ATC 9 Srummbokaro5
ATC 9 Srummbokaro5
3. Buyer Details
3.1. Registered Office
Steel Authority of India Ltd
Ispat Bhavan, Lodi Road
New Delhi-110003, INDIA
3.2. Mailing Address of SAIL Plant/ Unit
SAIL Refractory Unit (SRU)
Indira Gandhi Marg, Sector-4
Bokaro Steel City- 827004, INDIA
: +91 (6542) - 233172
Fax: +91 (6542) - 233672/673
Email id: sru.homm.bscity@gmail.com
himanksewaliasail1@gmail.com
3.3. Buyer Bank Details:
Name : SAIL REFRACTORY UNIT (SRU)
Bank & Branch Name: State Bank Of India, Commercial Branch, Bokaro
Address: State Bank Of India, Commercial Branch, Bokaro Steel City- 827004, Jharkhand
Account No: 30925810058
IFSC Code: SBIN0004231
SWIFT CODE: SBININBB561
4. Item Description
4.1. Brief Description of Item: Sillimanite
A) Percentage of Dust (material passing through 3 mm sieve)- 2 %Max (Above 2 % dust, pro-rata
deduction will be made)
B) Hardness: 6-7 on Moh Scale ( Indicative)
C) Specific Gravity- 3.23 ( Indicative)
D) Material should be brittle and hard with Glassy Luster
E) Material should be free from calcareous, biotitic, Quartzitic, Ferruginous impurities, Clay
particles & soft sillimanite.
F) Free Moisture- 1% max (for moisture above 1% pro-rata deductions will be made)
REBATE FORMULAE:
In support of the same the bidders must enclose documentary evidence for the entire 30% tender
quantity. The documentary evidence shall be as mentioned below:-
1. For Indigenous bidders - Copy of Contract/PO's supported by Tax invoice/store receipt vouchers
(SRV) or equivalent to SRV /Bill of Lading (BL)/ user certificate.
In case of submission of user certificate a minimum of 3 (Three) Tax invoices/SRV or Equivalent
to SRV /BL to be submitted.
Similar/Superior specifications: Similar and superior specification will be considered for only
Al2O3% :55% Min. and Fe2O3% :2 Max..
6.2.2. Financial Criteria
Bidders have to submit P&L statement for last three financial years.
In case of current assessment year’s P&L statement not readily available (for any reason), the previous 3
years excluding the current assessment year’s P&L statement will be considered.
For sellers whose incorporation is within the last three years will be exempted from submission of P&L
statement, provided valid incorporation certificate is submitted. Such bidder has to submit the available
P&L statements.
7. Eligibility Criteria: The intending tenderers must satisfy conditions as stipulated in this NIT under Item
Description, Special Conditions & Eligibility Criteria to qualify for consideration in Techno-commercial
evaluation. The intending tenderers must submit documentary evidence in support of their eligibility
along with Techno-commercial Bid, failing which the offer is liable to be rejected. SAIL, SRU, however,
reserves the right to call for clarifications/ additional documents in support of submissions made by the
tenderers.
8. Drawing: In case where tender document has been downloaded from SAIL website and drawing (if
applicable) is not available/posted on the website, the relevant drawing may be obtained from the
contact person, SRU as mentioned in the Tender Notice.
9. Validity of the Offer/Bids: The bidder has to ensure that the validity of their offer should be at least 90
days from the date the tender is actually opened and atleast 60 days from the date of Price Discovery.
10. Earnest Money Deposit (EMD):
10.1. EMD Exemption for MSME/PSU/Govt. Agencies etc.:
Micro & Small Enterprises (MSEs)/ PSUs/ Government Undertakings and Co-operative Societies/ Start-ups
as recognised by Department for Promotion of lndustry and lnternal Trade (DPIIT) etc. may be exempted
from submission of EMD as per extant Government policy.
If the decision on the tender is delayed by more than 30 days from the last date of receiving the bids, the
EMD if taken, may be returned only after submission of declaration for Bid Security from the bidder.
