You are on page 1of 11

Bid Invitation

(Kindly scrutinize the dates carefully for timely response submission)


Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

To, Kind Attention : Pur Grp : N01


Name : Case File : OTE-1020
Mobile : DO Name : SUSMITA KUMARI
Email : Email : bsl.ccnw@sail.in
Mobile : +918986874845
- Your Vendor Code with us Fax :

BSL GST Regn. No (GSTIN) : 20AAACS7062FAZJ

Tender Header Information:

Bid Type : Two Bid Total Job Estimated Value : 2676234.00


Bid Response Type : e-Procurement INR
PriceBid Option : e-Procurement Executing agency : FN029S
Login Registration Deadline # : 06.03.2024 Minimum Response Validity required : 180 Days
Bid Submission Deadline : 12.03.2024 17:00:00 Hrs Cost of Document INR : 0.00
Tender Opening Date : 13.03.2024 10:00:00 Hrs Cost of Document USD : 0.00
Sources for Supply / Execution : Multiple Cost of Document EURO : 0.00
Job Location : TOWNSHIP EMD/Bid security Amount INR : 0.00
Job Completion Period : 24 MONTHS EMD/Bid security Amount USD : 0.00
Reference Document : Red Book EMD/Bid security Amount EURO : 0.00
# This date is just to ensure timely availability of Bidder User Id & pwd, however, bid submission can be done even after this date EMD Min Validity if BG :

Note:
1. Tenderers who submit their offer shall be deemed to have read, understood and accepted the terms and conditions applicable to this tender.
2. Kindly refer SAIL standard terms and conditions as mentioned in Tendering text before submitting offer.
3. In support of eligibility and experience, the tenderer is required to submit self-attested photocopies of work orders, completion certificates (by concerned authority etc.) and an affidavit stating that the documents furnished by
them are genuine.
4. In case of any documents/information submitted by bidder(s) found to be false or containing any misrepresentation of having any fraudulent declaration in it then in such eventuality legal action (including cancellation of
contract, banning of business dealing, damages, criminal proceedings etc) as deemed fit may be initiated by BSL against the bidder.

