PARADIP PORT TRUST

Odisha,

Tel.: (06722) 222034 / 222033/222078 / 222223 INVITATION FOR EXPRESSION OF INTEREST & BUDGETARY OFFER FOR

“HIRING OF 500 KVA DG SET FOR OPERATION OF PUMPING STATION AT CHOUDHURYGADA, TALADANDA” Submission on or before 15/10/2020.

1

PARADIP PORT TRUST

INVITATION FOR EXPRESSION OF INTEREST & BUDGETARY OFFER FOR “Hiring of 500 KVA DG set for operation of pumping station at Choudhurygada, Taladanda.”

(This notice is issued only to elicit an Expression of Interest from Parties interested in the Project and does not constitute any binding commitment from Paradip Port Trust to proceed with the Project or invite any or all the Parties in the subsequent bidding process.)

2

SECTION-I

1.0 BACKGROUND 1.1 PREAMBLE

Paradip Port Trust is getting water supply from Taladanda Canal for its requirements. Water supply through the said canal will be stopped from 15/11/2020 i.e., after closure of kharrif for its renovation from Zobra to Ranihat. Therefore, regular water supply to Port Township and harbour area will be affected. At such time of water scarcity, water from is to be pumped into the Taladanda canal at Choudhurygada where a pump house is available. Since power supply reliability at the said location is very poor, it was decided in a meeting held on 02/09/2020 for provision of a standby 500 KVA DG set at the above said pumping station to meet the exigency in case of power failure. In view of this, Paradip Port Trust would like to encourage the Manufacturers and Service Providers for supply and installation of a 500 KVA DG set on hire basis at Choudhrygada, Taladanda.

1.2 INTRODUCTION AND BASIC DATA ABOUT PARADIP PORT TRUST:

Paradip Port Trust is a major sea port of India managed by the Paradip Port Trust (PPT). The Port was commissioned and open to International Traffic in 1966. The Paradip Port is situated on the east coast of India, in District of at a latitude of 200 15‟ 55” North and longitude of 450 40‟ 35” East. It is situated at confluence of the Mahanadi River and the . It is about 260 nautical miles North of the and 210 nautical miles South of Kolkata Port. Paradip Port has 16 berths and 3 SPM‟s.

Paradip Port is connected via road with and Chandikhol, which are two of the major cities in Odisha.

 Chandikhol and Paradip are connected by NH-5A (4 lanes, approx. 77 Kms.)

 Cuttack and Paradip are connected by SH-12 (2 lanes, approx. 90 kms.)

Paradip Port Rail Network is a part of the East Coast Railway System and is connected to the hinterland via Cuttack by a board gauge rail link. Cuttack is around 90 kms from Paradip and connects to Howrah – Chennai main line. 1.3 METEOROLOGICAL DATA:

The following meteorological information has been provided to assist the applicant(s) in preparing an initial proposal for the EOI. PPT does not guarantee the accuracy or completeness of the information.

Maximum Temperature : 42.40 C Minimum Temperature : 8.90 C Annual Rainfall (Avg.) : 1500 mm. Average Wave Height : 2 mtr (Range: 0.5 mtr. to 3.5 mtr.) Maximum Wave Height : 8.2 mtr on 28.10.1999. Minimum tide : 0.20 mtr. Maximum tide : 3.50 mtr. Wave direction (Apr-Sept.) : From S to SW 3

Wave direction (Oct-Dec.) : From N to NE Average wind speed (Summer) : 35 – 42 Km / Hour Average wind speed (Winter) : 18 – 24 Km / Hour Maximum Wind speed : 259 Km / Hour (as recorded on 28/29.10.1999)

Port may experience strong winds and gales when any depression, storm or cyclone develop in the Bay of Bengal and come close to the Paradip coast. Other technical details in this context may be obtained by the applicant from the Meteorological Department.

2.0 THE PROJECT:

The Scope of work under this project mainly involves the followings:

Paradip Port intends to avail service of one 500 KVA silent type Diesel Generator (DG) Set complete with AMF Panel and accessories at Pumping Station, Taladanda, Choudhurygada on “HIRE BASIS” for the period from 15/11/2020 to 31/07/2021.