11. Tender should provide complete, clear and unambiguous information requested in the NIT/ Enquiry
document. If any of the forms attached herewith is not submitted or is incomplete in any respect, the Bid
may be rejected.
It shall be the responsibility of the persons submitting the tender to ensure that the tenders have been
submitted in the formats and as per the Terms & Conditions prescribed and no change is made therein
before submission of their tender. In the event of any doubt, regarding the Terms & Conditions/ formats,
the person concerned may seek clarification from the authorized executive of SAIL, SRU. In case
tampering / unauthorized 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.
12. Delivery Instructions
Delivery schedule may be increased upto three months requirement in the first consignment on mutual
consent of buyer and Seller. In case of inability to agree to the same, seller has to indicate such inability
in their offer.
The delivery schedule may change according to requirement of the respective plant and would be
intimated at the time of PO issuance.
Any changes in the delivery schedule shall be done by amendment to PO only.
If the requirement of SRU increases, then 03 weeks’ time to Indigenous vendors and 06 weeks’ time for
Foreign Vendors will be given to enable the vendor to arrange for the material.
In case of urgency where sufficient time is not available as stipulated above, SRU may still request for
increased supply qty. to meet urgent demand but the same may attract L/D only after the said indicated
time (3 weeks/6 weeks).
13. Guarantee/ Warranty Clause:
Guarantee/ Warranty for Raw materials is Not applicable.
14. Full Truck Load: Bidders have to provide quantity to be considered for Full Truck Load (FTL) in their offer.
In case if bidder does not provide this detail in their offer or subsequent clarification, buyer has the right
to provide the delivery schedule at their discretion based on the buyer’s assessment.
If Possible, efforts would be made to schedule the delivery in multiples of FTL; except for the last
consignment.
15. Acceptance to offer Full Tender quantity and as per specification:
Tenderer has to offer for full tender quantity (full trial quantity for trial bidders) and agree to supply the
quantity as per the requirement and specification of SRU.
16. Information / Document Genuineness and verification:
SAIL, SRU reserves the right to call for original documents for verification at any time during tendering,
evaluation and/ or the execution of the Contract.
At any time, during process for evaluation of tenders and at any time after award of contract, If the
There’s a little bit of SAIL in everybody’s life Page 4 of 28
“For more information regarding SAIL tenders Visit our website -www.sailtenders.co.in”
Steel Authority of India Limited, SAIL Refractory Unit, Bokaro - 827004
Tender for Sillimanite
certificate(s) submitted by the bidder/seller are found to be suppressing facts / false / forged /
fabricated / fudged or incorrect, it may lead to termination of the contract, along with forfeiture of EMD /
SD and Performance Guarantee if submitted, besides any other action provided in the contract including
banning under the extant Guidelines for Banning of Business Dealings of SAIL, and initiating any legal
action as deemed fit by SAIL.
In this regard, bidders are required to submit the Annexure- UNDERTAKING REGARDING SUBMISSION OF
GENUINE INFORMATION & DOCUMENTS.
17. SAIL-SRU, being a PSU, its internal Agencies reserves the right to inspect the material at any point of time
during use. In case of any deviation in such test report, the party will have option to accept the test
results or go for joint sampling and re-testing. This will supersede all previous test reports.
18. Statement of Deviation:
The commercial terms and conditions shall be, as given in NIT and other sections. SAIL, SRU solicits bids in
conformity with Terms & Conditions, without any deviations. However, if any Bidder is unable to accept
any particular terms, or proposes any deviation therefrom, the Bidder shall enclose along with offer, a
Statement of Deviations as per Annexure (Annexure- Statement of Deviations) clearly spelling out the
deletions/ deviations proposed, which will be evaluated in accordance with provisions of Techno-
commercial evaluation as stated below.
However, deviations, if any with regard to all Terms & Conditions (Commercial), proposed by the
tenderer may be separately indicated for acceptance or otherwise of SAIL, SRU. Such proposed deviations
will not be treated as tampering for the purpose of application of this clause. It must be recorded in
Annexure.
