Government of Department of Atomic Energy Complex Stainless Steel Tubes Plant

NOTICE INVTING TENDER Tender No. NFC/SSTP/PC-2019/02 Dated 16/11/2019

To, M/s. ______

Dear Sir, On behalf of the President of India, sealed item rated Tenders are invited by DGM, SSTP, Nuclear Fuel Complex, Department of Atomic Energy, ECIL P.O, – 500 062, from competent and well experienced contractors for the following work on works contract basis.

1) Name of Work : Providing necessary assistance, operation in Cutting, Grinding, Transportation & Chemical operations for processing of SS Tubes 2) Scope : Schedule and scope of work as per attached Annexure-I. 3) Duration of Contract : 12 months 4) Estimated Cost : Rs. 50,55,000/- (Incl. GST & Excluding ESI & EPF ) 5) Earnest Money Deposit : Rs. 1,01,100/-

EMD in the form of Fixed Deposit Receipt / crossed Demand Draft (DD) drawn in favour of “ Pay and Accounts Officer, NFC” payable at Hyderabad shall be submitted. Offers without EMD will be summarily rejected. Name & Account Number of Contractor may be written at the backside of DD submitted towards EMD and the DD submitted should be valid for 3 months. 6) Issue of Tender document : From 16/11/2019 to 25/11/2019 upto 14:00 hrs 7) Last date for submission of Tender : 28/11/2019 up to 14:00 Hrs. 8) Date of opening the sealed Tenders : 28/11/2019 at 15:00 hours. 9) Cost of Tender document : Rs. 1000/- (Demand Draft or Banker's cheque payable at Hyderabad drawn in favour of " Pay & Accounts Officer, NFC ")

Quotations are to be submitted strictly in the format enclosed. Tender and EMD shall be placed in two separate envelopes clearly indicating Tender No. and each marked as TENDER & EMD respectively. Both the envelopes shall be submitted together in another sealed envelope super scribing Tender No. and Description of work, along with due date and time of submission on the outer cover.

Your offers shall be dropped in Tender box kept in Stores at SSTP, Nuclear Fuel Complex, ECIL Post, Hyderabad – 500 062 on or before 28/11/2019 up to 14:00 hours.

Tenders will be opened at Works Section, IIIrd floor, Aadhar Building, NFC, Hyderabad. Late / delayed & Tenders not accompanied by EMD shall not be considered.

DGM (SSTP) For & On behalf of the President of India

Note: NFC is committed to a corruption free work environment. "All the purchase and contracts commitments of NFC will be honored without the citizen having to pay any bribe". "In case any person demands any bribe, it is the duty of a responsible citizen to inform the matter to the Vigilance Officer, NFC, Hyderabad". Telephone No. 040-27122181 & 040-27184314 (Office) and 040-27137012 (Residence). E-mail: [email protected] Terms and Conditions of NIT No: NFC/SSTP/PC-2019/02