Transportation of DG Set, AMF panel and other accessories to Taladanda pumping station and back; transit insurance, and payment of all other taxes and duties; loading and unloading of the DG Set and accessories; preparation of civil foundation – if required; operation / maintenance of the DG Set including its watch & ward for the entire period of contract shall be under the scope of the Contractor at their cost. 3.0 THE SITE:

The pumping station at Taladanda is situated 69 Kms. from Cuttack and 31 Kms. from Paradip port. The D.G set will be installed at the opposite side of State Highway-12 which connects Cuttack and Paradip.

4.0 QUALIFYING REQUIREMENTS:

The interested firm shall submit details pertaining to past business experience, financial status indicating turnover of the applicant for past three years and other details given in FORM–A.

7.0 PROPOSAL:

Interested firms are hereby invited to submit their “Expression of Interest (EOI) & Budgetary Offer” for the work “Hiring of 500 KVA D.G set for operation of pumping station at Choudhurygada, Taladanda” The information submitted will be treated as confidential. 8.0 SITE VISIT:

Interested firms may visit the site on any day during working hours (09:00 hrs. to 13:00 hrs.) prior to last date of submission of their Expression of Interest (EOI) and Budgetary Offer i.e., / /2020, to ascertain the exact nature of work and site conditions for preparation and submission of a realistic offer.

4

REQUEST FOR BUDGETARY OFFER

(A) GENERAL INFORMATIONS: Sl. No. Item Details 1. Name of Work Hiring of 500 KVA D.G set for operation of pumping station at Choudhurygada, Taladanda. 2. Department / Organization ELECTRICAL & MECHANICAL DEPARTMENT / PARADIP PORT TRUST 3. Executive Division Port Electrical Division. 4 Officer Inviting the Offer Executive Engineer 5. Immediate Next Authority Superintending Engineer 6. Sanctioning Authority Dy. Chairman, PPT 7. Executing Authority Executive Engineer

(B) OTHER INFORMATIONS:

Sl. No. Item Date Time 1 Publication date 05/10/2020 16:30 Hrs. 2.a) Document download start date 05/10/2020 16:30 Hrs.

b) Document download end date 15/10/2020 18:00 Hrs.

3.a) Start date for seeking Clarification on-line 05/10/2020 16:30 Hrs.

b) Last date for seeking Clarification on-line 11/10/2020 18:00 Hrs.

4. Date of uploading response to Clarifications sought 13/10/2020 17:00 Hrs.

5. Offer Submission end date 15/10/2020 18:00 Hrs.

6. Currency of Offer Indian Rupee 7. Language of Offer English

5

SCOPE OF WORK

Paradip Port intends to avail service of one 500 KVA silent type Diesel Generator (DG) Set complete with AMF Panel and accessories at Pumping Station, Taladanda, Choudhurygada on “HIRE BASIS” for the period from 15/11/2020 to 31/07/2021. The details Scope of the work are as under: 1) The Contractor shall provide service of a 500 KVA, silent type DG Set at Pumping Station, Taladanda, Choudhurygada on hire basis for the period from 15/11/2020 to 31/07/2021 for operation of various electrical equipment during main power failure. The DG set intended to be provided shall not be more than 6 years old and must comply the latest CPCB norms. 2) The Contractor shall ensure 100% availability of the DG Set for satisfactory operation normally in 02 (Two) shift (i.e. from 06:00 hrs. to 22:00 hrs.) during the contract period. However, the Contractor has to provide service of the D.G set beyond the said hours as and when requirement arises. 3) The Contractor shall supply, transport, load & unload, install, test and commission the DG Set and AMF Panel of suitable rating at Taladanda, Choudhurygada. Civil work if required i.e. concrete pedestal etc. for the D.G set shall be done by the Contractor at their own cost. The operation, maintenance as well as watch & ward of the DG Set at site shall be to the Contractor’s scope and account. 4) Paradip Port Trust will not supply fuel and oil. The Contractor shall supply fuel, lubricants and any other consumable for the day to day operation and maintenance of DG Set. However, fuel charges @ 80 ltrs. per running hour will be reimbursed by PPT on submission of required documents. 5) The Contractor shall record the actual running hour of the DG Set in the operation log-book and get the certification of Engineer In charge (EIC) on daily basis. The log-book shall contain daily status of D.G set i.e., hours of operation, fuel consumption, units generated and load current etc. 6) The Contractor shall have to program the AMF panel in tune so that the DG Set shall be operative within 30 sec after failure of main power supply. 7) No other charges shall be provided over and above the monthly hire charges towards the said works. 8) The Contractor shall ensure strict compliance to General safety rules/ regulations. The Contractor shall be solely responsible for the consequences arising out of non-compliance of safety rules and regulations. 9) The Contractor shall obtain clearance – required if any, from statutory Govt. organization for operation of D.G Set. Necessary charges towards Electricity Duty shall be paid by the Contractor. The Electricity Duty shall be reimbursed by PPT as per actual on production of valid documents. Other statutory charges if any shall also be paid by the Contractor at their cost. 10) The Contractor shall have to ensure availability of adequately skilled manpower during the Contract period for ensuring operation/ maintenance of the D.G Set without any problem. 11) The Contractor shall have to pay Bonus, EPF & ESI and provide PPE etc. to their workmen at their own cost. The Contractor shall submit his/her offer accordingly.

