Sei sulla pagina 1di 30

STEEL AUTHORITY OF INDIA LIMITED

BHILAI STEEL PLANT

Expansion to 7.0 MT (Crude Steel)

COMMERCIAL VOLUME
(IFB, BID DATA SHEET & SCC)

BALANCE WORK FOR MAKE-UP WATER


SYSTEM & DRINKING WATER SYSTEM
FOR 7.0 mtpa EXPANSION

(Package No. 078A)

MECON LIMITED
RANCHI - 834002

No. MEC/C/9101/11/80/078A (R1) July, 2016


INDEX

Sl. No. Description

1 Invitation for Bids (IFB)

2 Bid Data Sheet (BDS)

3 Special Conditions of Contract (SCC)

4 On-Line Reverse Auctions - General Rules and Regulations (Annexure)

5 Banks Name (Annexure-1-SCC)

6 Checklist for submission of bid (Annexure-2-SCC)


INVITATION FOR BIDS

1.0 SAIL/ BSP hereinafter referred to as Employer invites tenders from reputed
and experienced bidders on Open - Indigenous basis for Balance Work For
Make-Up Water System & Drinking Water System for 7.0 mtpa Expansion
(Pkg. No. 078A) at Bhilai Steel Plant on divisible turnkey basis.

2.0 Interested Bidders may obtain further information from the office of :

a/ Shri __________________,
Dy. General Manager I/c (Proj-PCC) TK,
Expansion Building, Steel Authority of India Limited,
Bhilai Steel Plant,
Bhilai-490 001, Distt: Durg, CG,
Ph.No. 91 788 285 2394
Fax No. 91 788 222 1197/1170
Email : pcc_tkey_bsp@sail-bhilaisteel.com

b/ Shri --------------
DGM (Projects- PCC),TK,
Expansion Building,
SAIL, Bhilai Steel Plant, Bhilai-490 001,
Distt. Durg, Chhattisgarh, India.
Tel : + 91 788 285 ------
Fax : + 91 788 222 1197/ 1170
E-mail : pcc_tkey_bsp@sail-bhilaisteel

3.0 A complete set of bidding documents may be purchased by any interested Bidder
on submission of a written application to the above by paying Rs 5000/- in the
manner shown under point No.5 below.

4.0 Bidder may also download the bidding documents from website at
www.sailtenders.co.in and submit the bid for which no tender cost will be
charged.

5.0 Salient features of the of the bid

Tender No. DGM/PCC/TK. Dtd. ..

Brief Description of The scope of work shall as detailed in Technical


Package Specification No. TS No. MEC/S/9101/11/40/
10/24/078A(RPN),July 2016 and General Technical
Specification no. MEC/S/1901/11/38/0/00/00/
F1889/R2.
Cost of Bidding Rs. 5,000/- (Indian Rupees Five thousand only) in the
Document (Non form of Demand Draft in favour of SAIL, Bhilai Steel
Refundable, Non Plant, payable at Bhilai. However, no tender cost shall
Transferable and Not be charged from bidders who submit the tender based
Exempted) on tender documents down loaded from SAIL website.

Sale of Tender Start :


Documents Close:

Tender Submission by Hrs IST

Place of Submission of Office of the


Bid
Dy. General Manager I/c (Projects-PCC), TK
Project Contract Cell (Turnkey),Expansion Building,
SAIL, Bhilai Steel Plant,
Bhilai-490 001,
Distt. - Durg, Chhattisgarh, India.
Tel : + 91 788 285 4823 /2221197/285 2313,3336
Fax : + 91 788 222 1197/ 1170
Email : pcc_tkey_bsp@sail-bhilaisteel.com

Opening of Tender by Hrs IST

Bid Security Rs.65,00,000/- (Indian Rupees Sixty Five Lakh only)


Time For Completion Twelve (12) months from the Effective date of the
Contract i.e. the date of signing of contract or 30 days
from the date of issue of Letter of Acceptance (LOA)
which ever is earlier.

Validity of Bid Bid shall be valid for One hundred eighty (180) days
from the deadline for submission of bid.
Reverse Auction Bhilai Steel Plant at its option can decide for opening
of sealed price bids or discover L-1 price through on-
line Reverse Auction, even after calling of sealed price
bid. In case of resorting to on-line Reverse Auction,
Eligible bidders shall be intimated for participation in
price bidding through on line Reverse Auction over
internet to be conducted by BSPs service provider M/s
Metal Junction and Rules of the same will be handed
over to them. The General Rules and Regulations
governing conduct of Online Reverse Auctions are
enclosed herewith as Annexure.

6.0 The tender document consists of :-

Section - I

i) Invitation for Bid (IFB)


ii) Bid Data Sheet (BDS)
iii) Special conditions of contract (SCC)
iv) Technical Specification No. MEC/S/9101/11/40/10/24/078A(RPN)
v) General Technical Specifications (GTS) -
MEC/S/1901/11/38/0/00/00/F1889/R2
vi) Appendix-6 of SBD - Approved vendors /preferred make list
vii) Safety code for Contractors
viii) Vendor code format ( To be filled by bidder)
ix) Procedure for Banning of Business dealing
x) Integrity Pact duly signed

Section II {Standard Bidding Document October 2014 (SBD)}

i) Instruction to Bidders (ITB)


ii) Form of Contract Agreement
iii) General Conditions of Contract (GCC)
iv) Safety code for contractors (given in this section is to be ignored)

7.0 The documents (SBD) listed in Section-II can be downloaded from Standard
Document section in home page of website www.sailtenders.co.in or hard
copy can be obtained along with the tender document.

8.0 The bid will consist of three parts , Part-I - Bid Security, Part-II - Eligibility
Criteria Fulfillment & Techno-Commercial Bid along with Integrity pact & Part- III
- Price Bids only.

Part- I - Part-I includes Cost of tender document & Bid Security or Micro &
Small Enterprises (MSEs) / PSUs / Govt. Undertakings and Co-
operative Societies are exempted from submission of Earnest Money
(Bid Security). For MSEs, the exemption from Earnest Money is
granted only on submission of valid notarized copy of certificate
having a valid Entrepreneurs Memorandum (EM) number. SSI / NSIC
certificate holders should also submit a copy of Entrepreneurs
Memorandum.