Dealing Officer Name : SUSMITA KUMARI


Designation : Manager
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SAIL REGISTERED OFFICE : Ispat Bhawan, Lodhi Road, New Delhi – 110003, INDIA Page: 1 of 11
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT
Name of Work :Rate Contract for the job "Supply & Provide Refreshments for SAILDay Boarding Sports Centers, Other Sports Events & OrganizingNational Festivals for the Company" for the year : 2023-26
Dear Sirs,
Please submit your detailed offer as mentioned in Bid Type as follows:-
I. ONLINE DOCUMENTS:- List of self-attested and clearly scanned documents to be submitted in c-Folder (duly filled wherever necessary):-
[A CHECKLIST OF DOCUMENTS REQUIRED AS PER NIT IS AVAILABLE ON SAIL TENDERS WEBSITE / SRM PORTAL FOR REFERENCE]
a. Required documents to be submitted along with the Bid are mentioned in various clauses of NIT. However, to facilitate bidders, a check list of documents required as per NIT is available on sail tender website. Scanned Copies of
all relevant documents as per NIT to be attached in c-Folder in compliance to the check list. b.(i) Earnest money (if applicable)must be deposited ONLY through SB COLLECT module of State Bank of India. However for cases
requiring Earnest Money(EMD) deposit of more than Rupees One lakh, EMD in full amount or Rupees One lakh (minimum) MUST be deposited via SBI Collect module and EMD for remaining amount to be submitted in form of
Bank Guarantee(BG)/ DD, which should reach in the Office of concerned Contract Cell on or before, the previous working day of Scheduled date of Tender Opening positively within working hours in a sealed-envelop super scribing
BI/NIT No., Opening Date , Name and Address of Bidder, Contact Number of Bidder. Similarly, if applicable, duly notarised EMD Exemption document should also reach in the office of Contract Cell in person or by post on or before
previous working day of bid submission date within working hours. These documents, if received, on or after Tender opening date (TOD) , shall be treated as invalid and will not be considered for further processing..(ii) The scanned
copy of SBI Collect Receipt MUST be uploaded in c-Folder. Non availability of SBI Collect Receipt for EMD/ duly notarized exemption documents for EMD(if applicable) in cFolder, will lead to rejection of the offer. While on line bid
submission, the EMD amount should be selected as per BI instructions even if only part amount ( Minimum Rs. 1Lac ) is deposited through SBI Collect and remaining EMD is deposited through BG.
Link to SBI COLLECT:- Open the Url https://www.onlinesbi.com/prelogin/icollecthome.htm --> Click Check Box to proceed for payment and Proceed ' select State of Corporate/Institution as Jharkhand and Type of
Corporate/Institution as Industry' select Industry Name as STEEL AUTHORITY OF INDIA LIMITED' select Payment category as SAIL BSL (CONTRACTS EMD-CTD).
c. Bidders must read carefully and understand, the NIT terms and conditions, Addendum to General and Special Conditions of Contracts, reference book as mentioned in BI (also available on Sail tenders website), Scope of Work
and Schedule of Quantities before final submission of their bid along with all the required documents. d. Priced schedule of quantities is displayed in system. Vendors to quote their price ONLINE only, on overall estimate as
percentage variation i.e. Above/ Below/ AT PAR (If bidder faces any issue in choosing appropriate tax code against materials portion, a self-attested statement of taxes on various materials intended to be quoted by the bidder may
be attached in cFolder along with the tender documents which shall be considered during Preparation of Comparative Statement) However, in no case, taxes other than Government Rules shall be considered. Above standard
documents can be downloaded from our website https://sailtenders.co.in/ by clicking Standard Documents and then 'Terms & Condition of NIT (BSL Contracts) OR from our SRM portal by clicking Public Documents->' Service
(Contractual Jobs) ->Documents. Checklist of documents is also available on this website. Any other supporting documents must be submitted in cFolder. In case of submission of a particular document (except EMD Receipts) in
multiple copies through C-Folder, the one submitted earliest as per system records shall ONLY be considered for evaluation. <
Please note:- 1. It shall be the sole responsibility of the bidder to deposit EMD amount with correct BI No. and Vendor Code. The amounts deposited against incorrect BI No and/or Vendor Code shall in no case be considered valid
and such bids shall be rejected summarily.
2. (a) EMD Refund in all cases shall be made to the valid Vendor Code as displayed in the SB Collect receipt and not to the bidder if both Vendor Codes are different. (b) In case of invalid /blocked vendor code, the refund of EMD
shall be made to the vendor submitting the bid along with scanned copy of SB Collect receipt bearing correct BI No. If same SB Collect Receipt of invalid/blocked vendor code is uploaded by multiple bidders in same BI, all
such bids shall be rejected and EMD shall be forfeited. (c) In case of invalid Vendor Code and invalid BI No. in SB Collect receipt, EMD amount shall be forfeited without any notice. (d) No correspondence w.r.t
transaction done against incorrect BI No and invalid Vendor Code will be entertained by Contract Cell.
3. If Vendor Code is not available, the same should be generated through Guest Login on SRM Portal of SAIL/ Bokaro Steel Plant and only such Temporary Vendor Code should be used for EMD Deposit through SBI Collect as
well as Bid Submission.
4. (i) Amount of EMD should not be less than amount mentioned in BI. In case of non-compliance, tender will be rejected. (ii) In case of EMD Exemption, 0 amount should be selected and copies of Exemption documents (duly
notarized) has to be submitted as per NIT as per I(b) above.
5. All Bidders shall have to submit Bid Security Declaration (in lieu of EMD) accepting that if they withdraw or modify their bids during the period of validity, or if they are awarded the contract and they fail to sign the
contract, or to submit a performance security before the deadline defined in the requests for bids document, they will be suspended for a period of 01 (One) year from being eligible to submit Bids for contracts. A format for Bid
Security Declaration is attached/ available in Public Documents Folder of SRM Portal. The Bid Security Declaration shall be submitted by the bidder on their letter head along with Techno- Commercial Bid in 'C' folder."
6. Price bid if submitted in hard copy shall be treated as unsolicited and completely ignored.
7. BSL reserves the right to call for original documents of copies submitted by the bidder, if required, for verification purpose at any time during tendering, evaluation and/or the execution stage of the Contract. In case of any
document / information submitted by bidder is found to be false or containing any misrepresentation of having any fraudulent declaration in it then in such eventuality legal action (including cancellation of contract/banning of
business dealing/ damages/ criminal proceedings etc.) as deemed fit may be initiated by BSL against the bidder.

