1mt pelletplant dr itb

Upload: apurv-goyal

Post on 13-Apr-2018

220 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/26/2019 1MT PelletPlant DR ITB

    1/21

    INVITATION FOR BIDS

    1.0 SAIL/ BSP hereinafter referred to as Employer invites sealed bids from eligiblebidders for Setting up of a 1.0 Mtpa Pellet Plant along with Generated Fines/Slime Beneficiation Plant at Dalli Mines of Bhilai Steel Plant , of M/s Bhilai SteelPlant, Bhilai, Chhattisgarh on Divisible Turnkey basis.

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

    Shri J.P. AgrawalDy. 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 2394Fax No. 91 788 222 1197/1170Email : [email protected]

    Shri A.C.Rathi,DGM (Proj.-PCC) TK,Expansion Building, Steel Authority of India Limited,

    Bhilai Steel Plant,Bhilai-490 001, Distt: Durg, CG,Ph.No. 91 788 285 4823Fax No. 91 788 222 1197/1170 ;Email : [email protected]; [email protected]

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

    4.0 Bidder may also down load the bidding documents from website atwww.sailtenders.co.inand submit the bid for which no tender cost will be charged.

    5.0 Salient features of the bid :

    Tender No. DGM/PCC/TK/5(709)/2014/3252, Dtd 01.08.2014

    Description Design, engineering, preparation of general arrangement andmarking drawings, fabrication/erection drawings, fabrication,manufacture/ supply & transportation to site of the plant, necessaryinsurance, erection and commissioning and performance guaranteefor all items of technological, mechanical, electrical, civil andstructural, Utilities, Instrumentation & Automation etc for setting up apellet plant with upstream GF & Slime Beneficiation Plant

    Demonstration of integrated performance guarantee and otheraccessories as required to the satisfaction of the Employer/ hisConsultant shall be in the scope of the Bidder for works forSetting up of a 1.0 Mtpa Pellet Plant along with Generated Fines/Slime Beneficiation Plant at Dalli Mines of Bhilai Steel Plant tomake the system fully operational and complete in all respects ondivisible turnkey basis as per detailed scope of work enclosed inTender Specification (TS) CET/01/RN/3520/TS/RM/01/R=2, April-2014.

    Cost of BiddingDocument(Non Refundable and

    NotExempted)

    Rs.5000/-(Indian Rupees Five thousand or equivalent freelyconvertible foreign currency) in the form of Demand Draft in favour ofSAIL, Bhilai Steel Plant, payable at Bhilai. However, No tender cost

    shall be charged from bidders who submit the tender based on tenderdocuments down loaded from SAIL website.

    Sale of TenderDocuments

    Start: 02.08.2014Close: 15.09.2014,17.00 Hrs Indian Standard Time (IST)(By Hand)

  • 7/26/2019 1MT PelletPlant DR ITB

    2/21

    Close 15.09.2014,17.00 Hrs Indian Standard Time (IST)(Downloading from website)

    Tender Submission 16.09.2014by 11.00 Hrs IST

    Place of Submission ofBid

    Office of the Dy.GM I/c (Proj-PCC) TK,Expansion Building, SAIL, Bhilai Steel Plant,Bhilai-490 001, Distt. Durg, Chhattisgarh, India.Tel :+ 91 788 2852711 / 2221197, 285 2394, 3336Fax : + 91 788 222 1197, 1170

    Opening of Tender 16.09.2014 by 11.30 Hrs IST

    Bid Security Rs.300,00,000 (Indian Rupees Thirty Million only ) or equivalent inany freely convertible foreign currency.

    Time For Completion Twenty Four (24) monthsfrom the Effective date of the Contract i.e.the date of signing of contract or 30 days from the date of issue ofLetter of Acceptance (LOA) whichever is earlier.

    Validity of Bid Bid shall be valid for One hundred and eighty (180) days from thedeadline for submission of bid.

    Reverse Auction Bhilai Steel Plant at its option can decide for opening of sealed pricebids or discover L-1 price through on-line Reverse Auction, even aftercalling of sealed price bid. In case of resorting to on-line ReverseAuction, Eligible bidders shall be intimated for participation in pricebidding through on line Reverse Auction over internet to beconducted by BSPs service provider M/s MJunction and Rules of thesame will be handed over to them. The General Rules andRegulations governing conduct of On-line Reverse Auctions areenclosed 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. CET/01/RN/3520/TS/RM/01/R=2, April-2014v) Appendix-6 of SBD Approved vendors /preferred make list.vi) Safety code for contractors.vii) Vendor code format (to be filled by bidder)viii) Procedure for Banning of Business Dealingix) Duly signed integrity pact

    Section II (Standard Bidding Document (SBD)i) Instruction to Bidders (ITB)ii) Form of Contract Agreementiii) 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 StandardDocument Section appearing in the home page of website www.sailtenders.co.inor hard copy can be obtained along with the tender documents.

    8.0 The bid will consist of three parts :

    Part-I: Part I includes Cost of tender document, Bid Security and Integrity pact dulysigned.

