Sunteți pe pagina 1din 10

TERMS AND CONDITIONS OF NIT Dated : 29.10.

2018
1. Earnest Money for hard copy bids shall be submitted in one of the following forms:
(a) (i) Crossed Demand Draft, (ii) Pay Order, (iii) Bankers Cheque from a Nationalised or Scheduled Bank in India. Date of issue of
Financial Instruments for EMD, where ever applicable, should be on/after date of issue of NIT and In case of non-compliance,
offers of such tenderers are liable for rejection.
In case, where the total amount of Earnest Money exceeds to Rs, 1 lakh (Rupees one lakh ), the amount in excess of Rupees One lakh
may be deposited in the form of Bank Guarantee from a Nationalised or Scheduled Bank in India. The Bank Guarantee shall be in favour of
SAIL/ Bokaro Steel Plant, Bokaro Steel City and in the BSL approved format. However, the first Rs 1.00 lakh (Rupees One Lakh) must be
deposited in the form of Crossed Demand Draft or Pay Order or Bankers Cheque. Bank Guarantee should be valid for a minimum period of 6
months from the date of opening of tender. All above financial/bank documents shall be drawn in favour of SAIL/ Bokaro Steel Plant, at Bokaro
Steel City, from any Nationalized or Scheduled Banks other than Co-Operative and Gramin Banks.
(b) Earnest Money shall be made payable to SAIL, Bokaro Steel Plant ‘On Demand’ without any condition/demure to the owner. Small
scale units/MSEs/MSMEs/Ancillary units and Public Sector units/Govt. Undertakings and Co-operative Societies are exempted from
submission of EMD (Earnest Money). For getting exemption from submission of EM, the SSI/MSE/MSME units are required to submit
a notarized copy of the registration certificate having Entrepreneur’s Memorandum Number/UAN number with the tender (in the
envelope meant for EMD).
(c) In case of Open Tender Enquiry (OTE), one time Earnest Money if any will not be considered.
(d) Offers without Earnest Money/ Short Earnest money or Earnest Money in the form other than stipulated above are liable for rejection.
(e) In case of e-tendering, EMD deposit shall be as per instructions published in respective Bid Invitation.
2. The earnest money shall be forfeited besides any other action deemed fit, on any of the following grounds:
(i) On unilateral withdrawal of the bid during the bid validity, i.e., in case a tenderer withdraws his offer / backs out after the scheduled
tender opening date (including extended date, if any) within the validity period of their offer.
(ii) On modifying the bid unilaterally after opening of tender.
(iii) Submission of false information / particulars and failure to establish authenticity of the documents filed in support of eligibility. (iv)
On refusal to enter into contract after award within the stipulated period without sufficient justification.
(v) If the work is not commenced within 30 days after availability of working front and the fault is on Contractor side.
(vi) Failure to give Performance Guarantee Bond within specified time, in case the bidder is not able to justify the rates quoted by him.
(vii) If, Work Order, Letter for Price Justification/ submission of Performance Guarantee Bond, once sent by Registered Post/Private
Courier/ E mail, return back without receiving, then the EMD of the Party may be forfeited.
3. The parties while submitting the Crossed Demand Draft /Banker's Cheque /Pay Order may in their own interest, record Name, vendor
code on the back side of the instrument as a safeguard to prevent chances of wrong accounting.

