You are on page 1of 11

INVITATION TO TENDER Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 1 of 11 ---------------------------------------------------------------------TENDER TO BE SUBMITTED ON OR BEFORE : 19-DEC-2011 TIME : 4.

00 PM TENDER TO BE OPENED ON : 20-DEC-2011 TIME :11.00 AM TENDER TO BE SUBMITTED AT ROOM NO-1, GROUND FLOOR,ADMINISTRATIVE BUILDING, ROURKELA STEEL PLANT TENDER TO BE KEPT VALID FOR 90 DAYS FROM DATE OF OPENING TENDER TO BE SUBMITTED IN * THREE PART * TENDER DOCUMENT COST : Not Applicable EARNEST MONEY DEPOSIT : 3000 RUPEES (SEE SPECIAL INSTRUCTIONS BELOW) ---------------------------------------------------------------------Sub: Requirement of ON LINE LEAK SEALING JOB IN CPP-I. We request you to submit your item wise lowest best offer in sealed envelope for the items listed below : EARNEST MONEY DEPOSIT (EMD) a.Bids must be accompanied by Earnest Money Deposit as specified above inclusive of all taxes and duties, in the form of a demand draft/pay order/BG in favour of SAIL,Rourkela Steel Plant, Rourkela payable at Rourkela, in a separate envelope.The DD/Pay Order should be drawn on any nationalised/scheduled bank (except cooperative & Gramin bank) in India with a branch at Rourkela.BG may be submitted in the format available at 'Standard Documents' section of SAIL website.BG shall be valid for at least 6 months & shall be operable at Rourkela. EMD in any other form will not be accepted. BIDS NOT ACCOMPANIED BY REQUISITE EMD IN PROPER FORM SHALL BE REJECTED. b.The following categories of Firms are exempted from submission of EMD for this tender subject to submission of document of exemption. i) Small scale units who are specifically registered for the item ii) PSUs,Centre/State Govt undertakings & co-operative societies iii) Valid registered contractors of RSP(excluding provisionally registered firms). c.Any sum of money due from SAIL, RSP on account of pending bills or security deposit or earnest money paid against another tender shall not be adjusted against this EMD. d.The EMD submitted by the successful tenderer who secures orders against this tender will be retained as security deposit & will be returned after successful execution of the contract/supplies. e.Subject to adjustment of dues,if any,the EMD will be refunded to the unsuccessful bidders within one month from the date of finalisa tion of the tender or cancellation of the tender(as the case may be No interest will be payable on the EMD. f.The EMD shall be forfeited if the bidder withdraws his offer. g.The EMD shall also be liable to forfeiture in case of failureon the part of the successful tenderer to complete all the commercial formalities within the specified time as mentioned in the offer letter. h.The EMD shall also be forfeited and the tender rejected if the tenderer resiles from the offer or varies the terms &conditions / rates after submission of tender unless specifically askedfor by RSP.This is in addition to any other action that RSP may take on this account .