1. The contractor will be completely responsible for the job. The contractor shall deploy minimum two supervisors & seven highly skilled persons in each shift during the execution of the contract. Work shall be carried out on two shift basis i.e. Ist & IInd shift. The contractor shall supervise the job either personally or entrust and authorize a competent person who shall be fully responsible for carrying out the jobs safely. Highly skilled person & Supervisor employed shall meet requirements as per clause 3.0. The contractor shall deploy only those qualified manpower having prior experience in the works as brought out in the scope of work. 2. No child labour should be engaged. 3. The contractor has to engage manpower as per details below (in 1st/ General & 2nd shift) on all working days, during the contract period : 3.1. Supervisor: Diploma / Degree holder 3.2. Cutting operation: ITI holder in Fitter / Turner/ Machinist Trade with 1 year work experience 3.3. Material handling: ITI holder in Fitter / Diesel Mechanic trade with valid four wheeler license with 1 year work experience 3.4. Chemical operations: ITI certified in Chemical trade / 12th class or Intermediate pass with Chemistry as subject with 1 year work experience. 4. The workers engaged by the contractor should wear uniform which is distinct from NFC uniform. Safety shoes and other PPE as required for the job shall be provided by the contractor for all the workers engaged by him and ensure its usage. The contractor has to ensure safe working practices and follow all safety rules and regulations stipulated by Safety Engineering Division (SED), NFC from time to time. 5. The Contractor must follow all Labour Laws such as Contractor (Regulation & Abolition Act), Payment of Wages Act, EPF & MP Act, ESI Act, Payment of Bonus Act, Employees Compensation Act, etc. NFC reserves right of asking the Contractor to furnish proofs / documentary evidence for following the above laws. Clarifications on statutory provisions, if any may be sought from Welfare Officer, NFC, Hyderabad on 040 - 2718 3059 or [email protected] on any working day during office hours. 6. Wages are to be paid as per Minimum Wages Act, notified by RLC (C)/ by Govt. of Telangana whichever is higher from time to time. 7. Earnest Money Deposit at the rate of 2% of estimated cost put to tender shall be submitted along with Tender in the form of Fixed Deposit Receipt / Crossed Demand Draft drawn in favour of "Pay and Accounts Officer, NFC" payable at Hyderabad. Offers without EMD will be summarily rejected. 8. Certificate from Officer-In-Charge (OIC) at NFC regarding payment of minimum wages to the contract labour is to be enclosed along with the claim for processing bill. 9. The contractor shall produce necessary Police Verification Certificates (PVC) from the local Police station for the manpower being engaged for the purpose. 10. Valid Medical fitness certificate from at least MBBS doctor for the workers engaged shall be submitted. The contractor shall ensure that all the labour engaged in work are covered under ESI and EPF. Proof of the same shall be produced before start of the work. 11. The quoted value shall be exclusive of ESI, EPF and inclusive of GST and any other mandatory duties and levies of the Government. The bills will be released against submission of documentary evidence towards payment of ESI, EPF to the concerned authorities. 12. The contractor shall provide the registration details Income Tax, GST, ESI, EPF, etc. while collecting tender document and copy of the same shall be submitted along with Tender document. 13. Performance Guarantee @5% of Work Order value shall be submitted within 7 days from the date of issue of letter of acceptance in the form of Fixed Deposit Receipt or Demand Draft or Bank Guarantee (valid for 14 months along with a claim period of six months). Extension of time for submission of Performance Guarantee at the request of contractor shall be charged @ 0.1% per day of Performance Guarantee amount. 14. In case of non-submission of Performance Guarantee within prescribed / extended time, the Earnest Money Deposit (EMD) submitted will be forfeited. 15. Security Deposit @ 2.5% of the Work Order Value shall be recovered from Running Account bills. The Security Deposit amount recovered shall be released after Three months from the date of completion of entire work or after payment of final bill, whichever is later. 16. Income tax and GST as applicable at source shall be deducted from the payments made. Contractor shall furnish his PAN No. and bank details along with a Photo copy of the same, duly countersigned by him. 17. Payment for the work done by the contractor shall be made based on the work done by contractor which was accepted and measured by the Officer–In-Charge, duly approved by the competent authority. 18. Offers received will be evaluated based on the total cost quoted exclusive of EPF, ESI and inclusive of GST, etc. 19. The offer should be kept valid for a period of minimum three months from the date of opening of tender. 20. Incomplete and conditional tenders shall be rejected. However, unconditional rebates are acceptable. 21. Contractors shall quote the rates both in words and figures. 22. In case there is a variation between the rates in figures and words, the rate which corresponds to amount worked out by the contractor shall be taken as correct. 23. When the amount of an item is not worked out by the contractor, or if it does not correspond with the rates written either in figures or in words, then the rate quoted by the contractor in words shall be taken as correct. 24. When the rate quoted by the contractor, in figures and in words tallies, but the amount is not worked out correctly, the rate quoted by the contractor shall be taken as correct and not the amount. 25. Contractor shall sign each page of the Tender document along with the Schedule of Quantities & Rates. 26. In case, the contractor fails to commence the work specified in the Tender document within the prescribed time schedule, then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit whole EMD absolutely. 27. The contractor shall ensure that labour deployed for the contract would confine themselves to their respective places of work and not indulge in activities that would be harmful to NFC. 28. NFC reserves right to accept or reject any quotation, either completely or partly, without giving any reasons. 29. If on acceptance of the Tender, owing to the circumstances if the scope of the work remains altered, reduced or abandoned for any reason NFC shall give a notice in writing to that effect to the contractor who shall act accordingly. Also, if the workmanship is not satisfactory, the contract shall be cancelled. 30. Before quoting, the contractor may visit NFC for assessment of work with prior permission of DGM / Sr. Manager / Manager. They may be contacted by phone on following numbers. 040-2718 4147 / 040-2718 4354 / 040-2718 3113, respectively. 31. If the contractor fails to execute the work completely, then the Government shall without prejudice to any other right or remedy be at liberty to forfeit whole Security Deposit and Performance Bank Guarantee absolutely. 32. The period of contract is for approximately one year from the date of commencement of work. However, the quoted rate should be valid up to 12 months from the date of issue of work order. 33. Prices shall be offered item wise. Quotations offered as Lump-sum will not be considered. 34. Though the Tender is for approximately one year, the same may be extended by another 3 months period at the discretion of the competent authority, subject to the satisfaction and the other conditions at the request of the successful bidder. 35. The quoted rates shall not be less than the minimum wage fixed / notified by the Government of India - where the service is performed and shall include all statutory obligations. However, offers without any element of cost over and above such minimum wage (or below it) shall be treated as 'Nil' price quotation and would be rejected. The contractor shall be liable for all kinds of due payable in respect of all personnel provided under the contract and NFC shall not be liable for any dues for availing the services of the personnel. The Contractor should ensure that persons to be deployed are not alcoholic, drug addict and not indulge in any activity prejudicial to the interest of the NFC. The Contractor shall ensure to get the Police Verification Certificate for all the manpower deployed for work and also ensure that the manpower deputed should bear good moral character. 36. For carrying out Material Transfer work specified in the Tender, Material handling equipment such as Forklift, EOT cranes, Side Loader available in the plant shall be utilized.