Dealing Officer Name : SUSMITA KUMARI


Designation : Manager
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

PREAMBLE TO SCHEDULE OF WORK: ANNEXURE - I


Name of work: Rate Contract for the job "Supply & Provide Refreshments for SAIL Day Boarding Sports Centers, Other Sports Events & Organizing National Festivals for the Company" for the year : 2023-26

Mode of Tendering : O.T.E.

No of Parties Required : 02 (Two) Qty Splited (70:30)

Validity of Rate Contract : The validity of rate Contract shall be for a period of 2 (Two) Years on firm price basis with a provision for extension for a further period of 1 (One) year with Mutual consent @ 10 % escalation on item
rates. The initial start up value of the Rate Contract shall be the Annual requirement in general.

Annual estimated Value 1 (One) Year : Basic : 26,76,234.00 LCNS 28,10,045.70


Value estimated for 2 (Two) Years : Basic : 53,52,468.00 LCNS : 56,20,091.40
The Subject job is new for the department and has not been covered under any other proposal either it is in process or in any running work orders.

Executing Department : Sports & C.A. (FN 029)

A. Scope of Work: The scope of work shall include the following works to be arranged by the contractor as per advise of Engg I/c. The details of the same is stated below :

Sl. No. Service Activity Short Description of Activity UOM


1.4000013509 SUPPLY OF REFRESHMENT TO SAIL DAY BOARDING SPORTS CENTRES EA
2.2008020553 SUPPLY OF SPECIAL HIGH TEA EA
3.2008020554 SUPPLY OF GENERAL HIGH TEA EA
4.2003010092 SUPPLY OF TEA/BLACK TEA EA
5.2003030300 SUPPLY OF COFFEE EA
6.2003030301 FRUIT JUICE EA
7.2003030302 SUPPLY OF COCONUT WATER EA
8.2003030286 BISCUITS 4 NOS. SALTED AND 2 NOS. CREAM EA

SERVICES TO BE PROVIDED BY THE CONTRACTOR:-

1. Supply of Refreshment as stipulated in Packets to all SAIL Day Boarding Sports Centres viz MKM Stadium Sector 4, Cricket Stadium Sector 4, Sector 3 Basketball Courts at Community Centre Sector 3 and Sibutand Village
Volleyball Centre or and any other Designated Peripheral areas of BOAKRO AS AND WHEN DESIRED.

2. Supply of Special High Tea to be Serve in Plates with all required Cutlery during events viz Independence Day / Republic Day Celebrations, Fancy Football & Cricket Matches and or any other events organise by Sports & CA
Department in Township Areas as well as at Peripheral areas at BS City.

3. Supply of General High Tea to be Serve either in Plates with all desired Cutlery / Packets during events viz Independence Day / Republic Day Celebrations, Fancy Football Matches & Cricket Matches and or any other events
organise by Sports & CA Department in Township Areas as well as at Peripheral areas at BS City.
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

4. Supply of Tea / Black Tea / Coffee / Fruit Juice / Coconut Water / Biscuits (Sweets / Salted) to be serve during events viz Independence Day / Republic Day Celebrations, Fancy Football Matches & Cricket Matches and or any
other events organise by Sports & CA Department in Township as well as at Peripheral areas at BS City.