In case of bid by consortium not having all the members as SSI/NSIC certificate
holder/MSE Units are required to submit the stipulated Earnest Money/ Bid Security
along with their bid.
Central Public Sector Undertakings (PSUs)/Government Undertakings are exempted
from submission of EMD/Bid Security. However, in case of Bid by Consortium not having
all members as PSUs/Government Undertakings as members are required to submit the
stipulated EMD/Bid Security along with their Bid.
The tenderers who are registered as Micro or Small Enterprises with the prescribed
authority under Micro & Small Enterprises Development Act, 2006, are required to
submit copy of the registration certificate and indicate the Entrepreneur Memorandum
number (twelve digit) along with the part-I bid. In case such details are not provided, it
will be presumed that the Enterprise is not a Micro or Small Enterprise as per the
provision of the above Act and consequently they are not eligible to the benefits
admissible under the Act. The tenderer also shall furnish the following:
a) Whether the tenderer is registered as Micro or Small Enterprise under MSMED Act
2006 -Yes/No
b) If yes, furnish Entrepreneur Memorandum number and enclose a notarized copy of
Registration Certificate issued by the prescribed authority under the Act.

Part-II - Part-II includes Eligibility Criteria Fulfillment, Technical & commercial


Bids and un-priced copy of price bid with marks XX wherever prices
have been quoted and Integrity Pact duly signed. The Integrity pact
(duly signed by the Employer and sent along with the tender
documents) shall be signed (seal & sign on all 17 pages) by the
bidder (In case of consortium, same is to be signed by all consortium
members) and shall be submitted along with Part-II of the bid.
Deviation /changes are not permitted in the integrity pact format.
Part-III - Price Bids only.

The price bid shall be submitted in the formats given in the Appendix-1 of SBD
2014. Please read the notes as given back side of price schedule summary also.

Bidders are required to affix a transparent tape over their quoted prices, both in
figures & words in the original copies of the priced price bid.

9.0 Bids must be accompanied by the bid security in the following forms:

(a) A Bank Draft / Bankers Cheque /Pay Order or

(b) A Bank Guarantee from scheduled bank in the form provided in the bidding
documents having validity of 240 days from the deadline for submission of
bid. The Bank Draft/ Pay Order or Bank Guarantee should be issued by any
nationalized bank or scheduled commercial bank in India except Co-operative
and Gramin bank.

10.0 Integrity Pact Applicable

(i) The Bidder(s)/ Contractor (s) is required to enter into an `Integrity Pact
(enclosed) with the Principal i.e. SAIL. The Integrity Pact (all 17 pages)
has to be signed by the Proprietor/Owner/ Partner/Director or by their duly
Authorized signatory. In case of failure to return the Integrity Pact along
with the offer/bid, duly signed by the authority as mentioned above, will
disqualify the offer/bid.
(ii) The Bidder(s) /Contractor (s), if feel aggrieved, may raise complaint/pass
on, information, if any, to The Competent Authority/Operating Authority of
the Tender/Contract or to The Chief Vigilance Officer (CVO), SAIL, Ispat
Bhavan, Lodi Road, New Delhi-110003 or to The Independent External
Monitors (IEMs) of Integrity Pact, through Integrity Pact Secretariat, 19th
floor, Scope Minar, Laxmi Nagar, Delhi-110092.
(iii) The Independent External Monitors of Integrity Pact in SAIL are:
a) Shri P.Shankar
b) Shri Janki Ballabh
c) Shri A.C.Wadhawan

11.0 SAIL/Bhilai Steel Plant takes no responsibility for delay, loss or non-receipt of
documents sent by post. No financial obligations shall accrue to SAIL, Bhilai
Steel Plant in such an event. Mere submission of bid shall not mean eligibility of
Bidder.

12.0 Bonus Provision as per clause 29.5 of GCC : Not Applicable.

13.0 The Bidders may be required to explain/ justify the basis of their quoted price as
and when asked for. In case, any bidder fails to justify his quoted price or refuse
to co-operate in this regard, such bidder will not be considered for participating in
the re-tendering, if the contract is not finalized from the present bidding.
In case the tenderer quotes unworkable and is considered for placement of order,
the tenderer will be asked to justify the rates quoted and will have to give
Performance guarantee bond (in addition to the Security deposit mentioned in
the tender) in the form of Bank Draft/ Bank Guarantee. The amount of
Performance guarantee bond will be decided by SAIL, BSP at the time of issue of
Letter of intent. Earnest Money of the tenderer, who refuses to give Performance
guarantee bond, will be forfeited and the tenderer will not be considered in case
of re-tendering, if order / contract is not finalized from the present tender.

14.0 It shall be the responsibility of the persons submitting the bid to ensure that the
bid has been submitted in the formats and as per the terms and conditions of the
tender documents and no change should be made therein. In the event of any
doubt regarding the terms and conditions/ formats, the person concerned may
seek clarifications from the authorized officer of SAIL. In case any tampering/
unauthorized alteration is noticed in the Bid submitted from the Bidding
Document available on the SAIL Website, the said Bid shall be summarily
rejected and the company shall have no liability whatsoever in the matter.

However, deviations if any, proposed by the bidder may be separately indicated


for acceptance or other wise by SAIL. Such proposed deviations will not be
treated as tampering for the purpose of application of the clause. As the job is to
be executed in the existing plant, bidder may visit the site to get acquainted with
the site conditions, if so desired, before submitting the offer with prior intimation/
appointment with BSP.

15.0 The surrounding value for insurance purpose shall be considered as


Rs. 25,00,000/- (Indian Rupees twenty five lakh only).

16.0 The successful Bidder shall be required to provide at least thirty (30) copies
of signed contract agreement for Employers use.

17.0 Central Public Sector Undertakings (PSUs)/ Government Undertakings are


exempted from submission of EMD/Bid Security. However, in case of Bid by
Consortium not having all members as PSUs/ Government Undertakings, are
required to submit the stipulated EMD/Bid Security along with their Bid.

18.0 SSI units having valid NSIC Certificate may also be exempted from
submission of EMD/ Bid Security on fulfilment of the following conditions:

i) Notarised copy of the NSIC certificate is to be submitted along with


the techno- commercial bid.
ii) Validity of the NSIC certificate for at least 240 days from the dead
line of submission of bids.
iii) The exemption from submission shall be granted only for the items for
which it is registered.
iv) In case of bid by consortium not having all the members as SSI Units are
required to submit the stipulated EMD/ Bid Security along with their bid.

19.0 Tenderers shall furnish proof of ESIS registration from ESIC or


furnish an undertaking to the effect that they will obtain ESIS
registration from the office of ESIC within reasonable time (if the
job is awarded to them), the first payment under contract
awarded under such circumstances will only be made after ESIS
registration proof is submitted.

Contractor will have to obtain Employers Code No. from


Employees State Insurance Corporation, to facilitate payment
towards ESIS contribution in respect of labour employed/ likely to
be employed and will have to comply with all the provision of the
ESI Act and Regulations framed thereof

[Ref : Govt. of India Notification No.S-3801/28/2007-SS-1 dt. 17.09.2007 notified


that ESI scheme in areas falling within the municipal limit of Bhilai, Distt. Durg
has been implemented w.e.f. 01.10.2007].