Even if there is No Deviation, it must be mentioned in the prescribed format (Annexure - Statement of
Deviation is Mandatory).
The deviation or NO Deviation indicated by the tenderer in Annexure -Statement of Deviation shall be
considered final, irrespective of indicating such deviation anywhere else in the bid.
19. Quantity: SRU reserves the right to place the order for the full tendered quantity or any part quantity.
SRU reserves the right to short close/reduce the ordered quantity/enhance the order quantity to the
extent of the tendered quantity without prior intimation to the supplier.
20. If any specific adverse report is received against any tenderer as an information or upon enquiry made by
SAIL in respect of performance of tenderers after receipt of tender but before participating in the RA, the
firm/ vendor shall be rejected on the basis of recorded reasons. If such a report is received after RA, the
quotation/ bid of that tenderer may also be rejected after recording the reasons.
In case there is outstanding quantity on any supplier even after expiry of contractual delivery, such firm
may not be considered in this case.
21. Explanation/ Justification for Price: All the tenderers may be required to explain/ justify the basis of their
quoted price on specific request by SAIL. 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 re-tendering, if order is not
finalized from the present tender.
22. Voluntary Reduction in Prices / Rate: Wherever voluntary reduction in price is received after Price Bid
Opening/ RA, such reduction in price will not be taken into account for the purpose of evaluation and
ranking for placement of order. Where the voluntary reduction in price is given by a tenderer who is
otherwise eligible to get order after Price Bid Opening/ RA, the order would be placed at a price taking
into account the voluntary reduction offered by the party.
23. Any modifications to the original offer after opening of offers shall be treated as unsolicited and liable of
rejection of whole offer
24. ORDER DISTRIBUTION:
SAIL, SRU may distribute order on more than one source.
Quantity allocation for the L-1 tenderer will be done as follows:
a) The L1 tenderer will be allocated the maximum QUANTITY for that item.
b) Distribution of the balance quantity will be done among the eligible bidders who match the
item-wise prices of L-1 on LCNC Basis. The volume of order to be distributed to other tenderers, who
match the L-1 item-wise prices will be based on their initial ranking and based on maximum number of
III. if the party fails to deliver the material in quality and quantity as per schedule, the buyer (SAIL-
SRU) reserves the right to either divert the unsupplied quantity to other suppliers/ bidders or
procure from alternate source at risk and cost of the defaulted supplier
IV. In the event of failure to supply the goods, or part thereof, within the contracted delivery period,
SAIL/SRU reserves the right to cancel the contract, or part thereof, and if so desired, to purchase
the balance quantity of goods from alternate source at the risk and cost of the defaulting supplier
and recover the difference in the event of extra expenditure by SAIL/SRU.
V. It should be noted that if order is placed on a higher price in preference to lowest acceptable offer
in consideration of earlier delivery, the defaulting supplier will be liable to pay SAIL / SRU the
difference between the contracted price and lowest acceptable price in case of failure to complete
supply in terms of such contract within the date of delivery specifically incorporated in the order
without prejudice to the right of SAIL/SRU to claim and recover from the defaulting party the risk
purchase difference.
The above conditions are however without prejudice to our other rights under the terms of the
contract.
38. RISK PURCHASE: In case the Supplier fails to supply (partially or fully) as per allocation/ delivery schedule,
the SRU Plants/ Units shall be entitled at their option to purchase elsewhere on account and at risk and
cost of Supplier, the items not delivered. Moreover the defaulting Supplier shall have no claim over the
allocated quantity, which the Supplier failed to supply
In case of Risk Purchase Action Claim is pending against a Bidder and the Bidder participates against any
fresh tenders, such offers shall be considered subject to Bidder reimburse the entire amount on account
of Risk Purchase Action to SRU prior to or on Initial Tender opening date.
