) Two similar completed work each costing not less than Rs.151.0 Lakh.

Or

iii) Three similar completed work each costing not less than Rs 120.8 Lakh.

Note 1. Similar work means: “ Design, preparation of detail drawing, Fabrication, Erection, NDT, PWHT, Hydro test,
Commissioning of Pressure Vessels”.

B. Copy of Average Annual financial Turn over during last 3 (three) years ending on 31.03.2021 of value not less than
90.6 Lakh.

C. Audited Balance Sheet for last 3 (three) years i.e. 2019-20,2020-21,2021-22

D. Copy of PAN Card.

E. Copy of GST Registration Certificate

F. Copy of PF & ESI Registration Certificate.

G. Latest GSTR-3B Submitted copy.

H. Bidder have to submit Bank Solvancy issued not before 3 months of date of issue of NIT.

I. Bidders Net Worth shall be positive in last three years.

J. JV bid will not be considered.

K. Information on litigation history. If there is any litigation history with B&R/client of any job within last 5
years the offer of them shall not be considered.

The Bidder must provide any further details required for the review upon request from B&R. Failure to comply
with any request by B&R for such information will result in rejection of their offer.
1.2 The company reserves the right to waive minor deviations if they do not materially affect the
capability of the Tenderer to perform the Contract.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

GENERAL TERMS AND CONDITIONS

ANNEXURE – A
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A

Page 01 of 14

GENERAL TERMS AND CONDITIONS OF CONTRACT

DEFINITION OF TERMS
The various terms appearing in the Tender Document shall have the following meaning unless they are repugnant to the
context otherwise:
a) CLIENT : BRIDGE & ROOF CO (I) Ltd. (B&R) having its

Head Office at
“427/1 G.T.ROAD , HOWRAH - 711101”.

b) BIDDER/TENDERER : The firm / party who shall submit the tender quotation to the company

The Bidder whose quotation / offer will be accepted, either in full or in


c) CONTRACTOR :
part, by the Company.

Jobs that are to be executed by the Contractor as awarded to him by the


d) WORKS` :
Company.

e) LOI : Letter of Intent shall means an intimation by a letter to tenderer/bidder


that the tender has been accepted in accordance with the provision
contained therein and shall be issued by the CMD or his authorized
representative

The Formal letter/notification issued to the contractor awarding the


f) PURCHASE ORDER / CONTRACT : Purchase Order in full or in part by the Company together with the
applicable terms and conditions etc. as are finally and mutually agreed to
between the Company and the contractor.

g) COMPLETION SCHEDULE : Within 05 Months from the date of Acceptance of L.O.I. or Work-Order ,
whichever is earlier.

h) ENGINEER-IN-CHARGE : The officer/Engineer nominated and authorized by the company for the
time being for the purpose of operating the contract or any work
covered there under.

i) ACCEPTING AUTHORITY : CHAIRMAN AND MANAGING DIRECTOR OF THE COMPANY

j) LAST DATE OF SUBMISSION OF TENDER : 14.11.2022 UPTO 14.30 HRS


E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 02 of 14
1. SCHEDULE OF QUANTITY / QUANTITY VARIATION

The quoted price shall remain firm for the final executed value within the limits of (+) or (-) 15% of the awarded contract
value/price. Quantity mentioned and accepted in joint measurement sheet shall be final and binding on the Contractor.
Payment beyond order value shall be paid after issuance of Amendment Order. .

2. JOB DESCRIPTION :

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic Testing, Blast
cleaning, Painting and Final Documentation of various Pressure Vessels of 425 MT ” and (ii) “
supply, fabrication, erection ,welding and testing of clips/cleats on vessels and equipments for
guides and supports of piping ,platform etc. at all elevations as per technical specification UN
2000-06 Part 3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

3. LOCATION OF WORK :
Nalco, Damanjodi site and for Dish End Part vendor have to Fabricate in his Workshop and have to deliver the Material to
Nalco Damanjodi Site.

4. SUFFICIENCY OF QUOTATION

The tenderer shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of
his quotation for the works and of the rate and price quoted in the Schedule of Quantity, which rate and price
shall, except as otherwise provided, cover all his obligations and liabilities under the contract and all matters
and things necessary for the proper completion & maintenance of the works.

5. DEVIATION/VARIATIONS
The Engineer-in-charge shall have power (i) to make alterations in, omissions from, additions to or substitutions
for the original specification, drawings, designs and instructions that may appear to him to be necessary or
advisable during the progress of the work and (ii) to omit a part of the works in case of non-availability of
portion of the site or for any other reasons, and the contractor shall be bound to carry out the works in
accordance with any instructions given to him by the Engineer-in-charge and such alterations, omissions,
additions or substitutions shall form part of the contract as if originally provided therein and any altered,
additional or substituted work which the contractor may be directed to do in the manner above specified as
part of the works, shall be carried out by the contractor on the same conditions in all respects including fixed on
which he agreed to do the main work.
Variation of quantity plus or minus 15%.

6. COMPLETION SCHEDULE :

Within 5 (Five) Months from the date of Acceptance of L.O.I. or Work-Order , whichever is earlier.

Completion Period shall be suitably/ proportionately reduced for reduced quantity .Bidder’s rates shall be remain
firm under that eventuality

7. GUARANTEE/ DEFECT LIABILITY PERIOD:

The Goods shall be guaranteed against any defect or failure which shall arise due to poor workmanship for a period of 12 months
from date of commissioning or 18 months from the date of despatch to site. If during the warranty period any item is found
defective or fails to perform, the contractor has to promptly rectify the same at the consignee location to our satisfaction and at
no extra cost to us
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 03 of 14
8. TERMS OF PAYMENT :

No advance payment shall be made.

05 % Payment shall be made after Design, preparation & submission of detailed fabrication drawings with status “issued for
fabrication”.

30 % Payment shall be made after completion of fabrication, trial assembly, dismantling (Pre-painting condition).

35% Payment shall be made after erection welding, PWHT, NDT, other test as required etc. & successful commissioning.

10 % Payment shall be made after successful hydro testing.

10% after completion of blasting & painting.

10% on completion of all work in all respects and acceptance thereof by consultant/client/owner, submission of final
documentation along with as built documents.

All payments shall be made through RTGS/NEFT. RTGS charge if any, to be borne by you. No advance or mobilization
advance shall be made.

9. ON ACCOUNT PAYMENT
All payment will be made only once in a month against submission of invoice by the agency along with all
relevant document from our Site by RTGS/E-Payment & for the same following to be furnished.
Name of Company :
Name of Bank :
Name of Branch :
City :
Account Number :
Account Type :
IFSC Code of the Bank Branch :
MICR Code of the Bank Branch

:
10. INCOME TAX :
At the time of payment of Bills, the income tax, if any shall be deducted at source as per Govt. rules and
guidelines as may be prevailing at the time of payment.