    The Integrity pact (duly signed by the Employer and sent along with thetender documents) shall be signed by the bidder and shall be submittedalong with Part-I of the bid. Deviation /changes are not permitted in theintegrity pact format.

  • 7/26/2019 1MT PelletPlant DR ITB

    3/21

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

    and un-priced copy of price bid (Part-III) with marks XX wherever priceshave been quoted.

    Part-III: Price Bid only.

    The price bid shall be submitted in the format given in the Appendix-1 ofSBD. Bidders are required to affix a transparent tape over their quotedprices, 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/ Bankers cheque/ Pay Order or Bank Guarantee should be issuedby any nationalized bank or scheduled commercial bank in India except Co-operative and Gramin bank.

    10.0 Integrity Pact

    (i) The Bidder(s)/ Contractor (s) is required to enter into an `Integrity Pact (enclosed)

    with the Principal i.e. SAIL. The Integrity Pact has to be signed by theProprietor/Owner/ Partner/Director or by their duly Authorized signatory. In case offailure to return the Integrity Pact along with the offer/bid, duly signed by theauthority 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 theTender/Contract or to The Chief Vigilance Officer (CVO), SAIL, Ispat Bhavan,Lodi Road, New Delhi-110003 or to The Independent External Monitors (IEMs) ofIntegrity Pact, through Integrity Pact Secretariat, 19th floor, Scope Minar, LaxmiNagar, Delhi-110092

    (iii) The Independent External Monitors of Integrity Pact in SAIL are-

    a) Shri S.K.Tutejab) Ms. Chitra Choprac) Ms Pravin Tripathi

    11.0 The Bidders may be required to explain/ justify the basis of their quoted price asand when asked for. In case, any bidder fails to justify his quoted price or refuse toco-operate in this regard, such bidder will not be considered for participating in there-tendering, if the contract is not finalized from the present bidding.

    12.0 Bidders shall furnish proof of ESIS registration from ESIC or furnish an undertakingto the effect that they will obtain ESIS registration from the office of ESIC withinreasonable time (if the job is awarded to them), the first payment under contract

    awarded under such circumstances will only be made after ESIS registration proofis submitted.

    Sucessful bidder will have to obtain Employers Code No. from Employees StateInsurance Corporation, to facilitate payment towards ESIS contribution in respect oflabour employed/ likely to be employed and will have to comply with all theprovision of the ESI Act and Regulations framed thereof.

    [ Ref. - Govt. of India Notification No.S-3801/28/2007-SS-1 dt.17.09.2007 notifiedthat ESI scheme in areas falling within the municipal limit of Bhilai, Dist.Durg hasbeen implemented w.e.f. 01.10.2007]

    13.0 Central Public Sector Undertakings (PSUs)/Government Undertakings areexempted from submission of EMD/Bid Security. However, in case of Bid byConsortium not having all members as PSUs/Government Undertakings as

  • 7/26/2019 1MT PelletPlant DR ITB

    4/21

    members are required to submit the stipulated EMD/Bid Security along with theirBid.

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

    15.0 The un-priced copy of the price bid is also required to be submitted along withcommercial bid clearly marking XX wherever price has been quoted.

    16.0 The bid shall be kept valid for a period of 180 days from the deadline ofsubmission of bids.

    17.0 SSI units having valid NSIC/ Certificate may also be exempted from submission ofEMD/ Bid Security on fulfillment of the following conditions:

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

    techno-commercial bid.

    ii) The exemption from submission shall be granted only for the items for whichit is registered.

    iii) In case of bid by consortium not having all the members as SSI Units arerequired to submit the stipulated EMD/ Bid Security along with their bid.

    18.0 The bidder who are registered as Micro/Small/Medium Enterprises with theprescribed authority under Micro, Small and Medium Enterprises Development Act,2006, are required to submit copy of the registration certificate and indicate theEntrepreneur Memorandum number (twelve digit) along with the techno-commercial bid. In case such details are not provided, it will be presumed that theEnterprise is not a Micro, Small and Medium Enterprise as per the provision of theabove Act and consequently they are not eligible to the benefits admissible under

    the Act. The bidder also shall furnish the following:a) Whether the bidder is registered as Micro, Small or Medium Enterprise under

    MSMED Act 2006 - Yes/No

    b) If yes, furnish Entrepreneur Memorandum number and enclose a notarizedcopy of Registration Certificate issued by the prescribed authority under theAct.

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

    20.0 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 thetender documents and no change should be made therein. In the event of anydoubt regarding the terms and conditions/ formats, the person concerned mayseek clarifications from the authorized officer of SAIL. In case any tampering/unauthorized alteration is noticed in the Bid submitted from the Bidding Documentavailable on the SAIL Website, the said Bid shall be summarily rejected and thecompany shall have no liability whatsoever in the matter. However, deviations, ifany, proposed by the bidder may be separately indicated for acceptance orotherwise by SAIL. Such proposed deviations will not be treated as tampering forthe purpose of application of the clause. As the job is to be executed in the existingplant, bidder may visit the site to get acquainted with the site conditions, if sodesired, before submitting the offer with prior intimation/ appointment with BSP.

