notice inviting tender for appointment of · pdf file1.3 durgapur steel plant (dsp) is...
Post on 15-Mar-2018
237 Views
Preview:
TRANSCRIPT
Operations Directorate, Corporate Office, New Delhi Page 1
NOTICE INVITING TENDER
FOR
“APPOINTMENT OF AGENCY
FOR CONDUCTING WATER AUDIT
AT
BOKARO STEEL PLANT,
DURGAPUR STEEL PLANT
AND
SAIL IRON ORE MINES”
OPEN TENDER NOTICE NO.: SAIL/OPRNS./WATER/2015/4/1
DATE: 3.6.2015
Operations Directorate, Corporate Office, New Delhi Page 2
Tender No. SAIL/Oprns./Water/2015/4/1 Date: 3rd
June, 2015
Steel Authority of India Limited (SAIL) invites bids from reputed organisations for
undertaking Water Audit in accordance with the details in the enclosed tender document.
a) Tender Notice No. &
Date
Tender No. SAIL/Oprns./Water/2015/4/1
Dt. 3.6.2015
b) Name of Work Water Audit of its units (including township) - Bokaro
Steel Plant, Durgapur Steel Plant and its Iron Ore Mines
at Kiriburu, Meghataburu, Bolani, Barsua and Dalli.
c) Duration of assignment 120 days from the date of awarding of contract.
c) Cost of Tender Paper Not Applicable
d) Earnest Money Rs. 1,00,000/- (Rs. One Lakh Only)
e) Security Deposit 5% of the order value by Demand Draft / Pay Order /
Bank Guarantee
f) Venue of Tender Box &
Tender opening
STEEL AUTHORITY OF INDIA LTD.,
Ispat Bhawan, Lodi Road, New Delhi- 110003
g) Last date for receipt of
tender 29
th June, 2015 till 2.30 PM
h) Date of opening of tender 29th
June, 2015 at 3.00 PM
i) Contact person for
clarification regarding
NIT
Chandni Mathur, Asstt. General Manager (Operations),
Ispat Bhawan, Steel Authority of India Limited,
Integrated Office Complex, Lodi Road, New Delhi
110003
Telephone No.011- 24300528/Fax No.011-24367250
[e mail : chandni.mathur@sailex.com]
Operations Directorate, Corporate Office, New Delhi Page 3
INDEX
S.NO. DESCRIPTION PAGE NO.
1.0 BACKGROUND 4
2.0 ELIGIBILITY CRITERIA 7
3.0 SCOPE OF WORK 7
4.0 DESCRIPTION OF WATER SYSTEM AT PLANTS
AND MINES AND MAJOR AUDIT ACTIVITIES
9
5.0 TIME FRAME 13
6.0 TERMS OF PAYMENT 13
7.0 EVALUATION METHODOLOGY 13
8.0 INSTRUCTIONS TO TENDERERS 14
9.0 DOCUMENTS/ DATA TO BE FURNISHED 16
10.0 TENDERING PROCESS 17
11.0 SPECIAL INSTRUCTIONS TO THE TENDERERS 18
12.0 OTHER TERMS AND CONDITIONS 20
ANNEXURES 23-31
Operations Directorate, Corporate Office, New Delhi Page 4
1.0 BACKGROUND
1.1 Steel Authority of India Limited (SAIL) is a leading steel-making company in India.
It is a fully integrated iron and steel maker, producing both basic and special steels for
construction, engineering, power, railways, automotive, ship building and defence
industries. SAIL manufactures and sells a broad range of steel products, including hot
and cold rolled sheets and coils, galvanized sheets, electrical sheets, structurals,
railway products, plates, bars and rods, stainless steel and other alloy steels. SAIL
produces iron and steel at five integrated plants located at Bhilai, Durgapur, Rourkela,
Bokaro and Burnpur and three special steel plants at Durgapur, Salem and Bhadravati.
SAIL sources its entire requirements of iron ore and part of its requirements of
limestone, manganese ore, dolomite and coking coal from its captive mines located in
the states of Jharkhand, Karnataka, West Bengal, Odisha, Madhya Pradesh and
Chhattisgarh.
1.2 Bokaro Steel Plant (BSL) is an integrated steel plant of SAIL located at Bokaro steel
city of Jharkhand State. Present production capacity of BSL is 4.36 MT of crude steel.
The major processes, shops/service units at BSL are:
S.No. Main Shops Brief Description
1. Coke Ovens & Coal
Chemicals
8 nos. of batteries with 69 ovens in each battery. Size
(H x W x L):
5000 x 410x 1504 mm
2. Sinter Plants 3 machines (3x 252 m )
3. Blast Furnace
complex including
GCP,SGP,PCM, etc.
4 nos. of BFs with 2000 m3 useful volume.
1 no. of BF with 2350 m3 useful volume.
4. Steel Melting Shop:
Converter
Steelmaking
5 x 110/130 tonnes (t)
2 x 300 t
5. Continuous Casting 2 x 2 strand slab caster of 3.05 Million tonnes (Mt).
6. Rolling Mills:
Reheating Furnaces
1 pusher type furnace of 260 tonnes/hour (t/h) and
3 walking beam furnaces of 300 t/h capacity in Hot
Strip Mill.
7. Slabbing Mill 4.00 Million tonnes per annum (Mtpa) capacity
8. Hot Strip Mills 3.363 Mtpa capacity
9. Hot Rolled Coil
finishing
0.645 Mtpa capacity
0.475 Mtpa capacity
10. Cold Rolling Mills 4 hi 2000mm Tandem Mill-I with 4 stands.
4 hi 1420mm Tandem Mill-2 with 5 stands.
6 hi 1560mm Tandem Mill-3 with 5 stands.
11. Hot Dip Galvanizing
Complex
Capacity : 70,000 tonne/year
Capacity : 0.36 million tonne/year
12. Continuous Pickling
Lines
2 Line of 775, 000 tonne per year capacity
1 Line of 885, 000 tonne per year capacity.
1 Line of 1.2 million tonne per year capacity.
13. Limestone Calcination 6 nos. Rotary Kilns of capacity 300 tonnes per day
(tpd) of lime.
1 no. Rotary Kiln of capacity 330 tonnes per day of
Operations Directorate, Corporate Office, New Delhi Page 5
dolomite and lime
14. Oxygen Plant ASU-III-450 tpd
ASU-IV-450 tpd
ASU-V-450 tpd
15. Auxiliaries & Other
service Units
Limited to 5 units, Different pump houses and pipeline
network for complete plant.
1.3 Durgapur Steel Plant (DSP) is situated at Durgapur in Bardhaman District of West
Bengal. Present production capacity of DSP is 1.8 MT of crude steel.
The major processes, shops/service units at DSP are:
S.No. Main Shops Brief Description
1. Coke Ovens & Coal
Chemicals
5 nos. of batteries with 78 ovens in each battery. With
By-product Plants.