20.0 The tenderers who are registered as Micro/Small/Medium Enterprises with the
prescribed authority under Micro, Small and Medium Enterprises Development
Act, 2006 are required to submit copy of the registration certificate and indicate
the Entrepreneur Memorandum number (twelve digit) along with the techno-
commercial bid. In case such details are not provided, it will be presumed that
the Enterprise is not a Micro, Small and Medium Enterprise as per the provision
of the above Act and consequently they are not eligible to the benefits admissible
under the Act. The tenderer also shall furnish the following:

a) Whether the tenderer is registered as Micro, Small or Medium Enterprise under


MSMED Act 2006 - Yes/No

b) If yes, furnish Entrepreneur Memorandum number and enclose a notarized copy


of Registration Certificate issued by the prescribed authority under the Act.

21.0 List of approved/ preferred makes given in TS and GTS are applicable in addition
to vender list as per Appendix-6 of SBD.

22.0 Building and other Construction workers (Regulation of Employment and


Condition of Service) Act.1996, Building and other Construction workers
Welfare Cess Act 1996 and Rules 1998 thereof:
a. The contractor employing or having employed on any day during
preceding 12 months , 10 or more workers in any building or construction
work valuing more than Rs.10 Lakhs shall be duly registered under
section-7(1) of the Building and other Construction Workers(Regulation
of Employment and Condition of Service) Act 1996 and ensure
compliance of the provisions of the said Act and the Rules framed
thereunder including submission of proof of registration under the
aforesaid Act within 30 days time from the date of award. The 1 st
payment under the contract awarded under such circumstances will only
be made after registration proof is submitted.

b. The deduction towards payment of Cess under the building and other
Construction Workers Welfare Cess Act-1996 and Rules framed
thereunder shall also be made from the amounts payable.

c. Submission of tender itself means your consent to the above Clause and
undertaking to comply with the all the provisions of above Act.

23.0 The Company reserves its rights to remove from the list of approved
supplier/contractors or to ban business dealings, if any Agency has been found to
have committed misconduct, and also to suspend business dealings pending
investigation.

The procedure under which removal of an agency from the list of approved
suppliers/contractors of suspension or banning of business dealings will be dealt
may be referred on our web site as part of the tender documents.

24.0 Use of Fly Ash in road construction and Fly Ash Bricks in masonry work is
mandatory. Bidders to ensure use of fly ash accordingly.

25.0 Address for correspondence:

Dy. General Manager I/c (Projects-PCC) TK,


Project Contract Cell-TK, Expansion Building,
SAIL, Bhilai Steel Plant,
Bhilai-490 001,
Distt. Durg,
Chhattisgarh, India.

Tel : + 91 788 285 2711, 2394, 3336, 222 1197


Fax : + 91 788 222 1197, 1170
Email : pcc_tkey_bsp@sail-bhilaisteel.com

Registered Office : Ispat Bhavan,


Lodhi Road,
New Delhi-110 003, India.
BID DATA SHEET

The following bid-specific data for the Facilities including plant and equipment to be procured,
installed & commissioned, shall amend and/or supplement the provisions in the Invitation for
Bids (IFB) and Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein
shall prevail over those in the IFB and ITB.

Name of Balance Work For Make-Up Water System & Drinking Water System for 7.0 mtpa
Facilities/ Expansion (Pkg. No. 078A) at BHILAI STEEL PLANT, BHILAI
Contract
Name
Name of SAIL/ Bhilai Steel Plant, Bhilai
Employer
Employer Dy. General Manager (Projects- PCC),TK,
details Expansion Building, Steel Authority of India Limited,
Bhilai Steel Plant,
Bhilai-490 001,
Distt: Durg, Chhattisgarh ,India
Tel : + 91 788 285 2394 /2221197/2853336
Fax : + 91 788 222 1197/ 1170
E-mail: pcc_tkey_bsp@sail-bhilaisteel.com

Name of MECON Limited, Vivekananda Path, Doranda, Ranchi - 834002


Consultant
Language of Shall be in English language. In case any document furnished in another
bid language, translation in English language duly authencientated to be submitted.
ITB 7.1

Eligibility/ The Bidder should fulfill the following eligibility criteria :


Qualification
requirements A) The bidder should have executed the job during last 07(seven) years ending
for last day of month previous to the one in which tender is floated, which should be in
Bidders operation for a minimum period of one (1) year (12 consecutive months) during
ITB 8.3 (b) & this period, after commissioning.
(c)
A. The Bidder may be a sole Bidder or a consortium of two or more (Maximum
Four) members. The Bidder as a sole Bidder or any of his consortium
members alone or together should satisfy the eligibility criteria mentioned
hereunder.
B. Bidder must have executed each of the following jobs separately or in the
same work-order and involving design, engineering, fabrication/supply,
construction & erection and commissioning in a Steel Plant / Industry:
i. Laying of water pipelines (Mild Steel/Cast Iron/Ductile Iron) of
diameter DN200 and above with a minimum total route length of 2
km, in a single order,
ii. Water Treatment Plant for a minimum capacity of 1000 m3/h.
The above works could be in a single work order or in separate work orders.
C Bidder must also meet the following criteria
(i) One completed Water Supply System as described above herein above
having value of work not less than INR 50 Crore (Rs. Fifty Crores only)
OR
(ii) Two completed Water Supply System as described herein above having
value of work each not less than INR 35 Crore (Rs Thirtyfive Crores only)
(Each completed water supply system shall be covered in individual work
order only).

The above units/systems must have been successfully commissioned


/executed by the Bidder during the preceding seven years as on the date of
issue of NIT. The Bidder shall submit the requisite certificates from the
previous employers.
Note :
1. The bidder may submit reference of work(s) executed by him for which the
scheduled completion period and the actual completion period occur at any
time within a span of 07 (seven) years prior to the last date of the month
previous to the month of publication of this tender.
2. The bidder should clearly mention documents/certificates which the bidder
wants to rely upon for his technical credentials/eligibility, and in case the
bidder would like to submit any extra document as a measure of
precaution, bidder may submit such document/certificate for maximum two
jobs.
3. For calculating the value of the work order, escalation shall be considered
@ escalation factor of 1.05 per year or part thereof , shall be used to
arrive at the present values for the work orders completed for the period
from the date of completion to the last day of the month previous to the one
in which tenders are invited.
4. Design / Engineering relates to system design / engineering for the
reference work (s).
5. The value of work for evaluation shall be arrived at by the value of the work
orders / Contracts.
6. In case the bidder had executed one and the same water supply system
project under separate contracts for components of its scope, such as that
for design & engineering, civil, mechanical, electrical works etc., then such
separate contracts can be clubbed together for consideration of eligibility
as are comprehensive contract.

