STEEL AUTHORITY OF INDIA LIMITED ROURKELA STEEL PLANT

Similar documents
Disable friendly Washrooms at hostel blocks (A & E)

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER

Central Electricity Supply Utility of Odisha

Supply of Digital Rebound Hammer at College of Engineering Pune

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

Jhabua Power Ltd. NOTICE INVITING BIDS

GAIL (INDIA) LIMITED

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

Tender No GSO/CED/CE/TR - 410/2011

TENDER NOTICE NO: DATE:

BHEL web site and Government web site 4 Due date and time for by Hrs

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC

INSTRUCTIONS TO BIDDERS

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

National Institute of Technology, Warangal.

NIT LIMITED NO. NC-197-CC-NP-S&M ADOBE ACROBAT PROFESSIONAL XI (PERPETUAL LICENSE)

NOTICE INVITING TENDER

(For Indigenous suppliers only)

NIT LIMITED NO. NC-201-SPS-NP-S&M HELIUM GAS CYLINDERS

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

Tender For Construction Of 5.00 Llpd Dairy Plant at Dehri-On- Sone, Bihar, From Grid Y11 To Y19 etc complete.

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

Ref: PW/CPA/ Dated: Sub: - Local courier service for delivery of local mail / documents of BHEL, PS-PEM, Noida.

NIT LIMITED NO. NC-88-NP-SCS MAGNETIC SUSCEPTIBILITY BALANCE

Bharat Heavy Electricals Limited (A Govt.of India Undertaking) Tiruchirappalli , India HRM CANTEENS

UNIVERSITY OF MADRAS

THE MUNICIPAL CO-OPERATIVE BANK LTD. MUMBAI

NIT LIMITED NO. NC-81-SMS-NP-EQPT MULTIFUNCTION PRINTER

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

VADODARA SMART CITY DEVELOPMENT LTD.

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur

UNIVERSITY OF MADRAS TENDER NOTICE

institutions and Public Sector Undertakings for similar works.

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC

NIT LIMITED NO. NC-202-SCS-P-NOCB CO2 INCUBATOR

Ref.No.Q002/M(P)/HAND SANITIZER/TNMSC/2016 Date :

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171

National Science Foundation Ministry of Science, Technology & Research

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd.

NIT LIMITED NO. NC CH LTN-98 RECIRCULTING CHILLER

IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING)

NIT LIMITED NO. NC PHY ELECTRON SPIN RESONANCE SPECTROMETER

BHARAT HEAVY ELECTRICALS LIMITED CORPORATE ( HR-GAX ) BHEL House, SIRI FORT NEW DELHI TENDER DOCUMENTS

NTPC SAIL POWER COMPANY LTD (A Joint Venture of NTPC & SAIL) Captive Power Plant -II, D.S.P. Complex, Durgapur , Dist- Burdwan(W. B.

TENDER DOCUMENT. AIR-CONDITIONING WORKS FOR CIRCLE AUDIT OFFICE 7TH FLOOR SBI KG ROAD BUILDING, BENGALURU

SHORT TENDER NOTICE FOR FIELD BALANCES

N.I.T (Limited) PHYSICS LAB EQUIPMENTS

OFFICE OF THE JOINT DIRECTOR OF ANIMAL HUSBANDRY & VETERINARY SERVICES, ODISHA BIOLOGICAL PRODUCTS INSTITUTE, BHUBANESWAR-03 TELEFAX NO.

UNIVERSITY OF MADRAS OPEN TENDER NOTIFICATION

BID DOCUMENT IFB: GAPL/TENDER/PM/001/ / DT TENDER FOR SUPPLY AND DELIVERY OF PACKAGING MATERIAL (FOILS AND FILMS)

GLOBAL TENDER NO: BCL / RD/Wheel/120/30-BOSTHS/2017 May 30, 2017

GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES (EXCLUDING CIVIL WORKS)

Dr. Ram Manohar Lohiya National Law University, Lucknow

LIFE INSURANCE CORPORATION OF INDIA (Divisional Office Haridwar Road Dehradun )

TENDER NOTICE. Comprehensive Annual Maintenance Contract for Konica Minolta Photocopiers.

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER

NOTICE INVITING TENDER (NIT) (e-tender)

CORRIGENDUM. The tender date for Sputter Source is further extended as per the following.

PACKAGE 1: SUPPLY OF SHORT CIRCUIT TRANSFORMERS

COMMERCIAL TERMS AND CONDITIONS. Tender Bid Submission The Tender Quotations against the enquiry are invited in two parts i.e Two Part Bid system-

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: - -

ARYAN M.P. POWER GENERATION PVT. LTD.

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5.