4. Relevant Book (Red, Green, Yellow & Blue), Invitation to tender, Instruction to Tenderers, General Conditions of Contract for Works
Division are not enclosed with tender but the same are available for study in the office of the Contract Cell/website. The book shall be
deemed to be the part of the tender document. The contractor by submitting the tender shall deem to have agreed to the terms and
conditions of the above book, which shall form part of the Contract. All other terms and conditions not specifically mentioned in the
tender document shall be governed by the above referred Book.
5. Tenderers are requested to study the existing system, equipment, materials, site conditions etc. and submit their quotation as per
technical specification, terms and condition etc enclosed with tender documents.
6.1 In case of engagement of contractual labour, the contractor will have to pay Rs. 4/- per day per worker and other benefits as per
BSL/CLC norms in addition to minimum wages prescribed by Govt. of Jharkhand, BSL will not reimburse the same.
6.2 The contractor shall have to pay an amount of Rs96.15 per day of actual attendance Per month (not exceeding Rs 2500/-per
month) to the workers deployed by him in the job as Additional Welfare Amenity (AWA).This amount shall be inclusive in
Work Order Value. During execution of contract, if any increase/decrease in AWA will take place , the difference amount will
be reimbursed/recovered from the party.
6.3 Conversion of daily rates of wages into monthly rates shall be worked out by multiplying the daily rates and VDA by 30(Thirty). And
for the purpose of payment of wages of rest days, the rates of wages and VDA shall not be inclusive but will be exclusive of the
payable to the employees in the respect of the day of rest every period of seven days.
7. The rates to be quoted by the tenderer shall include the labour cost of each and every dimension together with statutory Bonus element as
envisaged under the payment of Bonus Act '1965'.
8. During operation of the contract, if there is an upward revision of minimum wages, VDA by the appropriate Govt., the contractor shall be
entitled to reimbursement of such additional amount on actual basis subject to production of documentary evidence. The base date
shall be the date of bid submission by the vendor. In case of negotiation, date of bid submission shall be the date of final revised offer submission. Any
conditional offer is liable for rejection..
9. The tenderers are requested to declare whether the proprietor or any partner of the firm or director of their Company / Firm, as the case may
be, has any relation with any employee working in BSL and if so give the name of the employee and the relationship and also whether
any of them has a relationship within the meaning of Section 6 of the Companies Act, 1956, with any of the Director of Steel Authority
of India Limited, if so give details. For this purpose Format 'A' is enclosed. Filled in format duly signed, must be put
in the envelope containing EMD/ c-folder for e-bids: non- compliance of which may lead to rejection of" their tender.
10. Duly signed and sealed Format-C must also be enclosed in the envelope containing Earnest Money for hard copy bid and
uploaded in c-folder for e-bid. Non-compliance of which may lead to rejection of tender.
11. SAIL/Bokaro Steel Plant reserves the right to accept the tender/reject any part or all the tenders without assigning any reason thereof.
SAIL/BSL also reserves the right to distribute and award the work to more than one bidder
Dated 29.10.2018
12. Goods and Service Tax (GST) Compliance by Bidders:
a) All bidders should strictly quote GST as extra. Offers with GST as inclusive will not be acceptable and will be liable for rejection.
b) Vendors who have not submitted their GSTIN registration details to SAIL-BSL along with supporting documents shall enclose the same
with their offers positively.
c) For the purpose of this Clause, the following expressions shall have the following meanings:
(i) GST - means any tax imposed on the supply of goods or services under GST Law.
(ii) Cess - means any applicable cess, existing or future on the supply of Goods and Services.
(iii) GST Law- means IGST Act, GST (Compensation to the States for Loss of Revenue) Act, CGST and SGST

d) If Goods and Services Tax introduced during the tenure of contract/agreement become payable then the same shall be borne and payable
by SAIL-BSL to Vendor/Supplier/Contractor in addition to the (contract price without taxes) at actuals. Vendor/Supplier/Contractor
would pass on the tax benefit/savings, if any, on account of output taxes to SAIL-BSL.
e) Tenderer will do all things not limited to providing GST invoices or other documentation as per GST Law relating to the above supply,
payment of taxes, timely filing of valid statutory returns for the tax period on the Goods and Service Tax Portal etc. that may be
necessary to match the invoice on GSTN common portal and enable SAIL-BSL to claim input tax credit in relation to any GST payable
under the agreement or in respect of any supplier under the agreement.
f) In case the Input Tax Credit of GST is denied or demand is recovered from SAIL-BSL on account of any non-compliance by the
Vendor/Contractor, including non-payment of GST charged and recovered, the Vendor/Contractor shall indemnify SAIL-BSL in respect
of all claims of tax, penalty and/or interest, loss, damage, costs, expenses and liability that may arise due to such non-compliance.
g) Vendor/Contractor shall maintain high GST compliance rating track record at any given point of time.
h) Similarly in case of contracts/agreements with Vendors, if there are any new taxes, duties & levies including but not limited to proposed Goods
& Services Tax introduced during the tenure of the contract/agreement by the Central/State Government & Local Authorities and such new
taxes, duties & levies become payable, then the same shall be payable/re-imbursed by the SAIL-BSL to the contractor subject to
production of relevant documents.
13. TDS FOR INCOME TAX:
Tax deduction at source (TDS) shall be made towards income tax from all the bills of the contractor at such rates applicable as per IT
Act and rules.
14. TDS /TCS on account of Works Contract shall be applicable as per GST provisions at applicable rates.
15. OTHERS :
I. It shall be sole responsibility of the contractor to ensure that all kinds of Tax transactions including GST are timely complied by him, in
the prescribed manner, with the concerned taxation authorities and Bokaro Steel Plant shall not bear any responsibility, whatsoever, with
regard to non/delayed payment of taxes/duties/levies by the contractor to the concerned taxation authorities. Further, in case of any
dispute regarding non-payment of tax/duty by the contractor or non-compliance of GST requirements, which results in any proceeding
against Bokaro Steel Plant, then the disputed amount shall be withheld and/or recovered from the pending payments of the contractor.
II.In case any new tax, duty or levy is imposed by the Government subsequent to the final date of submission of tender, the same shall be
paid, if applicable, on production of relevant statutory documentary evidence like Notification/circular issued by the concerned taxation
authorities.
III. In case of variation (increase/decrease) in the rate of GST after the final date of submission of tender, the said revised rate shall be
reimbursed/ recovered on production of relevant statutory documentary evidence. However, any increase in GST which takes place during
the extended period of contract (due to fault of the contractor) shall not be admissible if the INPUT TAX CREDIT is not available to Bokaro
Steel Plant.
IV.The contractor shall bear all kinds of tax/penalty/interest imposed by Taxation Authorities for non-observance of the taxation/ GST laws
and procedure and Bokaro Steel Plant shall not bear any liability or responsibility, whatsoever, in this regard.
V. In case of waiver/concession/reduction of statutory taxes and duties admissible under GST or any Law/Act after final date of
submission of tender, benefit of the same shall be passed on to Bokaro Steel Plant by the contractor.
VI. The contractor shall comply with the provisions of all the taxation laws and rules framed there-under and also the orders or
instructions issued from time to time in this regard by the appropriate authorities.
VII. Bidders, considering themselves as not required to be registered under GST Law, should submit a request along with a Certificate from
Chartered Accountant, to update their GST status in the Vendor Master data of SAIL/Bokaro Steel Plant. Any change in the registration status of
the vendor the same shall be immediately informed to Bokaro Steel Plant for updating vendor master. Against jobs executed by such vendors,
SAIL, Bokaro Steel Plant shall pay GST through Reverse Charge Mechanism as per provision of GST Law and upload the same in the GSTN
portal as per the GST provisions and follow other GST provisions.
VIII. In case of Works Contract, GST provisions shall be applicable.
IX. Invoice shall be raised as per GST Rules and/or other relevant rules containing all relevant information as required under those rules.
X. The contract price is subject to reduction to the extent of non submission of documents giving evidence of payment of taxes, duties
Cess, etc.