  • 7/26/2019 1MT PelletPlant DR ITB

    5/21

  • 7/26/2019 1MT PelletPlant DR ITB

    6/21

    Annexure

    General Rules and Regulations governing conduct of On-line Reverse Auctions

    1. Service Provider: For conducting the Reverse Auction,Steel Authority of India Limited (SAIL) has engagedthe services of Metaljunction.com (hereinafter referredto as Service Provider or SP) for conducting the

    Reverse Auctions. SP is fully authorized to giveclarifications / coordinate with the supplier on behalf ofSAIL w.r.t. conduct of Reverse Auction. Their addressand contact details are as given alongside.

    2. Introduction to General Rules & Regulations: The General Rules and Regulationsprovided herein govern the conduct of On-line Reverse Auctions operated byMetaljunction.com Private Ltd. These rules cover the roles and responsibilities of theparties in the On-line Reverse Auctions on the MJunction platform. Acceptance in-Toto to these General Rules and Regulations is a prerequisite for securingparticipation in the On-line Reverse Auctions on the MJunction platform.

    3. Role of Service Provider: MJunction is the agency (operator) primarily providing theplatform for conducting the Reverse Auction. As the agency providing the auctionengine, the role of MJunction would include: Setup the auction based on Tendereditem details and bidding rules as mentioned in tender document. Providing accessthrough user-id protected by password to the approved bidders to participate in theauction. Enhancing bidder awareness by providing them the details / steps of auctionprocess to enable them participate in Reverse Auction and comfort with the auctionmechanism and bidding rules. Summarizing auction proceedings and communicatingof 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 ReverseAuction).

    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 definedspecifically for a particular Reverse Auction. The purpose of the Bidding rules is toprovide approved bidder with the information and terms specific to the auction inwhich 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 inactivityf. Other attributes (informational/non-negotiable in nature)

    g. Participation in the auction process presumes complete awareness andunderstanding of the bidding rules.

    Mjunction Services Limited.,Tata Centre43, Jawarharlal Nehru Road

    Kolkata 700 071Phone :033 22248607 / 8585 / 8669

    Fax : 033 - 23422078BhilaiOffice :Room No.321,ISPAT Bhavan, Bhilai-

    490001.Phone: 0788-2227136,2853397

  • 7/26/2019 1MT PelletPlant DR ITB

    7/21

    -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 ReverseAuction on any of the followings reasons:

    a. Some of the confirmed bidders are unable to access the module due toinfrastructure 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 Metal junction :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 theauction process.

    7. Problems during the conduct of the Reverse Auction: In the event of any problemsbeing faced in the smooth conduct of the auction, MJunction shall have the right toundertake one or more of the following steps:

    a. Cancellation of a bidb. 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 theRA from their own office/ own arrangement. The bidder has to make arrangement forensuring Internet connectivity throughout RA. For this, the bidder shall be solely andexclusively responsible for ensuring continuance of connectivity. SAIL shall in no waybe responsible for the consequences arising out of disruption of Internet connectivity.In case the bidder desires, efforts will be made to provide assistance during theReverse Auction phase by deploying skilled persons from Service provider/authorized

    representative at the participating vendor locations. However, SAIL or Serviceprovider shall in no way be responsible ensuring Internet connectivity.

    9. Liability of Service Provider: MJunction shall not be liable to the SAIL / bidders in theauction or any other person(s) for any breach of contract by any party in the fulfillmentof 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 informationprovided by the SAIL or confirmed bidders for the Reverse Auctions conducted on theMJunction platform with utmost trust and confidentiality.

    11. Jurisdiction: Any disputes relating to the online Reverse Auction module shall besubject 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 bidsplaced in the online Reverse Auction without assigning any reason whatsoever.

  • 7/26/2019 1MT PelletPlant DR ITB

    8/21

    -3-

    Definition of Key Terms Reverse Auction

    1. Reverse Auction: Reverse Auction refers to a forum where the requirement forone/more Lots of an tendered items is stated and the participants are required to biddown 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 morelocations). In other words, the venue for the auction is on an Internet website/platform. The MJunction website (https://auction.Metaljunction.com ) or any other URLassigned by MJunction would constitute the venue for the purpose of the On-lineauction.

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

    4. Buyer i.e. SAIL: SAIL is the individual/business entity who has contracted MJunctionto conduct such Reverse Auction. In case of Reverse Auction, the purpose would beto 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 theauction, a business entity has to secure SAILs approval for participation and alsoprovide written assent to the General Rules and Regulations.

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

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

    9. Duration of the Reverse Auction: It refers to the length of time the price discoveryprocess is allowed to continue by accepting bids from competing bidders. Theduration 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 beextended/ curtailed. The conditions include: Curtailment of auction duration in theevent of no bids for a specified period of time (Inactivity Time) Automatic extension inthe event of bids being entered towards the end of the scheduled duration to facilitatethe 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 ofthe scheduled bid time, the Bid Timings are automatically extended for a specifiedperiod 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). TheInactivity Time for Auto Extension purpose is normally 7 minutes. MJunction howeverretains the right to change the same. The Inactivity time applicable for the particular

  • 7/26/2019 1MT PelletPlant DR ITB

    9/21

    - 4 -

    11. On-line Bid shall be communicated to the bidder if it will be set to a value less than 7minutes.

    12. End of the Reverse Auction: End of the Auction refers to the termination of the auctionproceedings signaling an end to the price discovery process.