39. Rescinding of Contract: The Purchaser reserves the right to suspend/ cancel/ short close the order, if the
Supplier’s performance is consistently poor
40. Purchase preference to Make in India Suppliers, MSEs/ Local MSEs/ Ancillary Units/ Startups:
40.1. Any purchase preference to MSEs/ Local MSEs/ Ancillary Units/ PSUs/ Government Organisations/
Startups as recognised by Department for Promotion of lndustry and lnternal Trade (DPllT) shall be based
on the extant guidelines issued by Government of lndia. Additionally, "Minimum Local Content (LC)" as
described in the Public Procurement (Preference to Make in lndia) Ordet 2017 (As revised on 16th
September 2020) and subsequent amendments, if any, shall be applicable.
The tenderer who is registered as Micro/small/Medium Enterprises with prescribed authority under
Micro, Small and Medium Enterprises Development Act-2006 are required to submit a valid self-attested
copy of Entrepreneurs Memorandum (Part-II)/ Udyog Aadhaar Registration Certificate or equivalent
along with the Techno-commercial bid. Tenderer, should ensure that the category of services and
goods/items manufactured mentioned in MSE’s certificate matches with the nature of the services and
goods /items to be supplied as per Tender.
Such document should be authenticated by the concerned DIC / MSME Development Institute (DI). Plants
/ units reserve the right to carry out physical verification.
In case such details are not provided, it will be presumed that the enterprise is not a Micro, Small and
Medium Enterprise as per the provision of the above Act and consequently they are not eligible to the
benefits admissible under the Act.
To avail the benefits, the Manufacturers are to fill up the relevant declaration form as per the “Annexure
- Declaration & Undertaking by Micro & Small Scale Enterprises” along with the Tender Documents in the
techno-commercial bid.
40.2. Procurement against this tender will be governed by the provisions enumerated in Govt. of India order
no. P-45021/2/2017-PP(BE-II) dt. 15.06.2017 duly modified dt 28.05.2018, 29.05.2019 and 04.06.2020.
Any subsequent modification / guidelines issued further from time to time shall also be applicable
including withdrawal of this order by Government of India.
a) "I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India; I certify that I am not from such a country or, if from such a
country, have been registered with the Competent Authority. I hereby certify that I fulfill all
requirements in this regard and am eligible to be considered."
c) In case bidder is registered for this purpose, evidence of valid registration by the competent
authority should be attached.
42. Responsibility :
As far as possible the role and responsibility for SRU shall be clearly defined by indicating the designation
and department of the concerned official.
However, if the responsibility is defined in the name of SRU-Plant or name of department of SRU plant,
the responsibility shall lie with the Head of the Concerned Plant.
43. TENDER shall be accepted in English language only. In case of submission of STATUTORY DOCUMENTS in
local language a self-certified translated copy of these documents shall be submitted and for the purpose
of this tender only this self-certified translated copy shall be considered. Any document in local language
NOT accompanied by such self-certified translated copy shall be ignored and the tenderer shall have be
deemed to have NOT submitted the said document.
Offer submitted by the tenderer and all correspondence and documents relating to the offer exchanged
between the tenderer and SAIL shall be written in the English Language. Any printed literature furnished
by the tenderer may be written in another language so long as it is accompanied by a duly signed English
translation in which case, for the purposes of interpretation of the offer, the English translation shall
govern.
44. The Vulnerability Atlas of India has been prepared by Building Materials and Technology Promotion
Council under Ministry of Housing and Urban Affairs, Government of India and available at their website
www.bmtpc.org.
It is mandatory for the bidders to refer Vulnerability Atlas of India for multi-hazard risk assessment and
include the relevant hazard proneness specific to project location while planning and designing the
project in terms of:
i) Seismic zone (II to V) for earthquakes,
ii) Wind velocity (Basic Wind Velocity: 55, 50,47,44,39 & 33 m/s)
iii) Area liable to floods and Probable max. surge height
iv) Thunderstorms history
v) Number of cyclonic storms/ severe cyclonic storms and max sustained wind specific to coastal
region
vi) Landslides incidences with Annual rainfall normal
vii) District wise Probable Max. Precipitation
45. Weighment:
For bulk material to be accepted by weight, all the trucks / wagons / trailers / tankers etc. shall be weighed
at the destination at the purchaser’s weighbridge(s).