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 2 of 11 ---------------------------------------------------------------------It shall be responsibility of the persons submitting the tender to ensure that the tenders have been submitted in the formats and as per the terms and conditions prescribed in the SAIL Website and no change is made herein before submission of their tender. In the event of any doubt regarding the terms and conditions/format, the person concerned may seek clarifications from the authorised officer of SAIL. In case any tampering / unauthorised alteration is noticed in the tender submitted, from the tender Document available on the SAIL Website,the said tender shall be summarily rejected and the company shall have no liability whatsoever on the matter. Further in case of tampering or alteration going unnoticed and order awarded in favour of the tenderer the original stipulations of the tender available on the SAIL web site shall be binding. However, deviation, if any proposed by the tenderer, may be separately indicated for acceptance or otherwise of SAIL. Such proposed deviation will not be treated as tampering for the purpose of application of this clause. ----------------------------------------------------------------------ITEM STOCK-NO QUANTITY TENDERED : RATE : AMOUNT : NO DESCRIPTION (IN Rs.) (IN Rs.) ----------------------------------------------------------------------1 000000000 01 5.000 NO. ONLINE LEAK SEALING FOR STEAM LINE FLANGES/ BONNETS OF FLANGE SIZE FROM 100 NB TO 200 NB. SUPPLIER WILL SUPPLY THE METALLIC RING CLAMP AS PER THE LEAKAGE REQUIREMENT OF TIME. LABOUR,SERVICE & LIKE CHARGES = 100.00% SUPPLY COMPONENT = .00% 2 000000000 01 5.000 NO. ONLINE LEAK SEALING FOR STEAM LINE FLANGES/BO NNETS OF FLANGE SIZE FROM 100 NB TO 200 NB. THE METALIC RING CLAMP AS PER THE LEAKAGE REQ IUEMENT OF TIME WILL BE SUPPLIED BY THE DEPAR TMENT. LABOUR,SERVICE & LIKE CHARGES = 100.00% SUPPLY COMPONENT = .00% 3 000000000 01 5.000 NO. ONLINE LEAK SEALING FOR STEAM LINE FLANGES/ BONNETS OF FLANGE SIZE FROM>200 NB TO 300 NB SUPPLIER WILL SUPPLY THE METALLIC RING CLAMP AS PER THE LEAKAGE REQUIREMENT OF TIME. LABOUR,SERVICE & LIKE CHARGES = 100.00% SUPPLY COMPONENT = .00% 4 000000000 01 5.000 NO. ONLINE LEAK SEALING FOR STEAM LINE FLANGES/ BONNETS OF FLANGE SIZE FROM>200 NB TO 300 NB THE METALLIC RING CLAMP AS PER THE LEAKAGE RE QUIREMENT OF TIME WILL BE SUPPLIED BY THE DEP ARTMENT. LABOUR,SERVICE & LIKE CHARGES = 100.00% SUPPLY COMPONENT = .00% ---------------------------------------------------------------------Techno-Commercial Evaluation of tender will be on Matching Part basis **BIDS NOT CONFORMING TO THE SPECIFICATION AND/OR TERMS & CONDITIONS OF THIS INVITATION TO TENDER ARE LIABLE FOR REJECTION. ** ---------------------------------------------------------------------SPECIAL TENDER TERMS(Pl note that these terms override our other terms and conditions mentioned in the enquiry ,if at variance)