11. LIQUIDATED DAMAGES FOR DELAY:

Time is essence of the contract. In case the contractor fails to complete the Work within the stipulated period, he
shall be liable to pay to the owner as Compensation, an amount equal to 1% of the value of contract per week of the
Delay subject to a maximum of 10% of the value of the contract. This is a Genuine pre-estimate of the loss/ damage
which will be suffered on account Of delay /breach on the part of the contractor and he agrees to pay the said
Amount on demand without going in for any proof of the actual loss or Damages caused by such delay/ breach.

.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 04 of 14
12. CANCELLATION OF CONTRACT

I) If the Sub- contractor :-


a) at any time makes default in proceeding with the works with due diligence and continues to do so after
a notice in writing of 7 days from the Engineer-in-charge; or
b) commits default in completing with any of the terms and conditions of the contract and does not
remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in
that behalf by the Engineer-in-Charge; or
c) fails to complete the works or items of work with individual dates of completion, on or before the
date(s) of completion and does not complete them within the period

specified in a notice given in writing in that behalf by the Engineer-in-Charge; or


d) shall offer or give or agree to give to any person in Company's Service or to any other person on his
behalf any gift or consideration of any kind as an inducement or reward for doing or for bearing to do
or for having done or forborne to do any act in relation to the obtaining or execution of this or any
other contract for the company; or
e) shall enter into a contract with the company in connection with which commission has been paid or
agreed to be paid by him or to his knowledge, unless the particulars of any such commission and the
terms of the payment thereof have previously been disclosed in writing to the Accepting
Authority/Engineer-in-charge; or
f) Shall obtain a contract with the company as a result of ring tendering or other non-bona fide methods
of competitive Tendering; or
being an individual or if a firm, any partner thereof, shall at any time be adjudged insolvent or have a
receiving order or other for administration of his estate made against him or shall take any proceeding
for liquidation or composition (other than voluntary liquidation for the purpose of amalgamation or
reconstruction) under any insolvency act for the time being in force or make any conveyance or
assignment of his effective or composition or arrangement for the benefit of his creditors or purport so
to do, or if any application be made under any Insolvency Act for the time being in force for the
sequestration of his estate or if a trust deed be executed by him for benefit of his creditors, or

h) being a, Company, shall pass a resolution or the Court shall make an order the liquidation of his affairs,
or a receiver or manager on behalf of the debenture holders shall be appointed or circumstances shall
arise which entitle the court of debenture holders to appoint a receiver or manager, or
i) shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days
or
j) assigns, transfer, sublets (engagement of labour on a piece-work basis or of labour with materials not
to be incorporated in the work, shall not be deemed to be subletting) or attempts to assign transfer or
sublet the entire works or any portion thereof without prior written approval of the Accepting
Authority, the Accepting Authority may, without prejudice to any other right to remedy which shall
have accrued or shall accrue thereafter; the company by written notice cancel the contract as a whole
or only such portions of work in default from the contract.

II) The Accepting Authority shall on such cancellation have powers to :


a) Take possession of the site and any materials constructional plant, implements, stores, etc., thereon
and/or
b) Carryout the incomplete work by any means at the risk and cost of the contractor.
III) On cancellation of the Contract in full or in part the Engineer-in-Charge shall determine what amount, if
any, is recoverable from the contractor for completion of the works or part of the works or in case the
works or part of the works is not to be completed, the loss or damage suffered by the Company. In
determining the amount, credit shall be given to the contractor for the value of the work executed by
him up to the time of cancellation, the value of Sub-Contractor’s materials taken over and incorporated
in the work, and use of tools, tackle and machinery belonging to the contractor.
IV) Any excess expenditure incurred or to be incurred by the Company in completing the works or
part of the works or the excess loss or damages suffered or may be suffered by the Company as
aforesaid after allowing such credit shall be recovered from any money due to the contractor on any
account, and if such money are not sufficient the contractor shall be called upon in writing to pay the
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 05 of 14

same within 30 days.


V) If the contractor shall fail to pay the required sum within the aforesaid period of 30 days, the Engineer-
in-Charge shall have the right to sale any or all of the contractor’s unused materials, constructional
plant implements, temporary buildings etc. & apply the proceeds of sale thereof towards the
satisfaction of any sums due from the Lab-contractor under the contract and if thereafter there be any
balance outstanding from the contractor, if shall be recovered in accordance with the provisions of the
Contract.
VI) Any sums in excess of the amounts due to the Company and unsold materials, constructional plant, etc.
shall be returned to the contractor, provided always that if cost or anticipated cost of completion by the
Company of the works or part of the works is less than the amount which the Sub-Contractor would
have been paid had been completed the works or part of the work, such benefit shall not accrue to the
contractor.

13. ARBITRATION :
B&R confidently feel that there shall not arise any disputes or differences during execution and completion of
the order/contract by the contractor(s).

However, in the event of any dispute arising between the Company and the contractor (hereinafter referred
individually as "the Party" and collectively as "the Parties"), concerning the interpretation of any terms and
conditions of the Contract and / or contractual obligations/performance / liabilities / responsibilities of the
Parties to the said Contract, the disputing Party shall refer the matter to the other Party for holding a mutual
discussion for resolving the dispute. In case the parties fail to arrive to any settlement through mutual
discussion, either of the parties may avail the following remedies :

Resolution of Dispute through Conciliation :-

(i) Any party may refer the dispute for Conciliation under Rules of Conciliation and
Arbitration under SCOPE Forum of Conciliation and Arbitration (SFCA), 2003 and amendments made
thereto from time to time (hereinafter referred as "the Rules") by making application to the Secretariat
of the SCOPE Forum.

The Party initiating conciliation shall send to the other party & written invitation to conciliate under the
Rules, briefly identifying the subject matter of the dispute.

The settlement so rendered between the Parties in pursuance thereof shall be final and binding on the
parties.

If the other party rejects the invitation, there will be no conciliation proceedings at all.
Resolution of Dispute through Arbitration :
(ii) In case the dispute is not settled by conciliation within 30 days of the initiation of conciliation or such
further period as the parties shall agree in writing, the dispute shall be referred to and finally resolved
by Arbitration, in accordance with the Rules of Arbitration of SCOPE Forum of Conciliation and

Arbitration, 2003 and amendments made thereto from time to time

The entire proceedings of Arbitration shall be governed under the Arbitration and Conciliation Act,
1996.
The venue of Arbitration shall be mutually decided by the parties.

In case the parties do not agree for resolution of dispute through Conciliation and Arbitration by the
above-mentioned SCOPE Forum, the disputing Party shall opt for stipulated rules laid down under the
Arbitration and conciliation Act, 1996.
The Contract and the Parties therein shall be governed under the jurisdiction of Calcutta High Court.
In the event of any dispute of difference relating to the interpretation and application of the provisions
of the contracts and commercial agreements (except Income Tax, Customs, Excise Duty and also
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 06 of 14
concerning Railways) between company (B&R) and any other Public Sector Undertaking/Government
Department/Bank/Port Trust etc., such dispute or difference shall be referred by either party for
Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the
Secretary of the Government of India in-charge of the Department of Public Enterprises. The Arbitration
and Conciliation Act,1996 shall not be applicable to arbitration under this clause.

The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party
aggrieved by such award may take a further reference for setting aside or revision of the award to the Law
Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India.
Upon such reference the dispute shall be decided by the Law Secretary or the
Special Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind
the Parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as
intimated by the Arbitrator.