Supplier’s challan weight for each truck / wagon / trailer / tanker etc. shall be accepted as final, if the
weighment at purchaser’s premises for that truck / wagon / trailer / tanker etc. is within the tolerance
range indicated in the contract. If the weighment at purchaser’s weighbridge(s) is found to be more than
the challan weight, the payment shall be restricted to the challan weight.
In case the weighment at purchaser’s weighbridge(s) is found to be less than challan weight even after
allowing the tolerance range indicated in the contract, the weighment at purchaser’s premises shall be
final for the purpose of payment.
Weighment tolerance : (±) 0.5%.
46. Inspection & Testing:
a) Before dispatch of material, the supplier at their own cost will get the same pre-inspected through
Government / Government approved Inspection Agencies/ RITES / NABL /NABL approved labs.
Inspection shall have to be done for both the quality and quantity as mentioned in the purchase order.
Material will be despatched by the supplier only if it is as per PO Specification (including rebate
formula).
1. If the security consideration, including questions of loyalty of the Agency to the State, so
warrants;
2. If the Director/Owner of the Agency, proprietor or partner of the firm, is convicted by a Court of
Law for offences involving moral turpitude in relation to its business dealings with the
Government or any other public sector enterprises or SAIL, during the last five years preceding
date of tender opening or during execution of contract, provided such information is known to
SAIL;
3. If there is strong justification for believing that the Directors. Proprietors. Partners, owner of the
Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of
tenders, interpolations, etc. during the last five years preceding date of tender opening or during
execution of contract, provided such information is known to SAIL;
4. If the Agency continuously refuses to return/refund the dues of SAIL without showing adequate
reason and this is not due to any reasonable dispute which would attract proceedings in
Arbitration or Court of Law;
5. If the Agency employs a public servant dismissed/removed or employs a person convicted for an
offence involving corruption or abetment of such offence, provided such information is known to
SAIL;
6. If business dealings with the Agency have been banned by the Central or State Govt. or any other
public sector enterprise at the time of submitting his bid or on the date of tender opening or at
the time of placement of order, provided such information is known to SAIL;
7. If the Agency has resorted to Corrupt, fraudulent practices including misrepresentation of facts
and/or fudging/forging/tampering of documents;
Annexures/ Formats
1. We, (name(s) of the tenderer(s)) of (address (es) of the tenderer(s)) refer to the bid/offer against (the “Tender”).
2. Non-collusion
We represent and warrant that in relation to the Tender:
(a) Our bid was developed genuinely, independently and made with the intention to accept the Contract it awarded.
(b) Our bid was not prepared with any agreement, arrangement, communication, understanding, promise of undertaking
with any person (including any other tenderer or competitor) regarding:
I. Prices.
II. Methods, factors or formulas used to calculate prices.
III. An intention or decision to submit a bid.
IV. An intention or decision to withdraw a bid.
V. The submission of bid that does not conform with the requirements of the tender.
VI. The quality, quantity, specifications or delivery particulars of the products or services to which this tender relates.
VII. The terms of the bid, and we undertake that we will not, prior to the award of the Contract, enter into or engage
in any of the foregoing.
3. Disclosure of in case of Job/ Project Contracts
We understand that we are required to disclose all intended sub-contracting arrangements relating to the Tender to the
Plants/ Units--------, Steel Authority of India Limited, Place -------------, including those which are entered into after the
Contract is awarded. We warrant that we have duly disclosed and will continue to disclose such arrangements to the
Plants/ Units--------, Steel Authority of India Limited, Place -------------.
