Centrifugal Compressor

10
NIT NO. T&C(M)/A5934/AKG/219 Page 1 of 10 Steel Authority of India Limited (A GOVT OF INDIA ENTERPRISE) BOKARO STEEL PLANT TENDER & CLAIMS DEPARTMENT ISPAT BHAWAN, BOKARO STEEL CITY – 827 001 BOKARO, JHARKHAND (INDIA) Telephone: +91 6542-240 375. Fax: +91 6542-240 375/163 Email: [email protected] Registered Office - ISPAT BHAWAN, LODI ROAD, NEW DELHI-110 003 ……………………………………………………………………………………… Ref.No: T&C(M)/A5934/AKG/219 Date: ............... OPEN TENDER NOTICE NO: T&C(M)/A5934/AKG/219 dated 10.12.2012 To, M/s ------------------------------------------------------ ------------------------------------------------------ ------------------------------------------------------ Dear Sirs, We are enclosing a set of bidding documents for the work of design, engineering, documentation, manufacture/fabrication, assembly, testing and inspection at manufacture’s works, packing, insurance, supply, transportation, unloading, storage at site, erection, testing & commissioning, and performance guarantee test of the equipment and facilities for “ Installation of 2 nos. of Centrifugal compressor at Central Compressor Plant III in BSL” along with auxiliaries, drives, interconnected piping & fittings within battery limits, electrics & control system, instrumentation & controls to make the system fully operational and complete in all respects on Turn-key” basis. All civil & structural works as stipulated in subsequent clauses is also included in scope of successful bidder. For complete scope as detailed in enclosed Technical Specification No: CET/02/RN/3384/TS/UT/01/R=1 of December’2011 along with duly filled in Bid Data Sheet, Check List, Standard Bidding Documents (SBD), May 2009 and General Technical Specification No. MEC/S/E24F/11/38/0/00/00/F1874/R0 March’2007. Preferred make of the equipment shall be as per the TS. Make given in the GTS will be applicable only for those items which are not covered in the preferred make list in the TS. 1. COMPLETION TIME : “Time For Completion” for the Package is 16 (Sixteen) Months from the Effective Date of the Contract. ie from the date of signing of the Contract or 30th day from the date of placement of LOA, whichever is earlier. 2. RECEIPT AND OPENING OF TENDER : You are requested to submit your Bid, in the form and manner as specified in the Bidding Documents, so as to reach the Office of Dy. General Manager (Proj) I/c Tender & Claims, Ispat Bhawan, Bokaro Steel Plant, Bokaro Steel City – 827 001, Jharkhand, India on or before 11.30 AM of 09/01/2013. Bids will be opened thereafter. 3. SALE & COST OF TENDER DOCUMENT : Tender Document can be obtained on request from the Office of Dy. General Manager (Proj) I/C, Tender & Claims, Bokaro Steel Plant, Ispat Bhawan, Bokaro Steel City, Bokaro, Jharkhand, India on all working days during working hours from 17/12/2012 to 02/01/2013, if the documents are to be collected personally or through authorized representative, on payment of Rs. 5000.00 in the form of Demand Draft / Banker’s Cheque / Pay Order drawn from any Indian Nationalized/Scheduled Bank in favour of SAIL, Bokaro Steel Plant payable at Bokaro Steel City OR on payment of cash in INR at Cash Counter of SAIL, Bokaro Steel Plant,

description

imp doc

Transcript of Centrifugal Compressor

Page 1: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 1 of 10

Steel Authority of India Limited

(A GOVT OF INDIA ENTERPRISE) BOKARO STEEL PLANT

TENDER & CLAIMS DEPARTMENT ISPAT BHAWAN, BOKARO STEEL CITY – 827 001

BOKARO, JHARKHAND (INDIA) Telephone: +91 6542-240 375. Fax: +91 6542-240 375/163

Email: [email protected] Registered Office - ISPAT BHAWAN, LODI ROAD, NEW DELHI-110 003

………………………………………………………………………………………

Ref.No: T&C(M)/A5934/AKG/219 Date: ...............

OPEN TENDER NOTICE NO: T&C(M)/A5934/AKG/219 dated 10.12.2012 To, M/s ------------------------------------------------------ ------------------------------------------------------ ------------------------------------------------------ Dear Sirs, We are enclosing a set of bidding documents for the work of design, engineering, documentation, manufacture/fabrication, assembly, testing and inspection at manufacture’s works, packing, insurance, supply, transportation, unloading, storage at site, erection, testing & commissioning, and performance guarantee test of the equipment and facilities for “ Installation of 2 nos. of Centrifugal compressor at Central Compressor Plant III in BSL” along with auxiliaries, drives, interconnected piping & fittings within battery limits, electrics & control system, instrumentation & controls to make the system fully operational and complete in all respects on “Turn-key” basis. All civil & structural works as stipulated in subsequent clauses is also included in scope of successful bidder. For complete scope as detailed in enclosed Technical Specification No: CET/02/RN/3384/TS/UT/01/R=1 of December’2011 along with duly filled in Bid Data Sheet, Check List, Standard Bidding Documents (SBD), May 2009 and General Technical Specification No. MEC/S/E24F/11/38/0/00/00/F1874/R0 March’2007. Preferred make of the equipment shall be as per the TS. Make given in the GTS will be applicable only for those items which are not covered in the preferred make list in the TS. 1. COMPLETION TIME: “Time For Completion” for the Package is 16 (Sixteen)

Months from the Effective Date of the Contract. ie from the date of signing of the Contract or 30th day from the date of placement of LOA, whichever is earlier.

2. RECEIPT AND OPENING OF TENDER: You are requested to submit your Bid, in

the form and manner as specified in the Bidding Documents, so as to reach the Office of Dy. General Manager (Proj) I/c Tender & Claims, Ispat Bhawan, Bokaro Steel Plant, Bokaro Steel City – 827 001, Jharkhand, India on or before 11.30 AM of 09/01/2013. Bids will be opened thereafter.

3. SALE & COST OF TENDER DOCUMENT: Tender Document can be obtained on request from the Office of Dy. General Manager (Proj) I/C, Tender & Claims, Bokaro Steel Plant, Ispat Bhawan, Bokaro Steel City, Bokaro, Jharkhand, India on all working days during working hours from 17/12/2012 to 02/01/2013, if the documents are to be collected personally or through authorized representative, on payment of Rs. 5000.00 in the form of Demand Draft / Banker’s Cheque / Pay Order drawn from any Indian Nationalized/Scheduled Bank in favour of SAIL, Bokaro Steel Plant payable at Bokaro Steel City OR on payment of cash in INR at Cash Counter of SAIL, Bokaro Steel Plant,

Page 2: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 2 of 10

Bokaro Steel City. Alternatively, the tender documents can be downloaded from the website, www.sailtenders.co.in and the cost of tender documents be enclosed with the PART-I of bid. Tender documents as well as tender cost are non-transferable & non- refundable.

4. BID SECURITY: The Bidder is required to submit Bid Security of Rupees 5,00,000/- (INR Five Lakhs only) in the form and manner as mentioned in the Bidding Documents.

5. The tenders should be prepared and submitted in 3 (three) parts in 3 (three) separate sealed Envelopes as follows:

Part-I: Cost of Bidding Documents, Bid Security and Mandate Form Part-I of Bid shall contain Cost of Bidding Documents, Bid Security, and filled-in Mandate Form for e-payment in the form and manner as specified in Bidding Documents. The tenderer shall also indicate PAN No., Bank A/c No. and name of the Bank in their offer.

Part-I of Bid shall not contain any information / data in respect of Bidder’s Price. The Bid received without acceptable Bid Security and Cost of Bidding Documents shall be liable for rejection.

PART-II: TECHNICAL AND COMMERCIAL One original and Ten copies along with soft copy in CD shall be submitted. The offer must be submitted with documents required for bidders to qualify as per technical and commercial eligibility criteria and as per Check listed enclosed.

Part-II of bid shall contain all documents and details, which the Bidder considers it prudent, w.r.t Bidder’s meeting the stipulated Eligibility and Consortium requirements (in case Bidder is a Consortium) and Technical and Commercial offer in terms of requirements set forth in bidding documents and an unpriced copy of the Price Bid with the word “QUOTED” in place of price data furnished in the Price Bid.

The Employer may at its discretion, request a Bidder for submission of any document for its scrutiny not submitted in Part-II but considered necessary for evaluation of Bidder’s fulfillment of Eligibility and Consortium requirements and evaluation of its techno-commercial part of offer in terms of bidding documents. The same will have to be submitted by the Bidder within stipulated time period, as would be notified by the Employer, from the date of intimation, failing which their offer will be evaluated as per the available documents.

Part-III: Price Bid

One original and two copies shall be submitted. Part-III of Bid shall consist of applicable Price Schedules duly filled in signed and dated and shall contain prices only without any terms & conditions.

6. The envelopes containing Part-I of the Biding Documents and Part-II of the

bidding documents shall be opened in sequence on tender opening date in presence of such tenderers who may be present. In case Part-I of the bidding documents are found in order, then only the envelopes containing (Part-II) the technical and commercial parts shall be opened. The price part (Part-III) shall be opened in presence of the tenderers who may be present at a later date after freezing technical and commercial aspects of the tender. The time, date and venue for opening of price part shall be intimated to the tenderers in due course.

The bidders may please carefully note the following:

i) The bidders shall ensure inclusion of Cost of Bidding Documents and Bid Security as per stipulations of the IFB in Part-I. Non-compliance to the above shall lead to outright rejection of the offer / bid.

Page 3: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 3 of 10

ii) Part-II shall be opened only of those bidders who would have furnished Cost of Bidding Documents and Bid Security as per stipulations of the IFB.

7. Tenders submitted shall remain valid for a period of 180 days from the date

of opening the tender. Bid Security Deposited in the form of Bank Guarantee shall remain valid for a period of 60 days more than the validity period of the tender.

8. ON LINE BIDDING (REVERSE AUCTION):

SAIL/BSL will have the option of conducting Reverse Auction in place of opening the submitted price bids. The modus operandi of RA, if conducted shall be informed to the techno-commercially suitable bidders subsequently.

9. After prices are evaluated, the employer may ask the bidders to explain / justify

the basis of their quoted price if required. In case any bidder fails to justify his quoted price or refuse to co-operate in this regard, such bidder will not be considered for participating in the retendering, if the contract is not finalized from the present bidding.

10. SAIL, Bokaro Steel Plant takes no responsibility for delay, loss or non-receipt of

documents sent by post. No financial obligations shall accrue to SAIL, Bokaro Steel Plant in such an event. Mere submission of bid shall not mean eligibility of Bidder.

11. MANDATE FORM FOR E-PAYMENT: The Tenderer has to submit the Mandate Form as per the enclosed (Annexure) giving the full particulars of Bank Account duly certified by the Bank at the appropriate place. This mandate shall be used for the purpose of E-Payment. The Tenderers already getting their payments from BSL,through E-Banking, need not submit the above Mandate Form along with the tender. However, they will give a declaration that; They have already submitted the above Mandate Form and getting their payment from BSL in their Bank Account through E-Payment and indicate their Vendor Code.

12. SAFETY CODE FOR CONTRACTOR: In addition to safety code for Contractor mentioned in SBD May, 2009 the following Safety Clauses to be noted: Penalty in case of Fatal accident due to violation of safety norms:

i. Rs.1.00 Lakh in case of low value contract up to Rs.5.00 Crore. ii. Rs.2.00 Lakh in case of medium value contract from Rs.5.00 Crore to

Rs.10.00 Crore. iii. Rs.3.00 Lakh in case of high value contract above Rs.10.00 Crore 13. The tender document consists of: Section-I

a. Technical Specification No: CET/02/RN/3384/TS/UT/01/R=1, December’2011

b. Bid Data Sheet. Section-II c. Standard Bidding Document (SBD) May’2009 d. General Technical Specification(GTS)

The SBD May 2009 can be downloaded from Standard Document section in home page of website www.sailtenders.co.in under sub-heading –Standard Bidding Document–May’2009 or hard copy can be obtained along with the tender documents. GTS is available in Active Tenders under Unit- Bokaro Steel Plant, Tender Category- Contracts, Item Category- Projects and can be downloaded only.

14. The party shall have to submit an undertaking to Personnel/CLC before start of the work stating that they are fully committed towards SA:8000 and shall

Page 4: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 4 of 10

comply with the requirements of the system. BSL would prefer tenderers who implement the requirements of SA:8000(Social Accountability System) and would like to have access to their premises to assess the extent of their implementation.

15. Small Scale Industries (SSI) / Central Public Sector Undertakings (PSUs) /

Government Undertakings of India are exempted from submission of EMD/Bid Security as per Government Policy. However, in case of Bid by Consortium not having all members as SSI / PSUs / Government Undertakings of India, are required to submit the stipulated EMD/Bid Security along with their Bid. For SSI Units, the exemption from submission of EMD/Bid Security is to be granted only for the items for which it is registered. For getting exemption from submission of EMD/Bid Security, the SSI unit is required to submit a notarized copy of the registration certificate indicating clearly the item for which they are registered and the validity of same.

16. Bidder must declare whether the proprietor/partner/Director of the firm has any

relation with any employee working in the Plants/Units concerned or Director of SAIL including its subsidiaries and if so, give the details and the relationship.

17. SAIL, BSL reserves the right to accept or reject any bid either in part or in full

or to annul the Bidding process and reject all bids at any time prior to award of the Contract without assigning any reason whatsoever and without thereby incurring any liability whatsoever to the affected Bidder(s). Mere purchase of Bidding Documents and submission of Bids shall not mean fulfillment of requirements of eligibility of the Bidder(s).

Thanking you,

Yours faithfully For SAIL, BOKARO STEEL PLANT

(A K THAKUR) DY. GENERAL MANAGER (PROJ.) I/C, TENDER & CLAIMS

Note: The term “BSL” used herein as abbreviation of Bokaro Steel Plant of the Steel

Authority of India is solely to distinguish with the term “BSP”, the abbreviation of Bhilai Steel Plant, another unit of the Steel Authority of India Ltd.

Page 5: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 5 of 10

BID DATA SHEET

The following bid-specific data for the Facilities including plant and equipment to be

procured, installed & commissioned, shall amend and/or supplement the provisions

in the Invitation for Bids (IFB) and Instructions to Bidders (ITB). Whenever there is

a conflict, the provisions herein shall prevail over those in the IFB and ITB.

[The notes in italics provide instructions for completing the Bid Data Sheet for the relevant ITB clauses.] Name of Facilities Design, engineering, documentation,

manufacture/fabrication, assembly, testing and inspection at manufacture’s works, packing, insurance, supply, transportation, unloading, storage at site, erection, testing & commissioning, and performance guarantee test of the equipment and facilities for “ Installation of 2 nos. of Centrifugal compressor at Central Compressor Plant III in BSL” along with auxiliaries, drives, interconnected piping & fittings within battery limits, electrics & control system, instrumentation & controls to make the system fully operational and complete in all respects on “Turn-key” basis.

Contract Name Installation of 2 nos. of Centrifugal compressor at Central Compressor Plant III in BSL

Name of Employer Steel Authority of India Ltd., Bokaro Steel Plant, B. S. City, Bokaro

Employer details Dy. General Manager (Projects) I/c Tender & Claims, Ispat Bhawan, Steel Authority of India Limited, Bokaro Steel Plant, Bokaro Steel City-827001, Jharkhand (India) Tel No. +91 6542240375, Fax No. +91 6542 240375/240163 Email: [email protected]

Name of Consultant Centre For Engineering And Technology, Ranchi

Bidder/ Consortium This Invitation for Bids is for Domestic Bidders (i.e., Indian Bidders) only.

Language of bid ITB 7.1

English

Eligibility/ Qualification requirements for Bidders ITB 8.3 (b) & (c)

The Bidder should fulfill the following eligibility criteria: a) The bidder should have carried out supply, erection and

commissioning of at least one centrifugal compressor of 5000 NM3/h (minimum) capacity along with interconnecting piping in last seven years as on date of issue of NIT.

Copies of work order or contract document and commissioning certificate or completion certificate or final acceptance certificate or performance certificate for completed project should be submitted by bidder in support of the above.

b) In case, the bidder is a consortium of two or more parties

as members, the experience of concerned member should be commensurate with responsibility matrix provided in the consortium agreement.

Page 6: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 6 of 10

Copies of memorandum of agreement, work orders or contract documents and commissioning certificate or completion certificate or final acceptance certificate or performance certificate showing experience as per the responsibility matrix for each member of the consortium, as applicable should be submitted by bidder in support of the above.

c) The average annual financial turnover of the bidder

during the last three consecutive years should be atleast Rs. 15 Crs (Fifteen Crores only).

d) In case of Bidder being a consortium, the annual

turnover of each individual member of the consortium in at least one financial year during last three (3) consecutive financial years shall not be less than Indian Rs. 4 Crores (Indian Rupees Four Crores). However, the total turnover of the Consortium (taken together for all the Consortium members) in at least one financial year during last three (3) consecutive financial years shall not be less than Indian Rs. 15.00 Crore (Indian Rupees Fifteen Crore).

Only Gross Sales shall be considered for the purpose of

determination of turnover. The Bidder shall submit Notarized Audited Annual

Financial Reports for last (preceding) 3 (three) consecutive financial years in support of their meeting above stipulated financial requirements.

Alternatively, the Bidder shall furnish a certificate from a

Chartered Accountant stating annual turn over for the last three consecutive financial years. Employer reserves the right to verify / determine Bidder’s turn over based on Financial Reports posted in Bidder’s Web Site, if any.

Spares ITB 8.3 (c) (ii)

List of Spares for two years Operation and Maintenance

Alternative Bids ITB 8.3 (f)

Not acceptable.

Bid Currencies Indian Rupees.

Amount of Bid Security ITB 11.1

Indian Rupees 15,00,000/- (INR Fifteen Lakhs only)

Bid Validity Period ITB 12.1

Bid shall be valid for 180 (One hundred Eighty) days from the date of opening of tender.

Copies ITB 13.1, 17.2 (a)

One Original and Ten (10) copies of Part-II of bid along with soft copy in CD

Bid Submission ITB 14.2, 15.1

Address of Employer for bid submission

DY. GENERAL MANAGER (PROJ) I/c Tender & Claims, ISPAT BHAWAN, STEEL AUTHORITY OF INDIA LIMITED, BOKARO STEEL PLANT, BOKARO STEEL CITY-827001, JHARKHAND (INDIA), Telephone No. +91 6542 240375 FAX NO. +91 6542 240375 / 240163 Deadline for bid submission- 09/01/2013 (date) 11:30 A.M (IST) (time)

Page 7: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 7 of 10

Bid Opening ITB 14.2 (b) & 18.1

Bids shall be opened at 11:45 A.M (IST) (time) on 09/01/2013 (date) in the office of the Employer TENDER & CLAIMS, ISPAT BHAWAN, STEEL AUTHORITY OF INDIA LIMITED, BOKARO STEEL PLANT, BOKARO STEEL CITY-827001, JHARKHAND (INDIA), (Time, date and location of bid opening)

Deviations in Bid ITB 20.3

Generally no deviation is acceptable against the tender documents.

Technical Evaluation of bid

As per NIT.

Conversion to single currency ITB 26.2

Not Applicable.

Price bid evaluation ITB 25.3

The following criteria will also be used in the evaluation in the manner stated and to the extent indicated herein:

Contract Price of Bidder for the Indian Rupee shall include Taxes, Duties, Cess, Levies etc. at applicable rates prevailing 7 (seven) days before date of submission of Original Price Bids or Updated Price Bid, whichever is later.

Prices shall be evaluated “NET OF CENVAT/VAT Credit”.

For this purpose the CENVAT amount as quoted by the Bidder in the Summary Price Schedule in respect of Indigenous supplies & services shall be considered.

Price evaluation shall be done for the complete scope as per Technical specification.

Prices for two years’ operational spares shall not be taken for evaluation.

At present, entry tax is NIL. The contractor is to provide the VAT invoices for reimbursement of the VAT amount. The present Input Tax Credit rate for VAT Rate 1 % is 0.61 %, for VAT Rate 5 % is 3.44 %, for VAT Rate 10 % is 8.44 % and for VAT Rate 14 % is 12.44 %. (Subject to Change, periodically)

Time Schedule ITB 25.5 (b)

Time to complete the facilities from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of pre-commissioning activities shall be 16 (Sixteen) months. [The completion time specified shall be for the entire facilities.]

Performance Guarantees ITB 25.5 (c)

The Bidder shall quote his price conforming to the Performance Guarantee parameters and the acceptable limits as specified in the Technical Specifications.

Additional details on the evaluation ITB 25.5 (e)

Additional details, as appropriate, on the evaluation method or reference to the Technical Specifications (Optional) NIL

Amount of Performance Security (Performance Bank Guarantee) ITB 33.1

Performance Security amount shall be five percent (5%) of the Total Contract price. The performance BG to be submitted by the successful bidder shall be operable at State Bank of India or any Indian scheduled Bank at Bokaro Steel City, Bokaro.

Page 8: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 8 of 10

Integrity Pact ITB 38.1

Integrity pact to be signed - No

Mobilization Advance No

Bidder/ Consortium This Invitation for Bids is for Domestic Bidders (i.e., Indian Bidders) only.

Consortium is allowed in this case.

Page 9: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 9 of 10

ANNEXURE MANDATE FORM FOR E-PAYMENT

VENDER’S OPTION TO RECEIVE PAYMENTS THROUGH CINB FACILITY IMPLEMENTED BY STATE BANK OF INDIA

1 NAME 2 ADDRESS 3 I.T. PAN 4 PARTICULARS OF BANK ACCOUNT (A) BANK NAME (B) BRANCH NAME (C) BRANCH ADDRESS (D) BRANCH CODE (E) BRANCH MICR CODE (F) WHETHER BRANCH IS CORE

BANKING ENABLED YES/NO

(G) WHETHER BRANCH IS CORPORATE INTEREST BANKING ENABLED

YES/NO

(H) IFSC CODE (I) ACCOUNT TYPE: SB/CURRENT/CASH

CREDIT/OTHERS

(J) ACCOUNT NO: (ATTACH A BLANK CANCELLED CHEQUE/PHOTOCOPY OF USED CHEQUE/PHOTOCOPY OF FRONT

PAGE OF BANK PASS BOOK/BANK STATEMENT)

5 E-MAIL ID FOR RECEIPT OF SYSTEM GENERATED PAYMENT ADVICE

6 DATE OF EFFECT I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold Bokaro Steel Plant responsible. I have read the option invitation letter and agree to discharge responsibility expected of me as participant under the CINB scheme implemented by State Bank of India. We, further declare that we have already authorized our above named Banker to allow SAIL/Bokaro Steel Plant, Bokaro to credit our above account by any amount(s) from time to time by using Corporate Internet Banking Facility of State Bank of India. I also undertake to bear the charges, if any, as levied by State Bank of India any time in future for using CINB facility by us. NAME OF THE FIRM : _________________________________ SIGNATURE OF AUTHORIZED SIGNATORY : _________________________________

NAME : _________________________________ DESIGNATION & SEAL : _________________________________

DATE: _______________ BANK CERTIFICATION

This is to certify that the particulars furnished above are correct and complete as per our record. SIGNATURE OF BANK MANAGER: ______________________________ NAME & SEAL: NOTE: Please enclose bank cancelled Cheque/photocopy of used Cheque without which the “MANDATE FORM” will not be processed.

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

Page 10: Centrifugal Compressor

NIT NO. T&C(M)/A5934/AKG/219 Page 10 of 10

CHECK LIST FOR ENCLOSING SUPPORTING DOCUMENTS

1. Company (s) name, Address, Name of Directors, Company’s profile,

PAN no., Bank A/c no. with address etc.

2. Copy of Article of Association & Memorandum of Association of the

Company(s) or equivalent documents.

3. Copy of Audited Balance Sheet including Profit and Loss Account of

the Company(s) for the last three years

4. Banker’s Solvency Certificate

5. Copy of Work Order/Agreement copies of the works supporting

eligibility criteria with date, scope of work etc.

6. Performance certificate of Client/Purchaser regarding satisfactory

performance of the Plant installed by the Bidder and the same is

presently in operation. This should match with corresponding work

order name for qualifying.

7. Power of attorney of the person signing the tender documents and other documents during post-tender stage.

8. Unpriced “Price Bid” with “xxx” marked in the places where prices have been quoted.

9. Duly filled in Bid Form and Mandate Form/Vendor Code in ERP, BSL.

Note: The above documents (except at Sl. No. 1, 8 & 9) shall be

submitted duly attested with dated signature and seal by a Notary Public.