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR CONSTRUCTION / UPGRADATION / REPAIRS OF SCHOOLS GOA STATE INFRASTRUCTURE DEVELOPMENT CORPORATION

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD This document consists of the following

TECHNOLOGY STUDENTS GYMKHANA INDIAN INSTITUTE OF TECHNOLOGY, KHARAGPUR INVITATION FOR TENDER FOR SUPPLY OF MEDAL

PANJAB UNIVERSITY, CHANDIGARH TENDER NOTICE FOR SUPPLY OF HP TONER/CARTRIDGE FOR PRINTERS

NIT LIMITED NO. C-195-PLAN-SPS ANTI-REFLECTION (AR) COATED OPTICAL LENSES

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29)

NIT LIMITED NO. NC-97-SBS-M&E MICROSCOPE

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Bellary Thermal Power station

BANK REFERENCE LETTER/SOLVENCY CERTIFICATE (On Bank s Letter Head) Certified that M/s at (address) is having an account in our bank

NIT LIMITED NO. NC-118-PLAN-SPS PULSE PICKER FOR ULTRAFAST FIBER LASER

EXPRESSION OF INTEREST (EOI) Consultancy Services for carrying out

NEW SUPPLIER REGISTRATION FORM (SRF)

Bihar Renewable Energy Development Agency. Expression of Interest (EOI)

3 Responsibility Centre COS - CenPEEP 4 Brief scope of work The engagement with NTPC will be in the following steps:

MM/IMP-COAL/CIF-IHC-2012/SMS ANNEXURE-I Annex- I (1/6) INSTRUCTIONS TO THE BIDDERS

NIT LIMITED NO. NC-284-SPS-P-M&E BROADBAND WHITE LIGHT SOURCE, UV SPECTROMETER & INFRARED SPECTROMETER

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

TENDER DOCUMENT FOR SUPPLY OF SEAMLESS STAINLESS STEEL PIPES

F. NO.6.1(RO SYSTEM)/JNVM/2013/ DATED : 18/03/13

CORRIGENDUM. The tender date for Vacuum Components is further extended as per the following.

i. Issue of notification : June 13, 2016 ii. Submission of proposals : 1600 Hrs on June 24, 2016 iii. Opening of bids : 1630 Hrs on June 24, 2016

BHARAT HEAVY ELECTRICALS LIMITED RAMACHANDRAPURAM, HYDERABAD-32 TENDER DOCUMENTS

SUBJECT: SALE OF CONTAMINATED GREASES AND OIL ON AS IS WHERE IS BASIS AT BPCL, CENTRAL WAREHOUSE, SEWREE.

Chhattisgarh State Renewable Energy Development Agency (CREDA) (Dept. of Energy, Govt. of Chhattisgarh)

प ज ब एण ड स ध ब क PUNJAB & SIND BANK

NIT LIMITED NO. NC-543-SBS-P-CMB ( Earlier Tender Ref No.: NC-55-SBS-PLAN-CMB ) DESKTOP

TENDER NOTICE. BHEL Power Sector, Northern Region invites bids for the following item required at BHEL sites in India as follow: -

Transcription:

ROURKELA STEEL PLANT (IFB, BID DATA SHEET, AND SCC) INSTALLATION OF 1 MW SOLAR PV POWER PLANT IN RSP

CONTENTS SECTION SECTION A SECTION B SECTION C SECTION D SECTION E DESCRIPTION : INVITATION FOR BIDS (IFB) : BID DATA SHEET (BDS) : SPECIAL CONDITIONS OF CONTRACT (SCC) : CHECK LIST FOR SUBMISSION OF BIDS : AFFIDAVIT TO BE SUBMITTED BY BIDDER NOT HAVING ODISHA VAT (OVAT) CLEARANCE CERTIFICATE Page 2 of 22