Subject to any amendment that may be carried out by the Government of India from time to time, the
procedure to be followed in the arbitration shall be as mentioned above, which is as per O.M.No.4(1)/2011-
DPE(PMA)GL dated 12.6.2013 of Department of Public Enterprises, Ministry of Heavy Industries and Public
Enterprises, Govt. Of India or any modification issued in this regard.

14. Detailed Contractor’s Scope of work :

Scope of work of the Contractor should be as given below :

1. Design and detailed fabrication drawing based upon GAD provided by B&R.
2. Materials receiving from Stock Yard / Store, shifting of Raw Steel, Intermediate handling of Steel/Semi-finished/Finished
items, Final Stacking Etc.
3. For shell fabrication scrap should be 3% and for Cone and Dishend scrap should be as per approved cutting plan.
4. Preparation of Cutting layout, rolling, fabrication, Assembly, Dismantling, erection, welding, as per Drawings.
5. Housekeeping daily basis.
6. HSE compliances.
7. Accommodation, transportation of labour and staffs.
8. PF, ESI
9. Mock Assembly, Dismantling.
10. Handling of Fabricated Materials for Shifting to Blasting / Painting shop.
11. All consumables like LPG, BMCG / LPG, Electrodes, Drill Bits, Cutting Torch, Oxygen, CO2 Etc.
11 NDT & PWHT.
12 Safety PPE like Helmet, Hand Gloves, Safety Shoes etc.
13 Temporary Bolt, Tools & Tackles.
14 Supply , fabrication erection , welding & testing of Clips/cleats on vessel including tools & tackles, machinery, scaffolding,
consumables, manpower, supervision etc.
15 For dish-end all types of Tools, Tackles & consumables, machineries, water, electricity, Hydraulic press & transportation of
finished product after necessary inspection, clearance to be obtained by the vendor including scrap. Free issue raw steel
will be made available at Vendors workshop by B&R. Unloading of raw steel at vendors workshop will be under vendor’s
scope.

N.B.: The job to be carried out as per approved QAP and conforming ASME sec-VIII(I):2015 edition with ASME (U & R) stamp.

15. B&R’S SCOPE of Supply :

1. Supply of Raw Steel, For Dish-end Raw steel shall be delivered to the vendor’s Workshop on FIM basis. Vendor shall
submit Rolling BG equivalent to 110% cost of Raw steel.
2. Bought out items.
3. Unloading of free issue materials at site & storage. Unloading of free issue materials at vendor’s workshop shall be under
vendor’s scope.
4. Machineries, P&M, Cranes.
5. Electricity, water
6. MTC of Raw Steel.
7. Compressor, Hydra for lifting & shifting crane, trailor.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 07 of 14

16. Technical Specifications:

a) Design, Preparation and approval of drawing from competent authority, Fabrication, Erection, Welding,
NDT, PWHT, Hydrostatic and Pneumatic Testing, Blast cleaning, Painting and Final Documentation of various
Pressure Vessels at Nalco Damanjodi.

Quantity – 425 MT [4 nos. Flash Tank (Ø-5 m x H-13 m); 1 no. Blow-Off tank (Ø- 6.4 m x H-12.5 m);
1 no. –Relief Tank(Ø-6.8m x H-18.5.m]

b) Supply, fabrication, erection ,welding and testing of clips/clips on vessels and equipments for guides and
supports of piping ,platform etc. at all elevations as per technical specification UN 2000-06 Part 3(M) at Nalco
Damanjodi.

Quantity – 0.7 MT

17. FIRM PRICE :

Price shall remain firm till the completion of order and shall not attract any escalation due to any
reason(s) whatsoever

18. VALIDITY OF OFFER


The tender submitted against this enquiry / tender document shall remain valid for acceptance for a period of 90
(Ninty) days from the date of opening of tender. The tenderer shall not be entitled before the said 90 days without
B&R’s consent in writing to revoke or cancel his tender given or any terms thereof, otherwise his tender may be
rejected and his EMD may be forfeited. B&R reserves the right to ask for extension of validity, if situation demands.
Contractor may be asked to extend the validity period if required without any price implication.

19. INSPECTION :

Vendor shall be fully responsible for passing each and every vessel from raw materials inspection to issuance of dispatch
clearance certificate from Client / B&R Inspection Authority, TPI as per approved WPS/QAP/ITP and requirements of client /
Inspection Authority.
Vendor shall provide all necessary documentation & all types of assistance in terms of man power for obtaining U & R
Stamping from ASME.
Even if inspection / tests are fully carried out by us/Client/Inspection Authority or the representative at any stage of
execution of the order, Contractor shall not be absolved of any degree of his responsibility to ensure that all jobs done by
him comply strictly with the requirements and as per specifications given in the tender/order/approved documents and
we/Client/Inspection Authority shall be free to point out any defect till the guarantee period is over

20. TAXES & DUTIES


Goods and Service Tax (GST)
GST shall be paid extra as per statute.

(i) The Tenderer / Bidder shall quote the prices confirming clearly the following components, to be paid
extra.

(ii)The Tenderer / Bidder must have registration with the GST Authority. The GST as legally leviable & payable
by the bidder under the provision of applicable law / act shall be paid by B&R as per bidder’s bill. The GST (i.e.
SGST & CGST or IGST) amount shall be shown separately in Invoice and also submit proper Tax Invoice as per
section 31 of CGST Act and Rule 46 OF GST Rule, 2017 to get input tax credit by B&R. If the Input Tax Credit is
disallowed by authority due to any reason attributable to bidder, the same shall be recovered from Bidder’s
bill. The bidder shall also have to submit the relevant documents w.r.t. GST Registration and mentioning HSN /
SAC Code to be applicable on the Items / materials, along with the Techno-commercial part of offer.Contractor
shall raise his tax invoices on regular intervals as per contract conditions
th
and upload his supply invoice in
G.S.T.N Portal through G.S.T.R- 1 return within due date ( Presently 11 ) of next month. G.S.T amount shall be
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A

Page 08 of 14

paid to the contractor after submission of G.S.T.R -1 snap shot. If the ITC is not avail by B&R due to any reasons

attributable to contractor ( ie mismatch in G.S.T.R return , non submission of G.S.T.R-3B in time ) the entire
G.S.T amount along with applicable interest shall be recover from his Bill.