16. Bids submitted must bear the signature and seal of the bidder/ his Attorney /Authorised Representative on all the pages otherwise, it will
be presumed that the bidder do not accept the terms and conditions of NIT and this may lead to rejection of the offer forfeiting bidder’s
claims if any. In case the bid is signed by Attorney or Authorised Representative, the POA/ Authorisation Letter should also be submitted
with bid documents. In case of Partnership firm, notarised copy of partnership deed should be submitted.
17. On submission of bid, it will be presumed that the bidder accepts all terms and condition of NIT unconditionally.
Dated 29.10.2018

ADDENDUM TO GENERAL & SPECIAL CONDITIONS OF CONTRACT ANNEXURE-IIIWKS/CC-02


1. Tender quantity may increase or decrease as per requirements, however, unit rate (s) will remain same.
2. In case of e-bid submission, all documents duly signed and stamped as per requirement of NIT should be scanned in original and
uploaded in c-folder on SRM portal as per instruction contained in respective Bid Invitation (BI).
3. For hard copy bids, tenderers should submit their offer in two parts i.e. the offer should be submitted in three separate sealed envelopes as
under.st
a) 1 envelope containing Earnest money in the required form/exemption request along with BIADA registration
certificate/exemption request from PSU and marked as "EARNEST MONEY".
a) 2nd envelope containing techno commercial terms and copies of certificate (s) of Registration issued by Contract
Registration Section of BSL etc., marked as "Part-I: TECHNO COMMERCIAL OFFER" to be submitted in duplicate (Two
copies of each document) and
c) 3rd envelope containing Price Bid as per the schedule of quantities as given in the tender document marked as "Part-II"
tender comprising PRICE BID only.
d) All the envelopes should super scribe the tender notice number, name of work and name/class/category of the tenderer and all
the envelopes should be stapled/secured together properly. All envelopes may also be put together in a bigger envelope. In such a case
the bigger envelope should also clearly indicate the tender notice no., tender opening date and name/class/category of the tenderer with
address.
Further, contents of the bigger envelope must be clearly specified like "This envelope contains three separate and sealed envelopes – 1st
containing: Earnest Money, 2nd containing - Part-I tender comprising techno commercial offer and 3rd containing Part-II tender
comprising Price Bid only.
First the envelope containing Earnest Money will be opened and if the Earnest Money is in acceptable form as per Notice inviting Tender,
only then 2nd envelope containing Part-I Tender shall be opened for further evaluation. Part-II Tender comprising Price Bid of only those
tenderers will be opened who will be declared technically & commercially acceptable. Tenders not submitted as per above instructions will
be summarily rejected.
e) Address declared by the Bidder in Format C/Tender Documents should be same as that in Vendor Master of ERP system. If there is any
change in Correspondence address of any bidder, the same should be immediately intimated in written (with supporting documents) to the
ERP department for necessary correction/change in Vendor master.
3. Validity of the offer will be Six (06) months from the bid submission closing date. In case of extension of "bid submission closing
date", the validity will be counted from the extended bid submission closing date.
4. The tenderer(s) registered under Micro, Medium, Small Enterprises Development Act' 2006 must submit the relevant notarized
copy of registration certificate issued by the competent authority.
5. Any act of malpractices by the contractor, if detected, will lead to banning of the party (Contractor).
6. In case of single part jobs, only original price bid of parties submitted along with original tender will be considered valid. Any revision in
price in the form of additional envelope or otherwise will not be considered. However, any reduction/rebate indicated in the original offer
will be continued to be considered. After opening of price bid the L-l tenderer may offer voluntary rebate or offer rebate after negotiation.
7. Bidders should not deviate from the terms and condition stipulated in the tender papers or should not impose new conditions. Conditional
tenders are liable for rejection.
8. The contractor will comply with all the statutory provisions laid down in the various relevant Labour Laws including Factory Act 1948,
Contract Labour (R & A) Act 1970 MP & PF Acts. 1952, Payment of Bonus Act 1965, Minimum Wage Act 1948, Payment of Wage Act
1936 & instructions/guideline pertaining to safety, security as issued by Central/State Govt. /BSL or any other statutory authorities from
time to time.
9. In accordance with the Contract Labour (R & A) Act 1970, you will have to make payment to the labours and supervisors in presence of
representative of principal employer and contract Labour Cell (CLC) before seventh of every succeeding month.
10. The successful contractor shall be required to arrange Third party insurance valuing at least of Rs. 50,000/- (Fifty thousand) for the work.
11. (a) The contractor will have to produce CLC and safety clearance before starting the work or signing the agreements whichever is earlier
for jobs to be carried out inside plant premises.
(b) Contractor shall provide all required safety appliances and personal protection equipment to all his workers at site. Proper use of
safety appliances/personal protection to be ensured by the contractor/ his supervisor (personal protection equipment shall include; safety
shoes, Helmet, Hand Gloves, Safety Goggles, Safety Belts for working at Height etc.)
12. Bidders are directed to quote (both in figures & words) for hard copy bids by choosing only one option out of the three options ( “%
Above” or “% below” or “at par”) with respect to the total Basic Estimated Value (excluding Taxes). Taxes & Duties shall be
indicated separately. Before submitting the price bid, party should affix a transparent tape over the quoted/written price (both figures
and words) to avoid chances of tampering.
13. Factors for evaluation of quotation/ preparation of comparative statement shall be as under:
(a) For cases where Input Tax Credit is available to BSL : Financial gradation, to arrive at L-1 price, shall be done on LCNS basis.
(b) For cases where Input Tax Credit is not available to BSL :
Financial gradation, to arrive at L-1 price, shall be done on Landed Cost basis i.e. on the basis of Total Quoted Basic Price plus all payable taxes
including GST. Even if a bidder declares himself as not required to be registered for GST purpose at the time of submission of his bid, then also
GST at applicable rate will be loaded on his quoted amount for calculating Landed Cost & subsequent ranking of the firm.

14. Gradation of the bidders shall be determined on the basis of LCNS value of all items of schedule of quantities taken together.
15. In case the L-l bidder quotes unworkable rates and is considered for placement of order, the L-l tenderer shall be asked to justify their
quoted rates/price. He/ they will also have to give Performance Guarantee Bond (in addition to Security Deposit) in the form of Demand
Draft/ Bank Guarantee (in the prescribed format of BSL) in case the justification given by the tenderer is found unsatisfactory. Earnest
money of such bidder
who refuses to justify their quoted rate/ to give Performance Guarantee Bond shall be forfeited and they will not be considered for
participation in case of retendering, if any, is done for the work. BSL will be at liberty to enforce and encash Performance Guarantee Bond
irrespective of pendency of any dispute before Arbitrator/Court/or any other authority and pendency of the said dispute before them will
not debar and/or prevent BSL from lodging the demand the Performance Guarantee Bond.
Dated 29.10.2018