6

TECHNICAL SPECIFICATIONS ALTERNATOR

(i) 500 KVA, three phase four wire, 415 Volt ±5%, 0.8 lag, 50 Hz ±3%., self regulated, brushless, self excitation complete with AVR. (ii) Totally enclosed, fan cooled (iii) Mounted on an anti-vibrating base frame. INTERNAL COMBUSTION ENGINE: The engine must have adequate capacity to run a 500 KVA Generator at 100% load and having the following features: (i) Liquid cooled type radiator with engine mounted water circulatory pump & fan. (ii) Air cleaner, self governed. (iii) Arrangements for self starting with battery. (iv) Dynamo for battery charging. (v) Lubricating oil pressure gauge, water temperature gauge, digital hour-meter, fuel tank of standard size with diesel level indicator gauge, tank cover, pipe connections.

(vi) Make: Cummins / Kirloskar Green / Greaves / Cater pillar.

CONTROL PANEL:

The Panel shall be made of CRCA sheet steel & totally enclosed type having glands for cable entry complete with voltmeter, ammeter along with selector switches, indicator lamps for indicating status of DG Set; circuit connection for automatic start, automatic stop though AMF network; auto-manual selector switch etc.

7

SPECIFIC REQUIREMENTS OF DG SET Sl. Specification Agency to confirm details No. 1. DG set Rating: 500 KVA, three phase, 415 Volt, 0.8 lag, 50 Hz ±3%., brushless excitation complete with AVR & AMF panel. 2. AMF panel cum local control panel including control cubicle and associated with auxiliary devices, generator breaker, battery and charger.

3. Make of the Engine:

4. Make of the Alternator:

5. Type of Start: Automatic through AMF panel & Push button start.

6. Cooling system: Coolant.

7. Fuel Consumption: Will be reimbursed by PPT @ 80 ltrs. of HSD per 1 hour running.

8. Mobil Consumption: To be specified by the agency, supported with manufacturer’s specification to this effect.

Seal:

Date:

SIGNATURE

8

Other Commercial Conditions

1) Payment Terms: The Contractor shall submit the Bills to the Executive Engineer, PED in triplicate in the 1st week of the succeeding month along with the monthly report. 100% payment shall be made on monthly basis and as per actual executed quantity on successful completion of the obligations under the contract. 2) DEDUCTION The Contractor shall ensure 100% availability of the DG Set round-the-clock for satisfactory operation during the contract period. The DG Set may be manned continuously to provide service as and when required. Any failure to achieve 100% availability shall lead to a deduction from the bills of the Contractor as detailed below: (i) If the DG set fails to start immediately after power failure or problem arises in running, a penalty of Rs.2000/- per occurrence will be deducted from the bill of the Contractor. In such case, the Contractor has to rectify the fault immediately to run the DG set effectively. If the penalty exceeds Rs.10,000/- (Rupees Ten Thousand) only in a month, the Contract may be terminated along with forfeiture of SD. (ii) If the DG Set remains under breakdown / maintenance for overhauling, the Contractor shall arrange a substitute DG Set of suitable rating. If the Contractor fails to arrange the same, the rental charges will be deducted proportionately from the monthly bill of the Contractor and a penalty of Rs.1,000/- (One Thousand) only per day for non-availability will be deducted from the monthly charges. (iii) If the AMF panel remains under breakdown, an amount of Rs.6,000/- (Rupees Six Thousand) only per month or proportionate amount for the breakdown period (days) will be deducted from the monthly rental charges. 3) Security Deposit: A sum of 10% of accepted value of the tender shall be deposited by the successful bidder (Contractor) as Security Deposit (SD). This will be deposited initially 1% value of the contract as initial security deposit (ISD) in shape of a Bank Guarantee or Demand Draft (DD) / Banker’s Cheque drawn in favour of FA&CAO, Paradip Port Trust (DD/ Banker’s cheque shall be payable at Paradip) within 15 days of issue of Letter of Intent (LOI). After deducting the EMD and ISD from the stipulated security deposit, the balance amount will be recovered in instalment through deduction at the rate of 10% of the value of each running account bill subject to attaining the required amount by the last running bill. In case of exemption of EMD, the successful bidder has to deposit initially 3% of the contract value as ISD instead of 1% of contract value. The Contractor may submit Bank Guarantee for the balance amount after deducting the EMD and ISD from the stipulated security deposit in which case there will be no deduction from the running bills towards security deposit. EMD of the successful bidder will be refunded to the bidder after receiving a Bank Guarantee of equal amount only after issue of work order and signing of agreement.