SECTION A INVITATION FOR BIDS 1. Steel Authority of India Limited, Rourkela Steel Plant, Rourkela, invites sealed bids in Indian Rupees (INR) from eligible Indian Bidders (sole bidder/ consortium) for the Facilities for Installation of 1 MW Solar PV Power Plant in RSP on Turnkey Contract basis. 2. Interested Bidders may obtain further information from the office of DGM I/c (MM) Projects, Projects Building,, Rourkela Steel Plant, Rourkela- 769011, Orissa, India. Tel: + 91 661 2445508, Fax : + 91 661 2510 487/ 107. 3. A complete set of bidding documents may be purchased by any interested Bidder on submission of a written application to the above giving complete details of Mailing Address, Telephone & Fax Nos., E-mail Address & name of Contact Person along with cost of Tender Document. Interested bidders may purchase tender documents by paying the requisite amount as mentioned below (non-refundable) to be remitted in the form of Demand Draft in favour of, Rourkela Steel Plant, payable at Rourkela at the address mentioned below on all working days as mentioned above. 4. Bidder may also down load the bidding documents from website at www.sailtenders.co.in and submit the bid along with cost of bidding documents to be remitted in the form of demand draft in favour of, Rourkela Steel Plant payable at Rourkela. In case the bidding documents/drawings can not be down loaded, the same may be obtained from office of DGM I/c (MM) Projects, MM Building, Projects Department,, Rourkela Steel Plant, Rourkela- 769011, Odisha, India. 5. Salient features of the of the bid Tender No. & Date P/PROJ/383/1393000011/84 dtd.12.11.2013 Package Description Installation of 1 MW Solar PV Power Plant in RSP complete in all respect on turnkey basis as detailed in enclosed Technical Specification (TS) No. RSP/383/18109/12080420/TS/R-2 dated Oct- 2013. Cost of Bidding Document Nil (Non Refundable, Not Tender Document can be downloaded free of cost Transferable and Not from website. Exempted) Tender Submission 12.12.2013 by 14:30 Hrs IST Page 3 of 22

Place of Submission of Bid Opening of Tender Bid Security/ Earnest Money Deposit Time For Completion Validity of Bid Office of DGM I/c MM (Projects), MM Building, Projects Department,, Rourkela Steel Plant, ROURKELA- 769 011, Orissa, India. Tel : + 91 661 2445606/ 2448244 Fax : + 91 661 2510 487/ 107 12.12.2013 by 15:00 Hrs IST Rs. 15,00,000/- (Indian Rupees Fifteen Lakhs only) 04 Months from the effective date of Contract 180 Days from the date fixed for submission of bids. 6. The tender document consists of :- Section - I i) Commercial Volume a) Invitation for Bid (IFB) (Section A) b) Bid Data Sheet (BDS) (Section B) c) Special conditions of contract (SCC) (Section C) d) Check List for Submission of Bid (Section D) e) Affidavit to be submitted by Bidder not having Orrisa VAT (OVAT) Clearance Certificate (Section E) ii) Technical Specification No. RSP/383/18109/12080420/TS/R-2 dated Oct- 2013. iii) Wage Circular iv) List of Eligible Scheduled Commercial Banks for Acceptance of BGs Section II (Standard Bidding Document Revision May 2009) i) Instruction to Bidders (ITB) ii) Form of Contract Agreement iii) General Conditions of Contract (GCC) iv) Safety code for contractors 7. The documents listed in Section-II can be downloaded from Standard Document Section in home page of website www.sailtenders.co.in or hard copy can be obtained along with the tender documents. 8. The bid will consist of three parts, Part-I - Bid Security, Part-II - Eligibility Criteria Fulfillment & Techno-Commercial Bid & Part-III - Price Bids only. Part- I and Part II shall not contain any price at all. Part- III shall contain prices only without any terms and conditions. Page 4 of 22

9. Bids must be accompanied by the bid security in the following forms: (a) (b) a Bank Draft / Pay Order or a Bank Guarantee from a scheduled commercial bank (From List of Eligible Scheduled Commercial Banks for Acceptance of BGs) in the form provided in the bidding documents having validity as specified in ITB Clause 11.2 10. It shall be the responsibility of the persons submitting the bid to ensure that the bid has been submitted in the formats and as per the terms and conditions of the tender documents and no change should be made therein. In the event of any doubt regarding the terms and conditions/ formats, the person concerned may seek clarifications from the authorized officer of /RSP. In case any tampering/ unauthorized alteration is noticed in the Bid submitted from the Bidding Document available on the Website, the said Bid shall be summarily rejected and the company shall have no liability whatsoever in the matter. However, deviations, if any, proposed by the bidder may be separately indicated for acceptance or other wise by /RSP. Such proposed deviations will not be treated as tampering for the purpose of application of the clause. 11. As the job is to be executed in the existing plant, bidder may visit the site to get acquainted with the site conditions, if so desired, before submitting the offer. 12. Bidders are expected to submit all necessary documents in support of fulfilment of Eligibility Criteria. However, in case any further document is found necessary for proper assessment, the Bidder shall have to furnish the same within ten (10) days from the date of intimation. The bids shall be submitted at the office and address as mentioned above. 13. The Part-I Bid Security, Part-II Eligibility Criteria Fulfilment & Techno- Commercial Bid will be opened in presence of the Bidder s representatives who choose to attend at the time & date as mentioned above at the office of DGM I/c MM (Projects),, Rourkela Steel Plant, ROURKELA- 769011, Odisha, India. Part-III Price bids will be opened later in the presence of the Bidder s representatives who choose to attend. The date, time & place etc. shall be informed after evaluation of Technical & Commercial bids. /RSP reserves the right to finalise this tender through online price bidding (Reverse Auction) among techno-commercially acceptable bidders without opening submitted sealed price bids. Page 5 of 22