If the successful tenderer is required to submit BG against Performance Guarantee Bond (PGB), then the validity of BG, submitted against
Performance Guarantee (PGB) by the Tenderer/Contractor shall be minimum 03 months more than the Contract Period mentioned in NIT
failing which BG of the Tenderer/Contractor will not be accepted. The stamp paper, to be used, for BG against PGB shall be of appropriate
value and should be purchased on behalf of the issuing bank & issuance of amendment/extension of the same BG/PBG, if required, should
also be made on stamp paper of appropriate value, purchased in the name of the Bank.
The name, designation & authorization no. of the person, issuing the BG/PBG must be clearly indicated on BG/PBG.
The BG/PBG should be directly sent by the issuing Bank to the concerned Dealing Officer of Contract Cell (Works) whose name,
designation, full postal address and phone no. will be mentioned in the letter for BG/PBG. The Bank Guarantee should be sent by the
issuing bank through registered post/courier.
However in exigencies (to be decided by Dealing officer of Contract Cell), BG/PBG can also be submitted by the party to Contract Cell-
Works by hand.
16. No claim on account of idle labour, interruption of work or any other expenses incurred by the contractor for any reason whatsoever
will be entertained.
17. The contractor will complete the work fully and satisfactorily and all debris, muck, scraps etc. will have to be fully removed and the areas
will be cleaned completely before handing over the site to Bokaro Steel Plant.
18. Completion Period: Is as mentioned on the first page of NIT. However, BSL reserves the right to modify the completion period with or
without imposition of LD. Extension of completion period, if any, may be granted to the contractor without any escalation (even if the
contract provides price variation/escalation clause). However, de-escalation if any shall be availed of by BSL.
19. Liquidated Damage (L.D.) shall be governed by the General terms & conditions condition of contract.
20. Negotiation of price, if any, shall be held with valid L-l tenderer(s) only. However, all the tenderers may be required to explain/justify the
basis of their quoted price as and when asked for, in case, any tenderer fails to justify his quoted price or refuses to co-operate in this
regard, they will not be considered for participating in the retendering if order/contract is not finalized from the present tender.
21. Withdrawal of offers by the parties:
21.1 In case the successful and valid bidder deliberately withdraw his offer after opening of the tender to avoid submission of required
Performance Guarantee Bond if the quoted price is less than lower limit of estimated price, then he shall be liable for the following:
a) The EMD shall be forfeited.
b) They/he shall be deregistered for a period of two years.
21.2 In case any Bidder (s) withdraws the offer after submission, they shall be liable for the following.
a) Their/his EMD shall be forfeited.
b) They/he shall be deregistered for a period of two years.
SAIL/BSL reserves the right to remove from list of Approved Contractors or to ban Business Dealings if a company has been found to
have committed misconduct as also to suspend Business Dealings pending investigation.
22. The contractors not registered with BSL are required to submit the following details before signing of agreement. PSU/GOVT. under taking
are exempted from providing these details:- i) Nature of firm i.e. whether proprietorship, Partnership, Directorship, Limited company etc.
ii) Name of the Director(s), Partners, Proprietor. iii) Local & permanent address of the Director(s), Partners, Proprietor.
iv) Name of firm of Director (s), Partners, Proprietor. v) Name of respective spouses.
23. In case of Open Tender Enquiry, even the registered contractors are required to furnish all documents as per NIT including the details as
per para- 20 above.
24. Whenever required, PGB will have to be submitted within 15 days from the date of issue of demand letter. In case PGB is not submitted
within the stipulated time, it will be presumed that the party has withdrawn the offer and action will be taken as per clause 15 & 21 of
(Annx.-III) NIT.
25. In case of negotiation, if the party does not respond within 10 days from the date of issue of call letter, it may be presumed that the party is
not willing to revise his offer and the case may be processed as per procedure.
26. If the Work Order once sent by Registered Post returns back EM of the party may be forfeited.
27. Payment Terms: Subject to standard deduction and recoveries if any, 100% of the bill value shall be processed for payment against
progressive completion of the work on pro-rata basis to be decided by the Engineer-in-charge of the work. However, 10% amount will be
retained as security deposit which will be released after successful completion of the work/expiry of guarantee/maintenance period as