Documents to be submitted

The bidder shall submit self attested copies of the following documents issued by
client of the bidder/end user firm in proof of meeting the prescribed eligibility
criteria with specific mention of information required :

i) Letter of Award of work / Work Order/ Contract.


ii) Certificate from Client/End User company in conformation of execution
OR satisfactory performance of the respective system, indicating therein
reference No. of Letter of Award of Work/Work Order/ Contract, date of
scheduled and actual work completion.

The bidder shall also submit information in respect of these documents by way of
duly filled in the proforma appended here in below.

B) Financial Eligibility

Average annual turn-over of the Bidder shall be equal to or more than


Rs.87,00,00,000/- (Rupees Eighty Seven Crore only) during last three (03)
consecutive financial years, i.e. during financial years 2012-2013,2013-2014 &
2014-2015.
The Bidder shall submit copy of Audited Annual Reports (financial statement)
clearly evidencing the Annual Turn-Over figure for last 3 (three) consecutive
financial years in support of their meeting above stipulated financial criterion.
In case of non availability of Audited Annual Reports (financial statement) for any
genuine reasons, as an alternative, with reasoned proof, the bidder may submit
certificate(s) from a practicing Chartered Accountant, duly notarized, in support of
their financial credentials, in lieu of the Annual Reports.
PROFORMA FOR SUMMARY OF ELIGIBILITY CREDENTIALS CLAIMED BY THE BIDDER
A. TECHNICAL
Sl. Technical requirement Name and Name of the Brief description Work Date of Initial Self attested Copy of following documents submitted(Yes / No)
No Address of project & about scope of order Operation and Work order/ Completion certificate and performance Value of Date
Client(s) Project(s) work value(s)/ commissioning contract certificate of previous works executed by work completio
including Location(s) Project them giving name, address and contact done one yea
phone & Fax cost telephone number of issuing authority operation
nos. and
Email IDs
(a) Laying of water
pipelines (Mild
Steel/Cast
Iron/Ductile Iron) of
diameter DN200 and
above with a
minimum total route
length of 2 km, in a
single order,
(b) Water Treatment
Plant for a minimum
capacity of 1000
m3/h.
(c) One completed Water
Supply System as
described above
herein above having
value of work not less
than INR 50 Crore
(Rs. Fifty Crores only)
(d) Two completed Water
Supply System as
described herein
above having value of
work each not less
than 35 Crore (Rs
Thirty five Crores
only) (Each
completed water
supply system shall
be covered in
individual work order
only).
B. FINANACIAL

S.No. Financial Requirement Annual Turn Over for Copy of Audited Annual Reports (financial statement) clearly evidencing
(in Rs.______) the Annual Turn-Over figure.
a) Last financial year : 2014-15

b) One year before : 2013-14

c) Two years before : 2012-13


ITB 8.3 (b) Consortium requirements will be as per SBD 2014.
In case, for a consortium to qualify, one of its member or combination of members
must meet the above eligibility requirements.
Spares List of O&M Spares required for operation of 2 years following completion of the
ITB 8.3 (c) (ii) Facilities. Price of such lists shall be submitted 6 months before scheduled
commissioning by successful bidder valid for a period upto 12 months. However,
placement of order for such spares will be considered separately, if required. The
price quoted for spares will not be taken into account for evaluation purpose.

Alternative Alternative Bid (s) are permitted along with the offer as per Technical Specification.
Bids ITB 8.3 However, Employer shall have the right to accept/reject the Alternative Bid(s).
(f)

Bid Indian rupees only.


Currencies
Amount of Rs. 65,00,000/- (Indian Rupees Sixty Five Lakh only)
Bid Security
ITB 11.1
ITB Clause The bid security shall be forfeited if bidder
11.6
i) Unilaterally withdraw its bid during the bid validity period
(ii) Modifying the bid unilaterally after opening of tender.
(iii) Submit false information/ particulars and failure to establish authenticity of
the documents filed in support of eligibility.
(iv) Refuses to enter into contract after award within the stipulated period without
sufficient justification.
(v) Not commence the work after the work is awarded.
(vi) Refuses to give performance bank guarantee, in case the bidder is not able
to justify the prices quoted by him and awarded the job.

Suspension of business with L-1 bidder in case of backing out:-


SAIL, BSP reserves the right for suspension of business on account of backing out
of L-1 bidder after opening of price bid/ price obtained in online sealed bid in RA/
price obtained in the process of RA during validity period of price bid.

Bid Validity Bid shall be valid for One hundred eighty (180) days from deadline for submission
Period of Bid.
ITB 12.1
Copies Original and four (04) copies for Part I & Part III, Original and fifteen (15) copies for
ITB 13.1, Part II and along with soft copy in CD.
17.2 (a)
Bid Address of Employer for bid submission
Submission
ITB Office of the:
14.2, 15.1 Dy General Manager I/c (Projects-PCC),TK
Project Contract Cell, Expansion Building,
SAIL, Bhilai Steel Plant,
Bhilai-490 001,
Distt. - Durg, Chhattisgarh, India.
Tel : + 91 788 285 2394 /2221197/2853336
Fax : + 91 788 222 1197/ 1170
Email : pcc_tkey_bsp@sail-bhilaisteel.com

Deadline for bid submission .................................. (date) .. (time)


Bid Opening Bids shall be opened at ...................... (time)
ITB 14.2 (b) on ....................................................... (date)
& 18.1
In the office of the Employer :

Dy General Manager I/c (Projects-PCC),TK


Project Contract Cell, Expansion Building,
SAIL, Bhilai Steel Plant,
Bhilai-490 001,
Distt. - Durg, Chhattisgarh, India.
Tel : + 91 788 285 2394 /2221197/2853336
Fax : + 91 788 222 1197/ 1170
Email : pcc_tkey_bsp@sail-bhilaisteel.com
Deviations in Generally no deviation is acceptable against the tender documents as given in this
Bid clause.
ITB 20.3
Technical As per TS
evaluation
of bid Additional criteria will be used in the evaluation in the manner stated there under :
Nil
Conversion Currency chosen for the purpose of converting to a common currency shall be
to single local currency, i.e. Rupees (INR).
currency
ITB 26.2 Source of exchange rate:

(As the common currency shall be the local currency, exchange TT Selling rates
observed by the Reserve Bank of India (RBI) and notified by the State Bank of
India (SBI), will be used for converting prices quoted in foreign currencies.)
Date of exchange rate:

The closing TT Selling rate of exchange on the previous working day of the date
of opening of Price bid shall be considered.