The bid not accompanied by requisite Cost of tender document and Bid Security duly signed by authorised person on behalf of the Bidder(s) in Part-I shall not be considered for further evaluation. 14. Bidder should furnish notarised copies of their Income Tax Permanent Account Number (PAN) issued by Indian Income Tax Authority, Bank details like name of bank, branch, branch code, Bank Account Number, Odisha VAT (OVAT) clearance certificate, ESI & EPF Registration Certificates etc. along with the bid. The bidders not having OVAT registration in Odisha shall submit affidavit as per Section E`. However the bidder has to give OVAT clearance in the event of L-1 before placement of order. 15. The successful Bidder shall be required to provide one original and 20 copies of entire signed contract agreement for Employer s use within thirty days (30) from the date of signing of contract. 16. The Bidders may be required to explain/ justify the basis of their quoted price as and when asked for. 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 re-tendering, if the contract is not finalized from the present bidding. 17., Rourkela Steel Plant takes no responsibility for delay, loss or non-receipt of documents sent by post. No financial obligations shall accrue to, Rourkela Steel Plant in such an event. 18., Rourkela Steel Plant reserves the right to accept or reject any bid 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 and submission of tender document shall not mean fulfilment of requirements of eligibility of the Bidder(s). 19. Central Public Sector Undertakings (PSUs) /Government Undertakings are exempted from submission of EMD/Bid Security. However in case of Bid by Consortium having PSUs/Government Undertakings as members are required to submit the stipulated EMD/Bid Security along with their Bid. 20. No cognizance shall be taken for references by the bidder to various clauses of bid (s) including the bid itself earlier submitted to RSP / other Plants of or any other Steel Plant. Page 6 of 22

21. No cognizance shall be taken for references by the bidder to various clauses of Contract awarded earlier by RSP/ other Plants of or any other Steel Plant. 22. Deviations seeking any change in the text of various Clauses or Articles shall not be accepted. Bidder (s) may list deviations, only in respect of intended effect as perceived by them. 23. Employer s address for correspondence :. DGM I/c (MM) Projects, Projects Building,, Rourkela Steel Plant, ROURKELA- 769 011, Orissa, India. Ph. No. : + 91 661 2522 773 / 2445603 Fax No. : +91 661 2510 487/ 107 E-mail : alokkumar.behera@sailrsp.co.in Signature: Name and Title of the Authorised person Employer : Seal: Page 7 of 22

SECTION B 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. Name of Facilities Installation of 1 MW Solar PV Power Plant in RSP. Contract Name Name of Employer Employer details Name Consultant Language of bid ITB 7.1 Eligibility/ Qualification requirements for Bidders ITB 8.3 (b) & (c) of Installation of 1 MW Solar PV Power Plant in RSP complete in all respect on turnkey basis as detailed in enclosed Technical Specification (TS) No. RSP/383/18109/12080420/TS/R-2 dated Oct- 2013.and Standard Bidding Document (Revision May 2009) at Rourkela Steel Plant. Steel Authority of India Limited, Rourkela Steel Plant, Rourkela, Odisha, India Executive Director (Projects), Rourkela Steel Plant, ROURKELA- 769 011, Odisha, India. Tel : + 91 661 2510 097 Fax : + 91 661 2510 107 Canyon Consultancy Pvt.Limited, Bhubaneswar. Language of bid shall be in English langue. In case any document is submitted by Bidder in other than English language, authenticated English translation of the same shall be submitted along with the bid. The Bidder should fulfill the following eligibility criteria:- A. Technical Eligibility Requirements The bidder shall have successfully engineered, supplied, erected and commissioned at least one (1) Grid connected Solar PV Power plant of 1 MW or higher capacity in India. The Power plant must have completed minimum of twelve (12) months of successful power generation and must be in working condition on the date of submission of bid. The Bidder shall submit details of past experience along with documentary evidence duly certified by public notary, such as attested copies of award letter/ Contract Agreement(s) / Work order(s) / Purchase order(s) alongwith completion certificates and performance certificates of previous Jobs/ works executed by them from the respective Client(s) / Customer(s) in support of their meeting the above stipulated technical requirement as per format furnished at Annexure - I to the bid data sheet. Page 8 of 22