37. Bidder’s Eligibility Criteria (BEC):

37.1. Experience Criteria: Tenders will be issued to eligible contractors provided they produce the following documents (Estimated cost of the work is Rs. 50.55 Lakhs) A. Bidder should have satisfactorily completed during last 7 years ending previous day of the last date of submission of application (1) One similar completed work not less than 80% of Estimated cost i.e. Rs. 40.44 Lakhs ‘OR’ (2) Two similar works each costing not less than 60% of Estimated cost i.e. Rs. 30.33 Lakhs ‘OR’ (3) Three similar works each costing not less than 40% of Estimated cost i.e. Rs. 20.22 Lakhs ‘OR’

Attested copies of experience certificates as proof of evidence as stated above are to be submitted

The value of executed work will be brought to the current costing level by enhancing the actual value of work at simple rate of 7% per annum to be calculated from the date of completion to the last date of receipt of tender as mentioned in NIT.

For the purpose of this clause, ‘similar work’ means “Machining/Turning, Metal Cutting, Metal grinding/polishing, Cleaning of tubes/pipes, Material handling/Material transport”

37.2. Financial Criteria (eligibility criteria for participating in tendering) A. Turnover I. The average annual financial turn over on works contracts should be at least 100% of the estimated cost put to tender i.e. Rs. 50.55 Lakhs during the immediate last 3 consecutive financial years. The turnover shall be a certificate from the Chartered Accountant for the last five years II. The bidder should not have incurred any loss in more than two years during the last 5 years period ending with last financial year III. Copy of Auditor’s Balance sheet should be submitted by bidders in support of the Annual Turnover criteria. The full audited financial statement with all schedules and profit & loss account shall be submitted by the bidder B. Solvency: Bidder should have the solvency equal to 40% of the estimated cost of the work i.e. Rs 20.22 Lakhs. Valid solvency certificate for 40% of the estimated value of work, from any scheduled bank in support of financial standing. C. Copy of Registration of GST and PAN D. Copy of ESI & EPF Registration Documents

38. Penalty clause for non compliance/ deviation of the conditions of the contract:

38.1. Attendance compliance: In order to engage contract workers in Ist & IInd shifts, on holidays (requirement will be informed on the previous day) and as a substitute for workmen who are on leave / weekly off, the contactor shall have stand by qualified operators, with requisite approvals / permissions.

Non availability of the workmen / Supervisor resulting in loss of production will lead to penalty. i. Workmen:Total manshifts/month=322(23 days/month x 14 workmen/day i.e.7 workmen/shift). ii. Supervisor:Total manshifts/month=92(23 days/month x 4 supervisors/day i.e. 2 supervisors/shift)

A minimum attendance of 90% of man shifts is essential. The attendance will be monitored through Labour Entry Permit (LEP) system of NFC.

Attendance / Penalty as percentage of month Monthly bill Non compliance Worker Supervisor 90% and above Nil Nil 80% - 89% 1.0% 2.0% 70% - 79% 2.0% 3.0% 50% - 69% 5.0% 10.0% < 50% Short closing of order

Penalty mentioned above is over and above minimum wages deduction as per daily requirement.