2. Sinter Plants 2 X 142.7 sq.m, 1 X 192 sq.m
3. Blast Furnace
complex including
GCP,SGP,PCM, etc.
2 nos. BFs with 1400 cu.m useful volume
1 no BF with 1800 cu. m useful volume.
4. Steel Melting Shop:
Converter
Steelmaking
2/3x110/130 t
5. Continuous Casting 2 X 6 strand billet caster,
1 x 4 strand bloom caster
1 x 4 strand bloom-cum-round caster
6. Rolling Mills:
Reheating Furnaces
1 walking beam furnaces in Blooming Mill
7. Blooming & Billet
Mills
0.95 Mtpa capacity
8. Section Mill 0.23 Mtpa capacity
9. Merchant Mill 0.29 Mtpa capacity
10. Skelp Mill 0.10 Mtpa capacity
11. Wheel and Axle Plant Capacity : 29200 t wheels and 3600 t axles/year
12. Lime Calcination
Plant
13. Raw Material
Handling Plant
14. Power Plant
15. Oxygen Plant
16. Auxiliary Units Foundry, CEM, ERS, Stores etc.
Operations Directorate, Corporate Office, New Delhi Page 6
1.4 SAIL has the second largest mining capacity in the country. The mines of SAIL
started their operations as captive sources of raw materials for its integrated steel
plants. Major portion of its mining activities is managed by Raw Materials Division
(RMD) and other mines are the Bhilai group of mines and VISL mines. RMD, with its
headquarters at Kolkata, manages 7 Iron Ore Mines and 3 operating flux mines.
Present plant capacity of the Iron Ore Mines of RMD at Bolani, Barsua,
Meghahataburu and Kiriburu are as follows:
SL.
NO IRON ORE MINES STATE
YEAR OF
COMMISSIONING
PRESENT
CAPACITY
( IN MT)
1. Kiriburu Jharkhand 1964 5.50
2. Meghahatuburu Jharkhand 1985 5.00
3. Bolani Odisha 1960 5.00
4. Barsua Odisha 1960 2.01
Bhilai Group of Mines comprises of five iron ore mines, one limestone and one
dolomite mine in the State of Chhattisgarh for meeting the requirement of Bhilai Steel
Plant. SAIL is also in the process of developing Rowghat Iron Ore mines with state of
art technology as the reserves in the existing mines are getting depleted. Iron ore
mines under Bhilai Steel Plant are placed in two groups; one is Dalli group of mines
having wet circuit and another is Rajhara group of mines having dry circuit.
Present production capacity of the Iron Ore Mine of Bhilai Group of Mines at Dalli is
as follows:
The major facilities available at mines are listed below:
Crushing, Screening and Beneficiation Plants for processing of iron ore
Ancillary shops for maintenance for HEMMs (Heavy Earth Moving
Machinery) like Dozers, Dumpers, and Shovels etc.
Electrical shops for maintenance of Electrical Equipment
Shops for maintenance of service vehicles.
Loading facilities for dispatch of iron ore in Wagons.
The intent of this specification is to appoint a competent water auditing Agency to
provide water auditing services in the areas e.g., Coke Ovens, Sinter Plants, Blast
Furnaces, Steel Melting Shops, Rolling Mills, Other service units like Oxygen plants,
captive power plants etc. of BSL and DSP and at its Iron Ore Mines at Bolani, Barsua,
Meghahataburu, Kiriburu and Dalli Mechanised Mine.
SL. NO IRON ORE
MINES STATE
YEAR OF
COMMISSIONING
RATED
CAPACITY
( IN MT)
1. Dalli Group Chattisgarh 1979 5.55
Operations Directorate, Corporate Office, New Delhi Page 7
2.0 ELIGIBILITY CRITERIA
1. Experience: The organization should have relevant experience in conducting at least
three water audits in metal/process/manufacturing/power/mining sector in last four
financial years (2011-12, 2012-13, 2013-14 and 2014-15).
2. Financial: The organization should have a turnover of `25 lakh under water audit
activities in last eighteen months (Oct.‟13 – Mar.‟15) out of which single executed
order or order under execution of ` 8 lakh.
3. Domain knowledge: The organization should have expert on its regular roll with
experience in hydrological evaluation, water management in
mining/metal/process/manufacturing/power sector.
3.0 SCOPE OF WORK
The scope of work shall include conducting the Water Audit of Bokaro Steel Plant (BSL)
- Group A, Durgapur Steel Plant (DSP) – Group B and Iron Ore Mines at Bolani, Barsua,
Meghahataburu, Kiriburu and Dalli Mechanised Mine – Group C. List of the major
processes, shops/ service units are covered in Background.
3.1 SPECIFIC SCOPE OF WORK FOR GROUP A and B
Water Audit for Steel Plants (BSL and DSP) will consist of following activities:
1. Scheduling of the visits to the plant for discussions and collection of appropriate
data necessary for preparation of report (log book, data sheet/observation sheet
maintained for all activities).
2. Measurement of total water supply flow rate to the Plant, total discharge water flow
rate and quality from the Plant to return water system and various outfalls.
3. Measurement of actual water supply flow rate to major processes, shops/ service
units.
4. Measurement of discharge water flow rate from major processes, shops/ service
units.
5. Measurement of discharge water quality from major processes, shops/service units.
6. Water balance for major processes, shops/ service units.
7. Measurement of actual quantities of water used and sewage generation, treatment
and disposal from township of steel plants.
8. Identification of demand of domestic water usage for township that help in achieving
Zero Liquid Discharge for the plant.
9. Suggestion for water conservation (based on reduction, reuse and recycling options)
with cost benefit analysis
a) Identification and suggestions on projects for reduce, reuse & recycle of water
conservation
treatment of discharge water with the aim to qualify minimum makeup water
quality
b) Cost benefit analysis: ROI and Payback period calculations for feasible
options
Operations Directorate, Corporate Office, New Delhi Page 8
10. Formulate a Water Efficiency Plan (WEP)
a. Formulation of specific water use reduction goals for the facility
b. Suggesting schemes for Rainwater Harvesting in plant and township
11. Preparation of Audit Report based on above measurement/study including
diagrams/drawings & deliverables. The report shall summarize the review of the
existing systems and the findings of the water audit etc.
12. Submission of Report.
3.2 SPECIFIC SCOPE OF WORK FOR GROUP C
Water Audit for Iron Ore Mines at Bolani, Barsua, Meghahataburu, Kiriburu and Dalli
Mechanised Mine will consist of following activities:
1. Scheduling of the visits to different mines for discussions and collection of
appropriate data necessary for preparation of report.
2. Measurement of total water supply flow rate to the individual Mines, total discharge
water flow rate and quality from the Plant to return water system and various
outfalls.
3. Measurement of actual water supply flow rate to ore processing plant and heavy
earth moving equipment (HEME) garage.
4. Measurement of discharge water flow rate from ore processing plant and heavy earth
moving equipment (HEME) garage.
5. Measurement of discharge water quality from ore processing plant and heavy earth
moving equipment (HEME) garage.
6. Water balance for different mines.
7. Measurement of actual quantities of water used and sewage generation, treatment
and disposal from township of mines.
8. Ground water level evaluation.
9. Identification of demand of domestic water usage and waste water discharge from
township of mines.
10. Suggestion for water conservation (based on reduction, reuse and recycling options)
with cost benefit analysis
a) Identification and suggestions on projects for reduce, reuse & recycle of water
conservation
treatment of discharge water with the aim to qualify minimum makeup
water quality
b) Cost benefit analysis: ROI and Payback period calculations for feasible
options
11. Formulate a Water Efficiency Plan (WEP)
a. Formulation of specific water use reduction goals for the mines.
b. Suggesting schemes for Rainwater Harvesting in plant and township
12. Preparation of Audit Report based on above measurement/ study including
diagrams/drawings & deliverables. The report shall summarize the review of the
existing systems and the findings including recommendations of the water audit etc.
13. Submission of Report.
3.3 COMMON SCOPE OF SERVICES FOR GROUP A, B and C
Scope of services shall include the following services:
Operations Directorate, Corporate Office, New Delhi Page 9
1) The Agency should use its own tools, tackles, consumables, special equipment,
measuring instruments required to carry out water audit. The equipment &
instruments used shall have valid calibration certificate. List of equipment /
instruments proposed to be used shall be submitted with the offer.
2) The Agency shall arrange for all physical & chemical analysis as required for the
assignment at his own cost and responsibility. All such tests shall be carried out at
approved / recognized laboratories/ laboratories in the plants and mines, if facilities
are available without payment.
3) The report submitted by the Agency shall indicate shop wise/ system wise
observations, calculations, diagrams, recommendations etc.
4) The auditing Agency shall clearly indicate the facilities required to be provided by
steel plants and mines including specific shutdowns required.
5) The auditing Agency shall arrange for their travel to steel plants and mines& back,
accommodation at Plants, mines/other location and local conveyance at their cost
and responsibility. Accommodation in the guest house at the mines may be made
available subject to availability at cost.
6) The prospective Agency shall be deemed to have acquainted himself with taxes,
duties, levies, laws, regulations, and other charges relating to services to be
rendered.
7) The auditing Agency shall make audio visual presentation of their findings and
recommendations before head BSL/DSP/Mines (RMD and BSP separately).
8) Submit monthly progress report of the work for review.
4.0 DESCRIPTION OF WATER SYSTEM AT PLANT AND MINES AND MAJOR
AUDIT ACTIVITIES
4.1 DESCRIPTION OF PLANT WATER SYSTEM
At present Bokaro Steel Plant (BSL) is using following types of water systems:
1) Central Recirculation System, which is a common system for various processes/
units/ shops
2) Local Recirculation System, which is a dedicated system for each processes/ units/
shops
In Central Recirculation System, the water is pumped from a common pond/reservoir
to different shops/processes, the hot water from shop flows directly to common pond
for cooling/ settling and the contaminated water from shop flows to common pond
through sludge pond for cooling and settling. After natural cooling the same water is
re-circulated to the shops/processes.
Such type of system is used in some shops/processes of BSL as indicated below in the
flow diagram.
In Local Recirculation System, the cold water pumped from cooling tower/treatment
plant to shop/process, from process the hot water is pumped back to cooling
tower/treatment plant for cooling and treatment. After cooling the same water is re-
circulated to the shop/process. In this system, the make-up water is supplied from the
plant make up water network. Such type of system is used in some shops/processes of
BSL as indicated below in the flow diagram.
Operations Directorate, Corporate Office, New Delhi Page 10
An indicative flow diagram for both the systems is given below. In each process
multiple water supply as well as return water lines are there. Flow measurement of
each line shall be taken and the same shall be indicated in the water balance
accordingly.
At present Durgapur Steel Plant (DSP) is using following type of water systems:
Local Recirculation System, which is a dedicated system for each processes/ units/
shops
In Local Recirculation System, the cold water pumped from cooling tower/treatment
plant to shop/process, from process the hot water is pumped to cooling
tower/treatment plant for cooling and treatment. After cooling the same water is re-
circulated to the shop/process. In this system, the make-up water is supplied from the
plant make up water network. Such type of system is used in all the shops/processes
of DSP.
All the Mills at DSP have a common recirculating system. Hot and turbid water from
each mill comes to a common water treatment plant where water is treated and cooled
and then pumped back to consumers. Loss in the circuit is replenished by adding
make-up water.
In each process multiple water supply as well as return water lines are there. Flow
measurement of each line shall be taken and the same shall be indicated in the water
balance accordingly.
Operations Directorate, Corporate Office, New Delhi Page 11
4.2 DESCRIPTION OF MINES WATER SYSTEM
ETP for Treatment of Effluent from Ore Processing Plant
at Iron Ore Mines
4.3 Water Audit shall consist of but not limited to of the following major activities:
1. The water audit shall cover all forms of water i.e. raw water, treated/ clean water,
drinking water, waste water etc. for major processes, shops/ service units.
2. Scheduling of the visits to the plant/iron ore mines for discussions and collection of
appropriate data necessary for preparation of report.
3. Measurement of total water supply flow rate to the Plant/Iron ore mine, total
discharge water flow rate and quality from the Plant/Iron ore mine.
4. Measurement of actual water supply flow rate to major processes, shops/ service
units.
5. Measurement of discharge water flow rate from major processes, shops/ service
units.
6. Measurement of discharge water quality from major processes, shops/ service units.
7. Brief description of process/ technology & determine the water used in the process.
8. Measurement of actual quantities of water use and sewage generation treatment and
disposal from Township.
9. Water balance for major processes, shops/ service units.
Ore Processing Plant
Effluent
Thickener Thickener Overflow
Water
Recirculation
Tank
Beneficiable Ore
Effluent
Make-up
Water
Effluent
Overflow
Underflow Slurry
Tailings Pond
Tailings d
am
Operations Directorate, Corporate Office, New Delhi Page 12
10. Operational improvements e.g. de-bottlenecking options, utilizing waste water &
improving water efficiency.
11. Improvement in maintenance practices.
12. Strategic changes.
13. Units for reporting the observations/ findings/ calculations shall be the units as
followed by BSL/DSP/ Iron ore mines for calculation & reporting.
14. Preparation of audit reports, drawings & deliverables for BSL/DSP/Iron Ore Mines
separately. The report shall summarize the review of the existing systems and the
findings of the water audit etc. Revision of the Report, if required, shall also be in
the scope of the Audit Agency.
15. The tables or spread-sheets used to calculate water balance shall be included in the
water audit report along with the specific key assumptions made.
16. Submission of water audit report on or before due date.
4.4 Water quality shall be tested in a SAIL Lab the laboratories in the plant and mines, if
facilities are available and without payment or any Government approved laboratory
and the test reports shall include following parameters:
4.4.1 Water quality parameters for all shops/services of plants and iron ore mines shall be
as follows and any other relevant parameter:
S.No. Parameters Units
1. Temperature oC
2. pH -
3. Turbidity NTU
4. Total Suspended Solid (TSS) mg/l
5. Particle size distribution -
6. Total Dissolved Solid (TDS) mg/l
7. Conductivity μs/cm
8. Hardness (CaCO3) mg/l
9. Calcium mg/l
10. Dissolved Oxygen mg/l
11. Oil & grease mg/l
12. Iron mg/l
13. Manganese mg/l
4.4.2 In-addition to above parameters (as indicated in Cl.No.4.4.1), following parameters
shall also be included in the test report of discharge water from Coke Ovens, Coal
Chemicals and Outfalls:
S.No. Parameters Units
1. BOD mg/l
2. COD mg/l
3. Total residual chlorine mg/l
4. Free ammonia mg/l
5. Arsenic mg/l
6. Cyanide mg/l
7. Fluoride mg/l
8. Phenolic compound (as C6H5OH) mg/l
Operations Directorate, Corporate Office, New Delhi Page 13
5.0 TIME FRAME
Time frame for water audit shall be 120 days from date of Order to the date of
submission of final report for each group. Audit for all groups are to be taken up
simultaneously.
The party shall complete the entire work in line with the scope of work within the
stipulated time frame. No extra time or extension of time will be allowed unless
specifically agreed to in writing by SAIL.
6.0 TERMS OF PAYMENT
6.1 Deliverables and payment terms
Sl.
No.
Deliverables Payment to be released
(% of Lump-sum fee)
1 Completion of site work. 25
2 Submission of draft report (in case of
mines, complete draft report of five
mines).
35
3 Presentation and Submission of final
report (soft copy and 3 nos. color printed
& hard bound copies) after incorporating
views/comments of SAIL on the draft
report submitted earlier.
20
4 Acceptance of final water audit report. 20
6.2 All the three units i.e. BSL, DSP and Iron ore Mines have been put in separate
Groups A, B and C respectively. A bidder can bid for one group or more.
The price for water audit services should be quoted in lump-sum for each group. The
price quoted should be firm for the duration of the contract. The price bid should be in
the format given at Annexure A.
6.3 The price quoted should be in lump sum in Indian Rupees only inclusive of all
applicable taxes, duties if any etc. except Service Tax and without any escalation.
6.4 Conditional offer is liable to be rejected.
6.5 The quoted price should be inclusive of all incidental expenses viz. boarding, lodging
and travelling charges including plant site, mines, report making costs etc.
6.6 Validity of offer: The bids should be valid for a period of 90 days from date of
opening of the tender.
7.0 EVALUATION METHODOLOGY
7.1 Summary of Evaluation Methodology- The bid evaluation process will comprise of
three steps -
Step1: Checking and acceptance of EMD
Step 2: Techno-commercial evaluation.
Step 3: Opening of sealed price bid of technically acceptable bidders and
preparation of Comparative Statement for order finalisation.
Operations Directorate, Corporate Office, New Delhi Page 14
a) Step1: Checking and acceptance of EMD.
b) Step2: Technical & Commercial Evaluation
As part of the techno- commercial evaluation process, SAIL will check whether
tenderers have agreed to the commercial terms specified in the NIT and whether
they qualify on Eligibility criteria as stated in NIT. To assist in the examination,
evaluation and comparison of Techno-commercial Bids, SAIL may, at its
discretion, ask the Bidder for a clarification of the Bid. The request for
clarification and the response shall be in writing and no change in the price or
substance of the Bid shall be sought, offered or permitted.If the clarification is
not found acceptable, the offer will be liable for rejection.
SAIL may waive any minor infirmity or non-conformity or irregularity in a Bid
which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any Bidder
c) Step 3: Price Evaluation After the techno-commercial evaluation, a list of eligible tenderers will be
made. The price bids of techno commercially acceptable tenderers shall be
opened for price and a comparative statement prepared to determine the L1
bidder.
7.2 Order placement: Order will be placed on the L-1 bidder of each group separately
and, if required, negotiations will be held with L-1 bidder only.
8.0 INSTRUCTION TO TENDERERS
8.1 Submission of Bids
The Tender is to be submitted in two parts as under in separate sealed envelope.
Part – I will contain EMD and techno-commercial offer and documents:
a. Earnest money of Rs. 1,00,000 (Rupees One Lakh only).
Micro & Small Enterprises (MSEs) / PSUs / Govt. Undertakings and Co-
operative Societies etc., are exempted from submission of EM as per
Government policy. For MSEs, the exemption from Earnest Money is
granted only on submission of valid notarized copy of certificate having a
valid Entrepreneurs Memorandum (EM) number. SSI / NSIC certificate
holders should submit a copy of Entrepreneurs Memorandum.
a. Documents fulfilling eligibility criteria as per para 2.0 with a list of
documents as per para 9.1 and 9.2.
b. Declaration of the names of close relations, if any employed in SAIL, with
particulars of name, relationship, designation, department where working,
as per Annexure I
c. ECS mandate as per Annexure II
d. Blank format of price bid indicating only the applicable taxes and rates.
e. Tender document – duly signed on every page of NIT, Instructions to
bidders, Evaluation criteria, Scope of work, terms and conditions, all
annexures and checklist, if any, with the rubber seal of the firm, indicating
the name and the status of the signatory, as proof of acceptance thereof.
Part – II will contain only the price bids. Price bid for each group should be in
separate sealed envelopes.
Operations Directorate, Corporate Office, New Delhi Page 15
It is to be noted that except in Part II, prices should not be mentioned
anywhere else.
8.2 Submission of Tender
The Tender must be submitted in two separate sealed envelopes super scribing “Part I
EMD & Techno-commercial” and “Part II Price Bid” on the envelope (in the Part II
Price Bid envelope, price bids for each group should be in separate sealed envelopes)
and finally both the parts are to be put in a bigger envelope to form a complete offer
and the bigger envelope marked with “BID FOR WATER AUDIT AT BSL/DSP/Iron
Ore Mines” and addressed to the “EXECUTIVE DIRECTOR (OPERATIONS),
OPERATIONS DIRECTORATE, STEEL AUTHORITY OF INDIA LIMITED, 5th
FLOOR, ISPAT BHAWAN, IOC BUILDING, LODI ROAD, NEW DELHI -
110003”
The bidders have the option of sending their bids either by registered post or speed
post or courier or by hand delivery, so as to reach above address by the Bid
Submission time. Bid submitted by telex/telegram/fax/e-mail shall not be considered
under any circumstances.
8.3 Bid Submission Date & Time
The Bids/offers should reach the stipulated address before 1430 hrs on 29th
June 2015.
SAIL shall not be responsible for any delay in receipt of the Bid. Any bid received
after the Bid submission Deadline shall be returned unopened.
8.4 Earnest Money & Security Deposit
8.4.1 The Tenderers are required to deposit Earnest Money amounting to
`1,00,000/- in the form of Demand Draft/Pay Order/ Bid Bond from any
scheduled commercial bank in India except Cooperative and Gramin
bank, drawn in favour of SAIL/New Delhi and payable at New Delhi. Format
of Bid Bond is at Annexure III.
8.4.2 Earnest Money will not be accepted in any other form. The relevant
documents must be attached with the tender itself and not to be submitted
separately. Any tender for which Earnest Money is not submitted in the Form
specified above will be liable for outright rejection.
8.4.3 The Earnest Money submitted by the successful bidder will be retained until
the submission of Security Deposit after conclusion of the Contract /
Agreement and EMD shall be forfeited if the Consultant fails to deposit the
required security deposit / execute the work and / or start the work as per
schedule on acceptance of the tender.
8.4.4 The Earnest Money will be returned to unsuccessful bidders within 30 days
from date of opening of Price Bid without any interest.
8.4.5 Within fifteen days from date of issue of order, successful bidder should
submit 5% of the price as security deposit in the form of Demand Draft/Pay
Order or Bank Guarantee from any scheduled commercial banks except co-
Operations Directorate, Corporate Office, New Delhi Page 16
operative & Gramin bank in favour of “Steel Authority of India Ltd/New
Delhi and payable at New Delhi with a validity of 3 months beyond original
contract completion period. Format of Bank Guarantee is at Annexure IV.
8.4.6 The Security Deposit is refundable within ninety days from the actual
completion of the contract.
8.4.7 No interest will be payable on Earnest Money Deposit/ Security Deposit.
8.4.8 Forfeiture of Earnest Money
8.4.8.1 The rates quoted by the tenderers shall remain firm during the validity period
and neither the rates can be enhanced nor can the Offer/Tender be withdrawn
during this period of validity and in such an event or events, the accepting
Authority can forfeit the Earnest money of the Tenderer/Tenderers.
8.4.8.2 Acceptance of the Tender will be intimated to the successful tenderer through
a Letter of Acceptance/Work Order. The contractor shall commence the work
within the period specified in the order. In the event of failure on the part of
the contractor to start the work within the specific time, the earnest money
shall be forfeited and the acceptance of the tender shall be considered as
withdrawn.
9.0 DOCUMENTS/ DATA TO BE FURNISHED
9.1 The Bidder shall submit the following details/information along with the tender:
9.1.1 Copy of orders and completion certificates/ payment certificates in accordance
with Clause 2.0 (Eligibility Criteria), sub clause 1 and 2.
9.1.2 Number of experts and other personnel likely to be deployed on this project
shall be mentioned for carrying out the work as per the complete scope of work.
The CV indicating names, designations and experience of each team members
(including team leader) in carrying out such studies along with area of
specialization must be mentioned specifically. The experience details must
necessarily include the projects with which the individual has been associated
and his nature of involvement/ role.
9.1.3 Break-up of activities and expected time needed for each activity for completion
of the work within stipulated time along with a bar chart reflecting the activities
shall also be submitted.
9.1.4 List of instruments, equipment, tools and tackles etc. proposed to be used for
water audit.
9.2 The Bidder shall note that above documents listed are minimum requirement only.
The Bidder shall ensure that all other necessary write-ups & drawings required to
fully describe the water audit methodology is to be submitted along with this offer.
9.3 Signing of documents
Each page of the Tender shall be signed by the Tenderer with his usual signature as a
token of acceptance. Tender by Partnership or Hindu Joint Family Firm may be
Operations Directorate, Corporate Office, New Delhi Page 17
signed in the Firm‟s name by one of the Partners or the Karta or Manager as the case
may be or any other authorized representative followed by name and designation of
the Persons so signing. An attested copy of the Partnership deed of the Company must
accompany the tender of any Partnership. Tenders by a Company shall be signed with
the name of the Company by a person authorized in this behalf and a Power of
attorney or other satisfactory proof showing the person signing the Tender documents
on behalf of the Company is duly authorized to do so, shall accompany the Tender.
9.4 Wage or any escalation
The offer and price will remain firm till completion and no escalation on any account
will be allowed.
10.0 TENDERING PROCESS
10.1 Envelop marked Part-I will be opened first in the presence of bidders or their
authorized representative, who choose to be present on the date of
submission. Envelope marked “PART-II” shall not be opened on that date,
but will be kept for opening on subsequent date .
10.2 Bidders shall note that SAIL, after opening “Part-I” may seek, in writing,
documents / clarifications which are necessary for evaluation of proposals
from the applicants for confirmation of eligibility stipulated in the NIT. In
case the bidder fails to furnish the same within the stipulated time, the
proposal shall be rejected.
10.3 Bidders found eligible as per the eligibility criteria shall be considered for
opening and evaluation of Technical and Price bids and will be notified via
email/fax regarding opening of Part-II. Envelop marked Part-II will be
opened on the notified date & time in the presence of bidders or their
authorized representative, who choose to be present.
10.4 Unopened Part-II envelopes of those bidders who do not qualify as per PQC
shall be returned to the respective bidders.
10.5 Bidder shall furnish any additional information such as duly signed copies of
relevant documents / certificates / testimonials / references from clients etc.
which are necessary to establish the capabilities / as proof of the experience
quoted and other requirements as per technical bid. It is however advised not
to submit any superfluous information.
10.6 SAIL reserves the right to verify all or any of the documents submitted by the
bidder during and after the evaluation process is completed.
10.7 SAIL reserves the right to negotiate with L1 bidder after evaluation of the
tenders.
10.8 SAIL reserves the right to reject any or all bids, if it considers necessary to do
so, and/or to cancel the tender or any part of the tender or any of its terms
and/or any of the process without assigning any reason whatsoever.
Operations Directorate, Corporate Office, New Delhi Page 18
10.9 If the L-1 price is not reasonable as compared to the estimated price, the
tenderer will be asked to justify the rates quoted. On non-acceptance of
justification / refusal of the same, the tenderer will be asked to furnish
Performance Guarantee Bond in the form of Bank Draft / Bank Guarantee (in
addition to the Security Deposit) equal to the amount which will be the
difference between the budgeted price and the quoted price of the tenderer
from any scheduled commercial bank except Co-Operative & Gramin Bank
only.
11.0 SPECIAL INSTRUCTION TO THE TENDERERS
11.1 GENERAL
1. The details as called for in the Tender Document shall be filled and completed by
the Bidder in all respects and shall be submitted with requisite information and
Annexure.
2. It shall be deemed that the Bidder has clearly understood the contents and
meanings of the specification, requirement and scope of work. If the Bidder needs
any clarification, the same may be obtained in writing from the SAIL.
3. The Bidder shall inspect the site and satisfy himself with respect to the nature and
extent of work involved and also to obtain first hand information regarding site
condition.
4. For location, work terrain, climatic condition, railways, roads, airports, seaports,
communication etc., the Bidder should get himself acquainted before quoting the
rates and no extra claim on account of this shall be entertained.
5. In case the Bidder has any doubt about the technical parameters and drawings, they
must seek clarifications from SAIL in writing.
6. The price of the complete job shall be quoted on lump-sum basis (inclusive of all
taxes, except service tax). The lump sum price quoted should be inclusive of:
Charges for auditing / data collection / discussion / report preparation etc.
Cost of travel, boarding and lodging of the personnel of auditing organisation to
the locations for all activity associated with the assignment.
Other miscellaneous expenditure etc.
7. The bidder shall bear all costs associated with the preparation and submission of its
proposal and SAIL will in no case be responsible or liable for those costs.
8. In case any document/information submitted by bidder(s) is found to be false or
contains any misrepresentation or has any fraudulent declaration in it, then in such
eventuality, action (including cancellation of contract, banning of business dealing,
damages, criminal proceedings etc.) as deemed fit may be initiated by SAIL
against the bidder.
9. SAIL reserves the right to cancel the tender in full or part at any stage without
assigning any reason thereof.
11.2 Language and Units
Operations Directorate, Corporate Office, New Delhi Page 19
The offer submitted by the Bidder and all correspondence/ documents relating to the
offer exchanged between the Bidder and the plants/iron ore mines shall be written in
the English Language. Any printed literature furnished by the Bidder may be written
in another language so long as it is accompanied by a duly signed English translation
in which case, for the purposes of interpretation of the offer, the English translation
shall govern.
All nameplates, drawings and operating & maintenance instructions shall be in
English language. Calibration of all instruments, dimensions, weights and qualities/
shall be in Metric units.
11.3 Planning
The contractor shall furnish a proposal elaborating the manner of working and plan
for executing the job in different shops/processes of DSP/BSL/Iron ore mines.
The contractor shall plan and execute his work in such a way that any other work
executed or under progress by other agencies in the work site is not interfered with or
damaged.
11.4 Safety
The equipment shall be complete with safety devices for smooth operation and free
from potential hazards to the working personnel. There shall be adequate provisions
for access to and around equipment for operation and maintenance functions. All
moving and exposed parts shall be adequately guarded.
The successful Bidder shall abide by all the safety rules and regulations of the
plant/iron ore mines. All safety appliances / kits required for the personnel during
testing /commissioning shall be arranged by the successful Bidder.
11.5 Storage
SAIL shall provide a place for storing the equipment/ materials of the contractor
within the plant premises. Safe storing, handling, transportation to site & security
arrangements shall be the exclusively responsibility of the contractor.
All materials, equipment, tools, tackle, consumables etc. brought by the contractor
within the plant area/ mine area shall not be removed without the written permission
from SAIL.
11.6 Taxes
If any rate of tax is increased or decreased, a new tax is introduced, an existing tax is
abolished, or any change in interpretation or application of any tax occurs in the
course of the performance of the Assignment / Agreement, the same shall be to the
account of the contractor except for Service Tax.
11.7 Payment
Operations Directorate, Corporate Office, New Delhi Page 20
Bills have to be submitted in triplicate to the Executing Authority. The bills for
services rendered on achievement of milestones as per payment schedule will be
cleared within 30 working days by SAIL, New Delhi through ECS only. All bills have
to be duly signed and stamped. Order number and date, PAN no. and Service Tax
Registration no., as applicable, should be clearly mentioned in the bills. TDS, if
applicable, will be deducted as per government rules.
Statutory deduction and Income Tax deduction whatsoever applicable shall be made
by SAIL at the time of payment and certificates for such amount deducted shall be
provided.
In case contractor wants exemption from the same, they shall produce and submit to
SAIL the relevant exemption certificate from Income Tax Authorities.
11.8 Notice
Any notice to be given to the contractor under the terms of the contract shall be served
by SAIL or its representative by registered post / courier/ by hand to or delivered at
the principal place of business or at its Registered Office or at the site office.
Any notice to be given by the contractor under the terms of contract shall be served by
sending the same by registered post / courier / by hand at the notified address of SAIL
at site.
12.0 OTHER TERMS & CONDITIONS
12.1 Professional liability
The organisation engaged is expected to carry out the assignment with due diligence
and in accordance with the prevailing standards of the profession.
12.2 Confidentiality
All documents, report, information, data provided by SAIL and the outcome of the
audit along with the analysis will be the property of SAIL. Organisation engaged shall
not be entitled either directly or indirectly to make use of the documents, reports given
by SAIL for carrying out of any services with any third parties. Organisation shall not,
without the prior written consent of SAIL be entitled to publish studies or descriptive
article with or without illustrations or data in respect of or in connection with the
performance of services of water audit.
12.3 Indemnity
The organisation engaged shall hold SAIL harmless and indemnify it against all
claims and proceedings for or on account of infringement of any patent, rights, design,
trademark or any protected rights in respect of any work and from and against all
claims, demands, proceedings, damages, cost, charges, expenses whatsoever in
respect thereof or relation thereto.
The organisation is liable to fulfil all statutory provisions, rules and regulations issued
by the Central and State Govts. and shall indemnify SAIL at all times against all
claims, the non-fulfilment of any statutory provisions, rules and regulations by the
Operations Directorate, Corporate Office, New Delhi Page 21
Tenderer including claims under Workmen Compensation Act and whatsoever claims
arising due to.
12.4 Failure and Termination
Should the organisation engaged fail to deliver the services within the period
prescribed, SAIL shall be entitled at its option, to the following:
i. Liquidated Damages: In event of non-completion of total job within the contracted
period, liquidated damages @ 1/2% (half percent), not by way of penalty, of the value
of the services without taxes, per week of delay or part thereof, subject to maximum
of 7%, is recoverable without prejudice to the rights of SAIL, New Delhi to get the
services at the risk and cost of the engaged organisation. The payment or deduction of
such damages shall not relieve the organisation from the contractual obligations to
complete the balance portion thereof in time as stipulated in the contract.
ii. Risk Purchase: If the organisation engaged fails to deliver the services either in full
or in part, within the prescribed delivery period, SAIL, New Delhi shall be entitled at
its option to take alternate action, at the risk & cost of the consultancy organisation for
the services. The price differential in case of higher cost to SAIL, if any, shall have to
be borne by the defaulting organisation. Moreover, the defaulting organisation shall
have no claim over the services which they failed to supply.
12.5 Penalty for failure to deliver the service as per tender
SAIL reserve the right to forfeit the Security Deposit as well as impose such monetary
penalty as it may feel reasonable besides taking action to blacklist the organisation
engaged for water audit in case the organisation fails to deliver as per the scope of
work.
12.6 Termination of Contract
SAIL may at any time during the currency of the contract, terminate the same without
any financial liability on itself. For this, SAIL will give one month notice to the Party.
12.7 Sub-Contracts
The organisation engaged shall not assign or sub-contract in whole or in part the
contract in any manner except with the prior approval of SAIL.
12.8 Amendments
No variation in or modification of the terms of the contract shall be made except by
written amendment signed by SAIL & the engaged organisation.
12.9 Jurisdiction
Any proceedings arising out of or in connection with the contract may be brought in
any court of competent jurisdiction in Delhi only.
Operations Directorate, Corporate Office, New Delhi Page 22
12.10 Conciliation
Any dispute, or difference arising out of or concerning the Contract between the
parties shall be settled through mutual negotiation by the parties and parties shall
make all endeavours to settle these matters amicably. In case such amicable settlement
is not possible, the parties shall take recourse to the Conciliation proceedings for
resolving such dispute, question, claim or difference. The parties with their mutual
consent shall nominate a Conciliator, who shall conduct the conciliation proceedings
in accordance with the provisions of Arbitration and Conciliation Act. 1996. The
venue of the conciliation shall be the location where the contract is executed.
The settlement so arrived at during conciliation shall be binding on both parties and
will not be called in question before any court or forum whatsoever. Reference to
Arbitration shall be made only when the conciliation has failed.
12.11 Arbitration
All disputes or disagreements related to the services to be provided by Water Audit
Agency or with respect to any and all incidental matters thereto, during or after the
assignment or in regard to any claim of one party or the other of in regard to the rights
and or obligations of any of the Parties and provided no understanding can be reached
for the settlement of the differences shall be settled through arbitration and such
arbitration shall be governed by rules of Indian Council of Arbitration (ICA) as
modified from time to time by the arbitrator appointed/nominated by Director
(Technical), SAIL.
Notwithstanding any pending reference of the arbitration, the contractor will continue
to perform his obligations assigned and no payment or any amount which has become
due will be withheld for any reason whatsoever.
Operations Directorate, Corporate Office, New Delhi Page 23
Annexure–A
Price Format
Financial offer for water audit services
Name of the firm:
The price quoted should be inclusive of all applicable taxes & duties etc. for the
scope of work given in this NIT.
Sl.No. Group A
(Bokaro Steel
Plant)
B
(Durgapur
Steel Plant)
C
(Iron Ore
Mines)
1. Price Rs. (in
numerals & words)
2. Service Tax (Rate
& amount)
3. Total
*The bidder has to indicate the amount of Service Tax included in the consultancy
charges which will be paid based on submission of documentary evidence.
Operations Directorate, Corporate Office, New Delhi Page 24
Annexure–I
Format for Certificate on Relatives of Directors of SAIL
This has reference to tender No.__________________Dated___________ issued by Steel
Authority of India Limited (SAIL), New Delhi. For the purpose of Section 297/299 of the
Companies Act, 1956, we certify that to the best of my/our knowledge:
I am not a relative of any Director of SAIL
We are not a firm in which a Director of SAIL or his relative is a partner
I am not a partner in a firm in which a Director of SAIL or his relative is a partner
We are not a private company in which a Director of SAIL is a Member or Director
We are not a company in which Directors of SAIL hold more than 2% of the paid-up share
capital of our company or vice-versa.
Signature………………….
Name………………….
Organisation…………………
With Date and Office Seal
Place ______________________
Operations Directorate, Corporate Office, New Delhi Page 25
Annexure-II
MANDATE FORM FOR PAYMENT IN ELECTRONIC MODE
(Details of the person to receive payment)
1 PARTICULARS OF EMPLOYEE / VENDOR / SUPPLIER / CONTRACTOR / INVESTOR / CUSTOMER / OTHER (Please specify)
A NAME
B ADDRESS
C E-MAIL
2 PARTICULARS OF BANK ACCOUNT
A BANK NAME
B BANK BRANCH NAME
C ACCOUNT NUMBER (Full)
(As required for electronic payment/
EFT/RTGS/SEFT)
D BANK ADDRESS WITH TELEPHONE NO.
E BANK BRANCH CODE, if any
F 9-DIGIT MICR CODE NUMBER OF THE BANK & BRANCH, IF ANY
(Appearing on the MICR CHEQUE issued by the bank) (Enclose a copy of cancelled cheque)
G ACCOUNT TYPE(S.B Account / Current A/c
or Cash Credit)
H Ledger No. Ledger Folio No.
I IFSC CODE FOR NEFT, IF ANY (Indian Financial System Code for NEFT) (To be obtained from respective Banker)
J IFSC CODE FOR RTGS, IF ANY (Indian Financial System Code for RTGS) (To be obtained from respective Banker)
K PAN No.
L SERVICE TAX REGISTRATION NO.
I hereby declare that the particulars given above are correct and complete. If the transaction is
delayed or not effected at all for reasons of incomplete or incorrect information, I would not
hold SAIL responsible.
I have read the option invitation letter and agree to discharge responsibility expected of me as
a participant under the Scheme.
Operations Directorate, Corporate Office, New Delhi Page 26
Date: Signature of the Investor/Customer/Employee /
Vendor/Supplier/Contractor with seal of the firm
Name and Address
Certified that the particulars furnished above are correct as per our records.
Signature of the Authorised official from the
Bank
Operations Directorate, Corporate Office, New Delhi Page 27
Annexure III
PROFORMA OF BANK GUARANTEE FOR BID BOND
(TO BE ESTABLISHED THROUGH ANY NATIONALISED INDIAN BANK IN NEW DELHI/
DELHI OR THROUGH BRANCH OF A FOREIGN BANK OPERATING UNDER RULES OF
RESERVE BANK OF INDIA IN NEW DELHI/DELHI OR THROUGH STATE BANK OF
INDIA, CORPORATE ACCOUNTS GROUP, 11TH FLOOR, JAWAHAR VYAPAR
BHAWAN, 1 TOLSTOY MARG, NEW DELHI- 110 001)
To,
STEEL AUTHORITY OF INDIA LIMITED
OPERATIONS DIRECTORATE
ISPAT BHAVAN
INTEGRATED OFFICE COMPLEX
LODHI ROAD
NEW DELHI-110003
Bank Guarantee No.
Dated:
LETTER OF GUARANTEE
WHEREAS Steel Authority of India Limited (hereinafter referred to as SAIL) have
invited bids vide Tender No. ____________ (hereinafter referred to as the said Invitation to
Bid) Water Audit at Bokaro Steel Plant, Durgapur Steel Plant and Iron Ore Mines at
Kiriburu, Meghahatuburu, Bolani, Barsua and Dalli.
AND WHEREAS the said Invitation to Bid requires that any eligible Bidder wishing
to make an offer in response thereto shall establish an irrevocable Bid Bond in favour of
SAIL in the form of a Bank Guarantee of Rs. 1,00,000 (Rupees One Lakh only ),valid upto
_________ as a guarantee that the bidder:
(a) shall keep his offer firm and valid for acceptance by SAIL for 60 (Sixty) days from the
date of tender opening.
(b) shall, in the event of the conclusion of an Agreement, establish a Performance
Guarantee (PG) Bond in favour of SAIL, in the form of a Bank Guarantee for an amount
covering 5% (Five percent) of the contract value covered by the aforesaid Agreement, within
15 (fifteen) days from the date of the Agreement.
