You are on page 1of 27

STEEL AUTHORITY OF INDIA LIMITED

IISCO STEEL PLANT


BURNPUR 713 325
Regd. Office
IspatBhawan,
Lodi Road, P.O.Box 3049,
New Delhi 110 003

Office of the DGM (Contracts)


Phone No. (0341) 2240 708
FAX No. (0341) 2241 506& 2240 704

Tender Enq. No. : Works/CD/ENG/16-17/OTE/08

Dated:26.05.2016

NOTICE INVITING TENDER


Sealed Tenders, in duplicate, under TWO PART Bid System(Part-I-Techno-Commercial Bid and Part-II (Price
Bid) are invited in the Company's prescribed Tender Forms, for the work as specified below:Repairing of False Ceiling in P&BS-2 Control Room Building.
Earnest Money-Rs. 15,000/Completion period- 9 months & validity of Contract- 12 months from the date of Issue of Work
Order.
Tender papers are enclosed herewith.
Sealed tenders, in duplicate, complete in all respect and super scribing above tender enquiry No. containing
three separate sealed envelopes, one each for (i) E.M. (ii) Techno Commercial Part ,(iii) Price Bid should be
dropped in the tender Box of D.G.M. (Contracts),Burnpur , before 15.00 Hours of 24.06.2016.
Opening of Techno Commercial Bid, Part-I, will be at 15.00 hours of 24.06.2016 in the office of
D.G.M.(Contracts), Burnpur in presence of tenderers, who may wish to be present. Opening of the Price Bid,
Part-II will be intimated in due course of time only to those tenderers, whose tenders will be considered as
being valid based on evaluation of Techno Commercial Bid i.e. Part-I. The Company's decision in this regard is
final and also binding on the tenderers. The tenders will be opened for acceptance for a minimum period of
120 days from the date of opening of tenders/30 days from the opening of Price bid or date of holding of
Reverse auction whichever is later.
Offers or modification of offers received after opening of tender shall not be considered.
The Company also reserves the right to cancel any or all tenders without assigning any reason whatsoever.
Further details of Terms & Conditions relating to Part-I and Part-II of Tender is indicated in the Invitation to
Tender which forms a part of the Tender documents.

D.G.M.(Contracts)
Enclo: Instructions to the Tenderers, Invitation to tender & Price Bid & General Terms & Conditions

[Type text]

STEEL AUTHORITY OF INDIA LIMITED


IISCO STEEL PLANT
BURNPUR 713 325
Regd. Office
IspatBhawan,
Lodi Road, P.O.Box 3049,
New Delhi 110 003

Office of the DGM (Contracts)


Phone No. (0341) 2240 708
FAX No. (0341) 2241 506& 2240 704
INSTRUCTION TO TENDERERS

Tender Enq. No. : Works/CD/ENG/16-17/OTE/08

Dated:26.05.2016

Repairing of False Ceiling in P&BS-2 Control Room Building.


1.0 The Tender Form consists of two parts:
(1) Part I Techno-Commercial Part
(2) Part II Price Part
2.0 TENDER FORM PART I:
It comprises of
a) Invitation to Tender
b) General Terms & Conditions
Tenderers are requested to read carefully all the pages of Part I before filling it as under:
(a) All pages have to be signed and stamped as a token of having being read, understood and
accepted all the terms and conditions mentioned therein.
(b) Strike out I or We, Me or Us, My or Ours as applicable in pages of General Terms &
Conditions.
(c) Filling in Particulars of Tenderers at Para 28.0 of General Terms & Conditions.
(d) Fill in details with regard to crossed account payee Demand Draft as payment for Earnest Money at Para
11.0 of General Terms & Conditions.

(e) Fill in details in Para 38.0 of General Terms & Conditions.


3.0 TENDER FORM PART II :
Price to be quoted by the tenderer as per format given in the tender.
4.0 In a big envelope put in the following three separate sealed envelopes (as mentioned in 4.1, 4.2 & 4.3
hereinafter) seal it and superscribe job title, tender enquiry ref. No. & date and addressed to the
D.G.M.(Contracts), IISCO steel Plant, Burnpur 713325, clearly indicating the name, address,
telephone No./FAX No. etc. of the tenderer on the envelope and drop it in the tender box maintained in
the Contracts Department, on or before 15-00 hours of 24.06.2016.
4.1 Crossed Account payee Demand Draft/Pay Order/ Bankers Cheque/Bank Guarantee (BG) from
Scheduled Commercial Bank except Co-operative and Gramin Bank as per our format (for details refer to
clause no 11.0 of GTC). towards payment for Earnest Money for a value of Rs.15,000/-(Rupees Fifteen
thousand only) in a sealed cover Marked E-1 clearly indicating the name, address, telephone No./FAX No.
[Type text]

etc. of the tenderer & Tender ref No. and date on the envelope.
Without Earnest money or proper exemption certificate (if applicable), tender will be rejected summarily.
Downloading the tender documents can be done from SAILs website www.sailtenders.co.in up to 23.06.2016.
However, the cost of tender documents will not be required. Earnest Money as mentioned above may be
put up in a cover Marked E-1 failing of inclusion of such documents will be liable for rejection of offer.
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 and conditions prescribed in the SAILs websites and no change
is made therein before submission of their tender. In the event of any doubt regarding the terms and
conditions/formats, the person concerned may seek clarifications from the authorized officer of ISP. In case of
any tampering/unauthorized alteration is noticed in the tender submitted, from the Tender Document available
on the
SAILs websites, the said tender shall be summarily rejected and the company shall have no liability
whatsoever on the matter. However, deviation if any proposed by the tenderer may be separately indicated for
acceptance or otherwise of ISP. Such proposed deviation will not be treated as tampering for the purpose of
application of this clause.
4.2 Duly filled in Tender Form Part I (Invitation to Tender & General Terms & Conditions). Original /Photo
copies thereof attested by a Gazetted Officer /Notary public of documents listed at Clause No.26.0 & 29.0 of
General Terms & Condition in a sealed cover - Marked-E-2 clearly indicating the name, address, Telephone
No./Fax No. etc. of the tenderer & Tender Ref: No. and date on the envelope.
4.3 Price Bid duly signed & stamped as per format given in Part-II in a sealed cover Marked-E-3 clearly
indicating the name, address, Telephone No./Fax No. etc. of the tenderer & Tender Ref: No. and date on the
envelope.
5.0 Part I of Tender will be opened on in presence of those tenderers or their authorized representative, who
may wish to be present at 15.00 hrs of 24.06.2016.
Please note that the opening of Techno-Commercial Offer (i.e. Part-I of tender) depends on receiving of
adequate number of Offers from the parties.
6.0 Opening of the Price Bid-Part-II will be intimated in due course of time only to those tenderers, whose
tenders will be considered as being valid based on the evaluation of Techno-Commercial Bid i.e. Part I.
The Companys decision in this regard is final and also binding on the tenderers.
7.0 Mere sale of tender paper does not bind the Company in any way in respect of the proposed contract
with the purchaser of tender paper. The Company reserves the right to reject any or all the tenders
without assigning any reason whatsoever.
8.0 Bids shall remain valid for a period of 120 days from opening of techno commercial//30 days from the
opening of Price bid or date of holding of Reverse auction whichever is later.
.

D.G.M (Contracts).

[Type text]

STEEL AUTHORITY OF INDIA LIMITED


IISCO STEEL PLANT
BURNPUR 713 325
Regd. Office
IspatBhawan,
Lodi Road, P.O.Box 3049,
New Delhi 110 003

Office of the DGM (Contracts)


Phone No. (0341) 2240 708
FAX No. (0341) 2241 506& 2240 704
INVITATION TO TENDER

Repairing of False Ceiling in P&BS-2 Control Room Building.