GST – TDS
2% (two percent) will be deducted from supplier’s invoice on basic order value i.e. on landed price before GST, under GST
law w.e.f. 01.10.2018 as per Government Notification No. 50/2018-Central Tax dtd.13.09.2018 for supply of taxable
goods. TDS @1% each for CGST and SGST or 2% for IGST will be applicable except the exemption provision as stipulated
in GST law. Tax deducted at source will be deposited to the Govt. and TDS certificate will be issued to the supplier as per
rules.

i) Goods and Service Tax (GST) I. The Tenderer / Bidder shall quote the prices confirming clearly the following components, to
be paid extra.
II. Bidder should submit the copy of Last filed Monthly/Quarterly GSTR-3B return as GST
clearance certificate along with GST registration certificate with bid documents.
III The Tenderer / Bidder must have registration with the GST Authority. The GST as legally
leviable & payable by the bidder under the provision of applicable law / act shall be paid by
B&R as per bidder’s bill. The GST (i.e. SGST & CGST or IGST) amount shall be shown separately
in Invoice and also submit proper Tax Invoice as per section 31 of CGST Act and Rule 46 OF GST
Rule, 2017 to get input tax credit by B&R. If the Input Tax Credit is disallowed by authority due
to any reason attributable to bidder, the same shall be recovered from Bidder’s bill. The bidder
shall also have to submit the relevant documents w.r.t. GST Registration and mentioning HSN /
SAC Code to be applicable on the Items / materials, along with the Techno-commercial part of
offer. Contractor shall raise his tax invoices on regular intervals as per contract conditions and
upload his supply invoice in G.S.T.N Portal through G.S.T.R- 1 return within due date ( Presently
11th ) of next month. G.S.T amount shall be paid to the contractor after submission of G.S.T.R -
1 snap shot. If the ITC is not avail by B&R due to any reasons attributable to contractor ( ie
mismatch in G.S.T.R return , non submission of G.S.T.R-3B in time ) the entire G.S.T amount
along with applicable interest shall be recover from his Bill.
IV. GST applicable as per table given below :
Vendor’s B&R’s Registration Billing address and Applicable GST
Registration State State Place of supply
West Bengal West Bengal Kolkata Office & CGST & SGST
West Bengal
Other than West West Bengal Kolkata Office & IGST
Bengal West Bengal
Bidder who fails to accept the above their price will be considered including GST for
comparison.

21. New Levies / Taxes :


In case Government imposes any new levy/tax after award of the work during the tenure of the contract, B&R
shall reimburse the same at actual on submission of documentary proof of payment subject to the satisfaction
of B&R that such new levy/tax is applicable to this contract.

(A) Bidder have to submit the following details of GST along with offer :
(i) Company Name :
(ii) Address :
(iii) Pin Code :
(iv) Mail ID :
(v) PAN :
(vi) GSTN No. :
(vii) SAC Code :
(viii) State Code :
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 09 of 14
(B) Details of Receiver /Bill Address :

(i) Company Name :


(ii) Address :

(iii) State Name :

(iv) State Code :


(v) GSTIN/Unique ID :
(vi) PAN :
(vii) CIN OF THE Receiver :

22. RIGHT OF COMPANY TO ACCEPT OR REJECT TENDER


The right to accept or reject the tender will rest with the Company.

The Company, however, does not bind himself to accept the lowest tender and
reserves to itself the authority to reject any or all tenders received without assigning any reason
whatsoever.
In the event of any deviation taken by bidder(s)with respect to techno-commercial terms and conditions
of Tender & subsequent non withdrawn of same may normally lead to not consider their offer(s) for
further evaluation. However, in case B&R accepted the deviation(s), the necessary loading due to these
deviation as per prevailing market condition & as per B&R discretion which shall be final and binding on
the bidder(s) may be done on the price evaluation.
No misunderstanding in this regard shall be entertained.

23. SECURITY DEPOSIT

5% of Bill value shall be retained / deducted from each bill of the contractor as Security Deposit up to Defect Liability Period.
For Dish-end Raw steel shall be delivered to the vendor’s Workshop on FIM basis. Vendor shall submit Rolling BG equivalent
to 110% cost of Raw steel..

24. SPLIT UP CONDITION:


The total job to be awarded to a single agency

25. COMPENSATION FOR IDLE TIME :

Notwithstanding anything to the contrary, no idle time costs, expenses, payments etc. or extended stay charges of
any nature whatsoever shall be made or claimable by the Contractor under any circumstances.

26.FORECLOSURE:

If at any time after acceptance of the tender the Company shall decide to abandon or reduce the scope of the
works for any reason whatsoever & hence not require the whole or any part of the works to be carried out, the
Engineer-in-Charge shall give notice to that effect to the bidder & the bidder shall have no claim to any payment
of compensation or otherwise, whatsoever, on account of any profit or advantage which he might have derived
from the execution of the works in full but which he did not derive in consequence of the foreclosure of the
whole or part of the works.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 10 of 14

27. SAFETY :

The job should be carried out following all prevailing safety norms like

i) Factories Act 1948


ii) BOCW Act 1996 etc.
All PPEs item should be provided to the workmen (helmet, shoe, safety belt, lifeline etc.)by B&R
All equipments, tools & tackles should be inspected by third party competent agency & certificate should be authorized.
All flammable items like diesel, LPG/DA should be kept in proper place & fire fighting arrangements should be done.
All electrical systems should be properly earthed & rooted through circuit breakers. Licensed electrician should be
present at site.
To monitor all safety activities competent safety personnel should be engaged.

28. Splitting the work :

The total job to be awarded to a single agency

29. LABOUR :
The contractor shall employ labour in sufficient numbers to maintain the required rate of progress and quality to ensure
workmanship of the degree specified in the Contract and to the satisfaction of the Engineer-in-Charge. The contractor
shall not employ in connection with the works any person who has not completed his eighteen years of age.

The contractor shall furnish to the Engineer-in-Charge at the regular intervals a distributions return of
the number and description by trades of the work people employed on the works. The contractor shall also submit
th th
on the 4 and 19 of every month to the Engineer-in-Charge a true statement showing in respect of the second half
of the current month i) the accidents that occurred during the said fortnight showing the circumstances under which

they happened and the extent of damage and injury caused by them and ii) the number of female workers who have
been allowed Maternity Benefit as provided in the Maternity Benefit Act, 1961 of Rules made there-under and the
amount paid to them.

The contractor shall pay to labour employed by him wages not less than fair wages as defined in the Contract
Labour Regulation & Abolition Act.
The contractor shall in respect of labour employed by him comply with or cause to be complied with the Contract Labour
Regulation Act in regard to all matters provided therein.
The contractor shall comply with the provisions of the payment of Wages Act, 1936,
Minimum Wages Act, 1948, Employer’s Liability Act, 1938, Workmen Compensation Act, 1923, Industrial
Disputes Act, 1947, Maternity Benefit Act, 1961 and Mines Act,1952 or any modifications thereof or any other
law relating thereto and rules made there-under from time to time.

The contractor shall be liable to pay his contribution and the Employees contribution .
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 12 of 14

30. Employer’s contribution towards P.F & E.S.I for each Labour deployed .
(a) To the State Insurance Scheme in respect of all labour employed by him for the execution of the Contract, in
accordance with the provision of “The Employees State Insurance Act, 1948” as amended from time to time. In
case the contractor fails to submit full details of his account of labour employed and the contribution payable,
the Engineer-in-Charge shall recover from the running bills of contractor and amount of contribution as assessed
by him. The amount so recovered shall be adjusted against the actual contribution payable for Employees State
Insurance.

(b) The contractor must obtain, within the quoted rates, individual codes in respect of
Employees Provident Fund (EPF). Details of individual codes obtained by contractor are to be submitted to the
company for entry pass for his workers & Employees and shall deposit the EPF amount deducted from his
workers & employees along with employer’s contribution the Provident Fund and challans to be submitted
along with Running Account Bill to facilitate release of R.A Bill payment.