B. Terms and conditions of the contract:

1. The contractor will be provided the details of the program at least two days prior to the program. Under exceptional circumstances only, the contractor may be required to make the requisite arrangements within less than the
above stipulated time.
2. Prior to the program, the contractor will be given the details of the exact requirements and the contractor will be required to make requisite arrangements for the job related under scope of work accordingly.
3. The cost of transportation of all the materials required shall be borne entirely by the contractor and no reimbursement against the same or request shall be entertained by Sports & CA Department.
4. The supplies for prepared food items should be fresh and have to be prepared on the day of the event itself.
5. All the non-perishable sealed items shall be returned and the same shall have to be accepted back by the contractor. No payment against returned items shall be claimed by the contractor. The contractor shall ensure the expiry
date/ best before date of the sealed items before providing the same.
6. Contractor shall be required to make arrangements for serving the food-items to the dignitaries/officials.
7. The contractor shall be responsible for maintaining the hygiene and quality of the prepared food items and in case of any issue/complaint arising thereof, the contractor shall bear the sole and entire liability.
8. In case the contractor is found using any adulterated/poisonous food stuff, severe punishment including termination of the contract will be initiated.
9. Contractor shall ensure that the vegetables, fruits and other perishable items are supplied fresh.
10. The contractor shall ensure that all the cooked Snakes items are served hot.
11. The contractor shall ensure the quality of supply of food grains of AGMARK/FSSAI quality pulses, edible oils and condiments to ensure quality nutrition.
12. Testing Methods: Time to time checking by the officials of Sports & CA Department.
13. Materials and Services to be arranged by Contractor : All materials required for preparation of Foods / Snacks ,
14. Free Supply By BSL: Water & Electrical for render the services comes under Scope of Work.
15. All other terms and conditions of the contract shall be governed by the standard Contract procedure and standard terms and conditions of SAIL/BSL
16. The contractor should have a valid license under the Food safety and Standards authority of India. A self-attested copy of the same has to be submitted along with the techno-commercial bid.
17. The staff deployed by the contractor during any event should be in proper uniform with gloves, Cap and name badge while providing Services. No Child Labour / No Female permitted during any services in any circumstances.
18. The Agency will make own arrangement for Fuel for Cooking (Fuel Cooking will be LPG Commercial), Electric Oven, Hot Pots, Micro Oven, Deep Freezer, Refrigerator, Utensil, Crockery & Cutlery, packing materials for Supply
and providing services as per Scope of Work.
19. Applicability of CLC Clause : NIL (Cost of Services is included in Service Line Item and the subject job is to supply as per the terms & condition of the contract)
20. Adequate Manpower has to be provided by the contractor during events for Hassel free services and the cost of labour will be born entirely by the contractor.
21. All the charges / expenses on Account of Services is included in Unit Rates.

C. Penalty :

1. A penalty of Rs. 1000/- per instance shall be levied on the contractor in case the contractor fails to make the requisite arrangements to the utmost satisfaction of the officials of Sports & CA Department.

D. Other Terms and Condition of the Contract.

1. The Standard Terms and Condition of the Rate Contract shall be applied in general.
***************x*******x***********x****************x******************