Price bid The following criteria will be used in the evaluation in the manner stated below :
evaluation
ITB 25.3 Bidders to indicate the value of supplies on which Entry Tax are to be borne by
them and not required to be loaded for the evaluation of their Price, failing which
Entry Tax will be loaded for the full value of Supplies.

The contract price shall not include Entry Tax. Entry Tax of 1% shall be loaded to
both indigenous as well as imported supply, which shall be paid and borne by the
Employer. The bidders may indicate the portion of supply, on which entry tax is not
required to be paid by the Employer below the Summary Price Schedule and while
evaluating the offer further entry tax will not be loaded on above declared goods.
However, while raising invoice for such goods, the invoice should contain the
following :

a) Tax payer Identification Number under C.G. VAT Act.


b) In case of supplies manufactured within Bhilai Municipal Local Area, then
Goods Sold are Local Goods is to be endorsed.
c) In case of Entry Tax paid supplies, Material is Entry Tax Prepaid is to be
endorsed.

i) The price evaluation will be done on the basis of Net of CENVAT and
VAT input credit. The CENVAT will constitute the CVD, ADC, service tax
component for the imported services as above and the amount of CENVAT
credit and input VAT credit on indigenous supplies & services as quoted by
the Bidder.

ii) The contractor is to provide the VAT invoices for reimbursement of the
VAT amount.

Chhattisgarh Value Added Tax (CGVAT) is applicable on purchase and sale of


goods made within the State of Chhattisgarh. The contractor is to provide the VAT
invoices for reimbursement of the VAT amount and to enable the Employer to avail
the VAT Input Tax Credit thereon.

The applicable VAT input tax credit available to BSP is indicated below :-

VAT Rate as VAT input tax CG VAT CG VAT Input


per CGVAT credit Amount (Rs.) tax Credit (Rs.)
Act (%) available to
BSP (%)
1 0.51
2 1.10
5 2.75
14 11.75
25 NIL

The bidders are to indicate the CG VAT input tax credit to be passed on to BSP in
the price bid for the evaluation of their offers. The VAT input tax credit committed
by the contractor will be reconciled and necessary adjustment effected.

Bidder has to see CG VAT Act for items on which VAT ITR is not applicable.
Negative list is attached for ready reference. However, the same may be verified
by Bidder from the VAT Act before submission of Price bid.

Similarly, while quoting minimum guaranteed CENVAT on account of Excise duty


and Service tax the bidder has to ensure applicability of CENVAT credit as per
CENVAT credit rules.
Time The successful Bidder shall be required to complete the whole work within Twelve
Schedule (12) months from the Effective date of the contract. However, in the event of
ITB 25.5 (b) completion period offered by the Bidder is beyond the period specified in Tender
Document and if such deviation is acceptable to the Employer, then the bid price
shall be subjected to loading @ 0.5% of quoted price excluding taxes & duties per
complete week beyond Twelve (12) months.
Performance The Bidder shall quote his price conforming to the Performance guarantee
Guarantees parameters as specified in Technical Specification no.
ITB 25.5 (c) MEC/S/9101/11/40/10/24/078A (RPN),July 2016
Additional Additional details, as appropriate, on the evaluation method or reference to the
details on the Technical Specifications Not applicable
evaluation
ITB 25.5 (e)
Amount of Performance Security amount shall be five percent (5%) of the Total Contract price
Performance in Rupees.
Security
(Performance Performance Bank Guarantee(s) from any of the banks enlisted in Annexure-1 of
Bank Special Condition of Contract (SCC) and in the manner as specified in Clause 5.0
Guarantee) of {Performance Bank Guarantee(s)} of Special Condition of Contract (SCC) shall
ITB 33.1 only be accepted.

Integrity Pact Applicable


ITB 38.1 The Independent external monitors are:
1.
2.

Mobilisation Yes
Advance (for details including mode of recovery refer SCC)
Check list for Bidder is to submit the check list, duly filled as per format provided in Annexure- 2
submission SCC along with part-II of the bid
of bid

List of goods on which input tax rebate not available Negative List

S No. Description of goods

1. Petrol, diesel, aviation turbine fuel, natural gas, kerosene, liquefied petroleum gas and
compressed natural gas.
2. Capital expenditure on land and civil construction for use in manufacture or trade, including
office building and other related constructions
3. Second hand capital goods

4. Furniture and Fixtures including air conditioners and refrigerators.

5. Motor cars, two wheelers, parts and accessories thereof.

6. Capital goods used in generation of energy / power including captive power plant.
7. Capital goods used in manufacture, providing service or trading activities not liable to tax
under the Act.
8. Such other goods, as may be notified by the State Government
SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract [SCC] shall supplement the General Conditions
of Contract [GCC]. Whenever there is a conflict, the provisions herein shall prevail over those
in the GCC. The corresponding clause number of the GCC is indicated in parentheses

1. Definitions [GCC Clause 1]

1.1 Employer

Steel Authority of India Limited


Bhilai Steel Plant
Bhilai - 490001
Telephone No 0788-2852711, 2221197
Facsimile No. 0788-2221197 / 1170

1.2 Engineer

Dy. General Manager ( ....)


Project Department
Bhilai Steel Plant
Bhilai-490001
Telephone No. ____________
Facsimile No. 0788-2221197 / 1170

1.3 Contractor

M/s. ____________________
________________________
([Name and address)
Telephone No. ____________
e-mail ___________________
Facsimile No. _____________

Bank Details :

Name of Bank
Branch .
Address .
A/c No..
MICR Code:
IFSC code:

PAN No .
TIN No .

1.4 Consultant
M/s. MECON Limited,
Vivekananda Path, Doranda,
Ranchi 834002.
Telephone No. 0651 - 2480216 / 2480002 / 2262194
Facsimile No. 0651-2482189 / 2482214

2. Notices [GCC Clause 4]

2.1 Employers Address for Notice purposes [Reference GCC Sub-Clause 4.1]

General Manager (Proj-Commercial)


Expansion Building,
Bhilai Steel Plant
Bhilai 490001.
Telephone No 0788-285 2711,2221197
Facsimile No. 0788-2221197/1170

2.2 Contractors Address for Notice purposes [Reference GCC Sub-Clause 4.1]

Same as Sl. No. 1.3 above.

3.0 Transportation by Wagons [Reference GCC Clause 21.4.2]

The destination for consignments to be dispatched by wagons by the Contractor


shall be as under:

BSP Railway Sidings, SECR, Bhilai

4.0 Mobilization Advance

4.1 Interest bearing mobilization advance may be granted to the successful bidder on his
request subject to the following conditions:

4.2 Contractor shall mobilize resources for -


i) Conducting site survey for preparation of drawings and documents and/ or ;
ii) Procurement/ hiring of special construction equipment, such as, heavy duty mobile
cranes, excavator, concrete mixing machinery and plant etc. to meet the specific
requirement of the tendered work; and / or ;
iii) Procurement of raw materials for manufacturing and purchase of equipment.