applicable.
28. (a) All contractors are to ensure that their contract labourers are medically examined under the relevant provisions of the Factories Act
1948 and rules made there under. The contractors shall submit the fitness certificate of their contract labours before starting the job.
(b) Contractor shall produce Medical Fitness Certificate for his worker prior to CLC clearance. For working at heights, "Height passes"
are to be obtained from Safety Engg. Deptt.
29. (a)You must ensure that payment is made to the workers as per provisions of payment of wages Act and CLC norms failing which BSL
shall make payments to concerned workers directly. The amount so paid along with 15% of Administrative cum Service charge shall be
deducted from any of the concerned Contractors’ bill. If the provision of payment of wages act is not adhered to second time, the
Contractor shall be liable for banning of business dealing with Bokaro Steel Plant as per procedure in vogue. Such Contractor shall
not be permitted to work in Bokaro Steel Plant through sub-let or sub-contracting also for the banning period.
(b) Payment of wages to the workers shall be made to worker’s Bank Account through bank transfer mode only i.e. by RTGS/NEFT/e-
th
payment within 7 day of succeeding month and evidence of such payments should be produced at the time of witnessing of mustar
role cum wage sheet. As evidence of online payment, the contractor should present a self-certified copy of transaction details issued by
concerned bank or downloaded from the official website of the Bank or copy of the updated passbook of the concerned workers.
(c) Your performance shall be evaluated on the basis of Performa, available with CLC .
30. In case of any conflict in the meaning between the special conditions of contract as contained in NIT and the General terms &
conditions of contract, the provisions of the special conditions of contract shall override the corresponding provision of the General
terms &conditions of contract.
31. All tenderers must submit EMD/certificate of one time EMD/ exemption certificate in a separate envelope otherwise their offer
may be rejected.
32. In case of SSI (Jharkhand)/NSIC units/BIADA units, for exemption of EMD, the parties may be asked to give a notarized copy of
certificate on basis of which exemption is claimed. If the certificate does not indicate registration number & / or (field of registration is not
as per NIT), the party may be considered as general contractor & required to submit EMD.
33. If name of the tenderer is not mentioned on the envelope, it may be considered as Unsolicited tender and processed as per PCP in
Vogue.
Dated 29.10.2018
34. If contents of the envelope are not mentioned, the tender may not be considered as per NIT. It may not be opened.
35. If the tender appears as per NIT from out side& on opening it is found that EMD is not as stipulated in the NIT. e.g. type of Financial
Instrument, issuing Bank, value or validity, then the tender may be rejected even after opening.
36. If in the Two-Part System, the tender appears as per NIT and on opening it is found that the price-bid is not enclosed in a separate
envelope then the tender may be rejected even after opening.
37. Bokaro Steel Plant reserves the right to reject any tender in full or part at any stage without assigning any reason thereof.
38. Correction if any in tender notice will be displayed on the notice board of contract cell. Tenderers are advised to see the notice board before
submitting quotation.
39. It shall be responsibility of the persons submitting the tender to ensure that the tender has been submitted in the formats and as per the terms
& conditions prescribed in the SAIL website and no change is made there in before submission of their tender. In the event of any doubt
regarding the terms and conditions/formats the person concern may seek clarification from the authorized officer of SAIL. In case any
tempering/unauthorized alteration is noticed in the tender submitted from the Tender Document available on the SAIL Website, the said tender
shall be summarily rejected and the company shall have no liability whatsoever on the matter. However deviation if any proposed by the
tenderer may be separately indicated for acceptance or otherwise of SAIL. Such proposed deviation will not be treated as tempering for the
purpose of application of the clause."
40. The party shall have to submit an undertaking to Pers./CLC before start of the work stating that they are fully committed towards SA:8000
and shall comply with the requirements of the system. BSL would prefer tenderers who implement the requirements of SA:8000 (Social
Accountability System) and would like to have access to their premises to assess the extent of their implementation.
41. ESI: The bidder shall have to indicate ESI code allotted by ESIC and furnish proof of ESIC registration (code) obtained from the office