B. Financial Eligibility Requirements Average annual turnover of the Bidder shall not be less than Rs.10,00,00,000 (Indian Rupees Ten Crore) during last three (03) consecutive financial years ending 31.03.2013 The Bidder shall submit notarised copies of Audited Annual Financial Reports including Profit & Loss Account for last 3 (three) consecutive financial years ending 31.03.2013 in support of their meeting above stipulated financial requirements. Alternatively, Bidder may submit a certificate from a Chartered Accountant stating annual turnover for the last three consecutive financial years ending 31.03.2013 duly notarized in support of their financial requirements. Employer reserves the right to verify / determine Bidder s turnover based on Financial Reports posted in Bidder s Web Site, if any. In case of Consortium, the average annual turnover mentioned against each package is for combined turnover of all the Consortium Members. Gross Sales shall be considered for the purpose of determination of turnover. C. In addition to the documents/data specified to be furnished, the bidder shall submit a statement regarding their fulfilment of Eligibility Criteria as per Annexure-II to the Bid Data Sheet including details of Consortium as per bidding documents, if applicable, along with Part II of Bid. IFB 8.3 (b) Spares ITB 8.3 (c) (ii) Alternative Bids ITB 8.3 (f) Bid Currencies Amount of Bid Security ITB 11.1 Bid Validity Period ITB 12.1 The Employer, at its discretion, may ask the Bidder to furnish any other documents for its scrutiny during examination/evaluation of Bidder s bid. Consortium Requirements (Additional) Bid may be submitted by a sole bidder or a consortium. Bids submitted by a consortium shall comply with the requirements given in ITB Clause 8.3 (b). List of O&M Spares required for operation of 2 years following completion of the Facilities - Itemwise price to be submitted as per SBD by successful bidder as per GCC Clause No. 7.4.3. Nil Indian Rupees Indian Rupees 15,00,000/- (Indian Rupees Fifteen Lakhs only) Bid shall be valid for 180 days from the date fixed for submission of bids. Page 9 of 22

Copies ITB 13.1, 17.2 (a) Bid Submission ITB 14.2, 15.1 Bid Opening ITB 14.2 (b) & 18.1 Deviations in Bid ITB 20.3 Technical evaluation of bid Price bid evaluation ITB 25.3 Original and ten (10) along with soft copy in CD Address of Employer for bid submission. Office of DGM I/c MM (Projects), MM Building, Projects Department,, Rourkela Steel Plant, ROURKELA- 769 011, Orissa, India. Tel : + 91 661 2445607/ 2448244 Fax : + 91 661 2510 487/ 107 Deadline for bid submission is on 12.12.2013 at 14.30 Hrs (IST) Bids shall be opened at 15.00 Hrs (IST) on 12.12.2013 Office of DGM I/c (MM) Projects, Projects Building,, Rourkela Steel Plant, ROURKELA- 769 011, Orissa, India. Tel : + 91 661 2522 773 Fax : + 91 661 2510 487/ 107 Generally no deviation is acceptable against the tender documents. Technical evaluation shall be carried out in accordance with the requirements set forth in Technical Specification included in the Bidding document. The following criteria will be used in the evaluation in the manner stated below: i) The contract price shall not include Odisha Entry Tax. Odisha Entry Tax @ 2% (or as applicable) shall be loaded to all supplies (for supplies made from outside state of Odisha), which shall be paid and borne by the Employer. However, bidder shall indicate the value of supplies (for supplies within the state of Odisha) on which Entry Tax are to be borne by them and not required to be loaded for the evaluation of their Price, below the Summary Price Schedule, failing which Entry Tax will be loaded for the full value of Supplies. Refer Summary Price Schedule (Table no. 1) Note No. 6 However, while raising invoice for such goods, the invoice should contain the following : a) Tax payer Identification Number under Odisha VAT Act. b) In case of supplies manufactured within Rourkela Municipal Local Area then Goods Sold are Local Goods is to be endorsed. c) In case of Entry Tax paid supplies, Material is Entry Tax Prepaid is to be endorsed. i) The price evaluation will be done on the basis of Net of CENVAT and VAT Input Tax Credit. The CENVAT will constitute the amount of CENVAT credit on indigenous supplies & services as quoted by the Bidder. ii) The contractor is to provide the VAT invoices for reimbursement of the VAT amount. Page 10 of 22

