Вы находитесь на странице: 1из 10

Steel Authority of India Limited

(A GOVT OF INDIA ENTERPRISE)

BOKARO STEEL PLANT


TENDER & CLAIMS DEPARTMENT
ISPAT BHAWAN, BOKARO STEEL CITY 827 001
BOKARO, JHARKHAND (INDIA)
Telephone: +91 6542-240 375. Fax: +91 6542-240 375/163
Email: bko_tenders@rediffmail.com
Registered Office - ISPAT BHAWAN, LODI ROAD, NEW DELHI-110 003

Ref.No: T&C(M)/A5934/AKG/219

Date: ...............

OPEN TENDER NOTICE NO: T&C(M)/A5934/AKG/219 dated 10.12.2012

To,
M/s
---------------------------------------------------------------------------------------------------------------------------------------------------------------Dear Sirs,
We are enclosing a set of bidding documents for the work of design, engineering,
documentation, manufacture/fabrication, assembly, testing and inspection at
manufactures works, packing, insurance, supply, transportation, unloading, storage
at site, erection, testing & commissioning, and performance guarantee test of the
equipment and facilities for Installation of 2 nos. of Centrifugal compressor
at Central Compressor Plant III in BSL along with auxiliaries, drives,
interconnected piping & fittings within battery limits, electrics & control system,
instrumentation & controls to make the system fully operational and complete in all
respects on Turn-key basis. All civil & structural works as stipulated in subsequent
clauses is also included in scope of successful bidder. For complete scope as detailed
in enclosed Technical Specification No: CET/02/RN/3384/TS/UT/01/R=1 of
December2011 along with duly filled in Bid Data Sheet, Check List, Standard
Bidding Documents (SBD), May 2009 and General Technical Specification No.
MEC/S/E24F/11/38/0/00/00/F1874/R0 March2007. Preferred make of the
equipment shall be as per the TS. Make given in the GTS will be applicable only for
those items which are not covered in the preferred make list in the TS.
1. COMPLETION TIME: Time For Completion for the Package is 16 (Sixteen)
Months from the Effective Date of the Contract. ie from the date of signing of the
Contract or 30th day from the date of placement of LOA, whichever is earlier.
2. RECEIPT AND OPENING OF TENDER: You are requested to submit your Bid, in
the form and manner as specified in the Bidding Documents, so as to reach the
Office of Dy. General Manager (Proj) I/c Tender & Claims, Ispat Bhawan, Bokaro
Steel Plant, Bokaro Steel City 827 001, Jharkhand, India on or before 11.30
AM of 09/01/2013. Bids will be opened thereafter.
3. SALE & COST OF TENDER DOCUMENT: Tender Document can be obtained on
request from the Office of Dy. General Manager (Proj) I/C, Tender & Claims,
Bokaro Steel Plant, Ispat Bhawan, Bokaro Steel City, Bokaro, Jharkhand, India on
all working days during working hours from 17/12/2012 to 02/01/2013, if
the documents are to be collected personally or through authorized
representative, on payment of Rs. 5000.00 in the form of Demand Draft /
Bankers Cheque / Pay Order drawn from any Indian Nationalized/Scheduled
Bank in favour of SAIL, Bokaro Steel Plant payable at Bokaro Steel City
OR on payment of cash in INR at Cash Counter of SAIL, Bokaro Steel Plant,
NIT NO. T&C(M)/A5934/AKG/219
Page 1 of 10

Bokaro Steel City. Alternatively, the tender documents can be downloaded from
the website, www.sailtenders.co.in and the cost of tender documents be enclosed
with the PART-I of bid. Tender documents as well as tender cost are nontransferable & non- refundable.
4. BID SECURITY: The Bidder is required to submit Bid Security of Rupees
5,00,000/- (INR Five Lakhs only) in the form and manner as mentioned in
the Bidding Documents.
5. The tenders should be prepared and submitted in 3 (three) parts in 3 (three)
separate sealed Envelopes as follows:
Part-I: Cost of Bidding Documents, Bid Security and Mandate Form
Part-I of Bid shall contain Cost of Bidding Documents, Bid Security, and filled-in
Mandate Form for e-payment in the form and manner as specified in Bidding
Documents. The tenderer shall also indicate PAN No., Bank A/c No. and name of
the Bank in their offer.
Part-I of Bid shall not contain any information / data in respect of Bidders Price.
The Bid received without acceptable Bid Security and Cost of Bidding
Documents shall be liable for rejection.
PART-II: TECHNICAL AND COMMERCIAL
One original and Ten copies along with soft copy in CD shall be submitted.
The offer must be submitted with documents required for bidders to qualify as
per technical and commercial eligibility criteria and as per Check listed enclosed.
Part-II of bid shall contain all documents and details, which the Bidder considers
it prudent, w.r.t Bidders meeting the stipulated Eligibility and Consortium
requirements (in case Bidder is a Consortium) and Technical and Commercial
offer in terms of requirements set forth in bidding documents and an unpriced
copy of the Price Bid with the word QUOTED in place of price data furnished in
the Price Bid.
The Employer may at its discretion, request a Bidder for submission of any
document for its scrutiny not submitted in Part-II but considered necessary for
evaluation of Bidders fulfillment of Eligibility and Consortium requirements and
evaluation of its techno-commercial part of offer in terms of bidding documents.
The same will have to be submitted by the Bidder within stipulated time period,
as would be notified by the Employer, from the date of intimation, failing which
their offer will be evaluated as per the available documents.
Part-III: Price Bid
One original and two copies shall be submitted. Part-III of Bid shall consist
of applicable Price Schedules duly filled in signed and dated and shall contain
prices only without any terms & conditions.
6.