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

    14. Start Bid Price: Wherever indicated, Start Bid Price, is the Maximum Price, which willbe accepted by the Reverse Auction engine. Supplier have to quote a price lesserthan the Start Bid Price for participating in the Reverse Auction. The computer shallnot accept Price higher than Start Bid Price for a lot. Bidding will start at start BidPrice to be intimated in advance to the vendors eligible for bidding. This will be put upon the site.

    15. 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 exampleif a bidder bids Rs.10,00,000/ - for a Lot, others, in order to beat this bid, have toquote a lower price with a minimum decrement say of Rs.2,500/- i.e. in order to beeligible they have to quote Rs.9,97,500/- (or lower) for the same Lot. This minimumdecrement shall be pre-decided by SAIL and will be in-built in the RA event.

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

    17. 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 isa bidding option through which, the system places bids on your behalf. You need tocheck (click) the proxy bid box on the screen and place the lowest value to which youcan bid and then place submit button and confirm. Once the proxy is activated thebids are placed automatically as per the minimum decrements. The lowest value ofyour proxy bid amount is not visible by any other bidder. When a bidder exercises theproxy option, the proxy bid remains L1 till the lower bid value fed in the auctionmachine is exhausted i.e. a lower bid, less than the lower bid value offered by thebidder exercising the proxy, is offered by another bidder. If a bidder bids a price equalto the lower limit of the proxy bid, the proxy bidder gets precedence over him at thatprice.

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

  • 7/26/2019 1MT PelletPlant DR ITB

    10/21

    BID DATA SHEET

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

    Name of Facilities/

    Contract Name

    Setting up of a 1.0 Mtpa Pellet Plant along with Generated Fines/Slime

    Beneficiation Plant at Dalli Mines of Bhilai Steel Plant , at Bhilai Steel Plant.

    Name of Employer SAIL, Bhilai Steel Plant.

    Employer details General Manager (Projects- Commercial),Expansion Building,SAIL, Bhilai Steel Plant, Bhilai-490 001,Distt. Durg, Chhattisgarh, India.Tel : + 91 788 2852711 / 2221197/285 4823/ 285 3336Fax : + 91 788 222 1197/ 1170Email : [email protected]

    Name ofConsultant

    Centre for Engineering & Technology, Ranchi

    Language of bidITB 7.1

    English. In case any document furnished in another language, translation inEnglish language, duly authenticated, to be submitted.

    Eligibility/Qualificationrequirements forBiddersITB 8.3 (b) & (c)

    The Bidder should fulfill the following eligibility criteria:

    Technical Eligibility

    A. Technical Experience:

    i) Should have carried out design/ engineering, supply, erection/ erectionsupervision and commissioning/ commissioning supervisionof at least

    one number of minimum two (2) Mtpa throughput capacity newBeneficiation Plantbased on hematite iron ore comprising of high intensitymagnetic separator in the past 10 (ten) yearsprior to date of NIT. The plantabove must have operated satisfactorily for a period of at least one yearafter commissioning prior to date of NIT. Bidder having this experience shallbe termed as Technology Provider for Beneficiation Plant

    AND

    ii) Should have carried out design/ engineering, supply, erection/erection supervision and commissioning/ commissioning supervisionof at least one number of new Pellet Plantof minimum 1.0 MTPAcapacityusing Straight Grate technology in a single module working on hematite

    ore in the past 10 (ten) years prior to date of NIT.The plant above musthave operated satisfactorily for a period of at least one year aftercommissioning prior to date of NIT. Bidder having this experience shall betermed as Technology Provider for Pellet Plant

    B. Technical Qualification:

    Bids shall be submitted by a sole Bidder or a Consortium of two or moreparties (not more than 4 parties)having Technical Experience as listed above.

    The above experience shall be met either by the Technology Provider(s) for theBeneficiation Plant and/ or Pellet Plant or the Licensee(s) of the TechnologyProvider(s).

    A Licensor can offer its technology as a Licensor to only one Bidder in this Bid.

  • 7/26/2019 1MT PelletPlant DR ITB

    11/21

    C. Other Technical Requirements:

    i) Copies of Memorandum of Agreement, work order/award letter / Contractdocument, and completion/ commissioning certificate/ performance certificateshowing experience shall be submitted by the Bidder in support of theexperience as listed under Technical Experience above. The mentionedcertificates, orders and letters in this point may be of the Bidders own and theLicensor(s) combined.

    ii) Licensor to the Bidder shall sign the Contract Technical Specificationbetween SAIL and the Bidder as a mark of acceptance.

    iii) Licensor shall furnish an undertaking / MOU with SAIL firmly stating that theywill undertake to execute the project as a subcontractor to the Bidder,complying the process, performance guarantee and other parametersenvisaged in the Contract Technical Specification within the agreed timeschedule complying the terms and conditions of the Contract.