9

The Contractor may also submit Bank Guarantee for a sum of 10% of accepted value of tender as Security Deposit (SD) within 15 days of issue of Letter of Intent (LOI) in which case (i) deposit of 1% ISD will not be required; (ii) there will be no deduction from the running bills towards security deposit; and (iii) EMD of the successful bidder will be refunded to the bidder after issue of work order and signing of agreement. The security deposits shall be returned to the Contractor within 30 days of successful execution and acceptance of the work. The BG shall be valid till 45 days after the scheduled date of completion of the work. 4) Execution Period: Requirement of D.G set on hire basis will be from 15/11/2020 to 31/07/2021. 5) Warranty: The warranty clause is not applicable for this contract. 6) Any query in this regard may be raised to the following email id prior to dt.11/10/2020 (up to 18:00 hrs.) which will be clarified by dt.13/10/2020 by uploading in the website for facilitating submission of a competitive budgetary offer. Note: Budgetary offers shall be submitted to the following address (through email or by Registered Post):

Executive Engineer (Elect), Port Electrical Division – III, Paradip Port Trust. Po:- Paradip, Dist:-Jagatsighpur, Pin – 754142, Odisha. Contact No. 98612-44414 Email Id: [email protected]

10

SECTION-II

INFORMATION & INSTRUCTION FOR APPLICANTS 1. GENERAL:

1.1 Letter of Interest and forms „A‟, „B‟ & „C‟ seeking information/documents are given in Section- III.

1.2 All information called for in the Forms A, B & C shall be furnished against the relevant columns.

1.3 The applicant may furnish any additional information, which is deemed necessary to establish capability to successfully complete the envisaged project.

1.4 The EOI & Budgetary Offer document in the prescribed form duly completed shall be submitted either through e-mail or by registered post delivered to “The Chief Mechanical Engineer, Paradip Port Trust, Dist: Jagatsinghpur, Odisha, PIN – 754142, e-mail ID: [email protected]” on or before 15/10/2020 at 18:00 hrs. Documents submitted in connection with EOI & Budgetary Offer will be the property of Paradip Port Trust.

1.5 For further details please contact “The Executive Engineer, Port Electrical Division – III, Paradip Port Trust, Dist: Jagatsinghpur, Odisha, Pin-754142” Tele. 06722-222075, Mob. 9861244414, Email: [email protected] or the Chief Mechanical Engineer, Paradip Port Trust @[email protected].

2. PARTICULARS:

The particulars of the project given in Section-I, are only indicative / subject to change and may be considered only as advance information to assist the applicant.

3. INFORMATION TO BE GIVEN IN THE REQUIRED FORMATS:

Applicant should furnish the following: A) ORGANISATION INFORMATION (Form-A)

Applicant is required to submit the comprehensive information in respect of his organization in the Form – „A‟ attached.

B) LIST OF PROJECTS (Form-B)

Applicant is required to submit the list of similar assignments/projects successfully completed/ongoing during the last five years in Form-„B‟. C) SUGGESTIONS (Form-C)

The Firms are requested to submit their proposals/views that can be considered for the Project formulation, in Form-„C‟. Additional sheets can be used. 4. LETTER OF INTEREST:

The applicant should submit the Letter of Interest (LOI) attached with the „EOI-cum-Budgetary Offer‟ document (section-III).

11

5. DISCLAIMER: The information in this document has been prepared to assist the applicants in preparing the non-binding EOI-cum-Budgetary Offer and it is clarified that

 This document does not constitute any contract or agreement of any kind whatsoever.