Earnest Money-Rs. 15,000/Completion period- 9 months & validity of Contract- 12 months from the date of Issue of Work
Order.
Tender Enquiry No. Works/CD/ENG/16-17/OTE/08 Dated:26.05.2016
Sealed Tenders, in duplicate are invited in the Companys prescribed Tender Forms, for the work as specified
below:Nature : Works Contract
The following Special Conditions of Contract shall be read in conjunction with the corresponding terms and
conditions stipulated in the enclosed General Terms & Conditions. In case of any contradiction between
the terms and conditions stipulated in this document and those contained in the enclosed General Terms &
Conditions, the terms and conditions contained in this document shall prevail.
1. BIDDERS OBLIGATIONS
1.1 The bidder shall be deemed to have visited the site and surroundings of the proposed work at his own
Cost and satisfied with all aspects, nature and extent of work and / or any other factor which might
influence his tender and shall be deemed to have verified and / or checked the data furnished by the
COMPANY, if any. Any plea on the ground of ignorance of site conditions will not be entertained.
1.2 All the services provided by the contractor shall be in conformity with accepted norms and best
available engineering standards including Indian Standards and IPSS.
1.3 Bidders responsibility shall also include execution of all such jobs not specifically mentioned in Price
Format but considered necessary for completeness of work.
2. SCOPE OF WORK
The proposed work broadly includes maintenance activities for repair of false ceiling and lighting fixtures in
P&BS-2 control room inside ISP as per specification and direction of Engineer-in-Charge. The scope of work
mainly includes but not limited to the following:
a) Dismantling of false ceiling boards with suspended channels including stacking of serviceable material at
a lead of 100 m from site.
b) Providing and fixing false ceiling with design ceiling tiles
c) Cleaning muck /silt / scrap etc. from top of roof/depositions of Rainwater Gutters/down pipes etc.
d) Grading of the roof top by laying 15 to 25 mm thick cement-sand plaster/PCC as per requirement
e) Dismantling of Decorative lighting fixtures with 2x36w lamps after switching off the power supply
f) Refitting of the same lighting fixtures after completion of the false ceiling job
[Type text]

Special Terms and Conditions (Sl. No. 3 to Sl. No. 23)


3. MATERIAL SUPPLY
3.1 The Contractor shall supply all materials required for successful execution of the job covered under
Price Format at his own cost
3.2 The Contractor shall neatly stack all job materials at one specified place near construction site from
where materials required for different jobs / location shall be drawn and carried by the Contractor, as
and when required, at his own Cost.
3.3 The Contractor shall maintain his own watch and ward at his own Cost for security of materials &
Equipment against theft, fire and any other hazards at site. COMPANY shall in no way be
responsible for any loss/damage to the materials on any account.
3.4 All servicable and salvaged false ceiling boards, channels etc. has to be submitted to SAIL-ISP as
per direction of engineer-in-charge
4. WORK PROCEDURE
It must be clearly noted that the contractor shall carryout all the jobs as per appropriate BIS/IPSS codes
wherever applicable. Also, all the materials and Workmanship shall be of very high quality and shall be in
accordance with the relevant Indian Standards and as per the direction of the Engineer. Before actual use
of any Material & Equipment, the same shall be inspected and approved by the Engineer. Further, it is
also to be noted that most of the jobs are required to be carried out in and around the vital installations.
Therefore, very careful and detailed planning, execution and mobilization of sufficient resources would
have to be done by the contractor so as to ensure the normal working of the offices in the surroundings,
safety of all personnel & equipment etc. and target completion dates of all the activities. Extra precautions
shall have to be taken in advance during dismantling and site preparations. The Company shall admit no
extra payments on this account, what so ever.
5. PROTECTION WORK / DIVERSION WORKS
The Contractor shall carry out the work in such a way that it does not affect normal day to day functioning
of adjacent offices as far as possible. Necessary arrangements to safeguard the existing men, materials,
equipment, structures during construction shall be the responsibilities of the Contractor.
6. TERMS OF PAYMENT:
100% of the certified bills will be released as progress payments against actual work done based on
certified measurement sheets. All progress payments made shall be regarded as payment by way of
advance against final payments only and not as payment for the work completed.
i)

COMPANY shall make no Advance Payment to Contractor on any account.

ii) Payment shall be made for the actual quantities of work executed by the contractor duly verified by
Engineer-in-charge. Quantities of Work indicated in the Price Schedule are approximate and
indicative only.
iii) All other Statutory Deductions viz. Income Tax, Workmens Compensation, Sales Tax on Works
Contracts etc. shall be made from Contractor Bills as per Rules/Regulations/ Acts in force.
iv) Maximum 3 (Three) nos. of bills including final bill against the actual measurement certified by the
representative of the company.

[Type text]

7. SECURITY OF CONTRATORS PLANT, EQUIPMENT / MATERIALS


Contractor shall arrange for necessary Security and Safety of their materials, Plants & Equipment etc. till
the project is taken over by COMPANY. No assistance shall be available from the COMPANY in this
aspect. Other stipulations on safety mentioned in the General Conditions of Contract shall be adhered to.
8. TOOLS, TACKLES & EQUIPMENT
All necessary Tools, Tackles and Equipment required for execution of the Work shall have to be arranged
by the contractor at his Own Cost including the Cost of Fuel & consumables. All necessary PPEs and
scaffolding/staging material shall also be arranged by the contractor at his own cost.
9. PRICE
The Contract is an item rate Contract. The unit rate/item rate shall remain firm, fixed and binding on the
Contractor irrespective of any variation of quantities stated under Price Format. The payment to the
Contractor will be made as per actual quantities done against each item and as per agreed unit rate.
10. JOB COMPLETION TIME/VALIDITY
i) The entire job covered under the scope of work shall be completed within 9 months from the date
of Instruction to start the work. However the contract shall remain valid for 12 months from the
date of Work Order whichever is earlier.
ii) Contractor shall plan the sequence of all works so as to achieve the desired progress keeping in
mind overall safety and stability at all points of time.
iii) The CONTRACTOR may work have to work beyond normal working hour and also on Sunday and
Holiday (with prior approval from COMPANY) as desired by COMPANY to maintain progress of
work as per schedule without any additional liability to COMPANY.
11. INSPECTION, TESTING & TAKING OVER
Inspection & Testing during progress of Site Work
a) COMPANY or its duly authorised representative shall have at all reasonable times access to the
Contractors Works, sites and shall have the power at all reasonable times to examine, inspect and
call for Tests of the materials and workmanship during the execution. The Cost of all the Tests shall
be borne by the Contractor.
b) The Contractor on being requested by COMPANY or its duly authorised representatives shall present
sufficient documentary evidence that the materials used in construction work will meet the
specification requirements.
12. GUARANTEE
The Contractor shall stand guarantee for his work at least for one year from the date of handing over of
the Work for any defect due to bad workmanship or poor performance or partial or total breakdown of
Work as a whole. If any such defect or breakdown takes place in that period, the same shall be made
good to the complete satisfaction of the Company, at the earliest without any delay, by the Contractor at
his own cost.
Security Money to be deposited by the successful tenderer will be retained by us against guarantee and
will be released only after successful completion of the job & Guarantee period. Security Money will not
bear any interest.
13. REPAIR / REPLACEMENT OF DEFECTIVE WORK
a) The Contractor shall be responsible for repair / replacement at no extra cost with all possible speed
and to the entire satisfaction of the Engineer of any inadequacies, defects, errors, faults in respect of
workmanship and or any act or omission of the Contractor that may develop in the work before the
expiry of the Guarantee Period, irrespective of whether the work has been taken over and regardless
of whether the work was earlier inspected/ accepted by Company..
[Type text]