    iv) Licensor shall undertake that it shall remain bound by the License agreementtill successful completion of the project being executed by the License andperformance of the project.

    v) Licensor shall undertake and agree with SAIL that if for any reason itbreaches the agreement or fails to fulfill the contractual obligation undertakenby it in the License agreement with Licensee then such breach will not affectSAIL in getting the project executed based on the Contract between SAIL andthe Bidder, but in such case, may not be based on Licensors technology. Incase of a breach of License agreement by the Licensee, at the option of SAIL,Licensor will agree to supply the Technology directly to SAIL on the basis of theLicense Agreement with the Bidder.

    vi) The experience of Licensor in the relevant field shall be considered forevaluation of Technical eligibility to the extent agreed by the Licensor as perLicense agreement entered into between the Licensee and the Licensor

    provided the Licensee submits the License Agreement and Letter ofundertaking jointly signed by Licensee and Licensor as per attached Annexure.

    ii) Financial Eligibility Requirements:

    a) Average annual turnover of the Bidder shall not be less than Rs.300Crore during last three (3) consecutive financial years ending 31.03.2013.

    b) However average annual turnover of each member in case of consortiumshall not be less than Rs.75 Crore during last three (3) consecutive financialyears ending 31.03.2013.

    The Bidder shall submit Audited Financial Reports for last three consecutivefinancial years in support of the above.

    ITB 8.3 (b) Consortium Requirements will be as per SBD.

    SparesITB 8.3 (c) (ii)

    List of O&M Spares required for operation of 2 years following completion of theFacilities. Price of such items shall be submitted 6 months before scheduledcommissioning by successful bidder valid for a period up to 12 months.However, placement of order for such spares will be considered separately, ifrequired. The price quoted for spares will not be taken into account forevaluation purpose.

    Alternative BidsITB 8.3 (f)

    Alternative Bid(s) are permitted along with the offer as per TechnicalSpecification. However, Employer shall have the right to accept/reject the

    Alternative Bid(s).Bid Currencies In addition to Indian Rupees, the bidders may use any freely convertible foreign

    currency. However, Indian consortium member(s)/bidder shall quote in Indianrupees only.

  • 7/26/2019 1MT PelletPlant DR ITB

    12/21

    Amount of BidSecurity ITB 11.1

    Rs.300,00,000 (Indian Rupees Thirty Million only ) or equivalent in any freelyconvertible foreign currency.

    ITB Clause 11.6 The clause shall be read as follows :

    The bid security shall be forfeited if bidder -

    (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 authenticityof the documents filed in support of eligibility.

    (iv) Refuses to enter into contract after award within the stipulated periodwithout 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 backingout of L-1 bidder after opening of price bid/ price obtained in online sealed bidin RA/ price obtained in the process of RA during validity period of price bid.

    Bid Validity PeriodITB 12.1

    Bid shall be valid for 180 daysfrom last date of submission of bid.

    Bid Parts & CopiesITB 13.1, 17.2 (a)

    Bid Part I & III One (1) Original and four (4) copiesBid Part II One (1) Original and fifteen (15) copies along with soft copy inCD.

    Bid Submission ITB14.2, 15.1

    Address of Employer for bid submissionDy. General Manager I/c (Proj-PCC) TK,

    Project Contract Cell (Turnkey), Expansion Building,SAIL, Bhilai Steel Plant, Bhilai-490 001, Distt. Durg,Chhattisgarh, India.Deadline for bid submission16.09.2014,11.00 Hrs IST

    Bid OpeningITB 14.2 (b) & 18.1

    Bids shall be opened at 11:30 Hrs IST on 16.09.2014in the office of theEmployer 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 2394, 4823, 3336, 222 1197

    Fax : + 91 788 222 1197, 1170Email : [email protected]

    Deviations in BidITB 20.3

    Generally no deviations are acceptable against the tender document.

    Technicalevaluationof bid

    As per TSThe following additional criteria will be used in the evaluation in the mannerstated there under: NIL.

    Price bid evaluationITB 25.3

    The following criteria will be used in the evaluation in the manner stated below:

    The taxes & duties, which are to be borne and paid by the Employer, shall beconsidered on the quoted price for imported supplies & services for the purposeof price evaluation as follows :

  • 7/26/2019 1MT PelletPlant DR ITB

    13/21

    Basic custom duty (BCD )@ 7.5 % on Assessable value on (FOB

    price + Ocean freight +Marine insurance + Landing charges) Counter Veiling Duty including Education cess (CVD) @ 12 % on

    (Assessable value + BCD) Education cess@ 3 % on BCD & CVD Addi tional Duty of Custom (ADC) @ 4 % on (Assessable value +

    BCD + CVD +education cess)

    Income taxincluding surcharge & Education cess to be on grossed upvalue as per the double taxation avoidance agreement or rate as perIncome Tax Act, whichever is lower.

    Service taxincluding ED cess on the value of services.Landing Charges are 1% of (FOB price + Ocean freight + Marine

    insurancei) 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, failingwhich Entry Tax will be loaded for the full value of Supplies.

    ii) The contract price shall not include Entry Tax. Entry Tax of 1% shall beloaded to both indigenous as well as imported supply, which shall be paidand 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 theSummary Price Schedule and while evaluating the offer further, entry tax willnot be loaded on above declared goods.