38.2. Safety compliance : Following safety measures shall be followed by all contract workmen and Supervisor: A. All contract workers should always wear PPE's such as safety shoes, ear plugs, nose mask etc. B. Attend safety Training C. Always wear Uniform D. Should restrict themselves to concerned area only. E. Should not operate EOT cranes. F. Follow work - specific Do's and Don'ts given by OIC Any deviation of the above by any of the contact work men /Supervisor will attract the following penalty

Safety -Non compliance Penalty Once/month Oral warning Twice /month 0.50% of the monthly bill 2-5 /month 2.0 % of the monthly bill > 5/month 10.0% of the monthly bill > 8/month Short closing of order

38.3. Quality compliance: A. Cutting :  Ends of the cut tubes shall be square cut, burr free, without any sharp edges and handling scratches.  Scrap generated during cutting shall be collected, grade wise segregated & stored in identified containers provided by NFC. B. Grinding :  Desired surface quality with uniform finish as per tube / pipe specification.  Dimensional control within specified limits  Storage of used Grinding Belts at specified location provided by NFC. C. Material Transfer :  Movement of material to proper work location as per Plant instructions.  Maintaining Identity of material during transfer process.  No damage to the material during transfer process. D. Chemical operations :  Satisfactory removal scale, glass / lubricant layer, stains, patches from tube / pipe surface.  Storage of used chemicals at specified location provided by NFC.

Any deviation of the above by any of the contact work men /Supervisor will attract the following penalty. Quality -Non Penalty compliance Once/month Oral warning Twice /month 0.25% of the monthly bill >Twice /month 1.0% of the monthly bill >5 /month 10.0% of the monthly bill >10/month Short closing of order

38.4. Penality for attrition of the labour after the training period during the period of contract

Non compliance Penalty Within two months after training NIL After 4 months of start of contract (Including 1.0 % of the monthly training period) bill/person After 8 months of start of contract (Including 2.0 % of the monthly training period) bill/person

Note: Training period for this contract is 2 months.

Annexure-I Schedule and Scope of work Ref: Tender No.: NFC/SSTP/PC-2019/02

Sub: Cutting, Grinding, Transportation & Chemical operations for processing of SS Tubes

Sl Description of Item (A) Unit (B) Quantity No. (C) Cutting, Deburring & Grinding of SS Tubes of diameter range 1 Nos 6100 70-170 mm Cutting, Deburring & Grinding of SS Tubes of diameter range 2 Nos 20280 40-70 mm Cutting, Deburring & Grinding of SS Tubes of diameter range 3 Nos 49140 10-40 mm Transportation of SS Tubes using EOT crane/Forklift / Side 4 Nos 59300 loader Chemical operations of SS Tubes of diameter range 70-170 5 Nos 6100 mm 6 Chemical operations of SS Tubes of diameter range 40-70 mm Nos 20280 7 Chemical operations of SS Tubes of diameter range 10-40 mm Nos 49140 1. The quantum of work (in column C) shall be completed within a period of approximately one year. 2. Cutting, Deburring & Grinding : a. Cutting operation for 70-170mm shall be carried out on Band-saw cutting machine and less than 70mm will be done on abrasive cutting machine b. De-burring shall be done using pneumatic die grinder c. Grinding shall be done on 5 head grinding m/c using Aluminum oxide endless abrasive belts 3. Transportation: a. Transportation of tubes shall be done using EOT crane/5T Side-loader/ 3T Forklift b. Loading & unloading of tubes on Side-loader/forklift shall be done using EOT crane c. Speed limits for forklifts/sideloader shall be as per guidelines of SED 4. Chemical operations: a. Chemical processing shall be carried out in aqueous solution of hydrofluoric and nitric acid. b. The surface shall be free from any scale, contaminants, oil and grease on both ID & OD after processing of the tubes/pipes. c. After removing the scale, tubes shall be thoroughly cleaned with high pressure water jet systems and afterwards shall be dipped in hot water bath. d. Final surface after processing shall be lustrous 5. The equipment shall be handed over in clean and healthy condition after completion of the work every shift. 6. Care shall be taken to ensure no damage / scratches are inflicted on the tube during cutting, grinding, cleaning, material transportation operations. 7. Shifting of scrap shall be carried out daily basis in identified bins 8. All safety precautions as prescribed have to be followed while carrying out the job. Shoes and uniform distinct from NFC to be provided by contractor. 9. Contractor must go through all the terms in NIT and strictly adhere to it. 10. Contract shall be awarded to the cumulative lowest bidder. 11. Highly skilled Diploma / Degree holders need to be employed in first and second shifts daily for continuous supervision of the work, ensuring safety, quality of the tubes and quantum of work. 12. In order to ensure safe working practices and produce quality product, the maximum work output of a skilled operator is a. Cutting, Deburring & Grinding of SS Tubes of diameter range 70-170 mm: 15 tubes per shift per person b. Cutting, Deburring & Grinding of SS Tubes of diameter range 40-70 mm: 75 tubes per shift per person c. Cutting, Deburring & Grinding of SS Tubes of diameter range 10-40 mm: 125 tubes per shift per person d. Transportation of SS Tubes using EOT crane/Forklift / Side loader: 60 tubes per shift per person e. Chemical operations of SS Tubes of diameter range 70-170 mm: 15 tubes per shift per person f. Chemical operations of SS Tubes of diameter range 40-70 mm: 40 tubes per shift per person g. Chemical operations of SS Tubes of diameter range 10-40 mm: 50 tubes per shift per person