31. The Engineer-in-Charge shall on a report having made by an Inspecting Officer as defined in the Contract Labour
Regulation Act have the power to deduct from the money due to the contractor any sum required or estimated to be
required for making good the loss suffered by a worker or workers by reasons of non-fulfilment of the Conditions of
Contract for the benefit of workers, non-payment of wages or of deduction made from his or their wages which are
not justified by the terms of the contract or non-observance of the said Contract Labour Regulation Act and Rules
framed there-under.

32.In the event of the contractor committing a default or breach of any of the provisions of the aforesaid Contract
Labour Regulation Act, as amended from time or furnishing any information of submitting or filling any
Form/Register/Slip under the provisions of these Regulations which is materially incorrect then on the report of the
Inspecting Officer as defined in the Contract Labour Regulation Act, the contractor shall without prejudice to any
other liability pay to the Company a sum as applicable as per prevailing rules as liquidated damages for every default,
breach or furnishing, making, submitting, filling materially incorrect statement as may be fixed by

the Engineer-in-Charge and in the event of the contractor’s default continuing in this respect, the liquidated
damages may be enhanced for each day of default subject to a maximum percent of the estimated cost of the
works put to tender. The Engineer-in-Charge shall deduct such amount from bills or security deposit of the
contractor and credit the same to the Welfare Fund constituted under Regulations. The decision of the Engineer-
in-Charge in this respect shall be final and binding.

33. The contractor shall at his own expense with or cause to be complied with Model Rules for Labour Welfare
framed by Government from time to time for the protection of health and for making sanitary arrangements for
workers employed directly or indirectly on the works. In case the contractor fails to make arrangement as aforesaid,
the Engineer-in-Charge shall be entitled to do so and recover the cost thereof from the contractor.

34. Failure to comply with Model Rules for Labour Welfare, Safety Code or the provisions relating to report on
accidents and to grant of maternity benefits to female workers shall make the contractor liable to pay to the
Company as liquidated damages as applicable as per prevailing rules for each default or materially incorrect
statement. The decision of the Engineer-in-Charge in such matters based on reports from the Inspecting Officers as
defined in the Contract Labour Regulation Act as appended to these conditions shall be final and binding and
deductions for recovery of such liquidated damages may be made from any amount payable to the contractor.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 13 of 14

35.The contractor shall provide, if necessary or if required on the site, all temporary access thereto and shall alter,
adopt and maintain the same as required from time to time and shall take up and clear them away as and when no
longer required and as and when ordered by the Engineer-in-charge and make good all damages done to the site.

36. CONTRACTOR’S LIABILITY & INSURANCE :


From commencement to completion of the works, the contractor shall take full responsibility for the case thereof &
for taking precautions to prevent loss or damage & to minimize loss or damage to the greatest extent possible and
shall be liable for any damage or loss that may happen to the works or any part thereof and all Company’s T&P if
supplied by B&R from any cause whatsoever (save and except the Excepted Risks) and shall at his own cost repair
and make good the same so that at completion, the works and all company’s T&P shall be in good order and
condition and in conformity in every respect with requirements of the Contract and instructions of the Engineer-in-
Charge
37. MISCELLANEOUS :

The contractor shall provide, if necessary or if required on the site, all temporary access thereto and shall alter, adopt and
maintain the same as required from time to time and shall take up and clear them away as and when no longer required and
as and when ordered by the Engineer-in-charge and make good all damages done to the site. All operations should be carried
out as per instruction and to the satisfaction of Job In charge.

38. MAKING INDIA AND SHARING LAND BORDER WITH INDIA :

Preference to ‘Make in India’ :


In Line to Public Procurement Policy, Govt. of India (refer Order 2017 Dtd. 16.Sept.-2020 issued by the DPIIT) B&R has
implemented “Purchase Preference Policy” for the Class-I Local Supplier(s) for the item /Service covered in the tender.
B&R shall reserve the right to consider preference of the Local Supplier(s) subject to following conditions :

If qty. of Goods / service under procurement is divisible and emerged L-1 bidder is a ‘Non Local Supplier’ or ‘Class-II Local
Supplier’ then 50% of tender qty. shall be awarded to L-1 bidder. Thereafter the lowest bidder among the ‘Class-I Local
Suppliers’ shall be invited to match the price with L-1 bidder to award the remaining 50% qty. subject to quoted prices of
the ‘Class-I Local Supplier’ falls within the bracket of (L-1 + 20%) and agrees to match the price with L-1 bidder.

If lowest eligible Class-I local supplier fails to match with L-1’s price or accepts less than the qty. offered then next higher
Class-I local supplier within the margin of purchase preference (L-1+ 20%), shall be invited to match the price with L-1 for
remaining qty. and so on.

In case none of Class-I local supplier within the margin of purchase preference match the price with L-1 then total qty.
shall be awarded to L-1 bidder.

In case of award criteria are stipulated in a tender and it is found that Class-I Local suppler(s) qualified for award of at
least 50% of tender qty. then contract shall be awarded among all qualified bidders as per pre- award criteria stipulated
in tender, otherwise Class-I Local Supplier(s) quoted within the 20% margin, shall be invited to match the price with L-1
for award of at least 50% of tender qty.

In case the goods / services under procurement are not divisible in nature, then Class-I local suppler shall get purchase
preference over Class-II Local Supplier & Non local Supplier and contract shall be awarded to ‘Class-I Local supplier’
subject to matching the price with L-1.

In such case the lowest bidder among the ‘Class-I Local Suppliers’ shall be invited to match the price with L-1 bidder
subject to quoted prices of the ‘Class-I Local Supplier’ falls within the bracket of (L-1 + 20%) and agrees to match the
price with L-1 bidder.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure-A
Page 14 of 14

If lowest eligible Class-I local supplier fails to match the price with L-1 bidder then next higher Class-I local supplier within
the margin of purchase preference (L-1+ 20%) shall be invited to match the price with L-1 and so on.

In case none of Class-I local supplier within the margin of purchase preference match the price with L-1 then contract
shall be awarded to L-1 bidder.

However, if L-1 bidder is a ‘Class-I Local Supplier’ then the contract for full qty. shall be awarded to L-1 bidder only and
no other class-I supplier(s) shall be invited to match the price. Class-II Local Supplier is not eligible to get the purchase
preference.

In case of participation of MSE & Local Supplier in a same tender, MSE bidder shall be given preference to match the
price with L-1 as per Public Procurement Policy for MSE’s order 2012. MSE bidder shall be evaluated with (L-1 + 15%)
margin.

Bidders who declares as a MSE / Local supplier, shall be eligible to get purchase preference against any one of the said
policy and shall not be allowed to change their status from MSE to Local Supplier or vice -versa.

Bidders willing to avail the purchase preference as per govt. policy are requested to submit a declaration in a non judicial
stamp paper of Rs. 100 as per our prescribed format enclosed with NIT, duly indicating the percentage of ‘local content’
and shall provide a self certification that the item(s) offered are meeting the requirements of local content for Class-I
Local Supplier/Class-II Local Supplier , as the case may be.