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 3 of 11 ---------------------------------------------------------------------INSPECTION CLAUSE : STEAM LEAKAGE TO STOP AT THE SITE OF REPAIR. INSPECTION BY EXECUTING OFFICER. PLACE OF INSPECTION : AT SITE OF REPAIR . INSPECTING AGENCY : DGM (O) OR HIS REPRESENTATIVE. WORKMANSHIP REQD : TO SUPPLY AND EXECUTE THE JOB AS PER SITE REQUIREMENT AND AS PER SCOPE OF WORK,UPTO SATISFACTION OF INSPECTING AGENCY. GUARANTEE CLAUSE : THE PARTY TO STAND GUARANTEE FOR THE QUALITY OF JOB CARRIED OUT BY HIM & WILL HAVE TO ENSURE THE LEAKAGE REPAIRED BY HIM DO NOT LEAK AGAIN. IF ANY LEAKAGE REAPPEARS AT THE PLACE OF REPAIR WITHIN 180 DAYS OF DATE OF EXECUTION THEN PARTY WILL REPAIR IT FREE OF COST OF MAN AND MATERIAL REQUIRED. ON OCCURANCE, THE PARTY SHALL BE INFORMED BY DEPARTMENT & THE PARTY SHOULD MAKE AVAILABLE ITS RESOURCES FOR REPAIR WITHIN 24 HOURS OF INTIMATION. SPECIAL TERMS & CONDITIONS : THE PARTY WILL ENGAGE HIS OWN EMPLOYEES TO EXECUTE THE JOB AT SITE. PARTY WILL NOT ENGAGE ANY CONTRACT LABOUR FOR THIS CONTRACT. ALL SAFETY EQUIPMENTS/PPES ARE TO BE ARRANGED BY THE TENDERER. TENDERER MUST BE CAPABLEOF SEALING LEAKAGES HAVING PRESSURE UP TO 80 KG/CM2 AND 550 DEG CENTIGRDE TEMP. SEALING COMPOUND MUST BE CAOMPATIBLE FOR TEMP UP TO 550 DEG CENTIGRADE. EQP. TO BE ARRANGED BY CONTRACTOR : ALL EQUIPMENTS REQUIRED INCLUDING COMPRESSED AIR SUPPLY BY PORTABLE COMPRESSOR IS TO BE ARRANGED BY THE PARTY. TENDERER WILL BE MAKING SCAFFOLDING AT SITE OF WORK WHICH IS INCLUDED IN SCOPE. MATERIALS SUPPLIED BY RSP(NON-CHRG) : NIL MATERIALS SUPPLIED BY RSP(CHARGEABLE): NIL QUANTIFIABLE PRICE LOADING FACTOR : NIL ------------------------------------------------1. i) JOB DURATION : 200 DAYS in 24 PHASES ii) VALIDITY OF CONTRACT: 365 DAYS FROM THE DATE OF ORDER. 2. ELIGIBILITY CRITERIA (FOR OPEN TENDER ONLY): FIRMS REGISTERED WITH RSP/OTHER SAIL UNITS/GOVT/PSUs UNDER FOLLOWING FINANCIAL CLASS AND JOB CATEGORY i) CLASS: D,VALUE RANGE: ABOVE Rs.1.00 LAKH UP TO Rs.5.00 LAKHS. ii) CATEGORY: Mechanical work iii) TECHNICAL REQUIREMENTS: FIRM MUST HAVE EXECUTED SIMILAR JOBS IN POWER PLANT / STEEL PLANT OF ANY GOVT/PSU/PUBLIC LTD COMPANY IN LAST SEVEN YEARS ENDING ON 30.11.2011. DOCUMENTARY EVIDENCE IN SUPPORT OF ABOVE ARE TO BE SUBMITTED ALONG WITH TC BID. 3. DOCUMENTS TO BE SUBMITTED : i) COPY OF EPF REGISTRATION FROM RPFC OR EPF SUB-CODE FROM RSP AND APPLICATION TO RPFC FOR OBTAINING INDEPENDENT BUSINESS NUMBER ii) COPY OF ESI REGISTRATION CERTIFICATE (FOR FIRMS REGISTERED WITH OTHER THAN RSP ONLY) iii) COPY OF VALID ORISSA VAT CLEARANCE IN FORM NO 612 (WHEREVER SUPPLIES ARE INVOLVED) iv) DOCUMENTS IN SUPPORT OF TECHNICAL REQUIREMENTS : AS ABOVE (AS PER ELIGIBILITY CRITERIA ABOVE) v) COPY OF VALID REGISTRATION CERTIFICATE (FOR FIRMS REGISTERED WITH OTHER THAN RSP ONLY) -------------------------------------------------------------------STANDARD TERMS AND CONDITIONS ( These terms will have precedence over the GENERAL TERMS & CONDITIONS mentioned SEPARATELY, if at variance) ---------------------------------------------------------------------1.0 The 'General terms & conditions of contract' of Rourkela Steel Plant is applicable for this tender.Copy of this General condition of RSP is available in the "Standard documents" section of SAIL Website i.e. www.sailtenders.co.in for reference. Firms submitting