The bidders may note the Standard Operating Rates(SOR) and ensure that the labour employed are not overloaded beyond this work output.

13. The contractor before bidding may visit the site to have proper understanding of the work. The contractor shall contact Shri PSJ Gupta, SO/D, SSTP (in advance before coming) at Ph: 040- 2718 3406 / 3447 / 4060 /4790 or mail at [email protected]/ [email protected]/ [email protected] 14. Minimum wages as on date for laborer is Rs. 710/- per day for skilled workmen & highly skilled supervisor. 15. At least 14 skilled persons (6 - ITI Fitters / Turners / Machinists, 4 - ITI Fitter / Diesel Mechanic having four wheeler driving license, 4 - ITI Chemical / 12th or Intermediate pass with Chemistry as subject) and 4 highly skilled persons having Diploma / Degree shall be available at the work place to carry out the work in two shifts on regular basis for the period of contract, failing which penalties as indicated at clause no. 39 under "Terms and Conditions of NIT" will be applicable. 16. Wages are to be paid as per Minimum Wages Act, notified by RLC (C) from time to time.

J K Rout DGM (SSTP) For & On Behalf of President of India

From : ______

To: DGM (SSTP) Nuclear Fuel Complex ECIL Post , Hyderabad-500062 QUOTATION

Ref: NFC/SSTP/PC-2019/02

Sub: Cutting, Grinding, Transportation & Chemical operations for processing of SS Tubes

Dear Sir, In response to your Notice Inviting Tenders, we hereby submit our quotation for carrying out the following works. Sl Description of Item Unit Quantity Unit Rate Total No. 1 Cutting, De-burring & Grinding of SS Nos 6100 Tubes of diameter range 70-170mm 2 Cutting, De-burring & Grinding of SS Nos 20280 Tubes of diameter range 40-70mm 3 Cutting, De-burring & Grinding of SS Nos 49140 Tubes of diameter range 10-40mm 4 Transportation of SS Tubes using EOT Nos 59300 crane/Forklift / Side loader 5 Chemical operations of SS Tubes of Nos 6100 diameter range 70-170mm 6 Chemical operations of SS Tubes of Nos 20280 diameter range 40-70mm 7 Chemical operations of SS Tubes of Nos 49140 diameter range 10-40mm Grand total (Rupees ______only). Note: The above quoted value shall be exclusive of ESI, EPF and inclusive of GST.

Thanking you,

Name : ______Aadhar Card No. : ______PAN No. : ______Bank Account No. : ______IFSC Code : ______Name of the Bank : ______Name of branch : ______GST Registration No. : ______

Yours faithfully, CONTRACTOR

(Sign with Seal)

CHECK LIST FOR CONTRACTOR

Sl.No General Details 1 Name of the organization 2 Address 3 Telephone No's 4 Fax No 5 E-Mail address 6 Annual Turn over of previous financial year 7 SSI/Factory/Contractor's Registration No 8 Brief description of experience 9 AADHAAR No 10 GST Registration No 11 PAN No 12 ESI Registration No 13 EPF Registration No 14 Bank Account No 15 Name of the Bank 16 IFSC Code 17 No. of employees Highly Skilled Un- Skilled skilled

18 Previous Work orders executed at NFC (Reference No's) Cutting, Grinding, Transportation & Chemical 19 Brief description of the work: operations for processing of SS Tubes 20 Tender No: NFC/SSTP/PC-2019/02 21 Total amount quoted No. of labours proposed to be Highly Skilled Un- employed in this work Skilled skilled 22 Supervisors: Qualification and Experience of 23 Supervisor Details of machinery/tools proposed to be deployed for the 24 work GST rate considered for the 25 work 26 Any other information

Verified the above details O-I-C Signature of contractor