Note:
Para 2(b) is not applicable to Agreements, arrangements, communications, understandings, promises or undertakings with:
a. The Plants/ Units, Steel Authority of India Limited, Place;
b. A joint venture partner, where joint venture agreements, arrangements, relevant to the bid exist and which are notified to the
Plants/ Units--------, Steel Authority of India Limited, Place-----------;
c. Consultants or sub-contractors, provided that the communications are held in strict confidence and limited to the information
required to facilitate that particular consultancy arrangement or sub-contract;
d. Professional advisers, provided that the communications are held in strict confidence and limited to the information required
for the adviser to render their professional advice in relation to the Tender;
e. Insurers or brokers for the purpose of obtaining an insurance quote, provided that the communications are held in strict
confidence and limited to the information required to facilitate that particular insurance arrangement.
(In case of any relationship between the proprietor / partner / Director of the firm/ company of the bidder with any
Employees of SRU or Director of SAIL & its subsidiaries, their names are to be disclosed)
To
Steel Authority of India Limited
SAIL Refractory Unit
[Insert the complete name of Public Body]
I declare that the proprietor or any partner of our firm or any Director of our company does not have any relationship
subsidiaries within the meaning of Section 6 of the Company’s Act 1956 with any employee working in SAIL Refractory
Unit or with any Director of SAIL including its subsidiaries.
Signature:
Name:
Position:
Place:
Date:
(If a the person or team representing the firm is also representing any other firm participating against the tender and if so,
give the details thereon to be provided)
To
Steel Authority of India Limited
SAIL Refractory Unit
[Insert the complete name of Public Body]
I declare that NO person or team representing our firm is also representing any other firm participating against is tender.
Signature:
Name:
Position:
Place:
Date:
Letter of Guarantee
1. Whereas M/s ………………………………………… (herein after referred to as the Supplier) and M/S SAIL Refractory Unit
(herein after referred to as the Purchaser) have entered into a Contract vide Purchase Order No………… dated ……….
(hereinafter called the said Contract) for the supply of …………………. Metric Tonnes of …………. (hereinafter referred to as
the Materials/ Services) to the Purchaser.
2. We, ……………… (Name, address and e-mail id of the Scheduled Bank issuing the BG) at the request of the Supplier,
do hereby undertake and indemnify and keep indemnified the Purchaser to the extent of Rupees …………… against any
loss or damage that may be caused to or suffered by the Purchaser, by reason of any breach by the Supplier of any of the
terms and conditions of the said Contract and/ or in the performance of the said contract by the Supplier. We agree that
the decision of the Purchaser as to whether any breach of any of the terms and conditions of the said Contract or in the
performance thereof has been committed by the Supplier and the amount of loss or damage that has been caused to or
suffered by the Purchaser shall be final and binding on us and the amount of the said loss or damage shall be paid by us
forthwith to the Purchaser on demand and without protest or demur.
3. We, ………………………. (Name, address and e-mail id of the Scheduled Bank issuing the BG) hereby further agree
that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for
satisfactory performance and fulfillment in all respects of the said Contract and that it shall continue to be enforceable
for (a) six months after the date of Bill of Lading of the last consignment of the Materials under the said Contract or (b) in
the event of any dispute(s) between the Purchaser and the Supplier, until such period(s) the dispute is settled fully,
whichever date is the latest and that if any claim accrues or arises against us,…………………. (Name and address of the
scheduled Bank issuing the BG) by virtue of this Guarantee before the dates referred to at (a) and (b) herein above, the
same shall be enforceable against us, ……………… (Name and address of the Scheduled Bank issuing the BG)
notwithstanding the fact that the same is enforced after the date referred at (a) or (b) herein above, whichever date is
the latest, provided that notice of any such claim has been given by the Purchaser before the dates referred to at (a) or
(b) herein above, as the case may be. Payments under this Letter of Guarantee shall be made promptly upon our
receiving the notice to that effect from the purchaser on demand and without protest or demur.
4. It is fully understood that this Guarantee shall become effective from the date of the said Contract and that we,
………. (Name & address of the scheduled Bank issuing the BG) undertake not to revoke this Guarantee during its currency
without the prior written consent of the Purchaser.