4.3 Contractor shall indicate the amount of mobilization advance. However, the amount of
advance shall be maximum up to 10% of the contract price (excluding taxes & duties
and free supplies/ supplied as cost on recovery basis). The advance shall be paid in
installments (not less than two).
4.4 The advance along with payable interest shall be recovered from the supplier/
contractor through the progress bills till the advance including payable interest is fully
recovered within the contractual completion.
4.5 The interest rate shall be State Bank of India Advance Rate (SBAR) at monthly rest.
4.6 Advance to the supplier/ contractor will be paid against submission of Bank Guarantee
of amount equal to the advance and payable interest as per 4.3 & 4.4 above, but not
less than 110% of the advance amount.

5.0 Performance Bank Guarantee :

5.1 Performance Security/ Bank Guarantee amount shall be five percent (5%) of the Total
Contract price in Rupees.

Performance Bank Guarantee(s) from any of the banks enlisted in Annexure-1 of


Special Condition of Contract (SCC) and in the manner as specified herein below and
as per Annexure-I of GCC/SBD shall only be accepted.

5.2 Performance Bank Guarantee(s) issuing banks should have a branch at Bhilai, or New
Delhi, or Mumbai, or Kolkata, or Chennai and shall be meeting the requirement as per
Clause 13 of GCC.

5.3 The stamp paper used for the Performance Bank Guarantee(s) must be of the
appropriate value and should be purchased on behalf of the issuing branch and
issuance of amendment / extension of Performance Bank Guarantee(s) should also
be made on stamp paper of the appropriate value purchased in the name of the bank.

5.4 Name, designation and authorization number of the person issuing the Performance
Bank Guarantee(s) must be clearly indicated in the document.
5.5 Performance Bank Guarantee(s) shall be sent directly to the Employer by issuing
bank at the address mentioned in clause 2.1 of Special Condition of Contract (SCC),
through registered post / courier.

6.0 The Contractor shall pay Special Allowance @ Rs.10/- per day of actual attendance to
the labourer engaged by him against the contract. The rates quoted shall be inclusive
of the implication involved due to payment of this Special Allowance also and no extra
payment shall be made to the Contractor on this account.

7.0 The onus of getting requisite technical experts at site will be responsibility of
successful bidder (Contractor). Any issue related to visa of their technical experts shall
not be taken as force majeure condition or delay on part of Employer for extension of
contract.

8.0 Successful bidder (after signing of contract) will be required to make communication
with the Employer as per Communication protocol to be issued by Employer for
speedy implementation of the project.

9.0 Use of Fly Ash in road construction and Fly Ash Bricks in masonry
work is mandatory. Bidders to ensure use of fly ash accordingly.

10.0 Liquidated damages for non fulfillment of Performance guarantee parameters are not
applicable for this package. However tests shall be as specified in the Technical
Specification.

11.0 Work Program (Refer GCC clause 18.0)

Contractor shall provide Master PERT Network in Primavera software.

12.0 The Contractor shall provide report every month in updated Level II network
(detailed project schedule) along with progress report in approved format.

13.0 Clause No. 2.1.1 of terms of payment of Appendix-3 shall be read as:

Five per cent (5%) of the total Contract price specified in Appendix 1 excluding
taxes, duties (except service tax) and training charges shall be released on the
following:

a. Submission of P & IDs for DWTP & Gravity Filters


b. Submission & approval of P&IDs & Layout drawings for Drinking water plant
c. Submission of L2 network for each unit of the facilities

14.0 Clause No. 2.1.2 of terms of payment of Appendix-3 shall be read as:
Five per cent (5%) of the total Contract price specified in Appendix 1 excluding
taxes, duties (except service tax) and training charges shall be released on the
following.

Submission of Un-priced copy of the Purchase Orders of the following


items/equipments

a) DW Treatment Plant
b) Gas Chlorinator
Other stipulations remain unaltered.
15.0 In clauses 2.1.4, 2.1.5 and 2.1.7 of Appendix 3 of Standard Bidding Document for
the words "Two and a half percent (2.5%) of the Contract Price excluding taxes,
duties, Service Tax & SB & KK Cess" the words "Two and a half percent (2.5%) of the
Contract Price excluding taxes, duties (except Service Tax & SB & KK Cess there on),
" may be substituted.
In clause 2.1.6 of Appendix 3 of Standard Bidding Document for the words "Five
percent (5%) of the Contract Price excluding taxes, duties, Service Tax & SB & KK
Cess" the words "Five percent (5%) of the Contract Price excluding taxes, duties
(except Service Tax & SB & KK Cess there on), " may be substituted.

Other stipulations remain unaltered.


16.0 The Company reserves its rights to remove from the list of approved
supplier/ contractors or to ban business dealings, if any Agency has been found to
have committed misconduct, and also to suspend business dealings
pending investigation.

The procedure under which removal of an agency from the list of approved
suppliers/contractors of suspension or banning of business dealings will be
dealt may be referred on our web site as part of the tender documents.

17.0 The Contractor shall provide report every month in updated Level-II network
(detailed project schedule) along with progress report in approved format as per
GCC Sub clause 18.1.4.

18.0 Successful bidder (after signing of contract) will be required to make communication
with the Employer as per Communication protocol to be issued by Employer for
speedy implementation of the project.

***
ANNEXURE
ON-LINE REVERSE AUCTIONS
General Rules and Regulations

1. Service Provider: For conducting the Reverse Auction, Mjunction Services


Steel Authority of India Limited (SAIL) has engaged Limited., Tata Centre
the services of Mjunction.com (hereinafter referred to 43, Jawarharlal Nehru Road
Kolkata 700 071
as Service Provider or SP) for conducting the Reverse Phone :033 22248607 / 8585
Auctions. SP is fully authorized to give clarifications / / 8669
coordinate with the supplier on behalf of SAIL w.r.t. Fax : 033 - 23422078
conduct of Reverse Auction. Their address and Bhilai Office :
Room No.321, ISPAT
contact details are as given alongside. Bhavan, Bhilai-490001.
Phone: 0788-
2227136,2853397

2. Introduction to General Rules & Regulations: The


General Rules and Regulations provided herein govern the conduct of On-line
Reverse Auctions operated by Mjunction.com Private Ltd. These rules cover the roles
and responsibilities of the parties in the On-line Reverse Auctions on the MJunction
platform. Acceptance in-Toto to these General Rules and Regulations is a
prerequisite for securing participation in the On-line Reverse Auctions on the
MJunction platform.