    However, while raising invoice for such goods, the invoice should contain thefollowing :

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

    b) In case of supplies manufactured within Bhilai Municipal Local Area, thenGoods 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.iii) The price evaluation will be done on the basis of Net of CENVAT and

    VAT input credit. The amount of CENVAT credit and input VAT crediton suppl ies & services shall be as quoted by the Bidder.

    iv) The contractor is to provide the VAT invoices for reimbursement of the VATamount.

    Chhattisgarh Value Added Tax (CGVAT) is applicable on purchase and sale ofgoods made within the State of Chhattisgarh. The contractor is to provide theVAT invoices for reimbursement of the VAT amount and to enable the Employerto avail the VAT Input Tax Credit thereon.

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

    The VAT component considered by the Bidders are to be provided in the followingtable-

    VAT Rate as perCGVAT Act (%)

    VAT input taxcredit availableto BSP (%)

    CG VAT Amount(Rs.)

    CG VAT Input tax Credit(Rs.)

    1 0.57

    4 2.28

    5 2.85

    14 11.85

    25 NIL

  • 7/26/2019 1MT PelletPlant DR ITB

    14/21

    The bidders are to indicate the CG VAT input tax credit to be passed on to BSPin the price bid for the evaluation of their offers. The VAT input tax creditcommitted by the contractor will be reconciled and necessary adjustmenteffected.

    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 from the VAT Act before submission of Price bid.Similarly, while quoting minimum guaranteed CENVAT on account of Exciseduty and Service tax the bidder has to ensure applicability of CENVAT credit asper latest CENVAT credit rules.

    Time ScheduleITB 25.5 (b)

    The successful Bidder shall be required to complete the whole work withinTwenty Four (24) months from the effective date of the contract. However, inthe event of completion period offered by the Bidder is beyond the periodspecified in Tender Document and if such deviation is acceptable to theEmployer, then the bid price shall be subjected to loading @ 0.5% of quotedprice excluding taxes & duties per complete week beyond 24 months .

    ITB 38.3 (c) Methodology for calculating life cycle cost of the Facilities :

    Operation & maintenance cost shall not form the part of evaluation.

    PerformanceGuaranteesITB 25.5 (c)

    Performance Guarantees:Performance Guarantees shall be as specified in Chapter 4.0 of TS No-CET/01/RN/3520/TS/RM/01/R=2, April-2014

    Additional detailson the evaluationITB 25.5 (e)

    Additional details on the evaluation method or reference to the TechnicalSpecifications : Not Applicable

    Amount ofPerformance

    Security(Performance BankGuarantee)ITB 33.1

    Performance Security amount shall be five percent (5%) of the Total ContractPrice in Rupees or any other freely convertible foreign currency.

    Performance Bank Guarantee(s) from any of the banks enlisted in Annexure-1of Special Condition of Contract (SCC) and in the manner as specified in clause6.0 of {Performance Bank Guarantee(s)} of Special Condition of Contract (SCC)shall only be accepted.

    Integrity PactITB 38.1

    Integrity pact to be signed: Yes, All 17 pages are to be signed by thebidder and also ensure the seal of company on each page. In case ofconsortium, same is to be signed by all consortium members.

    MobilizationAdvance

    Yes(As per SCC clause No. 5.0)i.e. The interest rate shall be benchmark primelending rate of SBI at monthly rest.

    Check list forsubmission of bid

    Bidder is to submit the check list, duly filled as per format provided in Annexure-2 SCC along with part-II of the bid.

  • 7/26/2019 1MT PelletPlant DR ITB

    15/21

    List o f 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 petroleumgas and compressed natural gas.

    2. Capital expenditure on land and civil construction for use in manufacture ortrade, 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 notliable to tax under the Act.

    8. Such other goods, as may be notified by the State Government.

  • 7/26/2019 1MT PelletPlant DR ITB

    16/21

    SPECIAL CONDITIONS OF CONTRACT

    (To be filled in Sl. No.1.3 & 2.2)

    The following Special Conditions of Contract [SCC] shall supplement the GeneralConditions of Contract [GCC]. Whenever there is a conflict, the provisions herein shallprevail over those in the GCC. The corresponding clause number of the GCC is indicatedin parentheses

    1. Definitions [GCC Clause 1]

    1.1 Employer

    Steel Authority of India LimitedBhilai Steel Plant, BhilaiPin Code No. 490 001Telephone No. + 91 788-2852711, 2221197e-mail- [email protected] No. + 91 788 2221197, 1170

    1.2 Engineer

    DGM(Technical)

    Room No- 587, Fifth Floor

    Mines Head Quarters

    Ispat Bhawan,Bhilai Steel Plant

    Bhilai, Durg(C.G.)

    e-mail- [email protected]

    Telephone No. 9407983596

    1.3 Contractor

    M/s. ____________________

    ________________________

    ([Name and address)