OTHER CONDITIONS:
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

1.The validity of Rate Contract shall be for a period of 02(two) years on firm price basis with a provision for extension for a further period of 1(one) year with 10% escalation on item rates.
2.No. of Agencies to be Empanelled Maximum-02(Two). BSL reserves the right to award the job to less than Two bidders based on number of techno-commercially eligible bids available after tendering/bid evaluation/number of
bidders accepting L-1 rates.
3.Distribution Ratio of Initial Start-up Value among Empanelled Agencies: L-1:L-2-70:30.The basis of distribution will be the original rankings, with L-1 getting the highest share and subsequent bidders getting respective shares in
descending order subject to their acceptance of L-1 rates. In case after tendering the number of techno-commercially eligible bidders is less than 02 or the number of bidders accepting L-1 rates is less than Two and BSL decides
on selecting less than 02 bidders, the distribution ratio may change as per BSL procedure in vogue.
4.BSL will not guarantee an assured amount of business to the empanelled agencies.
5.One time Security Deposit @ 10% of the initial limiting RC value shall be charged from the contractor before empanelment which shall be retained during the entire validity period of the Rate Contract & shall be released only after
successful completion of the Rate Contract and on expiry of the Guarantee/Maintenance period.
6.Once the L1 rate is finalized, all other techno-commercially eligible contractors will be offered to accept the finalized L1 rate in order of their ranking in the financial gradation chart for empanelment. L-1 price matching will be
offered to all other bidders in order of their ranking. The percentage difference between the L-1 Annual RC Value/ Initial Start-up Value and the Annual Estimated RC Value/ Initial Start-up Value shall be applied to the estimated
rates and these rates will then be the working rates for contract execution, if the contract is awarded. If the required number of Contractors does not accept the L1 rate, empanelment shall be done with available number of
Contractors.
7.If the Contractors are empanelled at a rate lower than (-)20% empanelment will be done with submission of performance Guarantee Bond (in addition to Security Deposit) either in the form of Bank Draft/Pay Order /Banker's
Cheque of Nationalized/ Scheduled Bank in favourof SAIL, Bokaro Steel Plant, payable at Bokaro Steel City or in the form of Bank Guarantee from a nationalized Bank in the standard prescribed proforma of BSL duly endorsed in
favour of Steel Authority of India Ltd., Bokaro Steel Plant equal to the amount which will be the difference between the lower limit i.e.(-) 20% of the estimated/tendered price and the quoted price of the bidders.
8.Enhancement of value: In case of earlier completion of jobs under the Value based Rate Contract with the empanelled agencies, subsequent enhancements in value shall be made based on the requirement & availability of fund
during the validity of Rate Contract, Enhanced Value distribution among the empanelled Contractors shall be in the same ratio as in initial stage.
9.Any number of Sub-orders may be issued as per the job requirement keeping the cumulative value within the limiting value against a value based Rate Contract on a particular Contractor. Payment term in a sub-order shall
be100% against successful completion of job.
10.If an empanelled contractor has 2 incomplete Sub-orders in hand (4 in case of L-1 & 3 in case of L-2 contractor), such contractors shall not be considered for any additional Sub-order until completion of any of the
pendingSub-orders. Sub-Orders under the Rate Contract can be issued before the expiry of the Rate Contract. The stipulated completion date may extend beyond the expiry date of the Rate Contract but the rates will remain firm
tillcompletion of such Sub-orders. The period of Sub-order will be decided by Operating Authority taking into account the type and nature of work, its urgency and the volume.
11.Extension of Time: In case the work is not completed in the scheduled time period due to the reasons attributable to the contractor, request of Extension of Time(EOT) may be considered with levy of LD as below:
a.The additional duration considered for granting extension shall not be more than the original duration of work i.e. the allowable extension shall be less than or maximum equal to the duration stipulated in the award letter.
b.For extensions considered for duration equal to the original duration, maximum quantum of LD shall be imposed, which shall not exceed 10% of the sub-order value.
c.For EOT of less than original contract period, LD shall be imposed on pro-rata basis of 10%; e.g. for extension of 2 months for a contract of 6 months, quantum of LD shall be 2/6 i.e. 1/3rd of 10% of the sub-order value.
d.During the period of EOT with levy of LD, contractor shall not be considered for issue of further sub-orders under the Rate Contract even though he might otherwise be eligible.
12.No claim will be entertained in case the work is stopped, after starting due to operational priorities / shut-down / break-downs. In this regard, the decision of the Operating Authority will be final and binding. The work can
bestopped without incurring any liability by Operating Authority or his representative at site, while the work is in progress, in case in the opinion of Operating Authority, it is unsafe to continue the work or weather conditions are not
permissible.
13.Non-Performance /Poor Performance by the Empanelled Contractors:
a.In case of any indiscipline / inefficiency observed on part of any empanelled contractor, BSL may resort to de-empanelment of such empanelled contractor based on proposal initiated by the engineer-in-charge. The empanelled
contractor, however, shall be given an opportunity to defend themselves before any action is taken against them. If on prima facie the Contractor is found to be at fault, Operating Authority will cancel the already issued Sub-Order
for unexecuted part and take suitable action to ensure continuity of Work through other empanelled Contractors. Subsequently after complete deliberations and considering the clarification submitted by the Contractor, a suitable
decision shall be taken by BSL which shall be final and binding on the contractor. During the proceedings of de-empanelment action, no Sub-order shall be given to the party for the period till it gets decided in favour or against the
party. In case of de-empanelment, security deposit and earnest money shall be forfeited.
b.If the contractor does not complete the work in scheduled time or does not apply for EOT in a reasonable time, or if the contractor refuses to apply for EOT, it shall be termed as #Poor Performance# and appropriate action shall
be taken under intimation to CCNW. Such contracts can be closed by imposing a penalty of 10% (less any penalty already imposed) of award value, and the balance work shall be got done by an alternate contractor, against the
rate contract in force at that time. If there is increase in value of work due to increase in rates, the differential value of the balance work shall also be recovered from the defaulting contractor. Above action shall be in addition to
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