Odisha Value Added Tax (OVAT) is applicable on purchase and sale of goods made within the State of Odisha. The contractor is to provide the VAT invoices for reimbursement of the VAT amount and to enable the Employer to avail the VAT Input Tax Credit thereon. The applicable VAT input tax credit available to RSP is indicated below :- VAT Rate as per OVAT Act (%) VAT input tax credit available to RSP ( %) 1 0.59 5 3.35 13.5 11.82 20 (Sch C ) Nil Time Schedule ITB 25.5 (b) Performance Guarantees ITB 25.5 (c) Additional details onthe evaluation ITB 25.5 (e) Amount of Performance Security (Performance Bank Guarantee) ITB 33.1 Integrity Pact ITB 38.1 Mobilization Advance Bonus Clause GCC 29.5 Reverse Auction (RA) The bidders are to indicate the OVAT input tax credit to be passed on to RSP in the price bid for the evaluation of their offers. The VAT input tax credit committed by the contractor will be reconciled and necessary adjustment effected. Time to complete the facilities from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of precommissioning activities. Time For Completion : The successful bidder shall be required to complete the whole work within 04 months from the effective date of Contract. The Bidder shall quote his price conforming to the Performance Guarantee parameters as specified in the Technical Specifications No. RSP/383/18109/12080420/TS/R-2 dated Oct- 2013. Additional details, as appropriate, on the evaluation method or reference to the Technical Specifications Performance Security amount shall be five percent (5%) of the Total Contract price in Rupees. Not Applicable No mobilization advance shall be paid. Not Applicable. / RSP. will have the option of conducting on line price bidding (Reverse Auction) among techno-commercially acceptable bidders in place of opening the submitted price bids. The modus operandi of Reverse Auction (RA), if conducted shall be informed to techno- Page 11 of 22

commercially suitable bidders subsequently. ANNEXURE I TO BID DATA SHEET : BIDDER S STATEMENT ON PAST EXPERIENCE The Bidder shall submit details of past experience along with documentary evidence such as attested copies of award letter/ Contract Agreement(s) / Work order(s) / Purchase order(s), including completion certificates/ performance certificates of previous works from the respective Client(s) / Customer(s) in support of their meeting the above stipulated technical requirement as per format furnished herein below : Sl. Description Client-1 Client-2 Client-3 Client-4 No. a. Name of the Customer b. Address & Contact Person c. Telephone No. Fax No. and E-mail ID d. Brief description of the work e. Unit size / Capacity f. Value of Work Order g. Contractual time of completion h. Actual time of completion i. Reasons for delay, if any j. Customer feedback/ Certificate from the owner of the plant referred in support of completion & satisfactory continuous performance/operation as mentioned above in technical eligibility requirement Note: Bidder may attach additional sheets, if required, as per above format along with its bid Page 12 of 22

ANNEXURE- II TO BID DATA SHEET: BIDDER S STATEMENT ON FULFILLMENT OF PRE-QUALIFYING REQUIREMENTS SL. NO. ELIGIBILITY CRITERIA AS PER IFB STIPULATIONS HOW THE IFB STIPULATIONS ARE MET BY THE BIDDER IN TOTALITY (BIDDER TO ELABORATE) REFERENCE OF THE DOCUMENTS IN SUPPORT OF STATEMENT MADE UNDER COLUMN (3) WHICH ARE ATTACHED WITH PART-I OF THE BID (1) (2) (3) (4) A. Technical Requirements Reference Projects with particulars as per the IFB, start date and completion date, current address of the client, certificate for successful operation etc. Bidder to elaborate. B. Financial Requirements Annual Turn Over for a) Last financial year : 2011-12 b) One year before : 2010-11 c) Two years before : 2009-10 WE CONFIRM THAT WE HAVE SUBMITTED OUR BID AS A SOLE BIDDER*/ AS A CONSORTIUM OF COMPANIES* AND WE COMPLY WITH REQUIREMENTS OF THE INVITATION FOR BIDS AND IN PARTICULAR THE CLAUSE ON CONSORTIUM BIDDING AS APPLICABLE TO US. WE FURTHER CONFIRM THAT OUR ABOVE STATEMENT IS TRUE TO THE BEST OF OUR INFORMATION, KNOWLEDGE AND BELIEF. SIGNATURE, NAME AND SEAL OF THE BIDDER WITH DATE. * STRIKE OUT WHICHEVER IS NOT APPLICABLE. Page 13 of 22

SECTION C SPECIAL CONDITIONS OF CONTRACT The following Special Conditions of Contract [SCC] shall supplement the General Conditions of Contract [GCC]. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC. The corresponding clause number of the GCC is indicated in parentheses. All other stipulations shall remain unchanged. 1. Definitions [GCC Clause 1] 1.1 Employer 1.2 Engineer 1.3 Contractor 1.4 Consultant Steel Authority of India Limited, ROURKELA Steel Plant, ROURKELA 769 011 (Odisha) India. Tel : + 91 661 251 0097 / 252 2773 Fax : + 91 661 251 0107 / 251 0487 Name: Address: [Name and address] Telephone No. e-mail Facsimile No. M/s. ([Name and address) Telephone No. e-mail Facsimile No. M/s Canyon Consultancy Pvt. Ltd. Bhubaneswar Telephone No. + 91 Facsimile No. + 91 E-mail: Page 14 of 22