3. Role of Service Provider: MJunction is the agency (operator) primarily providing the
platform for conducting the Reverse Auction. As the agency providing the auction
engine, the role of MJunction would include: Setup the auction based on Tendered
item details and bidding rules as mentioned in tender document. Providing access
through user-id protected by password to the approved bidders to participate in the
auction. Enhancing bidder awareness by providing them the details / steps of auction
process to enable them participate in Reverse Auction and comfort with the auction
mechanism and bidding rules. Summarizing auction proceedings and communicating
of the outcome.

4. Role of the Bidder: The role of the bidder is outlined below.


a. Give written consent to General Rules and Regulations.
b. Access to auction mechanism shall be provided only after such consent.
c. Ensure that user-id and password to access the auction is not revealed to
unauthorized persons.
d. Participate in the Reverse Auction with the aim of bidding to secure the auctioned
items in the auction (being selected for supplying SAILs requirement in a Reverse
Auction).
e. Convey last quoted price in writing to SP, immediately after close of RA.
f. Provide breakup of quoted price (if required) within stipulated time as mentioned in
tender document or otherwise communicated.
g. In the event of winning an allotment, fulfill all obligations under the contract.

5. Bidding Rules: The Bidding Rules refer to the information and terms defined
specifically for a particular Reverse Auction. The purpose of the Bidding rules is to
provide approved bidder with the information and terms specific to the auction in
which they are bidding. This would include:
a. Start Time and duration of the Reverse Auction.
b. Any extension of the duration of the auction in the event of bids being
received towards the end of the pre-specified duration.
c. Start Bid Price (if specified)
d. Minimum & Maximum Bidding Quantity (if specified)
e. Price Decrements and any reduction in the price decrements in the auction in the
event of inactivity
f. Other attributes (informational/non-negotiable in nature)
g. Participation in the auction process presumes complete awareness and
understanding of the bidding rules.
-2-

6. Conduct of the Reverse Auction: The Reverse Auction shall be conducted on pre-
specified date & time. MJunction retains the right to cancel or reschedule the Reverse
Auction on any of the followings reasons:
a. Some of the confirmed bidders are unable to access the module due to
infrastructure problems such as sustained power failure or telecommunication
breakdown.
b. Bids are received but above the Start Bid Price.
c. The duration of the Reverse Auction may also vary from the pre-specified period of
time on account of termination of the auction by Mjunction :
d. On the advice of the SAIL, or,
e. On its own accord in case of situations where it is felt that continuance of the
auction proceedings is prejudicial to the smooth conduct and / or integrity of the
auction process.

7. Problems during the conduct of the Reverse Auction: In the event of any problems
being faced in the smooth conduct of the auction, MJunction shall have the right to
undertake one or more of the following steps:
a. Cancellation of a bid
b. Locking of bidders account (suspension of operations in the account) etc. Such
intervention may even happen without seeking prior concurrence of SAIL.
c. MJ shall inform SAIL, clearly stating reasons, of such cancellation / suspension.

8. Ensuring Participation & Loss of connectivity: The bidders have to participate in the
RA from their own office/ own arrangement. The bidder has to make arrangement for
ensuring Internet connectivity throughout RA. For this, the bidder shall be solely and
exclusively responsible for ensuring continuance of connectivity. SAIL shall in no way
be responsible for the consequences arising out of disruption of Internet connectivity.
In case the bidder desires, efforts will be made to provide assistance during the
Reverse Auction phase by deploying skilled persons from Service provider/authorized
representative at the participating vendor locations. However, SAIL or Service
provider shall in no way be responsible ensuring Internet connectivity.

9. Liability of Service Provider: MJunction shall not be liable to the SAIL / bidders in the
auction or any other person(s) for any breach of contract by any party in the fulfillment
of the underlying contract. Any delays in initiating the online auction or postponement
/ cancellation of the online auction proceedings due to any problem with the hardware
/ software / infra structural facilities or any other shortcomings.

10. Confidentiality Clause: MJunction undertakes to handle any sensitive information


provided by the SAIL or confirmed bidders for the Reverse Auctions conducted on the
MJunction platform with utmost trust and confidentiality.

11. Jurisdiction: Any disputes relating to the online Reverse Auction module shall be
subject to the sole jurisdiction of the district court of the Bhilai Steel Plant.

12. Right of SAIL: SAIL reserves the right to fully / partly accept or reject any or all bids
placed in the online Reverse Auction without assigning any reason whatsoever.
-3-
Definition of Key Terms Reverse Auction

1. Reverse Auction: Reverse Auction refers to a forum where the requirement for
one/more Lots of an tendered items is stated and the participants are required to bid
down the price to be selected to supply the requirement.

2. On-line Reverse Auction: On-line Reverse Auctions refer to those Reverse Auctions
conducted through the Internet with simultaneous bidding (from one or more
locations). In other words, the venue for the auction is on an Internet website/
platform. The MJunction website (https://auction.Metaljunction.com ) or any other
URL assigned by MJunction would constitute the venue for the purpose of the On-line
auction.

3. Award at the Reverse Auction: The bidder quoting the lowest price is normally allotted
the tendered items unless otherwise specified by the SAIL.

4. Buyer i.e. SAIL: SAIL is the individual/business entity who has contracted MJunction
to conduct such Reverse Auction. In case of Reverse Auction, the purpose would
be to meet their requirement for tendered items from among the sellers desiring to
sell the tendered items to the SAIL.

5. Bidder: Bidder is the individual/business entity participating in the Reverse Auction,


intending to supply the tendered items to the SAIL. To be become a Bidder in the
auction, a business entity has to secure SAILs approval for participation and also
provide written assent to the General Rules and Regulations.

6. Auction Engine: Auction Engine refers to the software that encapsulates the entire
auction environment, processing logic and information flows. MJunction is the sole
owner of the auction engine and retains exclusive right over the utilization of the
same.

7. Preview Time: Preview Time refers to the period of time that is provided prior to the
commencement of bidding. This is to facilitate approved participants to view the
auction details such as tendered items specifications, bidding details and bidding
rules. The purpose is also to familiarize participants with the functionalities and
screens of the auction mechanism. It is not mandatory for MJunction to provide
Preview Time.

8. Start Time: Start time refers to the time of commencement of the conduct of the On-
line auction. It signals the commencement of the Price Discovery process through
competitive bidding.

9. Duration of the Reverse Auction: It refers to the length of time the price discovery
process is allowed to continue by accepting bids from competing bidders. The
duration of the auction would normally be for a pre-specified period of time. However,
the bidding rules may state the conditions when the pre-specified duration may be
extended/ curtailed. The conditions include: Curtailment of auction duration in the
event of no bids for a specified period of time (Inactivity Time) Automatic extension in
the event of bids being entered towards the end of the scheduled duration to facilitate
the other bidders to view and react to the bid.