5. We, ………………. (Name and address of the scheduled Bank issuing the BG) hereby further agree that the
Purchaser shall have the fullest liberty, without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said Contract or to extend the time of performance of the said Contract by the Supplier from
time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the
Supplier and to forbear or to enforce any of the terms and conditions relating to the said Contract and we, ……………….
(Name and address of the Scheduled Bank issuing the BG) shall not be released from our liability under this guarantee by
reason of any such variation of extension being granted to the Supplier or any forbearance and / or omission on the part
of the Purchaser or any indulgence by the Purchaser or by any other matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have the effect of so releasing us from our liability under this Guarantee.
For and on behalf of ……………. (Name, Address and e-mail id of the scheduled Bank issuing the BG)
Signature: ………………………………..
Name: …………………………
Address: …………………………..
E-Mail id:……………………………….
Phone no.: ……………………………
Duly constituted attorney & authorised signatory
Designation: ………………………………..
Note: The BG issuing Branch should send, by REGISTERED POST, an unstamped duplicate copy of the BG directly to the
KEY CONTACT PERSON indicated in NIT with a covering letter to compare with original BG submitted by Tenderer in the
closed Bid.)
The successful tenderers are requested to submit BG towards SD cum PGB as prescribed above. In case of any
clarifications/ corrections, the matter may be referred to contact person.
The BG should be operable at listed Local Branch of Bokaro Steel City.
The Claim Period should be two months beyond the original validity period of BG.
To
Steel Authority of India Limited
SAIL Refractory Unit
[Insert the complete name of Public Body]
I/We*, the undersigned, declare that: I/We* understand that, according to your conditions, bids must be supported by a
Bid-Securing Declaration in lieu of Earnest Money Deposit. I/We understand that if I/We withdraw or modify our Bids
during the period of validity, or if I/We are awarded the contract and I/We fail to sign the contract, or to submit a
performance security before the deadline defined in the request for bids document, I/We will be suspended for the
period of one year from being eligible to submit Bids for all future contracts.
I/We* understand this Bid Securing Declaration shall cease to be valid if I am/we are* not the successful Bidder, upon the
earlier of :-
(i) The receipt of your notification of the name of the successful Bidder; or
(ii) Thirty days after the expiration of the validity of my/our* Bid.
Signed: [insert signature of person whose name and capacity are shown] In the capacity of
[insert legal capacity of person signing the Bid Securing Declaration]
Name: [insert complete name of person signing the Bid Securing Declaration]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
[Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all Partners to the Joint Venture
that submits the bid.]
We declare the above details are true. In case any of the details are found to be false/ untrue, our offer will be
liable for rejection /cancellation of order/ subjected to appropriate actions as per tender Terms & Conditions and
SAIL may take necessary steps for suspension of business dealing as per extant guidelines of SAIL.
Authorized Signatory
Declaration by Statutory Auditor of the vendor for values above Rs 10 Crs OR Self declaration for values
below Rs 10 crs.
In reference to SAIL-......... RFQ No. …………………………….. and M/s. ………….. offer no.
……………………………………………..
I/We have verified the records & documents produced before us by the management of M/s.
…………………………………… having regd. Office …………………………………….. & having their manufacturing
facility at ……………………………………………, I/we hereby certify that the company M/s ………………………
(Bidder Name) are local supplier meeting the requirement of minimum local content of ………….% as
mentioned in the above order.
Domestic value addition for …………………. (Material Name) has been calculated as per the government
guidelines as per the above mentioned order.
Further I/we also certify that M/s …………………………………(Bidder Name) is a ………………………………… (Class
I/ Class II) local supplier and is ………………………………………….(eligible/not eligible) to avail the benefits as
per Public Procurement Order No. P-45021/2/2017-BE-II dt. 15.06.2017, as amended from time to time
and as applicable on the date of submission of tender.