42: ARBRITATION: All questions, claims, disputes or differences of any kind whatsoever arising out of or in connection with or concerning this
contract, at any time, whether before or after the determination of this contract, other than questions, claims, disputes or differences for the decision
of which specific provisions have been made in the foregoing clauses of these conditions (herein after referred to as "excepted matters" and decision
on which excepted matters according to the said specific provisions shall be final and binding on the parties to this contract and shall not be
reopened if attempted to reopened on the ground of any informality, omission, delay or error in the proceeding or on any other group whatsoever
shall be referred by the parties hereto for the decision by a sole arbitrator to be appointed as hereinafter mentioned.
The notice regarding invoking of arbitration clause shall be served by registered post and addressed to …………………. /Steel
Authority of India Ltd.
Matters in question, dispute, claim or difference other than that the excepted matters in respect of this contract to be submitted for
arbitration as aforesaid shall be referred for decision to a sole arbitrator to be appointed by the Managing Director/SIL, Bokaro Steel Plant
before however appointing the sole arbitrator the Managing Director who shall notify to the contractor three names out of which one can be
appointed as the sole arbitrator with the consent of both parties, failing which after 15 days of issuance of the letter informing three names
by MD, the MD shall have the power to appoint one of the persons notified out of the three as the sole arbitrator. In case the designation of
the MD is changed or his office is abolished, the officer who for the time being is entrusted with the functions of the MD by whatsoever
designation shall officer is called shall be the person designated to appoint the sole arbitrator. The arbitrators so appointed shall adjudicate
upon the disputes between the parties hereto.
The sole arbitrator appointed as above, shall from the time of his appointment and throughout the arbitral proceedings, without delay,
disclosed to the parties in writing any circumstances likely to give rise to justifiable doubts as to his independence or impartiality. The
arbitrator shall decide the questions, claims, disputes or difference submitted to him by the parties in accordance with the substantive law
for the time being enforced in India.
The arbitrator shall hear the cases independently and impartially and shall not represent the interest of any party.