In case offered value exceeds Rs. 10 ( ten) cores, then bidder shall submit a certificate from the statutory auditor/Cost
auditor giving the percentage of local content.

Details of the location (s) at which the local value addition was made shall also be mentioned in the certificate.

Important Definitions w.r.t. ‘Make in India Policy’ :-

‘Local Content’ means the amount of value added in India (unless otherwise prescribed) be the total value of item(s)
offered (excluding net domestic indirect tax) minus the value of imported content in the in the item(s) including all
custom duties as a proportion of total value ,in percentage.

‘Class-I Local Supplier’ means a supplier or service provider, whose goods, services or works offered for procurement has
local content equal to or more than 50% (fifty percent).

‘Class-II Local Supplier’ means a supplier or service provider, whose goods, services or works offered for procurement
has local content equal to or more than 20% (twenty percent) but less than 50% (fifty percent).

‘Non Local Supplier’ means a supplier or service provider whose goods, services or works offered for procurement has
local content less than or equal to 20% (twenty percent)

39. Handling Of Material


Contractors have to do the Handling of materials with their skilled labour with the help of B & R crane and shifting the same
to the location shown by E-I-C.

40. Statutory Obligations :


(a) The rates are firm till completion of order.

(b) The Rates are inclusive of minimum wages as per statute, Overtime wages (double), Bonus, Leave pay and any other statutory
payment to your labours and all other statutory obligations as per NALCO factory rules.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL /30655/6298/22-23 DATED : 23.11.2022

PROCESS COMPLIANCE FORMAT

ANNEXURE – B
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
PROCESS COMPLIANCE FORM

[ Tenderers are required to print this on their Company’s Letter head and sign, stamp
before uploading in Part – I ]

To
Bridge & Roof Company (India) Ltd,
(A Govt. of India Enterprise),
427/1 , G.T.ROAD,
HOWRAH - 711101
SUBJECT : ACCEPTANCE TO THE PROCESS RELATED TERMS AND CONDITIONS FOR E-
TENDERING.

Dear Sir,

This has reference to the Terms and conditions for e-Tendering mentioned in NIT

We hereby confirm the following :-

a) The undersigned is authorized representative of the Company.


b) We have carefully gone through the NIT, Tender Documents and the Rules governing the
eTendering as mentioned in Central Public Procurement Portal website
https://eprocure.gov.in/eprocure/app as well as this documents.
c) We will honor the Bid submitted by us during the eTendering
d) We give undertaking that if any mistake occurs while submitting the bid from our end, we
will honor the same.
e) We are aware that if B&R has to carry out eTender again due to our mistake, B&R has the
right to disqualify us for this tender.
f) We confirm that B&R shall not be liable & responsible in any manner whatsoever for my /
our failure to access & submit offer on the eTendering site due to loss of internet
connectivily, electricity failure, virus attack, problems with the PC, digital signature
certificate or any unforeseen circumstances etc.
With regards,

Signature with Company Seal

Name :

Company / Organisation :

Designation within Company / Organisation :

Email ID :

Tel. No.

Mobile No. :
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL /30655/6298/22-23 DATED : 23.11.2022

DRAWINGS AND SPECIFICATIONS

ANNEXURE – C
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

PREMABLE TO SCHEDULE OF RATES


/ PRICE

ANNEXURE – D
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
PREAMBLE TO SCHEDULE OF RATES / PRICE

1 No advance payment & Mobilization Advance shall be made


2 The Schedule of Rates / Prices shall be read with all other sections of this Bidding
document.

3 The Supplier is deemed to have studied the Drawings, Specifications and details of
works to be done including Scope of Work, Scope of supply and Technical Specification
within the Time Schedule & should have acquainted himself of the conditions prevailing
at site.

4 Bidder shall indicate only the RATES AS PER SOQR value in terms of Rupees in the
‘Summary of Prices’ sheet. Bidder shall not change rate / amount indicate in ‘Schedule
of Rates’.

5 The quoted price shall be deemed to be excluding GST with respect to scope of work /
scope of supply / services till the completion of the work. However TDS on a/c of
INCOME TAX shall be deducted from bills as per rules.

6 The quantity shown against the various items are only approximate and may vary to
± 15%. No claim shall be entertained during currency of this Contract towards any
items due to the above.

7 B&R reserves the right to interpolate or extrapolate the rates for any new item of work
not covered in Schedule of Rates / Price from the similar items already available in
Schedule of Rates. All the Works shall be measured upon completion and paid for at
the rate quoted and accepted in the ‘Schedule of Price’. In case any activity though
specifically not covered in Schedule of Rates descriptions but the same is covered
under Scope of Work / Scope of Supply / Specification / Drawings etc. no extra claim
on this account shall be entertained, since Schedule of Price is to be read in conjunction
with all other documents forming part of the Contract.

8 All items of Work mentioned in Schedule of Rates / Price shall be carried out as per the
Specification, Drawings and instruction of B&R & the rates are deemed to be inclusive
of all material, consumable, labour, supervision, tools and tackles as called for in the
detail specification and condition of the Contract.

9 B&R reserves the right to cancel / delete / curtail any item or group of work if
necessary. Such a step shall be not be construed as reason for changing the rates.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

BRIDGE & ROOF CO. (INDIA) LTD.

“(i) “Design, Preparation and Approval of drawing from competent authority,


Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic and Pneumatic
Testing, Blast cleaning, Painting and Final Documentation of various Pressure
Vessels of 425 MT ” and (ii) “ supply, fabrication, erection ,welding and testing
of clips/cleats on vessels and equipments for guides and supports of piping
,platform etc. at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi, Odisha.”

E-NIT No. : PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

SCHEDULE OF QUANTITIES AND RATES


(SOQR)

ANNEXURE – E

TO BE SUBMITTED ALONG WITH TECHNO-COMMERCIAL PART


E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
(PART – I)

ANNEXURE –E

SCHEDULE OF QUANTITIES & RATES FOR SUPPLY OF FABRICATED STRUCTURE

Rate Per Unit


Sl. Total Amount
Description QTY UNIT
No (INR) (INR)

1.0 “Design, Preparation and approval


of drawing from competent
authority, Fabrication, Erection,
Welding,NDT,PWHT,Hydrostatic
and Pneumatic Testing,Blast
cleaning,Painting and Final
Documentation of various
425 MT
Pressure Vessels at NALCO
Damanjodi..”

(The job to be carried out as per


approved QAP and conforming to
ASME sec-VIII(I):2015 edition
with ASME (U & R) stamp. )

2.0 “ Supply, fabrication, erection,


welding & testing of Clips/cleats
on vessels and equipments for
guide and support of
piping,platform etc. at all
elevations as per technical
specification UN 2000-06 Part
0.70 MT
3(M)/drawings etc at NALCO
Damanjodi.”