de-empanelment from the Rate Contract and forfeiture of earnest money & security deposit.
14.Agreement: Empanelled Contractors will execute and sign 'Agreement' in the prescribed format only once which will be valid throughout the validity period of the RC.
15.In case of any conflict in the meaning between the conditions mentioned in the scope of work in the RFx and NIT terms and conditions, the provisions of the RFx shall override the corresponding provision of the NIT terms &
conditions of contract.
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

Clauses with regard to Reverse Auction(RA):

1. SAIL reserves the right to discover the L-1 bidder/tenderer amongst the techno-commercially qualified bidders/tenderers by opening the sealed price bids, pre-submitted by such
bidders along with the techno-commercial bids on or before TOD or by conducting RA.

2. SAIL reserves the right to use any RA startegy to be intimated to techno-commercially acceptable bidders before RA event. SAIL also reserves the right to eliminate one or more of
the high price bidders/tenderers before the RA event by ranking the bidders/tenderers based on their sealed price bids, pre-submitted online by such bidders/tenderers along with the
techno-commercials bids on or before TOD. Such eliminated bidder(s)/tenderer(s) will not be elgible to participate in RA process. The number of such high price bidders/tenderers(H1
H2...... Hn) to be eliminated, if any will be decided by SAIL Plant/Unit before conducting RA.

3. In case, no bid is received during Reverse Auction, then the lowest price(L-1 price) received along with the techno-commercial bids on or before TOD shall be binding on the
bidders/tenderers and the case may be processed on the basis of the L-1 price and the relative ranking of the bidders/tenderers therein.

4. Bidders/Tenderer(s) shall be required to submit the detailed price break-up , as per RFQ, within the stipulated time. Non-submission of detailed price break-up within the stipulated
time, wherever required, by the L-1 bidder/Matched L-1 bidder, post RA, will be treated as backing out of the bidder and invite penal action as per the extant guideline of SAIL.

Note:
Anti-bribery Undertaking:

By participating in this tender, the Suppliers/Vendors/Contractors are deemed to have undertaken that they shall not give or take any financial or non-financial bribe, to or from anyone during the tender or during the execution of
the contract thereafter and if they notice any such incident happening, they shall report it to SAIL Vigilance.

PRICED SCHEDULE OF QUANTITIES : ANNEXURE - II PRICE BID (To be kept in Price Bid envelope)
Item type Item Code Short Description Quantity UOM Estimate rate Cur Amount Offer Price if Estimate not
disclosed
Service 2008060247 RATE CONTRACT FINALISATION 1.000 AU 2,676,234.00 INR 2,676,234.00
Total Job Estimated Value : 2,676,234.00 INR

Specification for Item Code :


2008060247 RATE CONTRACT FINALISATION
WRITE NAME OF WORK AS PER REQUIREMENT
==========================================================================================================================================
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

ELIGIBILITY CRITERIA : ANNEXURE - VI


ELIGIBILITY CRITERIA

A) COMMERCIAL ELIGIBILITY :

Average annual financial turnover of the bidder for any three years of the last four financial years, ending 31st March of the financial year previous to the one NIT was issued, should be at least Rs 5,62,009.14 (Rupees Five Lakhs,
Sixty Two Thousand Nine and Paise Fourteen Only) [Fill-in 30% of the reference value].