 This document does not purport to contain all the information that interested firms and their advisors would desire or require in reaching decisions as to the transaction. Interested applicant should form their own view as to what information is relevant to such decisions and make their own independent investigations in relation to any additional information.

 Neither the information in this document nor any other written or oral information in relation to the transaction is intended to form the basis of or the inducement for any investment activity or any decision to enter into any contract.

 Neither Paradip Port Trust nor their employees or advisors shall be liable to any interested party or any Entity under law including the law of contract, tort, the principles of restitution or unjust enrichment or otherwise for any loss, expenses or damage which may arise, or be incurred, or suffered, in connection with this document, or any matter that may be deemed to form part of this document, or any other information supplied by or on behalf of Paradip Port Trust or their employees or advisors or otherwise arising in any way from the selection process ahead.

 It shall not be assumed that there shall be no deviation or change in any of the herein mentioned information. While this document has been prepared in good faith, neither Paradip Port Trust nor any of their respective officers or employees or advisors or agents make any representation or warranty or shall have any responsibility or liability whatsoever in respect of any statements or omissions here from.

6. After assessing the response to this EOI & Budgetary Offer from the Applicants, Paradip Port Trust shall initiate appropriate steps for selecting a contractor through a transparent bidding process.

12

SECTION-III

LETTER OF INTEREST

(To be typed in Firm’s Letterhead)

To

The Chief Mechanical Engineer, Paradip Port Trust, Administrative Building, Paradip Port - 754142 Dist: Jagatsinghpur (Odisha) Tel.: (06722) 222034

Sub.: Hiring of 500 KVA D.G Set For Operation of Pumping Station at Choudhurygada, Taladanda.

Sir,

Having examined the details given in EOI Notice and EOI document for the above project, I/we hereby submit our Expression of Interest & Budgetary Offer and the relevant information.

1) I/We hereby certify that all the statements made and information supplied in the enclosed forms „A‟, „B‟ & „C‟ and accompanying statements are true and correct.

2) I/We have furnished all information and details necessary for EOI & Budgetary Offer and have no further pertinent information to supply.

3) I/We also authorize Paradip Port Trust or their authorized representatives to approach individuals, employers and firms to verify our competence and general reputation.

4) I/We submit the following certificates in support of our suitability, technical knowhow and capability for successfully implementing the project.

Signature(s) of Applicant(s)

Enclosures

Seal of applicant

Date of submission

13

BILL OF QUANTITY

Sub.: Hiring of 500 KVA D.G Set For Operation of Pumping Station at Choudhurygada, Taladanda from the period of 15/11/2020 to 31/07/2021. Sl. Description of Work Qty. Unit Rate Amount Remarks No. (in Rs.) (in Rs.) 1. Hiring charges of 500 KVA, 3 Phase, 415 8.5 Month Volt DG set as per the details specified in Scope of Work.

NOTE:

(i) Charges towards HSD fuel @ 80 ltrs. per running hour shall be paid extra. (ii) GST as applicable will be paid extra.

14

FORM – ‘A’ Organizational Structure of Applicant

1 Name & Address of the applicant with Telephone No./ email 2 a) Year of Establishment b) Date of commencement of operations 3 Legal status of the applicant (attach copies of original document defining the legal status) a) Proprietorship firm b) Partnership firm c) limited company or Corporation/ Joint venture/ Consortia d) Others (Please specify) 4 Names of Directors & other executives involved in this project with designation and contact information. 5 Applicant‟s annual turnover in the last three financial years in Indian Rupees. 6 Brief write up about Applicant‟s business during last three financial years 7 Any other information considered necessary but not included above

We have attached:

(1) Copies of last three years Annual Audit Reports or Auditor‟s certificate.

(2) Brochures if available, of the Applicant

Signature

Designation

15

FORM – ‘B’

Details of similar projects undertaken by Applicant in the last five years

Name Role and Responsibility in the project Location Description Time for which the project has been successfully in operation. Indicative Project cost in Indian Rupees Any other information considered necessary but not included above

Signature

Designation

Note: Please use separate sheet for each Project.

16

FORM – ‘C’

Suggestions and views of Applicant

Brief details of ship loader proposed

Land area requirements if any

Indicative investment for the proposed scheme in Indian Rupees Shutdown period (with detail justification)

Assistance required from Paradip Port Trust

Suggestions or views (Please attach additional sheet).

Applicant may add any other detail considered to be important

Kindly attach a conceptual plan.

Signature

Designation

17