(The job to be carried out as per


approved QAP and conforming to
ASME sec-VIII(I):2015 edition
with ASME (U & R) stamp. )

TOTAL AMOUNT OF THE WORK AGAINST SL NO 1 & 2 ABOVE


INCLUDES ALL TAXES DUTIES, P.F. , E.S.I , CONSUMABLES ,
SAFETY P.P.E. , ROYALTIES, CESS ENVIRONMENTAL AND
POLLUTION FITNESS AND SAFETY CLEARANCE CHARGES ( IF
ANY ) OR OTHER INCIDENTAL CHARGES ETC. BUT EXCLUDING
GST.

DO NOT QUOTE HERE. DO NOT DO NOT QUOTE


QUOTE HERE. HERE.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
ANNEXURE – F

FORMAT FOR NO DEVIATION CERTIFICATE

(To be submitted in the bidder’s letter head)

Date: DD/MM/YY

To,
Manager (Services), Howrah,
Bridge & Roof Co. (I) Limited,
427/1, Grand Trunk Road, Howrah,
West Bengal - 711 101.

Sub:
“(i) “Design, Preparation and Approval of drawing from competent
authority, Fabrication, Erection, Welding, NDT, PWHT, Hydrostatic
and Pneumatic Testing, Blast cleaning, Painting and Final
Documentation of various Pressure Vessels of 425 MT ” and (ii) “
supply, fabrication, erection ,welding and testing of clips/cleats on
vessels and equipments for guides and supports of piping ,platform etc.
at all elevations as per technical specification UN 2000-06 Part
3(M)/drawings etc of 0.70 MT at Alumina Refinery at Damonjodi,
Odisha.”

Ref:

Dear Sirs,

With reference to above, this is to confirm you that, we have not taken any deviation from tender
clauses. We hereby convey our unqualified acceptance to the terms and conditions as stipulated in
the tender. We also confirm that as per tender conditions, we have visited site before submission of
our offer and noted the job content & site conditions etc.

In the event of observance of any deviation in any part of our offer at a later date, the deviations
shall stand null and void.

Thanking you,

Yours faithfully,

(Signature, date & seal of authorized representative of the Bidder)


E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
ANNEXURE - G

[On the letterhead of the supplier/contractor]

To,

The Site In-Charge,

Project Address....

Subject: Declaration for GST e-invoicing.

This is to certify that we _______________________________ (Name & Address of the


vendor/supplier), having GSTIN __________________ will be compliant with electronic
invoicing (e-invoicing) regulations as stipulated by the Government from time to
time. Any loss that B&R has to bear due to non-compliance from our end will be
fully reimbursed by us to B&R.

Specifically, for FY 2020-21 (w.e.f 01.10.2020), please select as applicable:

GST e-invoicing is applicable to us as our aggregate turnover for FY 2019-20


is greater than Rs. 500 Crores and we will be compliant with e-invoicing
requirements for the FY 2020-21 (w.e.f 01.10.2020) and onwards.

GST e-invoicing is not applicable to us as our aggregate turnover for FY 2019-


20is less than Rs. 500 Crores but we will still be compliant with e-invoicing
requirements for the FY 2020-21 (w.e.f 01.10.2020) and onwards.

GST e-invoicing is not applicable to us as our aggregate turnover for FY 2019-


20 is less than Rs. 500 Crores and hence we will not be following the e-
invoicing requirements for the FY 2020-21 (w.e.f 01.10.2020) and onwards.

As per the e-invoice portal (https://einvoice1-trial.nic.in/#), although our


turnover for FY 2019-20 is less than Rs.500 crores, but we are required to
generate an e-invoice with effect from 01.10.2020.

We further hereby undertake as below:

• If there are any regulatory changes during the year that require us to be
compliant from a specific date, we ensure that we will comply with the
requisite provision. Any loss that B&R may have to bear due to non-
compliance of GST provision resulting in loss of input tax credit from our end
will be fully reimbursed by us to B&R.
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
ANNEXURE - G

• We will also ensure printing of Invoice Reference Number (IRN) and Quick
Response (QR) code on the invoice in compliance with the regulations.

• In case B&R is denied credit of the GST charged on the invoices generated by
us, on account of non-reporting, erroneously reporting or details of invoices
reported but not getting reflected on the GSTN Common Portal, we hereby
undertake to indemnify B&R, to the extent of GST so denied, along with
interest and penalty as may be imposed on account of such denial in input
tax credit.
Regards,

For __________(the supplier)

Signature & Stamp

Signed by (Name & Designation of the person on behalf of the supplier)


____________________

Date ___________
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
ANNEXURE –H

PROFORMA FOR PERFORMANCE BANK GUARANTEE

(To be executed on Non-Judicial Stamp Paper of Appropriate Value)

BRIDGE & ROOF CO.(INDIA).LTD.,

427/1, Grand Trunk Road, Howrah,


West Bengal - 711 101.
Dear Sirs,

In consideration of BRIDGE & ROOF CO.(INDIA).LTD. (hereinafter called "The Company" which expression shall
include its successors and assign) having awarded certain work for and relative to........................................

…………………………………………………………………………………… ………(name of the project/work) to

............................................................................................................................................ (name & address of the


Contractor) (hereinafter called the "Contractor") upon certain terms & conditions interalia mentioned in the
Company's Letter of Intent No./Work Order No................................................. dated ........... (hereinafter called the
Contract, which expression shall include any formal contract entered into between the Company and the
Contractor and all amendments and/or modifications in the Contract) inclusive of the condition that the
Company may accept a Bank Guarantee of a Nationalized Bank in India in lieu of Cash Deposit against Security
and due and faithful Performance of the said Contract:

We,……………………………………............................................ (name & address of the Bank) a body


registered/constituted under the.......................................................... having registered and Head Office at.......
………………. (hereinafter called "the Bank") at the request of the Contractor & with the intent to bind the Bank
and its successors and permitted assigns, do hereby unconditionally & irrevocably guarantee payment to the
company of the unpaid balance upto an aggregate limit of Rs...... ….. (Rupees............................. only) AND
undertake to pay to the Company on demand and without protest or demur the unpaid balance of said Security
cum Performance Guarantee subject to the aggregate limit of aforesaid Rs...............
(Rupees....……………………………

...................…………………………..only).AND the Bank do hereby further agree and undertake as follows:

1. The Guarantee/undertaking herein contain shall remain in full force and effect during the period that would
be taken for the performance of the said contract and the claim of the Company relative thereto satisfied
and/or discharged and the Company accordingly discharge the Guarantee/undertaking subject, however,
that the Company shall have no claim under this Guarantee/undertaking after .......20…, unless a notice of the
claim under this Guarantee/undertaking has been served on the Bank before the expiry of the said date, in
which event the same shall be enforceable against the Bank notwithstanding that the same is enforced after
the expiry of the said date namely ......... 20…...