b) In case such repair/replacement becomes necessary at site, the following additional responsibilities
shall rest on the Contractor without any extra cost, what-so-ever to Company
i) On being informed by the Engineer about any defect in the work by the Contractor, the Contractor
shall immediately go to the site to inspect and identify the location and cause of defect.
ii) In case the defect is found to be of such nature or extent that the site repair within a short period of
time is not likely or that the defective component or combination of components is required to be
taken out of the Companys premises for repair, then the Contractor on being so asked by the
Engineer shall bring to site the replacement of such defective component or combination of
components as early as possible and install the same at site with all possible speed before the
defective components or combination of components is taken up for site repair or removed from the
Companys premises, as the case may be. The replacement Item or Items provided as above on
interim basis can be taken out of Companys premises when the original component or combination
of components duly repaired has been installed at site and has been found to be satisfactory in
service by the Engineer.
iii) In case a defective work or component or combination of components is required to be replaced,
the Contractor shall arrange for supply and installation of the replacement as expeditiously as
possible and within the period approved by the Engineer. The defective component or combination
of components can be taken out of Companys premises when so permitted by the Engineer.
c) If the Contractor fails or refuses to carry out the repair/replacement of defective plant/work in
accordance with clauses (a), (b) above in the foregoing within a reasonable period of time, the
concerned work/portion, thereof, shall be rejected by Company who shall place order elsewhere at the
sole risk and Cost of the Contractor.
d) The Guarantee Period of 12 months shall stand extended by the period during which the work is not
capable of being operated/used as a result of such repair/replacement. Further, the repaired/new
components shall also be guaranteed for 12 months from the date of Final Acceptance of the
component.
14. SAFETY
Safety rules are to be strictly observed as per Safetys Circular. Safety induction passes will have to be
obtained by you from Safety Department prior to commencement of work.
15. HOUSE KEEPING
The Contractor shall be responsible for regular removal and cleaning of spillage/fall outs etc., if any, from
the roads, operational areas etc. consequent to and arising out of his work and maintain ground level,
slopes, drainage etc. in and around the dumps and operational area throughout the operation period of
the Contract by removing and disposing spillage/ accumulation as may be necessary and/or as directed
by SAIL-ISP at his own cost.
16. GENERAL
i) The Engineer-in-Charge may during the progress of work, ask for re-execution of part or whole of the
work executed but found not in accordance with the approved drawing / specification / I.S codes etc.
No extra claim shall be entertained for such work.
ii) Contractor staff and Workers will be authorised by the Company to enter Burnpur Works as required
through specified gates only for their Work in connection with Contract. Necessary passes etc. will be
issued to the required staff and Workers on Completion of formalities as per the Rules of the Company
in force. Particulars of the employees shall have to be furnished in advance to the Company as
directed. The Cost of necessary formalities to be done and photograph etc. required for issue of gate
passes shall be Contractors responsibility at Contractors Own Cost.
iii) The machinery/Equipment etc. and other vehicles belonging to and used for the execution of the
Contract or for other purposes shall have to follow routes inside Works and Entry/Exit through Works
Gates etc. as per rules in force at Burnpur Works. Authorization for such plying and/or Gate Passes as
[Type text]

may be necessary shall be arranged for by Executing Deptt., in collaboration with other concerned
Departments of the Company
iv) In bringing the materials belonging to Contractor for such construction all gate pass formalities must
be followed so that clear ownership can the established by Contractor if and when taking out the
salvaged materials after final site Clearance, dismantling of such structures etc. Failure to establish
clear ownership status may lead to withholding of permission to take out the salvaged materials and
their forfeiture by Company Contractor shall have to dismantle, at Contractor Own Cost, such site
office, stores etc. constructed by Contractor, on expiry of the Contract and/or as may be directed by
Company for any other reason. In case of failure to comply, Company reserves the right to get the
dismantling done by its agencies and realize the Cost from Contractors dues.
v) Contractor shall have to deploy at their Own Cost, competent licensed Workmen (as may be required
under relevant Rules/Act) to undertake installation and maintenance of power lines etc. as per
stipulations indicated earlier.
vi) All category Workers brought in by Contractor from Contractors permanent establishment or outside
for specialized jobs have to be taken back by Contractor on Completion of the job and on Termination
of Contract and no responsibility whatsoever, will be borne by Management of SAIL-ISP in respect of
any of the Workers.
17. a) Inspecting Authority

: Sri Sabyasachi Adhikary , Asst.Mgr(CM) ---- for Civil Jobs(Part I)


: Sri. P.S.Arora, DGM (P&BS-2)

b) Executing Authority

---- for Electrical Jobs (Part-II)

: Sri Suprakash Mukhopadhyay, Dy. Mgr. (CM)

18. All other Terms & Conditions will be as per GTC/Companys Rule
Note:
i)All the documents required to be submitted by the tenderer will be as per Clause No. 29.0 of GTC ;
S.S.I. Registration Certificate against Earnest money (If produced for exemption of EM)& Service Tax
Registration Certificate and documentary evidence fulfilling eligibility criteria will also have to be
submitted
ii) All documents should be attested by a Gazetted Officer/Notary Public without which the offer will
not be considered as valid.
iii) For efficient & safe execution of jobs, contractors are advised to preferably engage such contractor workers
who are having experience of working in ISP/Integrated Steel Plant and already possessing the ESIC and P.F.
numbers

iv) a) Company reserves the right to decide the Price through Reverse Auction (RA)
b) In case, if for any reason, the RA is not conducted/fails and physical sealed price bids have
been obtained with techno commercial bids, necessary approval shall be obtained and the
techno commercially acceptable bidders shall be asked to submit sealed decrement. The price
bids and decrements shall be opened together and the case processed
v) Only a single source will be engaged in rendering this service, unless specified otherwise.
vi) LabourLicence :The following points may be noted regarding labourlicence.

[Type text]

That no Contractor(s) is/are allowed commence/execute any work in works premises without
having the LabourLicence. Actual commencement/execution of work should start only after
obtaining the valid LabourLicence by you.

That Contractor(s) is/are required to engage labour within the maximum No. stipulated in the list
of contractors annexed to the certificate of Registration.
Strict compliance on the above issues may please be ensured to avoid any legal action by
ALC(Central), Asansol.

19. Payment will be released through E-payment mode. Payment will be made within 15 to 30 days from the
date of submission of bills clear in all respect.
The tenderer should furnish necessary Bank particulars for getting the payment through E-payment mode.
Minimum wages of all contractor workers will be as per West Bengal Govt.s Notification
In addition to the above, the successful tenderer/bidder shall have to pay a maximum of Rs.2100/- (two
thousand one hundred) only per month (Rs.80.77 per day of actual attendance)(as welfare allowance) not
linked to the wages in addition to the wages to all the contractor workers engaged by them. Necessary
deductions on account of ESI contribution shall, however, have to be made from the aforesaid payable
amount also.
The successful tenderer is required to make payment of wages/other dues to the contractor workers
through Bank only.
Payment will be released on proof of payment to the contractor workers through Bank/Cheque.
Gate passes will be issued to the contractor workers on submission of their respective Bank A/c. Nos.
only.
20.In order to ensure minimum wage payment and payment of PF and ESI in connection with all
Contracts, the following actions have to be implemented by the contractor.
i) Payment to all contractor workers (Minimum wages & Welfare Allowance) has to be witnessed by the
executing authority of the department, who will sign the payment sheet . Bill of the contractor must
accompany this sheet for clearance of payment by Finance.
ii)Attendance for all contractor workers, listed or un-listed, has to be kept in the department and a copy of
the attendance sheet duly signed by the executing authority of the department must accompany the
contractors bill.
iii)Monthly statement of PF and ESI payment for workers employed has to be submitted by the contractor to
the executing authority of the department irrespective of the date of submission of bill. Copy of these
statements will also accompany the contractors bill. Failure on the part of the contractor in this regard will
lead to debarring the contractor from future participation in tender.
iv) Finance department will not process any bill unless points mentioned in Sl. No. .i) to iii) above are
complied with.
21. Please note that in the event of injury to the successful tenderers workmen due to Works accident, the
entire cost of treatment at ISP, Burnpur Hospital and/or any referral centre shall be borne by the successful
tenderer. If the successful tenderer fails to bear the cost of the aforesaid treatment, the same will be
recovered from the successful tenderers running/final bill.
22. The tenderer must have a P.F. code provident Fund Registration Number allotted by concerned R.P.F.C so that all

[Type text]

P.F. related matters of the workers engaged by them should be handled by themselves and only documentary proof
of P. F. Pension contribution and other P.F. related changes to concerned R.P.F.C. should be attached with the bill
through the concerned department for processing and payment of their Bill for the job executed.
The tenderer must submit P. F. code along with the offer without which the offer of the party will be liable for
rejection.

23. The tenders before submitting their quotations may inspect the areas of work described above to assess
and understand the jobs involved. Please contact, Sri Suprakash Mukhopadhyay, Dy.Mgr (CM), for the
job, for further clarifications, if required, before quoting.

24. Eligibility criteria:


Technical Requirements
a) The bidder should have successfully completed at least one job of civil construction/maintenance
nature having an order value not less than Rs. 17.2 lacs or two such jobs having order value not less
than Rs. 10.75 lacs each or three such jobs having order value not less than Rs. 8.6 lacs each directly
under a government organization / public sector undertaking on single point responsibility in last 7
financial years prior to the date of opening of tender.
b) The bidder shall furnish necessary documentary evidence such as attested copies of award letters /

Order copies/contract documents and completion certificates for jobs for the above.

[Type text]

STEEL AUTHORITY OF INDIA LIMITED


IISCO STEEL PLANT
BURNPUR 713 325
Regd. Office
IspatBhawan,
Lodi Road, P.O.Box 3049,
New Delhi 110 003

Office of the DGM (Contracts)


Phone No. (0341) 2240 708
FAX No. (0341) 2241 506& 2240 704
GENERAL TERMS & CONDITIONS

1.0 DEFINITIONS :
(a) The term Contract shall mean the Invitation to Tender, the Instructions to Tenderers, the Tender acceptance of
Tenderer.
(b) The term Contractor shall mean the person/firm or Company with whom the order is placed and shall be
deemed to include the Contractor s successors, the representative, heirs, executors and administrators unless
excluded by the Contract.
(c) The term Company shall mean Steel Authority of India Limited IISCO Steel Plant.
(d) The term Executing Authority shall mean the Head of the different departments under whom the Contracts are
supposed to be executed.
2.0 The Executing Authority shall make any variation of the form of quality or quantity of the work or any part thereof that
may, in his opinion, be necessary and Contractor shall abide by the decision of the Executing Authority.
3.0 Quantities as and where set in the attached schedule of work are projected estimated quantities of work and these
are only meant for broad guidance whereas, the actual quantity necessary to be executed may increase or decrease
depending upon the exigencies of work and it is being very clearly stated that no damage/claim/compensation etc.
from, the Contractor will be entertained by the Company for any such variation whatsoever.
4.0 The Contractor shall always abide by the Security Rules of IISCO STEEL PLANT (ISP) as may be in force from time
to time.
5.0 All Contractors shall withdraw all Security passes to/from their workers immediately prior to their retrenchment and
deposit them in the office of pass Section of CISF under intimation to the Department.
6.0 The Contractor shall execute the job in such a manner that it does not affect/hamper the operation maintenance of
existing plants.
7.0 The Contractor should appoint authorized representative who shall be present at work site at all time & all days,
should also submit up to date list, from time to time, of such authorized person for sites to the Executing- in- charge.
8.0 The Contractor entrusted with the work shall in no case engage a Sub-Contractor for the execution of the work
unless specific written permission for the same is obtained from the Company.
9.0 After placement of order on the Contractor for the execution of the work, if for any reason at any state the Company
wished that the work should not be executed, the Company will have the right to terminate the contract at
Companys option. If however, the work has already been commenced and a part of the job is completed by the
Contractor, the Contractor shall be paid proportionately for the completed work only and Contract terminated at the
option of the Company.
10.0 After the completion of the work, the Contractor shall submit a detailed Reconciliation Statement of all the materials
issued to him, quantities consumed for the execution of the work and the balance left with the Contractor, balance
materials will have to be returned to the department. Please also note that the materials which cannot be reconciled
will be charged at penal rates ( as fixed by the Company) to the Contractor and will be realized from the Contractors
Bills.
11.0 Earnest Money Deposit: Earnest Money is to be deposited by the Tenderer with our DGM (Fin.) in the form of a
crossed Demand Draft/Pay Order or Bankers cheque drawn on any scheduled Commercial Bank except Cooperative &Gramin Bank in favour of Steel Authority of India Limited IISCO Steel Plant payable at Burnpur or
Asansol Branch of the said Banks. Bank Guarantee from Scheduled Commercial Banks except Co-operative
&Gramin Bank as per our format may also be accepted as Earnest Money. Documents in original as above must be
submitted along with the offer without which the offer shall not be considered as valid. The Earnest Money shall not
bear any interest and will be refunded to the unsuccessful tenderers, in due course of time.
Please note that if the drawee branch is at Asansol, then Payee Name should be Steel Authority of India Limited-

[Type text]

IISCO Steel Plant, Burnpur And if the drawee branch is at Burnpur, then Payee Name should be Steel Authority
of India LimitedIISCO Steel Plant.
For exemption of Earnest Money (as mentioned in Notice Inviting Tender) necessary documents must be submitted.
Small Scale Units/Ancillary Units and Public Sector Units/Govt. undertakings and Co-operative Societies may be
exempted from submission of Earnest Money as per Government policy based on documentary evidence. For SSI
Units, the exemption from submission of E.M. is to be granted only for the items for which is registered.
12.0 Security Deposit:
(i) Successful tenderer is required to deposit 10% amount of the full contract value as security money to the
company in the following manner:2.5% (two & half percent) of the full contract value as initial deposit within 15 days (preferred) time
from the date of receipt of LOI/Work Order before start of the work.
b)
Balance 7.5% (Seven & half percent) of the security deposit will be deducted from the running bills of
the contractor @ 10% of each bill value till total of 10% security deposit is recovered against the contract.
c)
Initial Security deposit is to be made by Demand Draft/Pay Order only drawn on any
nationalized/Scheduled Commercial Bank except Co-operative &Gramin Bank in the name of SAIL - ISP
payable at Burnpur Branches of Banks.
a)

(ii) The Contractor shall not be entitled to any interest on the amount of security money deposited by them in
whatever manner at any point of time.
(iii) The Security deposit shall be refunded to the contractor after satisfactory completion of work as certified by the
Executing Authority / as per terms of the work order / contract as applicable.
13.0 ARBITRATION : All disputes or differences whatsoever arising between the parties out of or relating to the
construction, meaning and operation or effect of this Contract or the breach thereof shall be settled by arbitration in
accordance with the rules of Arbitration of Indian Council of Arbitration and award made in pursuance thereof shall
be binding on the parties.
Subject as aforesaid the provisions of the Arbitration Act.1940 or any statutory modification or enactment thereby
and the rules made therein and for the time being in force shall apply to the Arbitration proceedings for this clause.
14.0 LIQUIDATED DAMAGES CLAUSE: If the Contractor fails to complete the work within the stipulated period and /or
as required by the Company. Contractor shall pay to the Company as Liquidated Damages to one (%)percent of
value of work for every days delay beyond stipulated period provided the entire amount of Liquidated Damages
under provisions of the Clause shall not exceed 10% of value of work . However, if the delay exceeds ten (10) days
Company reserves the right to terminate the Contract and get the job completed through other Agency/ies, at the
risk and cost of Contractor.
15.0 SAFETY: All necessary safety precautionary measures are to be adopted by successful Tenderer for his Workers
while working including providing safety appliances to the work-force deployed for the job at his own cost. Height
passes, if required, is also be arranged by successful Tenderer. It should therefore be ensured that Full body
Harness with double lanyard (Safety Belt), Safety Net, Fall Arresters etc. are made to the Contractors workers by
their respective Contractors whenever required and are used by them. All safety belts (to be used at height jobs)
should be free from any defect in harness, life line and anchorage hook and must bear IS Mark.
Before starting of the job, the contractor/s must submit individual medical certificate against every engaged
employee, issued by a registered medical practitioner (MBBS), in favour of the workers required to work at height
declaring that all such worker/s are fit to work at height.
16.0 Penalty: Penalty charges will be imposed on defaulting contractor as indicated below:A) Violation of safety norms:
Sl.No.
1.

[Type text]

Type of violation:

Penalty in Rupees
Works/Non- works
Projects
Occasional safety violations not wearing crash Rs. 1,000/Rs. 1,000/helmet inside the Plant

2.

3.
4.
5.

6.

Minor safety violation

Rs. 6,000/- for 1st violation


Rs. 12,000/subsequent violation

Rs. 10,000/- per first


violation,
Rs. 15000/- for subsequent
violation
Major safety Violation
Rs. 10,000/- for 1st Rs. 20,000/- for 1st
violation, Rs. 20,000/- for violation, Rs. 30,000/- for
subsequent violations.
subsequent violation.
Near Miss Cases which may lead to Fatal / Rs. 20,000/- or 10% of the Rs. 60,000/- or 20% of the
Permanent disability
contract value whichever is contract value whichever is
lower per incident.
lower per incident.
a) Fatal
a) Fine of Rs. 5 Lakhs or
a) Fine of Rs. 6 Lakhs or
b) Permanent disability (total loss of earning 20% of the contract value
20% of the contract value
capacity)
whichever is lower per
whichever is ower per
fatality for a contract upto
fatality for a contract up to
Rs. 10 Crores.
Rs. 10 crores.
b)Enquiry Committee shall b) Fine of Rs. 12 Lakh or
be formed & further 20% of contract value
advises like exemplary fine whichever is lower per
(over & above the fatality for a contract above
stipulated
mandatory Rs. 10 Crores.
penalty given above) / c) Enquiry Committee shall
debarring / banning / be formed & further
blacklisting
of
the advises like exemplary fine
contractor will be taken as (over & above the
per recommendations of stipulated mandatory
the committee
penalty given above) /
debarring / banning /
blacklisting of the
contractor will be taken as
per recommendations of
the committee.
Property damage cases
If any damage is caused to company properties during
execution of the job, a committee will be formed to
assess the damage and the penalty as suggested by the
committee will be deducted from the bill / Security deposit
of the contractor.

In addition to the above if safety norms are found to be violated more than 3 (three) times during the tenure of
the contract, ISP will have the discretion to terminate the contract forthwith. Moreover the defaultee contractor
may be debarred from participating in future tenders for the next 1 (one) year.
b) In case of fatal accident occurs during the execution of the contract, a penalty will be imposed on the contractor
on the basis of recommendation of a committee constituted by competent authority of ISP on case to case
basis.
a)

Apart from safety lapses a penalty from 1% to max. 10% of contract value for each specific
complaint/unsatisfactory performance and/or default during the terms of contract awarded to the successful
tenderer, depending upon the nature and extent of such complaint/default etc. will be imposed.
d) The aforesaid penalty will be realized from the Bill/Security Money/Earnest Money or from other dues of the
contractor.
c)

For detailed definition of various types violations & penalty to be imposed thereon, please refer to Annexure A
17.0 The Contractor shall have to pay minimum wages to his workmen as per West Bengal Govt.s Notification. Any
increase in such wages from base date (i.e. date of opening of tender) during the tenure of the Contract will be
reimbursed on actuals on submission of documents of wage disbursement to workers alongwith corresponding
deposition of PF & ESI.

[Type text]

The claim for reimbursement of wages on account of change in minimum wages should be made within one month
from the date of disbursement of said wages.
18.0 One point of Electricity and water will be available to the successful Tenderer free of cost from the nearest available
source. Necessary cabling/pipe lines for extension as required will be arranged by the successful Tenderer at his
own cost with prior approval of Executing Authority for the job .
19.0 P.F. Contribution of Contractors WorkmenFollowing process are to be followed by successful Tenderer :(a) In case the Tenderers have any exempt P.F trust of their own or are registered with RPFC. Then following
details of the same shall be given by the Tenderers in their Tenders, failing which, the Tenders shall be deemed to
be incomplete. The Tenderers have to declare in writing with their quotation that if the job is awarded to them, they
will deposit P.F contribution (of both Employer and Employees) with the exempt fund trust or RPFC as the case may
be month by month and that due particulars would be furnished to Company periodically.
(b) For those Tenderers who neither have any exempt P.F. trust of their own or P.F. Registration Number allotted to
them by P.F. Authorities, the P.F. Contribution of their workmen along with Contractors own subscription will
have to be deposited by the Contractor to the Company in cash or Bank Draft within the specified date to be
intimated to them at the time of award of Contract. Proof of having deposited the contribution against P.F will
have to be furnished by the Contractors along with the subsequent bills, failing which, Company will be at liberty
to take action as it deems fit.
20.0 State Insurance Act. : In terms of Section 1(3) of Employees State insurance Act., the Central Govt. has vide
notification No.S-38013/18/2001 SS dt.8.8.2001 made the provisions of the Act applicable to all factories covered
under the ACT within the (area) J.L.No.1 to 27 of Burnpur under Hirapur P.S. Accordingly, IISCO Steel Plant ,
Burnpur, falls within the purview of Sec. 2(12) of the Act. w.e.f. 01-09-2001.
In view of the above, Contractors/Contractors firms must register the names of the persons employed by them with
the Employees State Insurance Corporation and fulfill all the obligations as provided under the provisions of the
E.S.I Act 1948. It is to be ensured that each Contractor before termination of the Contract in IISCO Steel Plant ,
Burnpur has cleared all the liabilities under the E.S.I Act. before arranging final payment to the Contractor(s)
21.0 (a) Sufficient skilled workforce including adequate supervision for the job are to be arranged/deployed by the
successful Tenderer for the successful execution of the job.
Please note that all liabilities of successful Tenderers own work force deployed during and after completion of the
job shall be his.
(b) All other statutory payments as prevailing on the date of opening of the tender shall be ensured by the
contractor.
22.0 The successful Tenderer will have to submit a certificate about antecedents of his workers while applying for the
issued/renewal of P.P. Passes of his workers as per the format. (Annexure-A).
The successful Tenderer shall take appropriate action under intimation to the Company against such workers whose
character and antecedents are found or reported not satisfactory or has been reported to be involved or convicted
for criminal offence involving moral turpitude in the court of law.
23.0 PAYMENT SCHEDULE :
Payment will be released through E-payment mode. Payment will be made within 15 to 30 days from the date of
submission of bills clear in all respects.
Party should furnish necessary Bank particulars for getting the payment through E-payment mode.
24.0 If a Tenderer quotes unworkable rates and is considered for placement of order, the party will be asked to justify the
rate quoted and will have to give Performance Guarantee Bond (in addition to the Security Deposit) in the form of
Bank Draft/Bank Guarantee from any scheduled commercial bank except Co-operative &Gramin Bank. The amount
of Performance Guarantee Bond will be decided by the Company at the time of placement of order. Earnest Money
of the Tenderers who refuse to give Performance Guarantee Bond will be forfeited and they will not be considered in
retendering if Order/Contract is not finalized from the present Tender.
25.0 The Tenderer/s before quoting the rate/s must visit the worksite/Department to acquaint himself/themselves with the
working conditions, system of employment of labour and/or any other local conditions incidental to the work.

[Type text]

Tenderers may contract our Executing Deptt. for further details.


Tender documents is not transferable.
Scoring/overwriting/corrections by hand must be initialed with date by the tenderer/s representative/Agent.
26.0 EXPERIENCE IN THE LINE :
I/We enclose herewith as a documentary evidence attested photo copies of carrying out similar nature of job in last
5 years together with letters of award received in last 5 years with full details of award amount, quantity, scope of
work, completion period etc. I/We accept that IISCO Steel Plant reserves the right to refer back for checking
/confirmation/verification etc. and may reject our offer if our experience/ performance is considered unacceptable.
27.0 ACQUAINTANCE WITH THE JOB:
I/We have acquainted myself/ourselves with the working conditions system of employment of labour and all local
conditions general, special/ incidental or in relating to the work.
28.0 PARTICULARS OF TENDERERS :
28.1 I/We give below particulars of myself/ourselves.
28.1.1 Name :
28.1.2 Full Address :
28.1.3 Telephone/Fax Number :
28.1.4 Name of the Accredited Agent/representative :
28.1.5 Full address of the accredited Agent/Representative for purpose of communication and issue of instructions
at site.
28.1.6 Telephone Number at site/Local office/e-mail no..
28.1.7 Name of Bank
Type of Account

Address of the Branch


A/C No.

28.1.8 PAN No.


29.0 DOCUMENTATION:
I/We enclose herewith original/copies thereof attested by a Gazetted Officer/Notary Public:i) Certificate from a Nationalised Bank to prove the financial credibility to undertake the work.
ii) PAN Card
iii) Partnership Deed/Affidavit regarding ownership/Memorandum and Articles of Association. In the period of
tenancy of the Contract awarded, if any change is made in the declared partnership, the same shall be intimated to
IISCO Steel Plant and prior clearance obtained from IISCO Steel Plant.
iv) Company Registration Certificate.
v) Trade Licence
vi) Credentials as per Clause of Invitation to Tenderers.
30.0 DECLARATION :
I/We declare that :i) I/We have no relative within the meaning of Section 6 read with Schedule 1A of the Companies Act.1956
employed in any capacity in the Company.
ii) I/We have relative within the meaning of Section 6 read with Schedule 1A of the Companies Act.1956 employed in
the Company and furnish full name, particulars of position hold by the relative.
(Strike out whichever is not applicable.)
31.0 VALIDITY:
I/We agree to keep my/ourTender open for acceptance by the Company for a minimum period of 90/120/150 days
from the date of opening thereof.

[Type text]

32.0 TERMS &CONDITIONS :


I/We return the copies of the Invitation to Tender and General Terms & Conditions of Contract duly signed with seal
on every page in token of my/our having been read, understood and accepted all the terms and conditions
mentioned therein.
33.0 GENERAL :
I/We understand and note that :i) The terms and conditions in the Tender form are final for all purpose and no other terms and condition contrary or
in variation or additions to what are contained therein shall be accepted by the Company unless the same be
contained in any formal Agreement duly executed by the Company and the Tender/Contracts
ii) No subsequent correspondence on the Tender initiated by me/us will be entertained by the Company
iii) Canvassing in any form is strictly prohibited and that if I/We do resort to canvassing the Tender submitted by
me/us will be liable to rejection.
iv) Unless and until a formal Agreement (in Companys prescribed form) is prepared at my/our cost, the Iinvitation
to Tender, offer of myself/ourselves in this Tender from, the General Terms & Conditions of Contract and the written
acceptance of the offer or so much of the same by the Company, shall constitute a binding Contract between the
Company and myself/ourselves until the said Agreement (in companys prescribed form) is executed.
v) All Tenderers are to note that minimum wages/Basic Plus D.A. plus V.D.A payable to labourers as per rules in
force, and take this into account in tendering firm rates which will apply during entire tenure of the Contract i.e. no
escalation will be paid even on account of change in V.D.A They make seek clarification, if any, from Contracts
Dept& Personnel Dept. & quote accordingly.
vi) In case the Tenderer backs out or withdraws their Tender offer during the validity within which the Tender are to
remain open for consideration, the Tenderers Earnest Money will be forfeited. This provision for forfeiture shall also
apply to the offer that might be made by the Tenderer after negotiations and discussion with IISCO Steel Plant.
subsequent to the opening of the Tender . The valid period of the Tender offer shall be considered as that indicated
in Invitation to Tender and including also the period as per subsequent written confirmation the Tenderer for further
extension of validity, if any, beyond that indicated in the Notice Inviting Tender.
vii)In case the L-1 Tenderer backs out he/they shall be debarred from participation in all types of Tenders for 6(six)
months.
viii) Negotiation: The Company reserves the right to invite /call any Tenderer/s for discussions/negotiations as may
be decided after opening of Tenders. Non-compliance by the Tenderer to attend negotiation subnegotiations/discussion shall render his/their Tender liable to rejection with forfeiture of Earnest Money without
further reference. It is to be noted that holding of discussion/negotiations or finalisation on contract on basis of
Tenders received without discussion/negotiations is the prerogative of Management and there will be no claim on
the part of tenderer/s to ask for discussions/negotiations.
ix If my/our Tender is not accepted, I/We shall not be entitled to claim any costs, charges, expenses of and
incidental to or incurred by me/us through or in connection with my/our submission of Tender even through the
Company may elect to withdraw the Invitation to Tender.
x) Mere sale/issuance of Tender paper does not bind the Company in any way in respect of the proposed Contract
with the purchaser of Tender paper.
34.0 TERMINATION OF CONTRACT
i) Be it noted that any unlawful action, which is against the Safety and Security of the Plant and Equipment and
endangers human life, may lead to summary termination of the Contract, before the completion of the Contract
tenure and during the operation of tenure of the Contract.
ii) If the work and progress of the awarded work is not carried out as per the terms of agreement and successful
Tenderer fails to give any satisfactory explanation for poor performance of work and supervision, which is on
account of successful Tenderer s non-compliance of the working instruction, the Executing Department may
recommend to the Management for imposing penalty and on repetitive recurrence management may hold
successful Tenderer responsible and form a ground for revocation of the Contract as well.
35.0 FORCE MAJEURE:
If at any time during the continuance of this contract, the performance in whole or in part by either party of any
obligation under this contract shall be prevented or delayed by reason of any war, civil, commotion, sabotage,
floods, explosions, quarantine restriction, strikes, lockouts, or Act of God at Contractor/Company works only
(hereinafter referred to as events) provided notice of happenings of any such event with documentary evidence is

[Type text]

given by either party to the other within 15 days from the date of occurrence thereof, neither party shall be reason of
such events, be entitled to terminate this contract nor shall either party have any claims for damages against the
other in respect of non performance or delay in performance and the delivery of work under the contract shall be
resumed after such event has ceased to exist provided that power-cut interruption shall not be treated as an event
under Force Majeure condition.
Notwithstanding anything to the contrary stated herein, the Company shall have the right prior to the end of the
event of Force Majeure to terminate the Contract without any compensation to the Contractor if the Contract is
suspended by the occurrence of the event of Force Majeure for a period of more than ninety (90) days.
36.0 IISCO Steel Plant reserves its rights to remove from list of approved suppliers/contractors or to ban business
dealings if any Agency has been found to have committed misconduct and also to suspend business dealings
pending investigation.
37.0 Should any provisions in the General Terms & Conditions of Contract be contrary to the Invitation to Tender, the
provisions in the Invitation to Tender shall prevail.
38.0SIGNATURE :
This Tender form has been duly filled in, sealed, signed and dated by me/us and every page of the enclosed
documents has been signed with date by me/us in token of my/our acceptance thereof .
Yours faithfully
Enclo:

Signature of Contractor with Seal


In the capacity duly authorized to sign
Tenders for and on behalf of :

Signature of Witness:
Address of Witness:
Name of the Contractor and Address:
Occupation of Witness
Dated

ANNEXURE - B

LETTER HEAD OF CONTRACTOR


Ref. No.

Dated

To
The Asst. Commandant (Pass)
C.I.S.F.
IISCO Steel Plant, Burnpur
Dear Sir,

We have been awarded the Contract of (Job description)


....
Contract No. .. for a period of
..
Under department.
Photocopy of the said Contract/Letter of Intent is enclosed.
The contract labourers whose particulars are given below will be engaged in the said job. We would request
you to kindly issue fresh passes/extend the validity/date of renewal.

[Type text]

Sl.
No.

Name of the
Cont. Labour

Fathers/
Husbands
Name

Age

Identification
Mark

Local Address

Permanent
Address

We certify that the character and antecedents of the above mentioned workers have verified and there is nothing
adverse against them.
Thanking you,
Yours faithfully,
(Signature of the Contractor with seal)
(*)
The passes may be issued with
(Signature of Department Head with seal)
(*) To be mentioned whether validity date or date of
renewal depending upon the clarification given
under point No. 1 and point No. 2 of Circular
Ref. ED(W)/CD/CIR/1624 dtd. 30.09.91

ANNEXTURE-A
Category

Violations covered under the category

I.

Occasional violation - Not wearing crash helmet within the Works


Area
Minor violations
1. Shuttering not done (below 2 mtrs level) of
A Excavation
excavation.
2. Excavated materials left near the edge of
the pit.
1. Proper board plug.
2. Taking shelter behind electrical panel.
B Electrical
3. Source of supply/danger board not
displayed on the Power Distribution Boards
(PDB).
4. Cables used having many joints.
C Material
1. Guy ropes not used during shifting of
Handling
materials.

[Type text]

Area-wise penalty in
Rupees/violation
Works/NonProjects
works
Rs. 1,000/Rs. 1,000/-

II.
D

Gas
Cutting

E
F

Arc
Welding
PPEs

Vehicle

Permit

General

Height

III.
B

[Type text]

Excavation

1. Rolling/Lifting of cylinders/dragging on the


ground (without cage).
2. Gas hose pipe clamping done by wires.
3. LPG Cylinder date expiry / over.
4. Wet bags/cover not put on gas cylinder.
5. Loading /unloading of cylinder-cushion not
given.
6. Colour coding of gas cutting of hoses not
followed.
1. Welding with non-standard holder.

Rs. 6,000/- for


1st violation
Rs. 12,000/subsequent
violation

Rs. 10,000/per first


violation, Rs.
15000/- for
subsequent
violation

Rs. 10,000/- for


1st violation,
Rs. 20,000/- for
subsequent
violations .

Rs. 20,000/for 1st


violation, Rs.
30,000/- for
subsequent
violation.

1. PPEs should be ISI marked


1. Driving of heavy vehicles on the main road
during restricted hour.
2. Parking at unauthorized place.
3. Truck side panel broken/ not Ok.
4. No number plate on vehicle.
5. No head / indicator/brake light / horn on the
vehicle.
6. Tyrese of vehicle having patching /bolting.
7. Un-authorized dumping of material.
1. Not putting red flags / stopper.
2. Dismantling of structure without authorized
plan.
1. Make-shift arrangement for job execution.

Major Violations
1. Unauthorized entry at height / hazardous
locations
2. Fall arrester not provided / used.
3. Height Pass not made / not available
4. Using bamboo / or other non-standard
material for scaffolding.
5. Railing not given at platforms or opening of
floor.
6. Scaffolding planks not tied.
7. Throwing / dropping of material from height.
8. Proper ladder / approach not given for
working at height.
9. Full body harness (FBH) not wearing.
10. Lifeline of FBH not anchoring.
11. Floor opening left unguarded in the area of
work.
12. Working at roof without work permit.
13. Walkway/cross over path not provided.
1. No barricading of excavated pits.
2. Proper ladder / steps not provided for
descending / ascending.
3. Overhanging burden in pit not removed in
excavation.

Electrical

Material
Handling

Vehicle

PPEs

Permit

1. Power Cable clamped with G.I. wires to post


/ pillar.
2. Power cables tied on reinforce rod /
structure without proper insulation.
3. Loose connection taken from board without
4. Power cables/electrical wires lying on
ground in haphazard manner.
5. Electrical Control Post not provided with
Barrication /Shelter/Canopy.
6. Earthing not provided on Electrical
equipment.
7. ELCB RCCB not installed on PDB.
1. Use of damaged slings/tools/ropes.
2. Fitness certificate of cranes / heavy vehicles
lifting tools & tackles not available.
3. Crane rope conditions not Ok.
4. Rope of crane not clamped properly.
1.
2.
3.
4.
5.
6.
1.
2.
1.
2.
3.
4.

Statutory
Records

1.
2.
3.
1.
2.

Arc
Welding

3.
4.
5.
6.

[Type text]

Sleeping under truck.


Driving in intoxicated condition.
Dropping /Spillage of material on the road.
Violation of approved speed limits during
plying on the road.
No front /rear wheel guards on Hydra-m/c.
Driving license not available /valid.
Not wearing safety helmet, safety shoes at
site.
Working in slippers / barefoot.
Hand gloves not used.
Working without work permit / shut down
Unauthorized oxygen tapping.
Working on ISP installations without
permission.
Critical /heavy erection of structures without
authorized plan.
SWL Certificates of lifting machines /
equipments not valid / available / details not
displayed on the equipment.
Eye examination records of vehicle/crane
operators not available.
Electrical Authorization not available.
Welding screen not used.
Welding machine earthing not done.
(Double body earthing).
Using non-power cable instead of welding
cable.
Welding cables used with many joints.
Lugs not provided for connecting cables to
Welding machines.
Local isolation switch not provided on
welding machines.

Rs. 10,000/- for


1st violation,
Rs. 20,000/- for
subsequent
violations .

Rs. 20,000/for 1st


violation, Rs.
30,000/- for
subsequent
violation.

IV

General

Gas
Cutting

Near Miss Cases which may lead to Fatal / Permanent disability

Category

V.

1. Absence of Supervisor at work site.


2. Sleeping adjacent to the Furnace / Gas
prone area.
3. Not having proper gate passes / other area
passes.
4. Not reporting of accident.
5. Hand grinders / mixer machines without
guard.
1. Working with leaking cylinder.
2. Gas cutting without required PPEs.
3. Condition of hose pipe not good.
4. Flash Back Arrester not provided at Torch &
Cylinder end.

Violations covered under the category

Fatal Accidents / Permanent


disability

[Type text]

Rs. 20,000/- or
10% of the
contract value
which is lower
per incident.

Rs. 60,000/or 20% of


the contract
value
whichever is
lower per
incident.

Area-wise penalty in Rupees/violation


Works/Non- works
Projects
a) Fine of Rs. 5
a) Fine of Rs. 6 Lakhs or 20%
Lakhs or 20%
of the contract value
of the contract
whichever is ower per
value
fatality for a contract up to
whichever is
Rs. 10 crores.
lower per
b) Fine of Rs. 12 Lakh or 20%
fatality for a
of contract value whichever
contract upto
is lower per fatality for a
Rs. 10 Crores.
contract above Rs. 10
b) Enquiry
Crores.
Committee
c) Enquiry Committee shall be
shall be formed
formed & further advises like
& further
exemplary fine (over &
advises like
above the stipulated
exemplary fine
mandatory penalty given
(over & above
above) / debarring / banning
the stipulated
/ blacklisting of the
mandatory
contractor will be taken as
penalty given
per recommendations of the
above) /
committee.
debarring /
banning /
blacklisting of
the contractor
will be taken as
per
recommendatio
ns of the

committee

VI

Property damage cases

[Type text]

If any damage is caused to company properties during execution


of the job, a committee will be formed to assess the damage and
the penalty as suggested by the committee will be deducted from
the bill / Security deposit of the contractor

[Type text]

STEEL AUTHORITY OF INDIA LIMITED


IISCO STEEL PLANT

TENDER FORM: PART: II


(PRICE BID)
To
D.G.M.(Contracts),
IISCO Steel Plant,
Burnpur 713 325
Ref.No

Date

Dear sir,
Sub: Repairing of False Ceiling in P&BS-2 Control Room Building.
Ref.: Tender Enquiry No. Works/CD/ENG/16-17/OTE/08 dated:26.05.2016
I/we, hereby tender to do the above job at the rates specified below and shall abide by the Invitation to
Tender and General terms & Conditions (Tender Form Part I) which have been thoroughly read and
understood by me/us and are duly signed, with seal on each page and submitted as Part I ((Price Bid to be
submitted in duplicate).Company reserves the right to decide the Price through Reverse Auction (RA).
Rate:
S. No. Description of Work

Qty.
(A)

Unit.

Part- I Civil Part


1

Dismantling of false ceiling boards with 1850 Sq.M


suspended channels including disposal of
unserviceable surplus material and
stacking of serviceable material within
100 meters lead and inclusive of all lifts,
as directed by Engineer-in-charge.

Providing and fixing, in position


suspended false ceiling using Powder
Coated G.I., exposed grid ceiling
suspension system of reputed brand in
grid size 600mm x 600mm with main
runner 39 x 24.7mm, cross tee 29mm x
24.7mm & wall angle 22.2mm x 22.2mm.
Using 6mm thick non-asbestos fibre
cement board, Vboard (High Pressure
Steam Cured), manufactured by M/s
Visaka Industries Limited or equivalent
as IS 14862: 2000 Type B Category3,

[Type text]

1850 Sq.M

Rate /Unit(Rs.)
(In figures/In words)
(B)

Total Amount (Rs.)


( C ) = (A x B)

pre-primered, plain board manufactured


by Visaka Industries Ltd. Or equivalent, of
size 5959x595mm to be placed in a grid
of G.I. System duly suspended with 6mm
dia.G.I/M.S bar hanger fixed with steel
dash fastener or iron purlin from the roof
with adjustment clip providing positions
for light fixtures, air conditioning diffuser
and ducts, sprinlkers, smoke detectors
etc. The main runners to be secured to
structural soffit by hanger @ 1220mm
maximum c/c. The last hanger at the end
of each main runner should not not be
place at more than 450mm from the
adjacent wall. Flush fitting 1200mm cross
tee to be interlocked between main
runners @ 600mm c/c, so as to form
600mm x 600mm grid, all complete as
per the drawing & directions of engineerin-charge. One coat of water based
cement primer to be applied on both
sides and edges of the board finished
with 2 coats of acrylic emulsion paint of
approved shade complete.
3

Cleaning muck /slit /scrap, other


2000 Sq.M
accumulations & Misc. other manual jobs
from top of roof/Depositions of Rainwater
Gutters/Down pipes etc. including
depositing the rubbish within a distance
of 100 metres fro the area of work as per
the direction of engineer-in-charge.

Grading of the roof top by laying 15 to 25


mm thick cement-sand plaster/PCC as
per requirment using 1:4 cement-sand
mortar/ 1:1.5:3 P.C.C. And finishing the
top with slurry cement @ 0.488kg/sqm
mixed with water proofing cement
compound @ 0.253 kg/sqm including all
handling , lead & lift etc. as per direction
of Engg-in-charge complete.

2000 Sq.M

Sub-total (a)
Add: Service Tax and swach bharat cess @ 14.5% of 70% of
(value of work done) (b)
Gross Amount including Service tax for part I Civil Part (a+b) (A)

[Type text]

Part II Electrical Part


1

Dismantling of Decorative lighting fixtures 290


with 2x36w lamps after switching off the
power supply.

No

Refitting of the same lighting fixtures after 290


completion of the false ceiling job

No

Sub-total (a)
Add: Service Tax and Swach Bharat Cess @ 14.5% of value of work done (b)
Gross Amount including Service tax for part II Electrical Part (a+b) (B)

Gross Amount (A + B)

..

Note :
(i)

Total Price (Gross amount) is to be quoted inclusive of all Taxes & duties, Welfare
Allowance , Swachh Bharat Cess and Service Tax, as shown at the end of Rate chart table.

(ii)

Service Tax thereon should be claimed by the contractor as per Rule 4A of Service Tax rules.

(iii)

Escalation due to increase in wages as per W.B.Govt. notification& corresponding deposition


Towards P.F. & ESI will be reimbursed at actuals as per clause mentioned under General Terms
and Conditions.

(iv)

Price Break-up as per price format must be provided.

Declaration by the bidder:


1.1 I/we quote ALL INCLUSIVE FIRM RATE covering all expenses etc. both in words and figures.
1.2 I/we confirm that all inclusive rate quoted above covers incidence of all liabilities in respect of the
obligations which are required to be undertaken by me/us in terms of the Contract.
1.3 I/we confirm that the all-inclusive rate quoted above shall be firm and not vary or change during the validity
period of the offer and also during the tenure of the Contract under any circumstances

[Type text]

2.0 SIGNATURE: This Tender Form Part II has been duly filled in, sealed, signed and dated by me/us in
token of my/our acceptance thereof.
Yours faithfully,
Signature of contractor with seal
___________________________
In the capacity duly authorized to
Sign Tender for and on behalf of:
__________________________
Name of the Contractor and Address
_____________________________
Dated-----------------------------------

[Type text]

You might also like