43. SAIL/ BSL reserves the right to discover the L-1 price through Online Reverse Auction also, to be conducted by our Service Provider.
Annexure-IV
To be submitted With Techno-commercial Bid
Affidavit
I, ………………………………….. Son/Daughter of Shri……………………………. Age………… years resident of ……………..…..
Mohalla………………………P.S. ………………..… District……………………………. State…………….………… do hereby solemnly
affirm that:-

I am………………………………….. (prop/partner/director..etc) in M/s………………………… …………………….. (Name of the


firm/ company).
The following work orders placed in own name & style have been executed by us for any three consecutive
st
years of the last four financial years, ending 31 March of the financial year previous to the one NIT was
issued:-
Details of work orders:
st
1 Financial Year:
2 0 - 2 0

Sl Work Order Subject Work Work Value of Completion Work


No. & Date. of Work order order work date as per order
order(s) issuing value. executed work order. fully
authority execute
. d on.

Total value of executed work in 1st Year (Rs.):……………………………………………………………………


2nd Financial Year:
2 0 - 2 0

Sl Work Order Subject Work Work Value of Completion Work


No. & Date. of Work order order work date as per order
order(s) issuing value. executed work order. fully
authority . execute
. d on.

Total value of executed work in 2nd Year (Rs.):…………………………………………………………….


3rd Financial Year:
2 0 - 2 0

Sl Work Order Subject Work Work Value of Completion Work


No. & Date. of Work order order work date as per order
order(s) issuing value. executed work order. fully
authority execute
d on

Total value of executed work in 3rd Year (Rs.):…………………………………………………………..

Average value of executed work in any three consecutive years of the last four financial years, ending 31st
March of the financial year previous to the one NIT was issued:. (Rs.):…………………………………………………………

I have enclosed the self attested copies of work orders and respective completion certificates/proof of
payment received in the said financial year alongwith my techno-commercial offer.

I further confirm that the above contents are true and correct to the best of my knowledge and belief.
Solemnly affirmed & declared before me by The declaration made herein above are true to
Deponent(s) who is / are identified by our best of knowledge, information and behalf &
………………………………………….. signed at ………………………...
…………………………………………. …………………………………………….
…………………………………………. On…………………………. Deponent(s)
Annexure – V
Affidavit

I……………………………………………son/daughterofShri……………………………………A
ge ……..years resident of ………………..Mohalla………….……………….PS…………………
District……………………….State……………………….do hereby solemnly affirm that

(1) I am……………………………(designation/authority) in M/s……………………………...


………………………………….... (name of the firm/company/proprietorship/Co-operative
society) and have been empowered to swear this affidavit on behalf of M/s………………...
………………………………………………………

(2) I declare to have satisfactorily completed the similar work with the Government Organization,
Public Sector Undertaking or Public Limited Company, the details of the said work(s) in support of
eligibility criteria are given here in under:-

Sl Name of Date & Description of Work order(s) Value of Value of Completion Work order
No. Govt.Org./P number of the job as per placed on work work order date as per fully
SU/Public work work Order(s) order(s) executed work order executed on
Ltd.Co. order(s)
Name Type/
of the category of
firm enterprise/
style of the
firm

1.

2.
3.

3. I further confirm that the above contents are true and correct to the best of my knowledge and no material
fact has been concealed.

Solemnly affirmed & declared before me The declaration made herein above is true
by Deponent(s) who is/are identified by. to our best of knowledge, information and
………………………………………….. behalf of Partnership firm/Proprietorship/
………………………………………….. Company/Co-operative Society signed at
………………………………………….. ……………………………………………
…………………………………………. ……………………………………………
…………………………………………. On ………………………Deponent(s)
(FORMAT-A)

DECLARATION BY THE TENDERER IN COMPLIANCE


OF CLAUSE- 08 OF NIT TERMS & CONDITIONS
(To be put in the envelope containing EMD)

1. Name Of work :

2. NIT NO. :

3. Name of the Company :

4. Name of Proprietor/Partners/ Directors


of the Company :

5. Name of SAIL/BSL employee to :


Whom Proprietor/Partners/Directors of
the Company is related (relation as per
clause 6 of company act 1956)
(i) Name :

(ii) Designation :

(iii) Department :

(iv)Staff No., if available :

6. Relationship :
I/We hereby declare that the information furnished above are
true to the best of my/our knowledge. In case of aforesaid
information is found to be incorrect action may be taken as per
SAIL/BSL rules.