Documents to be submitted for turnover:-

In support of turnover, Turnover Certificate in the prescribed format (Annexure-II) of SAIL/BSL from a practicing Chartered Accountant with official seal and membership number or audited Profit and Loss (P/L) Accounts Statements
duly certified by a practicing chartered accountant containing annual financial turn over values for any three years of the last four financial years, ending 31st March of the financial year previous to the one NIT was issued is to be
submitted. Audited Profit and Loss (P/L) Accounts statement should contain name of bidder.

Note :

1. If any bidder does not furnish the turnover value for any financial year/years out of the last four financial years, the turnover for that financial year shall be taken as ‘Zero' and the average annual financial turnover shall be
calculated accordingly.

2. The Turnover certificate and audited Profit and Loss account certified by CA shall contain the Unique Document Identification Number(UDIN) and membership no. of the CA.

B) TECHNICAL ELIGIBILITY :

Experience of having successfully completed similar nature work by the bidder during last 7 years ending last day of month previous to the one in which tenders are invited should be either of the following(Bidder can submit
maximum 03 work-orders with details mentioned in Annexure-I):-

I. The average value of similar nature completed works costing not less than Rs. 7,49,345.52 (Rupees Seven Lakhs, Forty Nine Thousand, Three Hundred Forty Five and Paise Fifty Two Only) in three work-orders [fill-in 40% of
the reference value].
Or
II. The average value of similar nature completed works costing not less than Rs. 9,36,681.90 (Rupee Nine Lakhs, Thirty Six Thousand, Six Hundred Eighty One and Paise Ninety Only) in two work-orders [fill-in 50% of the
reference value].
or
III. The value of similar nature completed work costing not less than Rs. 14,98,691.04 (Rupee Fourteen Lakhs, Ninety Eight Thousand, Six Hundred Ninety One and Paise Four Only) in one work-order [fill-in 80% of the reference
value].

Note- Partially completed Work-orders having validity of more than one year shall be considered for Technical evaluation under similar nature work as per Eligibility criteria if the party has completed at least one year of the period of
work order. Completed sub-orders issued against Rate contract may be considered after completion of one year period of that Rate contract. All sub-orders completed by a party under one RC will be considered as single
work-order for evaluation as per Eligibility criteria.
For evaluation of eligibility and experience, any change in Name or type/category of the enterprise/style of the firm except for Proprietorship and unregistered partnership shall be considered with submission of relevant documents.
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

Documents to be submitted for technical eligibility: -

i. Notarized Affidavit as per Annexure-I, indicating type/category of enterprise/style of the firm.


ii. Copies of work orders mentioned in the affidavit along with completion certificate issued for each work order by the concerned authority. Work Completion Certificate for fully or partially completed work should contain name of the
bidder, signature and stamp of issuing authority, name of work, work order number & date, value of completed work (without GST) and date of completion. In case GST is included in the value of payment, same should clearly be
mentioned.

iii. In case work is completed( fully or partially), but work completion certificate has not been issued by the concerned authority, copy of Final Bill /Running account(RA)bill in case of partially completed work (duly certified and
passed for payment by the bill passing authority) shall be submitted. Final Bill/RA Bill in case of partially completed work should contain name of the bidder, signature and stamp of bill passing authority, name of work, work order
number and value of payments (without GST). In case GST is included in the value of payment, same should clearly be mentioned.

Note-

1. Similar Nature work has been defined at Para C below.

2. Similar nature work experience should be from Indian Govt. Organization OR PSU OR Public Limited Company OR Joint Venture Company where at least one of the partners is Indian Govt Organization /PSU having minimum
26% shareholding and Work Orders should have been executed within the territorial boundary of India. In case of work-order from Joint Venture, an undertaking shall be given by the bidder that in the Joint venture company one of
the partners is Indian Govt organization / PSU with minimum 26% shareholding.