10. Auto Extension of the Auction Timings: In the event of bids in the last few minutes of
the scheduled bid time, the Bid Timings are automatically extended for a specified
period from each such bid. Such Auto Extension shall continue until no bids are
placed for the specified period (Engine remains inactive for the specified period). The
Inactivity Time for Auto Extension purpose is normally 7 minutes. MJunction however
retains the right to change the same. The Inactivity time applicable for the particular
On-line Bid shall be communicated to the bidder if it will be set to a value less than 7
minutes.
-4-

11. End of the Reverse Auction: End of the Auction refers to the termination of the auction
proceedings signaling an end to the price discovery process.

12. ID and Pass Word: Pass Word and ID shall be given to all the eligible tenderers by
the Service Provider for enabling them to participate in the Reverse Auction.

13. Start Bid Price: Wherever indicated, Start Bid Price, is the Maximum Price, which will
be accepted by the Reverse Auction engine. Supplier have to quote a price lesser
than the Start Bid Price for participating in the Reverse Auction. The computer shall
not accept Price higher than Start Bid Price for a lot. Bidding will start at start Bid
Price to be intimated in advance to the vendors eligible for bidding. This will be put up
on the site.

14. Minimum Decrement: Minimum decrement is the minimum amount by which, a


supplier has to reduce his bid value in order to beat the latest lowest bid. For example
if a bidder bids Rs.10,00,000/ - for a Lot, others, in order to beat this bid, have to
quote a lower price with a minimum decrement say of Rs.2,500/- i.e. in order to be
eligible they have to quote Rs.9,97,500/- (or lower) for the same Lot. This minimum
decrement shall be pre-decided by SAIL and will be in-built in the RA event.

15. Proxy Bid: In the following circumstances, a bidder may opt for proxy bidding. Where
the bidder is not confident of a reliable Internet Connectivity. Where the speed of
Internet Connection is slow and unable to catch-up with the speed of competitors
bids.

16. To remain a leading bidder till the lowest bid value fed in the auction machine. Where
the bidder is required to put bids in more than one Market/Lot at a time. Bidder is pre-
occupied and not in a position to put bids live as the auction is going on. Proxy Bid is
a bidding option through which, the system places bids on your behalf. You need to
check (click) the proxy bid box on the screen and place the lowest value to which you
can bid and then place submit button and confirm. Once the proxy is activated the
bids are placed automatically as per the minimum decrements. The lowest value of
your proxy bid amount is not visible by any other bidder. When a bidder exercises the
proxy option, the proxy bid remains L1 till the lower bid value fed in the auction
machine is exhausted i.e. a lower bid, less than the lower bid value offered by the
bidder exercising the proxy, is offered by another bidder. If a bidder bids a price equal
to the lower limit of the proxy bid, the proxy bidder gets precedence over him at that
price.

Example: Suppose, the current bid in the market is Rs.10000 and the min. decrement
is Rs.100 and you have activated proxy till Rs.9500. Now say a bidder places a bid of
Rs.9800, the system automatically bids Rs.9700 on your behalf at the same time and
keeps you as a leading bidder.

********
Annexure-1 SCC

BANK NAME

SBI AND ASSOCIATES

1. State Bank of India


2 State Bank of Bikaner & Jaipur
3 State Bank of Hyderabad
4 State Bank of Indore
5 State Bank of Mysore
6 State Bank of Patiala
7 State Bank of Saurashtra
8 State Bank of Travancore

NATIONALISED BANKS

09 Allahabad Bank
10 Andhra Bank
11 Bank of Baroda
12 Bank of India
13 Bank of Maharashtra
14 Canara Bank
15 Central Bank of India
16 Corporation Bank
17 Dena Bank
18 Indian Bank
19 Indian Overseas Bank
20 Oriental Bank of Commerce
21 Punjab National Bank
22 Punjab & Sind Bank
23 Syndicate Bank
24 UCO Bank
25 Union Bank of India
26 United Bank of India
27 Vijaya Bank

OTHER PUBLIC SECTOR BANKS

28 Industrial Development Bank of India Ltd.

PRIVATE SECTOR BANKS

29 Federal Bank Ltd.


30 HDFC Bank Ltd.
31 ICICI Bank Ltd.
32 IndusInd Bank Ltd.
33 ING Vysya Bank Ltd.
34 Jammu and Kashmir Bank Ltd.
35 Karnataka Bank Ltd.
36 Karur Vysya Bank Ltd.

Page 1 of 2
37 Kotak Mahindra Bank Ltd.
38 South Indian Bank Ltd.
39 Axis Bank Ltd.
40 Yes Bank Ltd.

FOREIGN BANKS

41 ABN Amro Bank N.V.


42 American Express Banking Corporation
43 Bank of America
44 Bank of Tokyo Mitsubishi Ltd.
45 Barclays Bank Plc
46 BNP Paribas
47 Citi Bank N.A
48 Calyon Bank
49 Deutsche Bank
50 DBS Bank Ltd.
51 J.P.Morgan Chase Bank N.A.
52 Mizuho Corporate Bank Ltd.
53 Societe Generale
54 Standard Chartered Bank
55 The Hongkong and Shanghai Banking Corporation Ltd

Page 2 of 2
Annexure - 2 SCC
CHECK LIST FOR SUBMISSION OF BID

Tender No.: Bidders Ref. No.:

Name of Facilities:

S.N. Details of document. Remarks (Applicable/ Not applicable)


(Attached/ Not attached)
If not attached, reasons
Part-I
1. Cost of Tender document (If
downloaded from website)/ Payment
Receipt copy (If purchased)
2. Bid Security
Part-II (1 original + 10 copies)
1. Bid Form
2. Attachment-1
Power of Attorney.
3. Attachment-2
- Bidders Eligibility & qualification.
- Undertaking by Licensor (if applicable),
as per Annexure-5
4. Attachment-3
Eligibility and conformity of the Facility.
5. Attachment-4
Vendors proposed by the Bidder for
Indian component
6. Attachment-5
Deviations, if any, along with softcopy in MS
word format in a CD.
7. Attachment-6
Alternative Bid (If any)
8. MoA (as per Annexure-4) between Applicable
consortium members, if applicable,
along with division of work.
9. Un-priced copy of price bid with the word
Quoted where price is to be quoted.
10. Bar Chart
11. 3-yrs. Audited Balance Sheet (s) and
profit and loss account.
12. Integrity Pact duly signed (If applicable) Applicable
13. Others, if any.
Part-III
1. Price Bid

***

Potrebbero piacerti anche