    Telephone No. ____________

    e-mail ___________________

    Facsimile No. _____________

    Bank Details:

    Name of Bank ________________

    Branch ______________________Branch code _________________

    Address _____________________

    A/C No. _____________________

    PAN No. ____________________

    1.4 Consultant

    M/s Centre for Engineering & Technology,HO: RDCIS Lab, Building, 4thfloorP.O. Doranda, Ranchi 834002(Jharkhand) IndiaSub-Centre : CET, Bhilai Sub-Centre,

    Ispat Bhawan, 5thfloor,Bhilai Steel Plant, Distt. Durg, C.G, IndiaTelephone No. 0788 222 3093 / 285 4212

  • 7/26/2019 1MT PelletPlant DR ITB

    17/21

    -2-

    2. Notices [GCC Clause 4]

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

    General Manager (Projects-Commercial)Expansion Building,

    Bhilai Steel Plant, BhilaiSteel Authority of India LimitedBhilai Steel PlantTelephone No. 0788-2852711, 2221197E-mail- [email protected] No. 0788-2221197, 1170

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

    M/s. ____________________________________________________________________

    [Name and address]Telephone No. ____________E-mail ___________________Facsimile No. _____________

    3.0 Transportation by Wagons [Reference GCC Clause 21.4.2]

    The destination for consignments to be dispatched by wagons by the Contractorshall be as under:

    BSP Railway Sidings, SECR, Bhilai

    4.0 Use of Fly Ash in road construction and Fly Ash Bricks in masonry work ismandatory. Bidders to ensure use of fly ash accordingly.

    5.0 Mobilisation Advance.

    5.1 Interest bearing mobilization advance may be granted to the successful bidder onhis request subject to the following conditions:

    5.2 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.

    5.3 Contractor shall indicate the amount of mobilization advance. However, the amountof 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 bepaid in installments (not less than two).

    5.4 The advance along with payable interest shall be recovered from the supplier/contractor through the progress bills till the advance including payable interest isfully recovered within the contractual completion.

    5.5 The interest rate shall be Benchmark Prime Lending Rate of SBI at monthly rest.

    5.6 Advance to the supplier/ contractor will be paid against submission of BankGuarantee of amount equal to the advance and payable interest as per 5.4& 5.5above, but not less than 110% of the advance amount.

  • 7/26/2019 1MT PelletPlant DR ITB

    18/21

    -3-

    6.0 Performance Bank Guarantee(s)

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

    Performance Bank Guarantee(s) from any of the banks enlisted in Annexure-1 ofSpecial Condition of Contract (SCC) and in the manner as specified in clause 6.0

    {Performance Bank Guarantee(s)} of Special Condition of Contract (SCC) and asper annexure-I of GCC/SBD shall only be accepted.

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

    6.3 The stamp paper used for the Performance Bank Guarantee(s) must be of theappropriate value and should be purchased on behalf of the issuing branch andissuance of amendment / extension of Performance Bank Guarantee(s) should alsobe made on stamp paper of the appropriate value purchased in the name of thebank.

    6.4 Name, designation and authorization number of the person issuing the PerformanceBank Guarantee(s) must be clearly indicated in the document.

    6.5 Performance Bank Guarantee(s) shall be sent directly to the Employer by issuingbank at the address mentioned in clause 2.1 of Special Condition of Contract (SCC),through registered post / courier.

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

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

    extension of contract.9.0 Successful bidder (after signing of contract) will be required to make communication

    with the Employer as per Communication protocol to be issued by Employer forspeedy implementation of the project.

    10.0 Work Program (Refer GCC clause 18.0)

    Contractor shall provide Master PERT Network in Primavera software.

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

    12.0 All Payment shall be released only through e-payment .Successful bidder shallsubmit mandate form by the Banker within 15 days before submission of firstinvoice.

    13.0 The surrounding value for insurance purpose shall be considered as Rs.25,00,000/-(Indian Rupees Twenty five lakhs only).

    14.0 List of approved/ preferred makes given in TS are applicable. Items not included inthe above list shall be as per Preferred Make List of BSP in Appendix-6 of SBD.

    15.0 Bonus Provision : Not Applicable

    16.0 The contractor while engaging his workmen, would give preference to thoseindividuals who either have Adhar Card/ applied for Adhar Card/ agreed to apply forAdhar Card and pay to such workmen through Adhar Payment Bridge to the extentpossible.

  • 7/26/2019 1MT PelletPlant DR ITB

    19/21

    -4-

    17.0 The terms of payments as indicated in Clause 2.1.1 & 2.1.2 of Appendix-3 shall beread as follows in place of existing clauses:

    17.1 In clauses 2.1.1 of Appendix 3 of Standard Bidding Document, Five (5)% of totalContract price specified in Appendix-1 excluding taxes, duties (except service tax) andtraining charges shall be released on the following:

    17.2 In clauses 2.1.2 of Appendix 3 of Standard Bidding Document ,Five (5)% of totalContract price specified in Appendix-1 excluding taxes, duties (except service tax)and training charges shall be released on the following

    18.0 In clauses 2.1.4, 2.1.5 and 2.1.7 of Appendix 3 of Standard Bidding Document forthe words "Two and a half percent (2.5%) of the Contract Price excluding taxes,duties, Service Tax & Education Cess" the words "Two and a half percent (2.5%) ofthe Contract Price excluding taxes, duties (except Service Tax & Education Cessthere on), " may be substituted.

    In clause 2.1.6 of Appendix 3 of Standard Bidding Document for the words "Fivepercent (5%) of the Contract Price excluding taxes, duties, Service Tax & Education

    Cess" the words "Five percent (5%) of the Contract Price excluding taxes, duties(except Service Tax & Education Cess there on), " may be substituted.

    19.0 RBI indices given in Appendix-4 of SBD have been amended as follows :

    RBI indices given in SBD RBI indices amendedHeavy Machinery & Parts Table-40 Ka1 1.3.11.2 Industrial Machinery Table - 21

    Electrical Plant & Equipment Table-40K(b)

    1.3.11.7 Electrical Machinery,Equipments & Batteries Table 21

    Iron & Steel 1.3.10.1.2 Steel - Long Table -21

    Cement 1.3.9.3 Cement & Lime Table -21

    20.0 Building and other Construction workers (Regulation of Employment aCondition of Service) Act.1996 , Building and other Construction workerWelfare 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 1st 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.

  • 7/26/2019 1MT PelletPlant DR ITB

    20/21

    Annexure-1 - SCCS.No. BANK NAME

    SBI AND ASSOCIATES

    1. State Bank of India2 State Bank of Bikaner & Jaipur3 State Bank of Hyderabad4 State Bank of Indore5 State Bank of Mysore6 State Bank of Patiala7 State Bank of Saurashtra8 State Bank of Travancore

    NATIONALISED BANKS09 Allahabad Bank 19 Indian Overseas Bank10 Andhra Bank 20 Oriental Bank of Commerce11 Bank of Baroda 21 Punjab National Bank12 Bank of India 22 Punjab & Sind Bank13 Bank of Maharashtra 23 Syndicate Bank14 Canara Bank 24 UCO Bank15 Central Bank of India 25 Union Bank of India16 Corporation Bank 26 United Bank of India17 Dena Bank 27 Vijaya Bank18 Indian Bank

    OTHER PUBLIC SECTOR BANKS28 Industrial Development Bank of India Ltd.

    PRIVATE SECTOR BANKS29 Federal Bank Ltd. 35 Karnataka Bank Ltd.30 HDFC Bank Ltd. 36 Karur Vysya Bank Ltd.31 ICICI Bank Ltd. 37 Kotak Mahindra Bank Ltd.32 IndusInd Bank Ltd. 38 South Indian Bank Ltd.33 ING Vysya Bank Ltd. 39 Axis Bank Ltd.34 Jammu and Kashmir Bank Ltd. 40 Yes Bank Ltd.

    FOREIGN BANKS41 ABN Amro Bank N.V. 49 Deutsche Bank

    42 American Express Banking Corporation 50 DBS Bank Ltd.43 Bank of America 51 J.P.Morgan Chase Bank N.A.44 Bank of Tokyo Mitsubishi Ltd. 52 Mizuho Corporate Bank Ltd.45 Barclays Bank Plc 53 Societe Generale46 BNP Paribas 54 Standard Chartered Bank47 Citi Bank N.A48 Calyon Bank

    55 The Hongkong and ShanghaiBanking Corporation Ltd.

  • 7/26/2019 1MT PelletPlant DR ITB

    21/21

    Annexure-2 of SCC

    CHECK LIST FOR SUBMISSION OF BID

    Tender No.: DGM/PCC/TK/5( 709)/2014/ 3252 Dtd 01.08.2014

    Bidders Ref. No.:

    Name of Facilities: Setting up of a 1.0 Mtpa Pellet Plant along with Generated Fines/Slime Beneficiation Plant at Dalli Mines of Bhilai Steel Plant ,BSP of Bhilai Steel Plant

    Sl.No.

    Details of document Remarks(Applicable/ Not applicable)

    (Attached/ Not attached)If not attached, reasons

    Part-I (1 original + 4 copies)1 Bid Security

    2 Integrity Pact duly signed

    Part-II (1 original + 15 copies)

    1 Bid Form

    2 Attachment-1 Power of Attorney.

    3 Attachment-2 Bidders Eligibility & qualification.

    4 Attachment-3 Eligibility and conformity of the Facility.

    5 Attachment-4 Vendors proposed by the Bidder for Indiancomponent

    6 Attachment-5 Deviations, if any, along with softcopy inMS word format in a CD.

    7 Attachment-6 Alternative Bid (If any)

    8 MOU between consortium members, ifapplicable, along with division of work.

    9 Un-priced copy of price bid with mark xxx

    wherever price data is furnished.10 Bar Chart

    11 3-yrs. Audited Balance Sheet (s) and profit andloss statement.

    12 Details like complete address ofBidder/Consortium for correspondence incl.names of authorized persons with contactphone/mobile no. and email address

    13 Others, if any.

    Part-III (1 original + 4 copies)

    1 Price Bid

    ***