C) The similar nature of work shall be as:- "Catering Services"

D) Other requirements for eligibility:

i) The Bidder should have Valid Food License Certification from State / Central Government.

ii) Bidder should give declaration in form of An Affidavit that they are NOT Black Listed / BANNED / SUSPENDED in any PSU / Government Enterprises / Public Ltd. Companies during the period of Submission of offers against the
instant NIT.

iii) Bidder Must give Self Declaration / undertaking in form of Affidavit that the subject job will not be subleted to any other agency and job will be carried by the successful Bidders itself only.

E) Document Verification: BSL reserves the right to verify the original documents of copies submitted by the bidder, if required, at any time during tendering, evaluation and/or the execution stage of the contract. The bidder has to
present the originals for verification whenever asked for and within the specific time frame. In case of any documents/information submitted by bidder(s) found to be false or containing any mis-representation or having any
fraudulent declaration in it then in such eventuality legal action (including cancellation of contract, suspension and/or banning of business dealing, damages, criminal proceedings etc) as deemed fit shall be initiated by BSL against
the bidder.

F) Language of offer documents: Techno-commercial documents submitted by the bidder & all correspondence relating to the offer between the bidder and SAIL/BSL must be in Hindi or English language only. Any printed literature
submitted by the bidder as part of its offer, in a language other than Hindi or English should be supported and corroborated by duly Notarized translation in Hindi or English language. For the purposes of evaluation of the offer, the
content of the Hindi/English translation shall supersede and over-rule the document in other language. SAIL/BSL's evaluation of the offer based on the translated content shall stand final.

G) Cutting/application of fluid whitener/deletion or addition/over-writing/legibility :


Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

1. Offer documents submitted by the bidder should not have any cutting/application of fluid whitener/ deletion or addition/over-writing. Offers having such documents shall be liable for rejection.

2. Scanned and uploaded techno-commercial documents in e-procurement tenders should be clearly legible; else the offer shall be liable for rejection.

H) Self attestation:

All pages of offer documents to be submitted by the bidder/attorney holder/authorized person in its offer should be self-attested along with stamp & seal. Work orders and completion certificates and all other documents required as
per NIT should be in the name of the participating bidder.

I) Consortium bidding is not permitted:

No consortium will be allowed. The bidder must meet all the eligibility criteria by itself.

NOTE:

1.Please submit all documents as mentioned in the check list of the Tender Notice (NIT) duly signed, stamped, scanned and uploaded in the C Folder.
2.Format for Annex-III cum Format “A”must be downloaded from sailtenders.co.in or SRM portal (attached with Bid Invitation) and same should be uploaded on the bidder's letter head.
3.Bid-Securing Declaration(In lieu of EMD) must be downloaded from sailtenders.co.in or SRM portal (attached with Bid Invitation) and same should be submitted on the bidder's letter head.
4.Non-Collusive Tendering Certificate must be downloaded from sailtenders.co.in or SRM portal (attached with Bid Invitation) and same should be submitted on the bidder's letter head.
5.Appendix-3must be downloaded from sailtenders.co.in or SRM portal (attached with Bid Invitation) and same should be submitted on the bidder's letter head.
6.Bidders are requested to keep checking the Post Bid Clarification folder from time to time. Intimation about any clarification/shortfall documents required from the bidders will be uploaded in Post Bid Clarification Folder of
e-procurement portal of Bokaro Steel Plant only. Bidders have to submit all clarifications and deficient/shortfall documents only in this folder
7.BIDDERS (OUTSIDE JHARKHAND) ARE REQUIRED TO ENTER TAX CODE 1I AT APPROPRIATE BOXES WHILE SUBMISSION OF ONLINE PRICE BID.
8.BIDDERS (WITHIN JHARKHAND) ARE REQUIRED TO ENTER TAX CODE 2I AT APPROPRIATE BOXES WHILE SUBMISSION OF ONLINE PRICE BID.
Bid Invitation
(Kindly scrutinize the dates carefully for timely response submission)
Contract Cell-Non Works
Bokaro Steel Plant
Bokaro Steel City-827001
Jharkhand, India

BI No : N01 / OTE-1020 / 7000018417 BI Date : 14.02.2024 BI Type : Service Non-works RFx : RC FOR SUPPLY AND PROVIDE REFRESHMENT

You might also like