2. Notices [GCC Clause 4] 2.1 Employer s Address for Notice purposes [Reference GCC Clause 4.1] Steel Authority of India Limited Rourkela Steel Plant, ROURKELA- 769 011 (Odisha), India Tel : + 91 661 251 0097 / 252 2773 Fax : + 91 661 251 0107 / 251 0487 2.2 Contractor s Address for Notice purposes [Reference GCC Clause 4.1] M/s. [Name and address] Telephone No. Facsimile No. E-mail: 3.1 Transportation by Wagons [Reference GCC Clause 21.4.2] The consignee for rail despatches shall be clearly marked as below: Manager (Modernisation Store) Steel Authority of India Limited Rourkela Steel Plant, ROURKELA- 769011 Distt.Sundergarh Odisha, India. Name of Railway Station where site is situated: ROURKELA (South Eastern Rly.) 3.2 Transportation by Roads [Reference GCC Clause 21.4.3] The consignee for road despatches shall be clearly marked as below: Manager (Modernization Store) Steel Authority of India Limited Rourkela Steel Plant, ROURKELA- 769 011, Distt. Sundergarh, Odisha, India 4.0 Mobilization Advance No mobilization advance shall be paid against this order. 5.0 Bonus for Completion of Facilities before Time schedule (GCC Clause No. 29.5) Not Applicable Page 15 of 22

6.0 The Surrounding Value for insurance purpose (GCC clause no. 36.1.11) The surrounding value for insurance purpose shall be considered as Rs. 25,00,000/- (Rupees Twenty Five Lakhs only). 7.0 Use of Fly Ash in road construction and Fly Ash Bricks in masonry works is mandatory. Contractor to use fly ash accordingly.. 8.0 Minimum wage to contract labourers shall be paid as per circular issued by RSP from time to time. Circular indicating the applicable present rate is enclosed. 9.0 Price Adjustment Due to Variation in Price Indices ( Refer Article 2.3 and Appendix-4) Not Applicable 10.0 Base Date The Base Date of the Contract Price is [for the purpose of statutory variations in taxes & duties as per provision of contract shall be the date seven(7) days before last date of submission of price bid/ updated price bid. In case of On Line Price Bidding (Reverse Auction), it shall be the final day of On Line Price Bidding (Reverse Auction)] 11.0 Form of Contract Agreement Article 8.2 (Reference GCC Clause 27) - NOT APPLICABLE 12. 0 Form of Contract Agreement Article 8. 3 and GCC Clause No. 29.3 - NOT APPLICABLE 13.0 Terms of Payment (First 5% Payment : Appendix 3, Clause No. 2.1.1) Five per cent (5%) of the total Contract price specified in Appendix-1 excluding taxes, duties (except service tax) and training charges shall be released on following. a. Finalization of location and Approval of Layout drawing. b. Submission of Drawing List c. Submission of Basic Engineering data( Specification and no of modules, Specification and number of inverters, Electrical Single Line Diagram) 14.0 Terms of Payment (Second 5% Payment: Appendix 3, Clause No. 2.1.2) Five per cent (5%) of the total Contract price specified in Appendix-1 excluding taxes, duties (except service tax) and training charges shall be released on following. a. Approval of Drawing and Data sheet and Placement of orders, for Solar Modules, Inverters, Transformers and 6.6 KV cable. b. Submission of un-priced purchase order for the above. Page 16 of 22

15.0 Appendix -5 (Performance Guarantee) of Form of Contract Agreement (FCA) Shall be as per Technical Specification Clause 4.2.1, Clause 4.2.2 & Clause 4.2.3 of Appendix -5 shall remain unaltered. 16.0 List of Approved Vendors/ Preferred Makes. All bought out items shall be as per approved preferred makes list in the Technical Specifications no.rsp/383/18109/12080420/ts/r-2 dated Oct- 2013. Contractor shall obtain prior approval from Employer for procurement of any items from vendors not appearing in the approved vendor list. 17.0 Performance Guarantee Test : (Clause 27 of GCC) : This clause shall be read in conjunction with Technical Specification. 18.0 Insurance Insurance policy shall cover all risk including terrorism risk. Other conditions shall remain same as per tender document. 19.0 REJECTION OF DEFECTIVE PLANT & EQUIPMENT 19.1 Notwithstanding with any approval/acceptance which the Employer may grant to the Contractor, in respect of any of Contractor s design, engineering, equipment, workmanship & quality, materials, supplies, supervision of erection & installation, testing, commissioning or any other services which the Contractor has discharged in terms of the Contract, the Contractor shall not be relieved in any way of any of his contractual obligations and/or responsibilities. If the complete plant, or any portion thereof, before it is finally accepted be found to be defective or fails to fulfill the requirements of the Contract, the Employer shall give the Contractor notice setting forth particulars of such defects or failure and the Contractor shall forthwith make the defective plant good, or alter the same to make it comply with the requirements of the Contract. Should he fail to do so within specified period as mutually agreed and stated in the said notice, the Employer may reject and replace at the risk and cost of the Contractor, the whole or any portion of the plant, as the case may be, which is defective or fails to fulfill the requirements of the Contract. However, such rejection/replacement by the Employer does not absolve the Contractor of any of his responsibilities under this Contract. 19.2 In the event of such rejection, the Employer shall be entitled to the use of the plant in a reasonable and proper manner for a time reasonably sufficient to enable him to obtain other replacement plant. Page 17 of 22