2. The Company shall have the fullest liberty without reference to the Bank and without affecting in any way the
liability of the Bank under this Guarantee/undertaking, at any time and/or from time to time to anywise vary
the said Contract and/or any of the terms and conditions thereof or relative to the said Performance or to
extend time of performance of the said Contract in whole or part or to postpone for any time and/or from
time to time any of the obligations of the Contractor and/or power exercisable by the Company against the
Contractor and either to
Contd….P/2

(Page – 2)
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
ANNEXURE –H

enforce or forbear from enforcing any of the terms & conditions of or governing the said Contract or the said
Performance or the Securities available to the Company or any of them and the Bank shall not be released
from its liability under these presents and the liability of the Bank shall remain in full force and effect
notwithstanding any exercise by the Company of the liberty with reference to any or all the matters aforesaid
or by reason of time being given to the Contractor or any other forbearance, act or omission on the part of
the Company or any indulgence by the Company to the Contractor or of any other act, matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have the effect of releasing
the Bank from its liability hereunder or any part thereof.

3. It shall not be necessary for the Company to proceed against the Contractor before proceeding against the
Bank and the Guarantee/undertaking herein contained shall be enforceable against the Bank
notwithstanding the existence of any other security for any indebtedness of the Contractor to the Company
(including relative to the said Performance) and notwithstanding that any such security shall at the time when
claim is made against the Bank or proceedings taken against the Bank hereunder, be outstanding or
unrealized.
4. The amount stated by the Company in any demand, claim or notice as the unpaid balance of the said
Security cum Performance Guarantee for the time being shall as between the Bank and the Company for the
purpose of these presents be conclusive of the said balance.
5. The liability of the Bank to the Company under this Guarantee/undertaking shall remain in full force & effect
notwithstanding the existence of any difference or dispute between the Contractor and the Company, the
Contractor and the Bank and/or the Bank and the Company, or otherwise howsoever touching or affecting
these presents or the liability of the Contractor to the Company, and notwithstanding the existence of any
instructions or purported instructions by the Contractor or any other person to the Bank not to pay or for any
cause withhold or defer payment to the Company under these presents, with the intent that notwithstanding
the existence of such difference, dispute or instruction, the Bank shall be and remain liable to make payment
to the Company in terms hereof.
6. The Bank shall not revoke this Guarantee/undertaking during its currency except with the previous consent of
the company in writings and also agree that any change in the constitution of the Contractor or the Bank or
the Company shall not discharge the Bank's liability hereunder.

7. Notwithstanding anything herein contained the Bank's liability under this guarantee is restricted to Rs...........
and the said guarantee shall remain in full force till......... (date) unless a suit or action to enforce the claim
under this guarantee is filed against Bank within three month from the above date i.e., on or before ………
(date) all rights of the Company under the said guarantee shall be forfeited and Bank shall be relieved and
discharged from all liabilities there under.
8. The Bank doth hereby declare that Shri....................................................................... (name of the person signing
on behalf of the Bank) who is..................... (his designation) is authorized to sign this Guarantee/ Undertaking
on behalf of the Bank & to bind the Bank thereby.

Dated this ........................day of ..........2020

Yours faithfully,

FOR

Signature :

Name & Designation :

Name of the Branch :


E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022
Annexure- I

COMPLIANCE CERTIFICATE REGARDING BIDDERS FROM COUNTRIES WHICH SHARES A


LAND BORDER WITH INDIA
(Submitted on Bidder’s Letter Head)

The bidder, (Name of the bidder) is not from a country which shares a land border with India;

(or)

The bidder, (Name of the bidder) is from a country, (Name of the Country) which shares a land border
with India and are registered with the Competent Authority. Certificate of registration is attached with
the bid;

(or)
The bidder, (Name of the bidder) is from a country, (Name of the Country) which shares a land border
with India and Government of India has extended lines of credit or is engaged in developmental
projects in this country, (Name of the Country) and hence do not require any separate registration for
participation in this tender.

b. I have read the Clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India; I certify that this bidder is not from such a country or, if from such a
country, has been registered with the competent Authority. I hereby certify that this bidder fulfills all
requirements in this regard and is eligible to be considered. (Where applicable, evidence of valid
registration by the Competent Authority shall be attached).

c. I have read the Clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India and on sub-contracting to contractors from such countries; I certify
that this bidder is not from such a country or, if from such a country, has been registered with the
Competent Authority and will not sub- contract any work to a contractor from such countries unless
such contractor is registered with the Competent Authority. I hereby certify that this bidder fulfills all
requirements in this regard and is eligible to be considered. [where applicable, evidence of valid
registration by the Competent Authority shall be attached].

Details of Vendor’s authorized representative

Signature:

Name:

Stamp:
E-NOTICE INVITING TENDER (e-NIT) NO.PUR/ENQ/AKM/NALCO PRESSURE VESSEL/30655/6298/22-23 DATED : 23.11.2022

HELP FOR THE TENDERER / BIDDER WITH DSC

Instructions / Guidelines for tenders for electronic submission of the tenders have been annexed for assigning
the agencies to participate in e-Tendering.

Any agencies willing to take part in the process of e-Tendering will have to be enrolled & registered with the
Government e-Procurement System; through logging on to https://eprocure.gov.in/eprocure/appthe agency is to
click on the link for e-Tendering site as given on the web portal.

Each Tenderer is required to obtain DSC (Enlisted Class- III ) for submission of online e-tendering from any
Certifying Authorities (CAs) certified by the Controller of Certifying Authorities (CCA) on payment of requisite
amount , details are available at the Web Site www.cca.gov.in

THE TENDERERS / BIDDERS CAN APPROACH ANY ONE OF THE FIVE CAS FOR GETTING DIGITAL
SIGNATURE CERTIFICATE. THE WEBSITE ADDRESSES ARE GIVEN BELOW.

www.safescrypt.com
www.idrbtca.org.in
www.tcs-ca.tcs.co.in
www.ncodesolutions.com
www.e-Mudhra.com
http://hrinfracon.com [ Is LRA and alliance partner of (n)Code Solutions (a div. of GNFC) ]
www.crgcorporate.co/ [authorized agent of eMudhra Consumer Services Ltd. ]

Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app Manual bids shall not
be accepted. Tenderer / Contractors are advised to follow the instructions provided in the ‘Instructions to
Tenderer’ for the e-submission of the bids online through the Central Public Procurement Portal for e-
Procurement at https://eprocure.gov.in/eprocure/appbefore proceeding with the tender.

FOR FURTHER INFORMATION, REGARDING SUBMISSION OF TENDER PLEASE VISIT TO BIDDER MANUAL KID

https://eprocure.gov.in/eprocure/app?page=BiddersManualKit&service=page

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document like terms and conditions, EMD contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated below.
Please send mail to:

a.) ( Mr. A. CHATTERJEE ) : servicesbnr@gmail.com

Ph :- (033) 2666-9131 to 34
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general
like page not loading, java error, unable to upload document, DSC etc…. may be directed as

Please send mail to:

a.) ( Mr.kalyan karar ) eprocurement@bridgeroof.co.in


ph: (033) 2217-4469 to 4473, 2217-4053/4054/4056 | Extn :- 278

b.) (Shri. Barun Kanti das ) barunkanti.das@bridgeroof.co.in

ph: (033) 2217-4469 to 4473, 2217-4053/4054/4056 | Extn :- 268


NOTE :- Requesting bidder to send an e-mail wait for an hour or so. Before making phone call Company holidays on (2nd& 4th Sat ).

You might also like