Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
COMMERCIAL VOLUME
(IFB, BID DATA SHEET & SCC)
MECON LIMITED
RANCHI - 834002
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.
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.
Section - I
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.
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:
(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.
(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.
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.
16.0 The successful Bidder shall be required to provide at least thirty (30) copies
of signed contract agreement for Employers use.
18.0 SSI units having valid NSIC Certificate may also be exempted from
submission of EMD/ Bid Security on fulfilment of the following conditions:
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:
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.
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.
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
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 :
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
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
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 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
(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 :
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.
The applicable VAT input tax credit available to BSP is indicated below :-
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.
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
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
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
1.1 Employer
1.2 Engineer
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
2.1 Employers Address for Notice purposes [Reference GCC Sub-Clause 4.1]
2.2 Contractors Address for Notice purposes [Reference GCC Sub-Clause 4.1]
4.1 Interest bearing mobilization advance may be granted to the successful bidder on his
request subject to the following conditions:
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.
5.1 Performance Security/ Bank Guarantee amount shall be five percent (5%) of the Total
Contract price in Rupees.
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.
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:
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.
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.
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
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.
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.
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.
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.
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
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
Page 1 of 2
37 Kotak Mahindra Bank Ltd.
38 South Indian Bank Ltd.
39 Axis Bank Ltd.
40 Yes Bank Ltd.
FOREIGN BANKS
Page 2 of 2
Annexure - 2 SCC
CHECK LIST FOR SUBMISSION OF BID
Name of Facilities:
***