(d) shall, in the event of the conclusion of an Agreement, keep this Bid Bond valid till such
time that a PG Bond is established as per the provisions of the Agreement.
AND WHEREAS Messrs_______________________________________
(hereinafter referred to as the said Bidder) wish to make an offer in response to the said
Invitation to Bid for Water Audit.
Operations Directorate, Corporate Office, New Delhi Page 28
NOW THIS BANK HEREBY GUARANTEES that in the event of the said Bidder
failing to abide by any of the conditions referred to in any of the preceding paragraphs, this
Bank shall pay to Steel Authority of India Limited (SAIL), NEW DELHI, INDIA on demand
without SAIL having to substantiate its demand, and without protest or demur Rs. 1,00,000
(Rupees One Lakh only). This Bank further agrees that the decision of SAIL as to whether
the said Bidder has committed a breach of any of the conditions referred to in the preceding
paragraphs, shall be final and binding, not withstanding, Bidder having any claim or dispute.
THIS BANK FURTHER undertakes that this Guarantee shall remain irrevocably
valid and in force initially upto ………………….. and that the same shall be extended further
according to the provisions contained hereinabove.
For and on behalf of
____________________
(Name of the Bank)
Signature:
Name:
Duly Constituted Attorney
and Authorised Signatory
Designation :
Name and Address of the Bank:
Operations Directorate, Corporate Office, New Delhi Page 29
Annexure IV
FORMAT FOR BANK GUARANTEE FOR PERFORMANCE
(to be executed on Non Judicial Stamp Paper of appropriate Value)
………………………………………………………….. (Name of the Bank)
Address …………………..
……………………………
Guarantee Number ……….
A/C Messers…………………………………………….. (Name of the Contractor)
Date of Expiry…………………………………
Limit of the Liability (Currency and Limit)…………………….
(TO BE ESTABLISHED THROUGH ANY SCHEDULED COMMERCIAL BANK IN
NEW DELHI/DELHI)
STEEL AUTHORITY OF INDIA LIMITED
5th
FLOOR, ISPAT BHAWAN,
IOC BUILDING
LODI ROAD, NEW DELHI-110003
Bank Guarantee No. …………………………………….. dated …………..
Bank Guarantee
WHEREAS Steel Authority of India Limited (hereinafter referred to as „SAIL‟) has invited
tender vide NIT No. ..................... dated ............................ (hereinafter referred to as the said
invitation to Tender) for engaging services of an organisation for providing consultancy for
conduct of organisation diagnostic (comprising inter-alia (i) organisation wide employee
survey for determining motivation levels, employee satisfaction levels, engagement measure,
cultural landscape (incl. values adoption levels) (ii) Determine Talent management, Change
management issues and (iii) Audit of HR policies, systems and process) and WHEREAS the
said Invitation to Tender requires that the contractor shall establish an irrevocable
Performance Guarantee Bond in favour of SAIL in the form of a Bank Guarantee of Rs.
_________/- (Rupees ______ only) valid for a period of ______from the date of issue of this
guarantee or till the validity of contract whichever is later.
AND WHEREAS M/s……………………………. (hereinafter referred to as the contractor)
has been declared as the contractor and work order/LOI no. ___________ dated _______ has
been issued to him by SAIL.
In consideration of Steel Authority of India Limited (hereinafter called SAIL), which
expression unless repugnant to the subject or context include its successors and assigns,
having awarded the work of ………………..…………..to M/s ……………(Herein after
called Contractor) vide work order no. ………………… dated ……………….. whereby
Operations Directorate, Corporate Office, New Delhi Page 30
requiring the Contractor to submit a Bank Guarantee for Rupees _____ only (Rs. _______
only) to SAIL.
1. We …………………(Name of the Bank) do hereby expressly irrevocably and
unreservedly undertake to unconditionally pay to you merely on your written demand,
without referring it to the Contractor and without protest and demur an amount not
exceeding Rupees Five _______ (Rs _______ only). Any such demand made on us
will be conclusive as regards the amount due and payable by us under this guarantee.
However our liability under this guarantee shall be restricted to Rupees Five ______
only (Rs __________only).
2. Notwithstanding anything contrary we agree that your decision as to whether the
Contractor has committed breach of any terms and conditions of the tender shall be
final and binding on us and we shall not be entitled to ask you to establish your claim
or claims under the Guarantee but shall pay the same forthwith without any objection
or excuse.
3. We undertake to pay to you any money so demanded notwithstanding any dispute or
disputes raised by the Contractor in any suit or proceeding pending before any court
or tribunal or arbitration relating thereto, our liability under these presents being
absolute and unequivocal and notwithstanding the fact that the demand notice does
not specifically mention about the breach of terms and conditions of the tender. The
payment so made by us under this Guarantee shall be valid discharge of our liability
for payment there under.
4. This Guarantee shall remain in force from the date of issue of this Guarantee and shall
remain irrevocable, valid and in force initially for two year or till the validity of
contract whichever is later. This guarantee shall expire unless demand or claims is
made on us in writing within three months of the expiry date and we shall be relieved
and discharged from our liability under this guarantee.
5. We …………………..(name of the bank) further agree with you that you shall have
the fullest liberty without our consent and without our affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Contract and
we shall not be relieved from our liability by reason of such variation.
6. It shall not be necessary for SAIL to proceed against the contractor before proceeding
against the bank and the Guarantee herein contained shall be enforceable against the
bank, notwithstanding any security which SAIL may have obtained from the
Contractor at this time when proceedings are taken against Bank hereunder be
outstanding and unrealized.
7. We the said bank lastly undertake not to revoke this Guarantee during its currency
except with the previous consent of SAIL in writing and agree that any change in
constitution of SAIL or Contractor or the said Bank shall not discharge our liability
hereunder
8. In order to give effect of the Guarantee herein contained, you shall be entitled to act
as if we were your principle debtor in respect of all your claims against the
Contractor, hereby guaranteed by us as aforesaid and we hereby expressly waive all
Operations Directorate, Corporate Office, New Delhi Page 31
our surety ship and other rights, if any which are in any way in consistent with the
above or any other provision of this guarantee.
9. This guarantee and the provisions contained are in addition to and not by way of
limitation of or substitution for any other guarantee or guarantees hereto fore given to
you by us (whether jointly with or alone) and now existing unconcealed and that this
guarantee is not intended to and shall not revoke or limit such guarantee or
guarantees.
10. We have power to issue this guarantee under the provisions of ………… (name of the
bank)……………..Act. General regulations made there under and undersigned has
full power to sign this guarantee under the delegation of power and notification made
under general regulation……………….. (reference number)…………….of the
resolution of the executive committee or the Central Board of Bank in the Central
Govt. Gazette.
Dated ………..day of …….2014……….for ……….Bank Limited
Yours Faithfully
For …………
(Name of the Bank)
Operations Directorate, Corporate Office, New Delhi Page 32
End of Document
top related