The envelopes containing Part-I of the Biding Documents and Part-II of the
bidding documents shall be opened in sequence on tender opening date in
presence of such tenderers who may be present. In case Part-I of the bidding
documents are found in order, then only the envelopes containing (Part-II) the
technical and commercial parts shall be opened. The price part (Part-III) shall
be opened in presence of the tenderers who may be present at a later date after
freezing technical and commercial aspects of the tender. The time, date and
venue for opening of price part shall be intimated to the tenderers in due
course.
The bidders may please carefully note the following:

i)

The bidders shall ensure inclusion of Cost of Bidding Documents and Bid
Security as per stipulations of the IFB in Part-I. Non-compliance to the above
shall lead to outright rejection of the offer / bid.

NIT NO. T&C(M)/A5934/AKG/219

Page 2 of 10

ii)

7.

Part-II shall be opened only of those bidders who would have furnished Cost
of Bidding Documents and Bid Security as per stipulations of the IFB.
Tenders submitted shall remain valid for a period of 180 days from the date
of opening the tender. Bid Security Deposited in the form of Bank Guarantee
shall remain valid for a period of 60 days more than the validity period of
the tender.

8. ON LINE BIDDING (REVERSE AUCTION):


SAIL/BSL will have the option of conducting Reverse Auction in place of opening
the submitted price bids. The modus operandi of RA, if conducted shall be
informed to the techno-commercially suitable bidders subsequently.
9. After prices are evaluated, the employer may ask the bidders to explain / justify
the basis of their quoted price if required. In case any bidder fails to justify his
quoted price or refuse to co-operate in this regard, such bidder will not be
considered for participating in the retendering, if the contract is not finalized
from the present bidding.
10. SAIL, Bokaro Steel Plant takes no responsibility for delay, loss or non-receipt of
documents sent by post. No financial obligations shall accrue to SAIL, Bokaro
Steel Plant in such an event. Mere submission of bid shall not mean eligibility of
Bidder.
11. MANDATE FORM FOR E-PAYMENT:
The Tenderer has to submit the Mandate Form as per the enclosed (Annexure)
giving the full particulars of Bank Account duly certified by the Bank at the
appropriate place. This mandate shall be used for the purpose of E-Payment.
The Tenderers already getting their payments from BSL,through E-Banking,
need not submit the above Mandate Form along with the tender. However, they
will give a declaration that; They have already submitted the above Mandate
Form and getting their payment from BSL in their Bank Account through EPayment and indicate their Vendor Code.
12. SAFETY CODE FOR CONTRACTOR:
In addition to safety code for Contractor mentioned in SBD May, 2009 the
following Safety Clauses to be noted:
Penalty in case of Fatal accident due to violation of safety norms:
i.
Rs.1.00 Lakh in case of low value contract up to Rs.5.00 Crore.
ii.
Rs.2.00 Lakh in case of medium value contract from Rs.5.00 Crore to
Rs.10.00 Crore.
iii.
Rs.3.00 Lakh in case of high value contract above Rs.10.00 Crore
13. The tender document consists of:
Section-I
a. Technical
Specification
No:
CET/02/RN/3384/TS/UT/01/R=1,
December2011
b. Bid Data Sheet.
Section-II
c. Standard Bidding Document (SBD) May2009
d. General Technical Specification(GTS)
The SBD May 2009 can be downloaded from Standard Document section in
home page of website www.sailtenders.co.in under sub-heading Standard
Bidding DocumentMay2009 or hard copy can be obtained along with the
tender documents. GTS is available in Active Tenders under Unit- Bokaro Steel
Plant, Tender Category- Contracts, Item Category- Projects and can be
downloaded only.
14. The party shall have to submit an undertaking to Personnel/CLC before start of
the work stating that they are fully committed towards SA:8000 and shall
NIT NO. T&C(M)/A5934/AKG/219