Signature:
Name:
Designation:
Seal of the Company:

Signature of Contractor with seal


FORMAT-C
Discharge Certificate
IMPORTANT INFORMATION TO BE GIVEN BY THE TENDERER
(This page should be kept in the Earnest Money envelope in Duplicate)

1. Name & address of tenderer:-………………………………………………………………..


……………………………………………………………………………………………….
……………………………………………………………………………………………….

2. Vendor Code (in SAP System)

3. Contact Number (Mobile)

4. N.I.T. No:- ………………………………………………………………………………….

5. Name of the Work:- …………………………………………………………………………


……………………………………………………………………………….
……………………………………………………………………………….

6. Details of EMD submitted:


a) Amount: (Rs) …………………………………………………………………………….
b) BC/PO/DD/DU No (SBI Collect) and Date: ……………………………………………..
:………………………………………………………………….
c) Issuing bank details:………………………………………………………………………
……………………………………………………………………….
7. Bank Details:
(a) Name & address of the Bank where payments will be sent: (Should be same as declared
in our Vendor Master Data).
……………………………………………………………………………………………
…………………………………………………………………………………………….
……………………………………………………………………………………………..
(b) Tenderer’s Account No: ………………………………………………………………….

8. PAN No:- ……………………………………………………………………………………

9. GST No.……………………………………………………………….

10. ESI Registration No: ……………………………………………………………………….

11. email ID: (please fill in letters, digits, dots, underscores, @, etc..separately in each box)

Our/My payments should be sent as per above Bank details.


Signature & seal of the Tenderer
STEEL AUTHORITY OF INDIA LIMITED
(A GOVT. OF INDIA UNDERTAKING)
BOKARO STEEL PLANT
CONTRACT CELL-WORKS
PARYAWARAN BHAWAN
BOKARO STEEL CITY - 827001
Check List of Documents for Reference of Bidders Dated 29.10.2018

1. EMD Payment through SBI Collect Portal of State Bank of India and scanned copy of SB Collect Receipt to be
uploaded in c-Folder.
Also Bank Guarantee towards EMD (if opted) and Notarised copy of NSIC/MSME certificate in case bidder is
claiming exemption for EMD to be submitted in hard copy as per instructions of Bid Invitation.
2. Duly signed and stamped, complete set of NIT i.e. Bid Invitation Document with attachments if any.
3. Duly signed and Stamped copy of latest version of Terms and Conditions of NIT along with Addendum to
General and Special Conditions of Contracts available on sail website http://sailtenders.co.in. as on date of
NIT.
4. Duly filled, signed and stamped Format-A and Format-C available on website.
5. Duly filled and notarised Affidavit for Financial eligibility (Annexure-IV) available on sail website OR
Notarised/self-attested copy of Auditors Report along with Profit & Loss Account and Balance Sheet as per
Eligibility criteria defined in Annexure-VI.
6. Duly filled Affidavit for Technical Eligibility (Annexure-V) available on sail website which is notarised on or after
date of BI for online bids and on or after date of NIT for Hard Copy Bids.
7. Separate envelop of Price Bid for Hard Copy bids only.
8. GST Registration or Self-Certificate for exemption of GST as per Clause 13 of Addendum to General Terms &
Conditions of NIT.
9. Copy of Electrical License or any other document as specifically asked in Annexure –VI i.e. Eligibility Criteria.
10. In case bid documents are signed by person(s) other than Proprietor/ Partners/Directors, copy of valid
notarised Power of Attorney executed by the Proprietor/ Authorised Partner(s)/ Directors of the Company as
the case may be or Notarised Authorisation letter by the Proprietor/ Authorised Partner(s)/ Directors clearly
indicating the Tender/NIT/BI No./Date, Name of Job and the scope of authorisation, in case the bidder is
represented by person(s) other than Proprietor/ Partners/Directors.
11. Proper Documents to establish Constitution and Authorisation hierarchy of the Bidding Firm: This will
include :
i) Affidavit sworn before the Executive Magistrate/ Resident Magistrate in case of proprietorship firm.
ii) Deed of Partnership in case of Partnership Firm.
iii) Certificate of Incorporation and Memorandum & Article of Association in case of Companies.
iv) Any other certificates from a valid certification Department to establish the constitution and
authorisation hierarchy of the bidding firm in respect of Bid Submission subject to the satisfaction of
Employer.

S-ar putea să vă placă și