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 4 of 11 ---------------------------------------------------------------------their tender shall be deemed to have readand understood these conditions and the same shallforall intent andpurposebe deemed to form integralpart of the contract and shall always be construed accordingly. Successful tenderers shall be required to submit a copy of thesame duly signed by an authorised representative before commencement of work. 2.1 Rates shall be quoted in both figures and words. Bids not having rates in words are liable to rejection at the option of RSP. In case there is a difference betweenquoted value indicated in words and figures ,the lower of the two shall be considered as the quoted value. Further, in case of any calculation mistake while quoting the amount for a particular item or total amount,the quoted rate(s) shall be considered as final. 2.2 Offers are to be submited in Duplicate,else RSP reserves the right for non-consideration of offer. Both copies of the offer must be identical. In case of any deviation, the lower of the two will be considered. 2.3 If the tenderer resiles from the offer or varies the terms and conditions /rates after submission of tender, unless specifically asked for by RSP, the tender shall be treated as invalid and the EMD( if any) shall be forfeited.Such firms shall not be allowed to participate in any further tender for a period of one year. 2.4 In the event of extension of TOD, revised shall be accepted. price bids submitted

3. a) Tenderers are requested to refer the " Labour, Service & Like charges " component indicated against each item below the item description.VAT shall be applicable on other than labour,service & like charges.The tenderers should clearly indicate the rate at which VAT shall be applicable. Tenderer should indicate VAT as extra only. The tenders where VAT is indicated as inclusive may not be considered by RSP.Tenderers must indicate their valid VAT registration number(TIN / SRIN) and date of issuance of VAT registration number. b) As per the provisions of Orissa VAT Act,a compliance certificate is to be submitted by the tenderers along with the offers (TC bid) from the comissioner under section 99, which is reproduced below for ready reference " Notwithstanding anything contained in any law for the time being in force,no dealer shall be entitl ed to undertake any contract with any Government,Local authority or other corporate body, unless he obtains a certificate in the prescribed manner from the Commissioner to the effectthat he has no liability to pay tax nor he has defaulted under the act." RSP reserves the right to REJECT tenders submitted without the compliance certificate from the commissioner. c) Tenderers may note that as per Govt of Orissa Notification No901 dated 07-05-2008 for Orissa VAT (Amendment) Act, 2008,for calculation of VAT amount: - In addition to the present Sales price considered , the sum charged by Tenderer on account of Freight, Delivery,Distribution,Installation or Insurance shall be considered for the purpose of evaluating the Offers for Landed Value & Landed Value Net of Set-off calculation.

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 5 of 11 ---------------------------------------------------------------------4.a) Tenderer shall indicate service tax as extra only,if applicable. In case it is not specifically mentioned, the quoted rates shall be considered asexcluding ServiceTax only. The tender where service tax is indicated as inclusive in the quoted price may not be considered byRSP. The tenderers should submit their service tax registration number and date of issue of service tax registration number.The firms,which do not have service tax regn. number, cannot claimservice tax extra. If the tenderer claims service tax extra without having service tax registration no, RSP reserves the right not to consider their offer. b) Those firms who do not possess any service tax registration or who possess manual service tax registration certificate to apply for PAN based service tax registration in the new format in ST-1 in the Division Office and obtain their PAN based service tax registration certificate in the new format ST-2 from the Division Office in terms of notification No 31/2005-S.T. dated 30/10/2005. 5. In the event of distribution of order to more than one firm, the order will be distributed in the descending order of price ranking with the lowest tenderer getting the highest share and the highest tenderer getting lowest share. 6.The tenderers are advised to quote the following Registration detail in their quotation: a. Registration number with Rourkela Steel Plant and date till which Registration is valid. b. Excise control code and Registration Number. c. Sales Tax Registration Number d. Entry Tax Registration Number (For Orissa based firms). If ET is applicable the rate of ET & relevant schedule to be indicated. e. Service Tax Registration Number (If Service Tax is applicable for the Tendered Scope of Supply/Repair Job Contract/AMC etc.) f. VAT TIN/SRIN (TIN- Tax payers 'Identification No / SRIN - Small Retailers' Identification No) number and date of issue. 7. The tenderer to indicate the details of their bank account which will be included in the payment instrument, viz, Bank Account No., Type of Account (eg. Cash Credit/Current A/c etc.) , Branch Name & Address,Bank Name & City. Tenderer to note that no change in this clause will be permitted under normal circumstance once the details are incorporated in the order. 8. Order finalised against this invitation to tender is subject to the terms of purchase preference clause applicable for local small scale units & Central Public Sector Enterprises (CPSE) and Joint Venture with CPSE as per prevalent guidelines. 9. Place of Inspection will be as per RSP's requirement. 10. Payment Terms : --------------Unless otherwise stated,the normal payment terms will be as follows: a) If the job duration is more than 90 days, party shall be allowed to raise R/A bill after 30 days of commencement of job and subsequently R/A bill shall be allowed to be raised only 30 days there after. b) If the job duration is 90 days or less, total number of bills including Final Bill, shall not exceed four (04). c) R/A bills may be admitted up to 90% of the Work Order / A/T value and shall be paid as follows:

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 6 of 11 ---------------------------------------------------------------------i) 1st R/A bill :- 100% of the executed value as certified by the Deptt. ii) 2nd / subsequent R/A bills :- 100% of the executed value as certified by the dept with CLC clerance in original in respect of preceding R/A bill, complying deposit of ESI and EPF dues by the Contractors (where contract labour are engaged). d) Final bill :- Balance executed value as certified by the Deptt. with CLC clearance in original,for the total executed value(where contract labour are engaged). e) Where R/A bill is not applicable, 100% of executed value shall be released against final bill certified by the deptt with CLC clearance in original where contract labour are engaged. f) Final Bill shall be submitted by the contractor within six months from the date of expiry of the contract . No claim of the party shall be entertained after 1 year from the expiry of the contract g) All payments shall be released against the documents/certificates issued by executing deptt. and as per terms of payment stipulated in Work Order / A/T. h) Since 10% security depositshall be recovered from each bill including final bill, the party shall be paid 90% only of the executed value as certified by the executing deptt. i) In case of orders whose quantity is given in lumpsum or quantity is given in a single unit, R/A bill will be allowed against the provision of billing schedule. j) Payment will be effected after statutory deductions as applicable 11. Security Deposit : Security Deposit (SD) at the rate of 10% will be retained from each RA bill & final bill.The SD will be released after guarante period against "no dues" certificate from the supervising agency and clearance from contract Labour Cell of RSP and compliance of statutory provisions after deduction of any dues from the contractor arising out of any claim by SAIL/RSP on the contrctor 12. Liquidated Damages (LD) : If the contractor fails in the due performance of contract to fulfil his obligations in time, he shall be liable to liquidated damage on the period of delay a sum at the rate of 1.25% of the contract value for every completed week or part thereof subject to overall limit of 7.5% of Contract value. 13. Submission of Bills : Bills are to be submitted to the supervising agency complete with all required documents,which may inter alia include wage sheets,ESI EPF deposit challan/receipts,clearance of concerned departments and statutory authorities etc. 14. Timely performance of Contract : i) For capital repair jobs, the supervising agency will issue a letter to the contractor to whom the job is awarded intimating the actual start of capital repair one week in advance.The letter will specify the date of start of joband completion date. The contractor should,however,be ready to take up the job immediately after issue of LOI / Acceptance of Tender without waiting for the letter to be issued in case of urgency.In such cases, the letter may be issued after the job has started. ii) The contractor on award of job and starting of job, shall report everyday's progress to the supervising agency and submit plan of work for next day.

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 7 of 11 ---------------------------------------------------------------------15. Penalty on non-performance in respect of sl no 12 : i) If the supervising agency is not satisfied with the progress of job, he will issue a caution letter to the contractor. If there is no improvement,a remainder will be issued to the contractor. If there is no improvement even after the remainder,action will be initiated against the defaulting contractor to get the job executed at their risk and cost. ii) The defaulting contractor in terms of sl no (i) above will also be debarred from participation in future tenders upto a period of 12 months. iii) Keeping in view thetime-bound nature of capital repairs, RSP reserves the right to get the job done at the risk and cost of the defaultingcontractor in the shortest possible time without recourse to (i) and with nofurther reference to a defaulting contractor and the LOI / A/T issued will be deemed to be the notice to such defaultingcontractor inrespect of non-performance in such case. 16. Terms of delivery for repair / supply items brought from outside plant premises must be FREE DELIVERY AT INDENTOR'S SITE, freight and insurance paid. Itemwise break up of Excise,Freight and Insura nce must be indicated. Tenderers to note that bid evaluation will be on Net Landed Cost basis. Quotations without Firm prices and submitted with Unilateral Price Variation clause are liable to be rejected/loading for bid evaluation. 17.For enabling us to avail CENVAT credit on these items,the base rate of excise duty applicable alongwith relevant Excise Tariff heading number, is to be indicated against each item.If firm is quoting for Exemption/Concessional rate of excise,firm to clearly indicate that during execution of contract,if exemption/concession is withdrawn, the impact of additional Landed cost to RSP will be absorbed by the firm. In case prices quoted are inclusive of excise duty (eg. price List based items.CVD component) the itemwise Excise/CVD amount with rate of ED / CVD to be clearly indicated with confirmation that necessary Excise / Cenvat documents will beprovided for availing Cenvat benefit. 18. Engagement of own persons : There are certain jobs (referred to as other operational contracts like AMC etc.) for which the contractor will have to engage their own skilled personel without involvment/engagement of any contract labour. In such cases,the contractor should indemnify RSP against any claim arising out of any dispute between their employee and themselves. For such cases clearance of Contract Labour Cell, RSP for payment purpose may be dispensed with. Labour wages/escalation will not be applicable in such cases. 19. Escalation: During operation of the contract,if there is an upward revision of minimum wages,D.A by any administrative instruction of RSP management, the contractor shall be entitled to reimbursement of such additional amount, on actual basis subject to production of documents showing payment at that rate. The base date shall be the date of work order. 20. For terms not specifically mentioned in the enquiry RSP's general terms and conditions governing this contracts will apply for any orders placed against this tender. 21. Tenderers should satisfy themselves about the scope of work , terms and conditions, working environment, other work in the area, before submiting their offer.

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 8 of 11 ---------------------------------------------------------------------22. Guarantee: Unless otherwise stated, the contractor shall stand guarantee for the job executed by them for a period ofsix (6) months from the date of overallcompletion of job. The guarantee shall be for any defects arising due to poor workmanship, or using substandard material in the work. 23. Drawings enclosed(wherever applicable)must be returned with offer In case,the drawings are too bulky,they can be returned separetely to the Purchase executive who has signed the Invitation to Tender. RSP reserves the right to cancel the offer, if drawings are not returned. 24. Safety Rules: The Contractor shall abide by the safety regulation of the Principals.He shall take all safety precautions and provide adequate supervision in order to do the job safely and without damages to the equipments. The Contractor shall report to the DGM/ AGM, Safety Engg Deptt immediately on award of contract alongwith contract documents & job instructions from the Supervising Agency. DGM/AGM,Safety Engg Deptt shall brief the Contractor on the safety precautions,handover the safety rules to the Contractor & explain/ clarify the points.The Contractor is not permited to start the job without reporting to the Safety Engg Department and getting their clearance. The Contractor shall take safety precautions and provide adequate supervision in order to do the job safely & without damage to the equipments.He shall engage workers or do the contract job only when he is satisfied that the hazards,if any, of gas/electricity/ moving machinery etc are removed from the area of work. For this purpose,if shut-down is to be taken,he shall process for obtaining the same. The Contractor shall supply required safety appliances like safety boot,ladies safety shoe,helmets,gloves etc depending on working condition as advised by the Safety Engg Deptt from time to time & as required for the job. Other safety terms and conditions as intimated to the Contractor vide terms of this Tender Enquiry shall also be applicable. In addition,in the specific jobs,Departments engaging the Contractor shall supply safety appliances like gas masks and respirators for working on gas line to the Contractor for due compliance by the Contractor's workers. It shall be the responsiblity of the Contractor for returning all such safety appliances in good condition,failing which cost recovery will be made from the Contractor's bills. In case of injury, the contractor shall first take the injured person to the Plant Medical Unit with IOW Form. In no case, the contractors are allowed to take the injured person directly to their own Factory. 25. Penalty Clause : A.The contractor shall abide by the provisions of Factories Act.The Supervisory Agency or the Head of Safety Engg.Dept upon his satisfaction that the Contractor is not conforming to the safety requirement may direct stoppage of work and require the Contractor to remedy the defects or supply the omission/s as the case may be. The Contractor shall not proceed with the work until his compliance with such directions to the satisfaction of the supervising agency. B.The Contractor shall be fully responsible for the accident caused due to his or his Agents or Workmens' negligence or carelessness in regard to the observance of the safety requirements and be liable to pay compensation for injuries.

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 9 of 11 ---------------------------------------------------------------------C. Without prejudice to the right conferred by the clause(A) above for stoppage of work for voilating safety requirements, the Contractor shall be liable for a penalty as below: a)for nonuse of safety helmets,safety boots, engagement of labour without safety training - Rs.1000.00 per individual per violation . b) Rs.3000.00 for minor violation.c) Rs.10000.00 for major violation.For repeated violation he shall be liable to be debarred from further contracts upto a period of one year.d) Major violation resulting in permanent disability/death of any person,the penalty shall be banning of business dealing with RSP or deduction of upto 10% of contract value to a minimum of Rs 50000.00 or both. D. Head of Safety Engg Deptt or the Head of Deptt awarding the contract shall assess the gravity of violation and decide as to the nature of minor/major violation and impose penalty which shall be final and binding on the contractor.The penalty amount shall be recoverable from any bill and/or EMD/SD of the contractor. E. Bill Payment: No payment will be made by the finance department if a true copy of the safety induction certificate duly certified by the depart ment awarding the contract is not enclosed with the bill by the contractor. 26. Negotiation: Order on one or more than one parties will be placed on the basis of L-1 quotation and if required, negotiations will be held with L-1 tenderer (s) only. However,all the tenderers may be required to explain/justify the basis of their quoted price as and when asked for. In case, any tenderer fails to justify his quoted price or refuses to co-operate in this regard, they will not be considered for participating in the retendering if order/ contract is not finalised from the present tender. If a tenderer quotes unworkable rates i.e. if the quoted price is less than the lower limit of thepre-determined price and is considered forplacement of order, the party will be asked to justify the rate quoted andwill have togive Performance Guarantee Bond (in addition to the Security deposit) in the form of Bank Draft / Bank Guarantee (in RSP'sprescribed format from Rourkela branch of anationalised bank in India and valid till the end of the guarantee period of the contract/or upto such date as may be subsequently required by RSP). The amount of Performance Guarantee Bond will bedecided at the time of placement of order. EarnestMoney of thetenderers who refuse togive Performance Guarantee Bond will be forfeited and they will not be considered in retendering if order/contract is not finalized from the present tender. The said performance bank guarantee must be submitted prior to release of order within the time stipulated by RSP.The amount toward the performance bank guarantee is not adjustable from any due of contractor from SAIL / RSP.In case of breach of contract the performance bank guarantee shall be encashed without prejudice to other remedial measures available to RSP to get the work done at the risk & cost of the tenderer on whom the order is placed. The bank guarantee will be discharged/ returned after successful /satisfactory completion of work as per the order. 27. RSP's decision regarding acceptance in whole or part or summary rejection of tenders submitted without assigning any reason shall be final and binding on completion of the job / refund of security deposit.