Page 3 of 10

comply with the requirements of the system. BSL would prefer tenderers who
implement the requirements of SA:8000(Social Accountability System) and
would like to have access to their premises to assess the extent of their
implementation.
15. Small Scale Industries (SSI) / Central Public Sector Undertakings (PSUs) /
Government Undertakings of India are exempted from submission of EMD/Bid
Security as per Government Policy. However, in case of Bid by Consortium not
having all members as SSI / PSUs / Government Undertakings of India, are
required to submit the stipulated EMD/Bid Security along with their Bid. For SSI
Units, the exemption from submission of EMD/Bid Security is to be granted only
for the items for which it is registered. For getting exemption from submission
of EMD/Bid Security, the SSI unit is required to submit a notarized copy of the
registration certificate indicating clearly the item for which they are registered
and the validity of same.
16. Bidder must declare whether the proprietor/partner/Director of the firm has any
relation with any employee working in the Plants/Units concerned or Director of
SAIL including its subsidiaries and if so, give the details and the relationship.
17. SAIL, BSL reserves the right to accept or reject any bid either in part or in full
or to annul the Bidding process and reject all bids at any time prior to award of
the Contract without assigning any reason whatsoever and without thereby
incurring any liability whatsoever to the affected Bidder(s). Mere purchase of
Bidding Documents and submission of Bids shall not mean fulfillment of
requirements of eligibility of the Bidder(s).
Thanking you,
Yours faithfully
For SAIL, BOKARO STEEL PLANT

(A K THAKUR)
DY. GENERAL MANAGER (PROJ.) I/C, TENDER & CLAIMS

Note:

The term BSL used herein as abbreviation of Bokaro Steel Plant of the Steel
Authority of India is solely to distinguish with the term BSP, the abbreviation of Bhilai
Steel Plant, another unit of the Steel Authority of India Ltd.

NIT NO. T&C(M)/A5934/AKG/219

Page 4 of 10

BID DATA SHEET

The following bid-specific data for the Facilities including plant and equipment to be
procured, installed & commissioned, shall amend and/or supplement the provisions
in the Invitation for Bids (IFB) and Instructions to Bidders (ITB). Whenever there is
a conflict, the provisions herein shall prevail over those in the IFB and ITB.
[The notes in italics provide instructions for completing the Bid Data Sheet
for the relevant ITB clauses.]
Name of Facilities

Design,
engineering,
documentation,
manufacture/fabrication, assembly, testing and inspection at
manufactures
works,
packing,
insurance,
supply,
transportation, unloading, storage at site, erection, testing &
commissioning, and performance guarantee test of the
equipment and facilities for Installation of 2 nos. of
Centrifugal compressor at Central Compressor Plant III
in BSL along with auxiliaries, drives, interconnected piping
& fittings within battery limits, electrics & control system,
instrumentation & controls to make the system fully
operational and complete in all respects on Turn-key basis.
Installation of 2 nos. of Centrifugal compressor at
Central Compressor Plant III in BSL

Contract Name
Name of Employer

Steel Authority of India Ltd., Bokaro Steel Plant, B. S. City,


Bokaro

Employer details

Dy. General Manager (Projects) I/c Tender & Claims,


Ispat Bhawan, Steel Authority of India Limited,
Bokaro Steel Plant, Bokaro Steel City-827001, Jharkhand (India)
Tel No. +91 6542240375, Fax No. +91 6542 240375/240163
Email: bko_tenders@rediffmail.com

Name of Consultant

Centre For Engineering And Technology, Ranchi

Bidder/ Consortium

This Invitation for Bids is for Domestic Bidders (i.e., Indian


Bidders) only.

Language of bid
ITB 7.1

English

Eligibility/
Qualification
requirements
Bidders
ITB 8.3 (b) & (c)

The Bidder should fulfill the following eligibility criteria:


for

a) The bidder should have carried out supply, erection and


commissioning of at least one centrifugal compressor of
5000
NM3/h
(minimum)
capacity
along
with
interconnecting piping in last seven years as on date of
issue of NIT.
Copies of work order or contract document and
commissioning certificate or completion certificate or final
acceptance certificate or performance certificate for
completed project should be submitted by bidder in
support of the above.
b) In case, the bidder is a consortium of two or more parties
as members, the experience of concerned member
should be commensurate with responsibility matrix
provided in the consortium agreement.

NIT NO. T&C(M)/A5934/AKG/219

Page 5 of 10

Copies of memorandum of agreement, work orders or


contract documents and commissioning certificate or
completion certificate or final acceptance certificate or
performance certificate showing experience as per the
responsibility matrix for each member of the consortium,
as applicable should be submitted by bidder in support of
the above.
c)

The average annual financial turnover of the bidder


during the last three consecutive years should be atleast
Rs. 15 Crs (Fifteen Crores only).

d)

In case of Bidder being a


consortium, the annual
turnover of each individual member of the consortium in
at least one financial year during last three (3)
consecutive financial years shall not be less than Indian
Rs. 4 Crores (Indian Rupees Four Crores). However, the
total turnover of the Consortium (taken together for all
the Consortium members) in at least one financial year
during last three (3) consecutive financial years shall not
be less than Indian Rs. 15.00 Crore (Indian Rupees
Fifteen Crore).
Only Gross Sales shall be considered for the purpose of
determination of turnover.
The Bidder shall submit Notarized Audited Annual
Financial Reports for last (preceding) 3 (three)
consecutive financial years in support of their meeting
above stipulated financial requirements.
Alternatively, the Bidder shall furnish a certificate from a
Chartered Accountant stating annual turn over for the
last three consecutive financial years. Employer reserves
the right to verify / determine Bidders turn over based
on Financial Reports posted in Bidders Web Site, if any.

Spares

List of Spares for two years Operation and Maintenance

ITB 8.3 (c) (ii)


Alternative Bids

Not acceptable.

ITB 8.3 (f)


Bid Currencies
Amount
of
Security ITB 11.1

Indian Rupees.
Bid

Indian Rupees 15,00,000/- (INR Fifteen Lakhs only)

Bid Validity Period


ITB 12.1

Bid shall be valid for 180 (One hundred Eighty) days from
the date of opening of tender.

Copies
ITB 13.1, 17.2 (a)

One Original and Ten (10) copies of Part-II of bid along with
soft copy in CD

Bid Submission
14.2, 15.1

ITB

Address of Employer for bid submission


DY. GENERAL MANAGER (PROJ) I/c Tender & Claims, ISPAT
BHAWAN, STEEL AUTHORITY OF INDIA LIMITED, BOKARO
STEEL PLANT, BOKARO STEEL CITY-827001, JHARKHAND
(INDIA),
Telephone No. +91 6542 240375
FAX NO. +91 6542 240375 / 240163
Deadline for bid submission09/01/2013 (date) 11:30 A.M (IST) (time)

NIT NO. T&C(M)/A5934/AKG/219

Page 6 of 10

Bid Opening
ITB 14.2 (b) & 18.1

Bids shall be opened at 11:45 A.M


(IST) (time) on
09/01/2013 (date) in the office of the Employer
TENDER & CLAIMS, ISPAT BHAWAN, STEEL AUTHORITY OF
INDIA LIMITED, BOKARO STEEL PLANT, BOKARO STEEL
CITY-827001, JHARKHAND (INDIA),
(Time, date and location of bid opening)

Deviations in Bid
ITB 20.3
Technical
of bid

Evaluation

Generally no deviation is acceptable against the tender


documents.
As per NIT.

Conversion to single
currency ITB 26.2

Not Applicable.

Price bid evaluation


ITB 25.3

The following criteria will also be used in the evaluation in the


manner stated and to the extent indicated herein:
Contract Price of Bidder for the Indian Rupee shall include
Taxes, Duties, Cess, Levies etc. at applicable rates prevailing
7 (seven) days before date of submission of Original Price
Bids or Updated Price Bid, whichever is later.

Prices shall
Credit.

be evaluated NET OF CENVAT/VAT

For this purpose the CENVAT amount as quoted by the


Bidder in the Summary Price Schedule in respect of
Indigenous supplies & services shall be considered.

Price evaluation shall be done for the complete scope


as per Technical specification.

Prices for two years operational spares shall not be


taken for evaluation.

At present, entry tax is NIL.


The contractor is to provide the VAT invoices for
reimbursement of the VAT amount. The present Input Tax
Credit rate for VAT Rate 1 % is 0.61 %, for VAT Rate 5 % is
3.44 %, for VAT Rate 10 % is 8.44 % and for VAT Rate 14 %
is 12.44 %. (Subject to Change, periodically)
Time Schedule
ITB 25.5 (b)

Performance
Guarantees
ITB 25.5 (c)

Time to complete the facilities from the effective date


specified in Article 3 of the Contract Agreement for
determining time for completion of pre-commissioning
activities shall be 16 (Sixteen) months.
[The completion time specified shall be for the entire
facilities.]
The Bidder shall quote his price conforming to the
Performance Guarantee parameters and the acceptable limits
as specified in the Technical Specifications.

Additional details on
the evaluation
ITB 25.5 (e)

Additional details, as appropriate, on the evaluation method


or reference to the Technical Specifications (Optional) NIL

Amount
of
Performance Security
(Performance
Bank
Guarantee)
ITB 33.1

Performance Security amount shall be five percent (5%) of


the Total Contract price. The performance BG to be
submitted by the successful bidder shall be operable at
State Bank of India or any Indian scheduled Bank at
Bokaro Steel City, Bokaro.

NIT NO. T&C(M)/A5934/AKG/219

Page 7 of 10

Integrity
38.1

Pact

ITB

Integrity pact to be signed - No

Mobilization Advance

No

Bidder/ Consortium

This Invitation for Bids is for Domestic Bidders (i.e., Indian


Bidders) only.
Consortium is allowed in this case.

NIT NO. T&C(M)/A5934/AKG/219

Page 8 of 10

ANNEXURE
MANDATE FORM FOR E-PAYMENT
VENDERS OPTION TO RECEIVE PAYMENTS THROUGH CINB FACILITY IMPLEMENTED
BY STATE BANK OF INDIA
1
2
3
4

5
6

NAME
ADDRESS
I.T. PAN
PARTICULARS OF BANK ACCOUNT
(A) BANK NAME
(B) BRANCH NAME
(C) BRANCH ADDRESS
(D) BRANCH CODE
(E) BRANCH MICR CODE
(F) WHETHER BRANCH IS CORE
BANKING ENABLED
(G) WHETHER BRANCH IS CORPORATE
INTEREST BANKING ENABLED
(H) IFSC CODE
(I) ACCOUNT TYPE: SB/CURRENT/CASH
CREDIT/OTHERS
(J) ACCOUNT NO:
(ATTACH A BLANK CANCELLED
CHEQUE/PHOTOCOPY OF USED
CHEQUE/PHOTOCOPY
OF
FRONT
PAGE OF BANK PASS BOOK/BANK
STATEMENT)
E-MAIL ID FOR RECEIPT OF SYSTEM
GENERATED PAYMENT ADVICE
DATE OF EFFECT

YES/NO
YES/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
Bokaro Steel Plant responsible. I have read the option invitation letter and agree to discharge
responsibility expected of me as participant under the CINB scheme implemented by State Bank
of India. We, further declare that we have already authorized our above named Banker to allow
SAIL/Bokaro Steel Plant, Bokaro to credit our above account by any amount(s) from time to
time by using Corporate Internet Banking Facility of State Bank of India. I also undertake to bear
the charges, if any, as levied by State Bank of India any time in future for using CINB facility by
us.
NAME OF THE FIRM
: _________________________________
SIGNATURE OF AUTHORIZED
SIGNATORY
: _________________________________
NAME
:
_________________________________
DESIGNATION & SEAL
:
_________________________________
DATE: _______________
BANK CERTIFICATION
This is to certify that the particulars furnished above are correct and complete as per our record.

SIGNATURE OF BANK MANAGER: ______________________________


NAME & SEAL:
NOTE: Please enclose bank cancelled Cheque/photocopy of used Cheque without which the MANDATE
FORM will not be processed.
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

NIT NO. T&C(M)/A5934/AKG/219

Page 9 of 10

CHECK LIST FOR ENCLOSING SUPPORTING DOCUMENTS

1. Company (s) name, Address, Name of Directors, Companys profile,


PAN no., Bank A/c no. with address etc.
2. Copy of Article of Association & Memorandum of Association of the
Company(s) or equivalent documents.
3. Copy of Audited Balance Sheet including Profit and Loss Account of
the Company(s) for the last three years
4. Bankers Solvency Certificate
5. Copy of Work Order/Agreement copies of the works supporting
eligibility criteria with date, scope of work etc.
6. Performance certificate of Client/Purchaser regarding satisfactory
performance of the Plant installed by the Bidder and the same is
presently in operation. This should match with corresponding work
order name for qualifying.
7. Power of attorney of the person signing the tender documents and
other documents during post-tender stage.
8. Unpriced Price Bid with xxx marked in the places where prices
have been quoted.
9. Duly filled in Bid Form and Mandate Form/Vendor Code in ERP,
BSL.

Note: The above documents (except at Sl. No. 1, 8 & 9) shall be


submitted duly attested with dated signature and seal by
a Notary Public.

NIT NO. T&C(M)/A5934/AKG/219

Page 10 of 10

Вам также может понравиться