20.0 Following shall be followed in respect of Bank Guarantees : a. The Bank Guarantees shall be as per the format provided in the Standard Bidding Document for the respective BGs. b. The Bank Guarantee (s) shall be from the List of Eligible Scheduled Commercial Banks for Acceptance of BGs (List enclosed) and shall be made operable at Rourkela. c. The stamp paper used for the BG shall be of appropriate value and should be purchased on behalf of the issuing bank and issuance of amendment/ extension of BGs should also be made on stamp paper of appropriate value purchased in the name of the Bank. d. The name, designation and authorization number of the person issuing the BG(s) must be clearly indicated in the document. Page 18 of 22

SECTION D CHECK LIST FOR SUBMISSION OF BID Tender No.: Bidder s Ref. No.: Name of Facilities: S. No. Details of document Part-I 1 Cost of Tender document (If downloaded from website)/ Payment Receipt copy (If purchased) 2 Bid Security 3 Integrity Pact duly signed (If applicable) Remarks (Applicable/ Not applicable) (Attached/ Not attached) If not attached, reasons Part-II (1 original + 10 copies) 1 Bid Form 2 Attachment-1 Power of Attorney. 3 Attachment-2 Bidders Eligibility & qualification. 4 Attachment-3 Eligibility and conformity of the Facility. 5 Attachment-4 Vendors proposed by the Bidder for Indian component 6 Attachment-5 Deviations list in tabular form referring Clause No. of Tender Document, if any, along with softcopy in MS word format in a CD. 7 Attachment-6 Alternative Bid (If any) 8 MoA between consortium members, if applicable, along with division of work. 9 Un-priced copy of price bid with the word either QUOTED / NOT APPLICABLE against each item. No item shall be mentioned as INCLUDED or left blank. 10 Bar Chart 11 Notarised copies of 3-yrs. Audited Balance Sheet (s) and profit and loss account/ Chartered Page 19 of 22

Accountant Certified Annual Turnover for last three (3) consecutive financial years ending 31.03.2013 12 Company (s) name, Address, Company Profile alongwith Notarised copies of Registration Certificate/ Certificate of Incorporation and Article & Memorandum of Association, PAN No., Bank A/c No. with address, Copies of Excise Registration, CST registration, VAT registration, Service Tax Registration, Service Tax Number, Odisha VAT Clearance Certificate, EPF registration No. & Certificate, ESI registration No. & Certificate, etc. 13. Annexure I : Details of past experience along with documentary evidence duly certified by public notary, such as attested copies of award letter/ Contract Agreement(s) / Work order(s) / Purchase order(s) alongwith completion certificates and performance certificates of previous Jobs/ works executed by them from the respective Client(s) / Customer(s) in support of their meeting the above stipulated technical requirement (as mentioned in technical eligibility requirement above) 14. A declaration stating that the firm is not black listed/ banned from business dealings by any organization. 15. Copies of Revised Wage Circulars duly signed 16 Others, if any. 1 Price Bid Part-III Page 20 of 22

SECTION E To be submitted by bidder not having VAT Clearance Certificate as per clause no 14 of IFB AFFIDAVIT I,,S/O,R/O hereby declare and solemnly affirm as under:- 1. That I am of M/S who is the tenderer participating in the tender floated by RSP 2. M/S is not carrying on any business in the state of Odisha and hence not a dealer in the said state. 3. That no demand of Sales Tax has been issued by Tax Authorities under Odisha Vat act 2004. DEPONENT VERIFICATION That the above statement of mine is true and correct in the best of my knowledge and belief and nothing has been concealed therefrom. DEPONENT Page 21 of 22

Page 22 of 22