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 10 of 11 ---------------------------------------------------------------------28. Tenderer should quote his Excise Control Code (ECC) No in all duty paying documents, viz, invoice / challans,consignment notes / RRs. Similarly, RSP's ECC numbers should also be indicated in the above documents.RSP's ECC nos are : AAACS7062FXM005 : RSP1 Range : for Chapter 72 Goods AAACS7062FXM003 : RSP2 Range : for all other Goods 29. Packing terms/conditions ,if any,are to be mentioned in the offer. 30. In the event of tender opening date being postponed for any reason the same shall be intimated through a notice displayed at the notice board in Contract Cell(works) / tender opening cell two (2) days in advance. The same shall also be applicable for opening of price bids, if not opened on the scheduled TOD. 31. The tenderers may seek any clarifications in writing at least 72 hours before closing time of tender submission. Otherwise it will be presumed that he is clearabout all clauses in the tender conditions. 32. The Tenderer shall sign at the bottom, as token of acceptance, in each page of the tender, terms and conditions and other documents if any. The full set of documents are to be submitted in original after duly signed & stamped, in the tender box. 33. DECLARATION The following declaration format is toprinted and signed by the authorised signatory of the Tenderer & Submitted along with the Techno-Commercial Bid.If this declaration is not endorsed with the Tender,its liable to rejection. D E C L A R A T I O N -----------------------------------------------------------------I hereby declare that neither I am nor any of Partners/Director of our Firm/Company is made prime accused in a prosecution before any Court of Law or involved in malpractice and / or theft of the property of SAIL. The above declaration is true to my knowledge & belief and if any part or all is found untrue, I/our Firm/Partnership/Company shall be liable for an action for banning of business dealing with SAIL, RSP and/or our tender/contract shall be liable for cancellation. -----------------------------------------------------------------( )

34. The tenderer shoulddeclare whether the proprietor or any partner of the firm or director of their company,as the case may be, has any relation with any employee working in Rourkela Steel Plant, and if so, give the name of the employee and the relationship. 35. The tenderer shall also indicate whether any of them has relation ship within the meaning of section 6 of the Company's act 1956 with any director of SAIL and if so, give details. Date : Proprietor/Partner/Director/ Authorised Representative of Tenderer Address : ----------------------------------------------------------------------

Ref No: 8/287/18226/01/11117155 Dated 03-DEC-2011 Page 11 of 11 ---------------------------------------------------------------------36. INSTRUCTION TO TENDERERS :

You are advised to submit your tender in 3 parts in separate sealed covers.Part-I shall comprise EMD / document of exemption,Part-II will comprise only Techno-commercial Terms along with item specifications. Part-III will comprise Price Bid only. Prices should not be indicated in Part-I or II Bids. Each part to be enclosed in separate envelopes superscribed with tender reference no, opening date, part number. The three envelopes shall thereafter be put in one main envelope which shall be superscribed with tender reference no, opening date and the following indication : THIS ENVELOPE CONTAINS THREE SEPARATE SEALED COVERS PART-I, PART-II AND PART-III ONLY. Offers not submitted in 3 Parts shall be summarily rejected. 37. The tenderer shall also furnish their contact telephone / mobile numbers, Orissa VAT Registration No. (TIN/ SRIN), IncomeTax Permanent Account No (PAN), Service Tax Registration No. , Bank Account No., Branch and Name of the Bank for the purpose of issue of payment (cheques) in the space provided below: Bank A/c No : ----------------------------

Name of Bank & branch with full Address: ---------------------------Income Tax PAN Service Tax Regd. No : ---------------------------: ---------------------------: ---------------------------: ----------------------------

Orissa VAT Regd. No.( TIN/ SRIN) Contact telephone / mobile number

GYANENDRA MISHRA AGM, CNTR.CELL-W,SAIL,RSP,ROURKELA

You might also like