(Please Note: In case the vendor gets benefit under Make in India, then they shall have to submit this
form duly filled every half of the financial year till they have completed suppliers against the Order)
1 Company’s Name
2 Ownership Details
3 Manufacturer/ Distributor/ Dealer
4 Mention, if PSU/ Joint venture with PSU/ SSI Unit
5 In case of PSU/ Central PSU or State PSU
6 In case of a Joint Venture, details of % wise equity holding
7 MSME/ SSI Unit details, if applicable
8 ISO Status
9 Whether product is ISI Marked or as per ISI
10 Contact Person & Designation
11 Phone No.
12 Fax No.
13 E-mail
14 Financial details of Turnover & profit for the last 3 years
15 Major Manufacturing Capabilities
Sl No Name Installed Capacity Utilized Present level Order Booking
&Address Capacities FY 1 FY 2 FY 3
I, hereby, certify that all information provided above is correct to the best of my knowledge.
Format for STATEMENT OF DEVIATIONS from Tendered Specifications & Bid Terms
Following Deviations are proposed for consideration from NIT Terms & Conditions, Specifications and Commercial Terms
& Conditions.
Section & Para of NIT DEVIATION PROPOSED REMARKS with JUSTIFICATION for
Deviation
All Other Terms & Conditions of this NIT are acceptable to us as per this NIT.
NOTE: If there is No Deviation, the statement should be returned duly signed with an endorsement indicating “No
Deviations” in Techno-commercial bid.
Please use this Sheet to specify the Excise Duty, Sales Taxes & other Duties.
Date: __________
NIT/RFQ No.: [insert the RFQ/NIT number]
Bid No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To
Steel Authority of India Limited
SAIL Refractory Unit
[Insert the complete name of Public Body]
a) "I have read the clause regarding restrictions on procurement from a bidder of a country which shares a
land border with India; I certify that I am not from such a country or, if from such a country, have been
registered with the Competent Authority. I hereby certify that I fulfill all requirements in this regard and
am eligible to be considered."
Or
“I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land
border with India and on sub-contracting to contractors from such countries; I certify that I am not from such
a country or if from such a country, have been registered with the Competent Authority and will not sub-
contract any work to a contractor from such countries unless such contractor is registered with the
Competent Authority. I hereby certify that I fulfill all requirements in this regard and am eligible to be
considered."
Or
c) In case bidder is registered for this purpose, evidence of valid registration by the competent authority
should be attached.
“I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land
border with India. I hereby attach valid registration by the competent authority along with this techno-
commercial bid.”
Signed: [insert signature of person whose name and capacity are shown] In the capacity of
[insert legal capacity of person signing the certificate of conformance]
1. I/We the bidder(s) am/are signing this document after carefully reading the contents of the
above mentioned tender.
2. I/We declare and certify that I/we have not made any misleading or false representation
anywhere in the tender submitted including the annexures thereto.
3. I/We also understand that my /our offer will be evaluated based on the documents/ credentials
submitted along with the offer and same shall be binding upon me/us.
4. I/We declare that the information and documents submitted along with the tender documents
by me/us are complete and correct and I/we are fully responsible for the authenticity and
correctness of the information and documents, submitted by us.
5. I/We understand that at any time during process for evaluation of tenders, if any information/
document submitted by me/ us are found to be suppressing facts/ forged/ false / fabricated/
fudged or incorrect, it shall lead to forfeiture of the EMD, if submitted, besides banning under
the extant Guidelines for Banning of Business Dealings of SAIL and initiating any legal action as
deemed fit by SAIL. Further, I/we ........................................ (Name of the Bidder) and all my/ our
constituents understand that my /our offer shall be summarily rejected.
6. I/We also understand that at any time after award of contract, if the certificate(s) submitted by
me/ us are found to be suppressing facts / false / forged / fabricated / fudged or incorrect, it
may lead to termination of the contract, along with forfeiture of EMD / SD and Performance
Guarantee if submitted, besides any other action provided in the contract including banning
under the extant Guidelines for Banning of Business Dealings of SAIL, and initiating any legal
action as deemed fit by SAIL.
Place:
Date: