STEEL AUTHORITY OF INDIA LIMITED - SteelMint

34
\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc ---------------------------------------------------------------------------------------------------------------------------------------- NON TRANSFERABLE SR.NO. Cost of Tender Document : Rs.500/- each (Rs. Five Hundred only) (Non-refundable) ---------------------------------------------------------------------------------------------------------------------------------------- Ref: CFP/CC/13-14/114/OT/33 Date: 28.01.2014 To, ………………………………. ………………………………. ………………………………. ………………………………. Sub: Job Contract for Processing & Handling of Ferro-alloy Products . Dear Sir, Sealed tenders are invited from eligible and competent bidders for the above jobs on the terms and conditions mentioned below. Interested tenderers may submit their most competitive offer in the enclosed price bid as per Annexure–III. Before submitting the offer, the scope of work, terms & conditions may be read and if required site conditions may be examined. The rates quoted by the tenderer shall be inclusive of all taxes, duties & and works contract tax except service tax if any as applicable and will remain firm till validity of contract. It may be noted that sealed offer submitted by the tenderer will be totally at their risk. The offer, which received after due date & time will not be considered. In case the tenderer backs out after opening of bids or for any other default on behalf of the tenderer, the EMD will be forfeited and the offer of the tenderer will not be considered. The offer evaluation criteria shall be on overall lowest basis. Tender should be signed by the tenderer or his authorised representative (supported by a specific power of Attorney for the purpose). 1] Scope of work & Quantity shall be as per details given in the Annexure-A 2] Special Conditions of Contract (SCC) as per Annexure-B & General Conditions of Contract (GCC) as per Annexure-C shall be applicable & binding on the CONTRACTOR. 3] CONTRACT PERIOD : Contract shall be valid for a period of One Year with effect from the date of issue of LOI / work order. However, the contract may be foreclosed at any time during the above period by giving notice of 15 days. 4] Interested and experienced parties should submit their offer as per prescribed formats of tender only and in the manner as detailed below: a) Offer should be submitted in three separate sealed envelopes, one envelope containing EMD, second envelope containing Qualification- Bid & third envelope containing Price-bid respectively. i) The envelope containing EMD should be superscribed as EMD bid as per Annexure-I and must contain interest free EMD of Rs. 1,00,000/- (Rupees One Lac only) by way of Demand Draft / Pay order/ Banker's cheque in favour of "Steel Authority of India Limited – Chandrapur Ferro Alloy Plant", payable at Chandrapur or Bank Guarantee (BG) from any Scheduled Commercial Bank except Co-operative & Gramin Bank with validity period of 90 days. STEEL AUTHORITY OF INDIA LIMITED CHANDRAPUR FERRO ALLOY PLANT (Formerly known as “Maharashtra Elektrosmelt Limited”) Mul Road, Chandrapur (M.S.) – 442 401 Phone Nos. : 07172 - 278160 Fax. : 278037, 278038 E-mail: [email protected]

Transcript of STEEL AUTHORITY OF INDIA LIMITED - SteelMint

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc

`

---------------------------------------------------------------------------------------------------------------------------------------- NON TRANSFERABLE SR.NO.

Cost of Tender Document : Rs.500/- each (Rs. Five Hundred only) (Non-refundable)

---------------------------------------------------------------------------------------------------------------------------------------- Ref: CFP/CC/13-14/114/OT/33 Date: 28.01.2014 To, ……………………………….

……………………………….

……………………………….

……………………………….

Sub: Job Contract for Processing & Handling of Ferro-alloy Products

.

Dear Sir,

Sealed tenders are invited from eligible and competent bidders for the above jobs on the terms and conditions mentioned below. Interested tenderers may submit their most competitive offer in the enclosed price bid as per Annexure–III. Before submitting the offer, the scope of work, terms & conditions may be read and if required site conditions may be examined. The rates quoted by the tenderer shall be inclusive of all taxes, duties & and works contract tax except service tax if any as applicable and will remain firm till validity of contract. It may be noted that sealed offer submitted by the tenderer will be totally at their risk. The offer, which received after due date & time will not be considered. In case the tenderer backs out after opening of bids or for any other default on behalf of the tenderer, the EMD will be forfeited and the offer of the tenderer will not be considered. The offer evaluation criteria shall be on overall lowest basis.

Tender should be signed by the tenderer or his authorised representative (supported by a specific power of Attorney for the purpose).

1] Scope of work & Quantity shall be as per details given in the Annexure-A

2] Special Conditions of Contract (SCC) as per Annexure-B & General Conditions of Contract (GCC) as per Annexure-C shall be applicable & binding on the CONTRACTOR.

3] CONTRACT PERIOD:

Contract shall be valid for a period of One Year with effect from the date of issue of LOI / work order. However, the contract may be foreclosed at any time during the above period by giving notice of 15 days.

4] Interested and experienced parties should submit their offer as per prescribed formats of tender only and in the manner as detailed below:

a) Offer should be submitted in three separate sealed envelopes, one envelope containing EMD, second

envelope containing Qualification- Bid & third envelope containing Price-bid respectively.

i) The envelope containing EMD should be superscribed as EMD bid as per Annexure-I and must contain interest free EMD of Rs. 1,00,000/- (Rupees One Lac only) by way of Demand Draft / Pay order/ Banker's cheque in favour of "Steel Authority of India Limited – Chandrapur Ferro Alloy Plant", payable at Chandrapur or Bank Guarantee (BG) from any Scheduled Commercial Bank except Co-operative & Gramin Bank with validity period of 90 days.

STEEL AUTHORITY OF INDIA LIMITED CHANDRAPUR FERRO ALLOY PLANT

(Formerly known as “Maharashtra Elektrosmelt Limited”) Mul Road, Chandrapur (M.S.) – 442 401

Phone Nos. : 07172 - 278160 Fax. : 278037, 278038 E-mail: [email protected]

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 2

The Bank Guarantee should be in a sealed envelope from the Bank in the name of “Steel Authority of India Limited – Chandrapur Ferro Alloy Plant”, to be valid for a period of three months from the last date of submission of tender and it should be enclosed alongwith the EMD Bid format.

The Bank Guarantee shall be as per the prescribed format at Annexure-VIII and no change in the

format is acceptable.

Small Scale Industries (SSI) / Ancillary Units and PSUs/ Govt. Undertakings and Co-operative Societies may be exempted from submission of Earnest Money (EM) as per Govt. Policy. For SSI Units, the exemption from submission of EM is to be granted only for the items for which it is registered. For getting the exemption from submission of EM, 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.

ii) The envelope containing the Annexure II (a) & (b) should be submitted along with "Qualification Bid" as per Annexure-II alongwith all relevant documents as stated therein and should be superscribed as "Qualification Bid".

iii) The envelope containing "Price Bid” should be superscribed as Price Bid" and the rates should be

written in the prescribed format at Annexure-III. There should not be any over writing of rates. For correction, please delete the portion for correction and re-write with counter signature. In the price bid format, tenderer should write rates & amount both. In case of any discrepancy, the rate or amount whichever is less will be considered for evaluation.

If at any time during the currency of the contract, the area or item(s) of work or its quantities envisaged in the contract is reduced / abandoned / varied by the Designated Authority of SAIL-CFP, the value of the Work Order / Contract Price shall be reduced on pro-rata basis.

No escalation, whatsoever it may be, in the contract rates specified in “Schedule of Rates” in Annexure-III shall be allowed during the operation of the contract or during the extended period of the contract, if any.

b) Above three envelopes should be sealed and superscribed with part name of the tender as mentioned in clause No 4(a) as above and addressed to AGM (Contracts), SAIL-CFP, Chandrapur.

5] For three part tender, in case of receipt of only one or two parts and not meeting the requirement of separate

sealed envelops as per clause No 4(a) of tender shall not be considered for opening. However, tenderer submitting three sealed envelopes as per clause No 4(a) in big envelope and superscribing the part name of tender on the envelope as contained therein will be considered for opening.

6] The tenderer shall keep their offer firm and valid for acceptance for 45 days from the date of opening of tender

or extension of due date whichever is later will be applicable. Offers with validity less than 45 days are liable to be rejected.

7] The offer received from firms who have purchased tender document in their name will only be considered for

opening. 8] No interest is payable on the Earnest Money Deposit and Security Deposit. The earnest money shall be

forfeited if:- i) The offer is revoked by tenderer within its validity period. ii) The prices are changed unilaterally after the opening of the "price bid" and during the validity of offer by

the tenderer. iii) After issue of the Letter of Intent (LOI) / work order by the Company, the successful tenderer refuses to

abide by the terms and conditions of LOI / work order. iv) If the successful tenderer fails to deposit the security deposit within stipulated time as per Letter of Intent/

work order.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 3

9] EMD of successful tenderer shall be converted into part of interest free security deposit. EMD of unsuccessful

tenderer shall be returned within 30 days by way of RTGS/ payable at par cheque of SBI from the date of opening of price bid / placement of work order / contract, whichever is earlier.

In the event, the tender of any party is rejected during the course of techno-commercial scrutiny & evaluation, the EM will be returned to such tenderer within 7 days from the date of rejection of its offer.

10] Offers complete in all respects should be sealed and submitted at Contract Cell on or before 20.02.2014 up to

3.00 P.M. The same will be opened in presence of attending tenderers or their authorised representative at 3.15 P.M. on the same day as per clause No.11 & 12. In case the closing date falls on Sunday / holiday, the tender will be opened on the next working day at the same time.

11] PRE BID MEETING:

All the interested tenderers, who have purchased / downloaded the tender documents, should visit SAIL-CFP, Chandrapur on 14.02.2014 at 4.00 PM for Pre-bid meeting and getting themselves acquainted with the job & clarifications regarding the tender before submission of their offer.

12] The tenderer or his authorised representative may attend the opening of EMD bid & Qualification Bid with proper authorisation letter without which the representative will not be allowed to attend the tender opening.

13] On the due date of opening, EMD bid will be opened first and same shall be scrutinized on same day and open

those Qualification Bid of tenderers whose EMD bid has been accepted by the Committee on the same day. 14] QUALIFICATION BID EVALUATION CRITERIA: The qualification bid shall be scrutinised and evaluated as

under:

i) The documents submitted alongwith the qualification bid will be the basis for evaluation of qualification bid. In case any further clarification is required in respect of qualification, respective documents need to be submitted by the tenderer.

ii) The following required documents are to be submitted alongwith the qualification bid:

A) Document pertaining to Work-Experience:

i) The work experience means the tenderer has himself carried out the work in last

seven years ending on last day of December, 2013 i.e. from 01/01/2007 in the field of similar nature of work or other labour oriented work, worth minimum value of work as under:

a) Three similar completed works each costing not less than Rs.43.58 Lakhs during the above

mentioned period. OR

a) Two similar completed works each costing not less than Rs.54.50 Lakhs during the above mentioned period.

OR

a) One similar completed work each costing not less than Rs. 87.20 Lakhs during the above mentioned period.

ii) Experience should be from Govt. organization, PSU or public limited company.

iii) The tenderer shall submit self attested photocopies of work order contract/ completion certificate (by

the concerned authority etc). In case, work completion certificate is not issued. RA bills paid or any other documents(s) evidencing value or completed portion of work indicating clearly the period and performance.

iv) The tenderer claiming self work-experience will not be considered.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 4

B) Documents pertaining to financial status:

i) Tenderer will submit the Name & address of their banker’s alongwith Telephone & Fax Nos.

ii) Tenderer will submit their Annual report (Balance sheet and profit & loss Account) or a certificate for last three years, i.e., 2010-11, 2011-12, 2012-13 duly certified by Chartered Accountant. In case balance sheet for 2012-13 is not ready, tenderer may submit provisional certificate indicating approximate turnover for the year 2012-13 issued by Chartered Accountant.

iii) Average Annual Financial Turnover of the tenderer during the last three years ending on 31st March 2013 should be of at least Rs. 32.68 Lakhs.

C) Tenderer shall submit valid Labour License, Service tax Regn. No., Provident Fund Code No. &

registration with Professional Tax authorization from the concerned Govt. Authorities to the Designated Authority within 30 days from the date of issue of Work Order.

D) The tenderer must have separate PAN issued in his / establishment name. E) The documents/ information as required in Qualification Bid as per Annexure-II to be complied with by

tenderer. All the required documents submitted alongwith Qualification Bid will be verified with originals as and when asked for.

Tenderer may please note that SAIL-CFP if required may send the document/s submitted to verification to

State/ Central Government Authority/ Other units of SAIL. Tenderer therefore, ensure the submission of proper documents as required for evaluation of Qualification Bid.

F) In case SAIL-CFP requires any further clarifications, then the same shall be sought from tenderers within

the specified time only. Thereafter, the qualification bid if found incomplete or without required enclosures/ documents, then such offers are liable for rejection and price bid of such party shall not be opened. The tenderer whose qualification bid is found in order, shall be intimated the date and time of opening of price bid.

15] PRICE BID EVALUATION CRITERIA: Tenderer has to quote for all the activities mentioned in the Price

Bid, failing which offer shall not be considered for further processing. Price-bid will be evaluated on overall lowest basis. The contract will be awarded to one party only.

16] Tenderer who do not submit EMD as per tender or enclosing their terms and conditions of qualification bid in EMD bid envelope shall be rejected.

17] Tenderer who does not fill-up all the format of qualification bid will be liable for rejection. 18] Tenderer who submits the Price bid in qualification bid or qualification bid in price bid shall be rejected. 19] Tenderer who put the conditions in price bid even though they have accepted all terms and conditions of tender

shall be rejected. 20] Tender once submitted, will be processed as per tender terms & conditions. Any request regarding withdrawal

from the tender or any kind of change in the offer unilaterally by the party will not be entertained. In such cases, their offer will be rejected and EMD will be forfeited.

21] If the tenderer has a relative employed in any capacity in SAIL-CFP, he shall inform the authority calling for

tenders of the fact when submitting his tender, failing which his contract may be rescinded if the fact subsequently comes to light and he shall be liable to make good to the SAIL-CFP any loss or damage resulting from such cancellation to the like extent provided in the case of cancellation as per the policy of Company.

22] Canvassing in any form is strictly prohibited and the tenders submitted by the tenderers who resort to

canvassing will be liable for rejection. 23] Please note that work order/ contract shall be placed on L1 party only on the basis the evaluation and if

required, negotiation shall be held with L1 tenderer only. However, all the tenderers may be required to explain / justify the basis of their quoted price as & when asked for.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 5

In case, any tenderer fails to justify his quoted price or refuses to co-operate in this regard, he will not be considered for participating in the re-tendering if order/contract is not finalised from the present tender.

24] If tenderer quotes unworkable rate and is considered for placement of order, the tenderer shall have to justify

the rate quoted. In case of refusal to justify the same, tenderer will have to give performance Guarantee Bond (PGB) as decided by SAIL-CFP at the time of placement of order in the form of Bank draft/Pay order/ Banker's cheque in favour of “Steel Authority of India Limited – Chandrapur Ferro Alloy Plant”, payable at Chandrapur or to submit Bank Guarantee as per the SAIL-CFP's proforma which will be provided at that time from Scheduled Commercial Bank, over & above the security deposit amount as per clause No.6 of Annexure-B. The earnest money of the successful tenderer, who refuses to give performance guarantee bond, will be forfeited and they will not be considered in re-tendering if order / contract is not finalised from the present tender.

25] In case any adverse report is received against any tenderer, the Company will be free to take a decision based

upon such report or upon enquiry made by us from other units of SAIL, in respect of capabilities and performance of the tenderer, after receipt of tender or during at any stage of processing of tender, then the offer/tender of that tenderer shall be rejected and in that event the tenderer shall not be entitled for any damage/ compensation whatsoever.

26] The Company reserves the right to re-tender or extend the due date for submission of offer, if the

response to tender is not adequate or otherwise. In case of extension of due date of tender, the advertisement may not be appeared in newspaper. However, the corrigendum shall be available on SAIL website, www.sailtenders.co.in

27] The tender documents are also uploaded in SAIL’s website. In case tenderer downloads tender document from SAIL’s website then tenderer need not to pay Rs. 500/- towards cost of tender document.

It shall be the responsibility of the persons submitting the tender to ensure that the tenders have been submitted in formats and as per terms and conditions prescribed in the SAIL’s website and no change is made therein before submission of their tender. In the event of any doubt regarding the terms and conditions formats the persons concerned may seek clarification from the authorized officer of SAIL-CFP. In case any tampering /unauthorized alternation is noticed in the tender submitted from the tender document available on SAIL’s website, the said tender shall be summarily rejected and the company shall have no liability whatsoever on the matter. However, deviation if any proposed by tenderer may be separately indicated for acceptances or otherwise of SAIL. Such proposed deviation will not be treated as tampering for the purpose of application of this clause.

28] Before submitting the Tender, the CONTRACTOR should get himself satisfied about the prevalent

practices / mechanisms at the work site.

29] The Company reserves the right to re-tender or extend the due date for submission of offer, if the response to tender is not adequate or otherwise.

30] The offer received from firms who have purchased tender document in their name from Finance Deptt of

CFP, Chandrapur and tenderers who have downloaded tender document from website will only be considered for opening.

31] For any query, tenderers may contact DGM (PH & RM), SAIL-CFP, Chandrapur on any working day, during working hours.

32] The Company reserves the right to accept or reject all offers in full or partly at any time at any stage

without assigning any reason whatsoever & without any damage / compensation thereof.

Thanking you, For SAIL – Chandrapur Ferro Alloy Plant.

(K.C.Behera) Manager (Contracts)

Encl: Annexure- A, B, C, I, II, III, IV, V, VI, VII, VIII & IX are integral part of this tender.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 6

ANNEXURE-A SCOPE OF WORK AND TERMS & CONDITIONS

Sr. No. Title Scope of work / Job Period for job

completion Remark

1 Processing of Pool cake and slag for recover of metal

Activities w.r.t. Pool cake / Slag handling :-

i) Handling & breaking of pool cake/slag upto 250 mm size & stacking at the earmarked location (minimum 10 meters)

Daily

The material should be free from slag & khad. In case of deviation, hand picking of the slag and khad shall be done by the contractor on his own account & cost (25-50/12-25 mm) exceeding desired specification re-screening on contractor’s account & cost.

ii)

Recovery of metal from Pool cake / Slag separation of mixture dust, khad & metal and stacking at the earmarked location (minimum 10 meters)

iii) Khad breaking upto (-) 80 mm size, metal recovery

upto 25 mm size from crushed khad. Daily

iv) Loading/unloading & transportation of khad to jig yard.

v) Loading/unloading & transportation of mixture dust to jig yard.

vi) Transportation of recovered metal from pool cake/slag

yard to F/plot Daily from 1st to 15 of the month to be cleared by 22nd & 16th to 31st by 8th of the following month

vii) Breaking, chipping & stacking of recovered metal in

size 25-50 mm

viii) Stacking of major sized product (such a 12-25, 25-50 mm) after appropriate screening (minimum 10 Meters)

ix) Screening of metal dust by 12 mm screen & stacking at

the earmarked location

x) Hand picking of slag mix & stacking at the earmarked location

xi) Hand picking of slag & stacking at the earmarked location

xii) Transportation of slag to slag yard including loading &

unloading

xiii) Loading/unloading & transportation of metal dust to jig yard.

xiv) Hand crushing of slag mix & screening on 25 mm screen

xv) Hand picking of metal from slag mix xvi) Loading/unloading & transportation of slag mix to jig

yard. 2 Breaking,

chipping & Stacking of MC FeMn including rejects handling and transportation of rejects to jig yard

Medium Carbon Ferro Manganese :- (25-50 mm & 25-100 / 40-80 mm)

A) Activities of Gross production handling :-

i) Breaking of gross production in the allotted size range The material allocated for breaking, chipping, stacking including rejects handling and transportation from 1st to 15 of the month to be cleared by 22nd & 16th to 31st by 8th of the following month

In the event of delay/back-log is to be cleared by the contractor on his own account & cost. In the event of undersize fraction (25-50/12-25 mm) exceeding desired specification re-screening on contractors account & cost.

ii) Stacking of major sized product (such as-12-25, 25-50,

25-100/40-100) after appropriate screening

iii) Screening of metal dust by 12 mm screen & stacking at

the earmarked location

iv) Hand picking of slag mix & stacking at the earmarked

location

v) Hand picking of slag & stacking at the earmarked location

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 7

Sr. No. Title Scope of work / Job Period for job

completion Remark

B) Activities of secondary nature :-

i) Transportation of slag to slag yard including loading & unloading

ii) Loading/unloading & transportation of MD to jig yard.

iii) Hand crushing of slag mix & screening on 25 mm screen

iv) Loading/unloading & transportation of slag mix to jig yard.

C) Activities w.r.t. Slag Handling :- The material should be free from slag & khad. In case of deviation, hand picking of the slag & khad shall be done by the contractor on his own account & cost

i) Handling & breaking of slag cake upto 250 mm size ii) Recovery of metal from slag

iii) Transportation of recovered metal from slag yard to

Ferro plot.

iv) Breaking/chipping & stacking of recovered metal

v) Loading/unloading & transportation of mixture dust to jig yard.

3 Screening of Metal / Metal Dust

i) Screening of metal / metal dust by 2.5/3/6 screen As per advice from PH Yard

In the event of delay / backlog, it is to be cleared by the contractor on his own account & cost. No confirming material is subject to re-screening on contractor's account & cost.

ii) Screening of metal on 10/12 mm iii) Screening of metal 25 mm screen iv) Stacking of oversize & undersize material at specified

location within a lead of 10 Mtrs.

4 Picking of slag from Metal i) Picking of slag pieces from metal and stacking cleaned

metal within lead of 10 meters.

As per advice from PH Yard

Reprocessing in case of rejection by Laboratory

5 Bags packing (With weighment)

Doubling of bags, marking of bags, filling the bags with material, weighment of ferro alloys Net 50 Kg. pack bags, weighment(+/-) 5% Max. stitching and stacking at earmarked location within a lead of 10 Mtrs.

Completion on day to day basis of allotted quantity

Value of excess bags than norms will be deducted from contractor's bill

6 Bags packing (Without weighment)

Doubling of bags, marking of bags, filling the bags with material, stitching and stacking at earmarked location within a lead of 10 Mtrs.

Completion on day to day basis of allotted quantity

Value of excess bags than norms will be deducted from contractor's bill

7 Loading of Ferro alloys in truck i) Loading of ferroalloys in truck in loose condition As per advice

from PH Yard In the event of delay / backlog, it is to be cleared by the contractor on his own account & cost

ii) Loading of ferroalloys in truck in packed condition iii) Adjustment in weights, if any

8 Loading of Ferro alloys in jumbo bags kept in truck

i) Loading of Ferro alloys in jumbo bags kept in the truck Completion on day to day basis of allotted quantity

Value of excess bags than norms will be deducted from contractor's bill

ii) Adjustment in weights, if any

9 Metal Stacking i) Stacking of metal at the earmarked location within a

lead of 10 Mtrs. As per advice from PH Yard

ii) Leveling of the stack uniformly of or its measurement iii) Housekeeping

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 8

Sr. No. Title Scope of work / Job Period for job

completion Remark

10 Metal leveling i) Leveling of the metal stack uniformly for its measurement

As per advice from PH Yard

ii) Housekeeping

11 Misc. Transportation

i) Engage tractor trolley with required Nos. of labouers for loading and unloading for issuance of material to furnace, 1 MVA and shifting of Ferro alloys as required

As per advice from PH Yard

Tractor trolley to be engaged on regular basis

12 Breaking, chipping & stacking of HC FeMn & SiMn (G.P.)

A) Activities of Gross production handling :- The material allocated as & when breaking, chipping, stacking including rejects, handling & transportation, within 15 days from the date of allocation of work by PH Dept.

In the event of delay/back-log is to be cleared by the contractor on his own account & cost. In the event of undersize fraction (25-50/12-25 mm) exceeding desired specification re-screening on contractors account & cost.

i) Breaking of gross production in the allotted size range

ii) Stacking of major sized product (such as-12-25, 25-50) after appropriate screening

iii) Screening of metal dust by 10/12 mm screen & stacking at the earmarked location

iv) Hand picking of slag mix & stacking at the earmarked location

v) Hand picking of slag & stacking at the earmarked location

B) Activities of secondary nature :-

i) Transportation of slag to slag yard including loading & unloading

ii) Loading/unloading & transportation of MD to jig yard. iii) Hand crushing of slag mix & screening on 25 mm

screen iv) Loading/unloading & transportation of slag mix to jig

yard. The material should be free from slag & khad. In case of deviation, hand picking of the slag & khad shall be done by the contractor on his own account & cost

C) Activities w.r.t. Slag Handling :- i) Handling & breaking of slag cake upto 250 mm size ii) Recovery of metal from slag iii) Transportation of recovered metal from slag yard to

Ferro plot. iv) Breaking/chipping & stacking of recovered metal v) Loading/unloading & transportation of mixture dust to

jig yard.

For SAIL – Chandrapur Ferro Alloy Plant.

(K.C.Behera) Manager (Contracts)

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 9

ANNEXURE-B

SPECIAL CONDITIONS OF CONTRACT (SCC)

1. LABOUR PAYMENT & FACILITIES BEING EXTENDED BY CONTRACTOR:

(A) The present rate (excluding DA) is Rs. 57.00 per day.

(B) FACILITIES:

a. Annual Leave with wages:

Contractor extends the facility of annual leave with wages to the eligible workmen as per provision of Factories Act 1948 and Maharashtra Factories Rule, 1963.

b. Paid Holiday:

The Contractor extends Nine Paid Holidays during the calendar year as under:

1.Republic Day 2.MEL / SAIL Foundation day 3.Dhuliwandan 4.Dr. Babasaheb Ambedkar Birthday. 5.Maharashtra Day 6.Independence Day 7.Mahatma Gandhi Jayanti 8.Dussera 9.Diwali

The Contractor should maintain proper records of the above. c. The Contractor extends five days casual leave during the calendar year.

d. Festival Advance: Contractor shall disburse the festival advance of Rs.3500/- each to his labourers at the time of Dussera festival which shall be recovered in 10 (ten) equal monthly instalments of Rs.350/- per month.

(C) ALLOWANCES:

a. DEARNESS ALLOWANCE:

Dearness Allowance will be based on the All India Consumer Price Index (AICPI) for Industrial Workers (Base 1960 = 100). The neutralization rate will be Rs.1.60 per point shift over AICPI = 1231 (Base 1960 = 100) for Industrial Workers. The D.A. will be revised on quarterlay basis and paid on 1st March, 1st June, 1st September & 1st December every year on the basis of the Average Consumer Price Index for the preceding quarter November – January, February – April, May – July and August – October respectively. The DA at AICPI 1231=0. The DA at AICPI 1231=0. Present DA for the month of December, 2013 to February, 2014 is Rs. 6747.20 per month.

b. HOUSE RENT ALLOWANCE :

House Rent allowance will be 5% of Basic Wages plus DA during the month or Rs.20/-, whichever is higher. The House Rent Allowance will not be payable to the labourers to whom the quarter at Labour colony is allotted.

c. CYCLE ALLOWANCE :

The Cycle Allowance will be Rs. 2/- per working day per contractor worker subject to minimum of Rs.25/- per month.

d. CANTEEN ALLOWANCE :

The Canteen Allowance will be Rs. 10/- per working day per contractor worker.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 10

e. ATTENDANCE ALLOWANCE: The attendance Allowance @ Rs.38.46 per day will be

paid to the contract workers on actual attendance subject to a maximum of Rs.1000/- per month.

2. ANNUAL BONUS: The contractor will pay bonus to his workmen as per the Bonus Act 1965 subject to a

maximum of Rs. 3500/-.

3. EXGRATIA: The contractor will pay an exgratia of Rs. 1000/- per annum to his workmen, payable on actual attendance.

4. ESI COVERAGE: Immediately on receipt of LOI, the contractor will register with the ESI authorities under the Employees State Insurance Act, 1948 and obtain the ESI code No. within 20 days and make compliance of his workmen under the said code No. The contractor will submit the contributions of the Employer and Employees within the stipulated period with the ESI authorities and submit a copy of the proof alongwith the statement of contributions to the Designated authority of the contract.

5. QUANTITY: The job shall be as per Annexure–III. The quantity indicated in items are only based on

estimates for one year, the same may be increased or decreased depending upon the circumstances. The CONTRACTOR shall carry out the job as per the actual quantity as per the quoted rates.

6. SECURITY DEPOSIT:

a) CONTRACTOR shall submit 2.5% of contract values towards interest free security deposit. The

EMD amount shall be adjusted as a part of interest free security deposit and balance amount to be submitted within 15 days by way of Demand Draft/ Banker’s Cheque/ Pay order in favour of “Steel Authority of India Limited – Chandrapur Ferro Alloy Plant” payable at Chandrapur or submit Bank Guarantee of any Schedule Commercial Bank except Co-operative & Gramin Bank with the validity period of 18 months from the date of its issue as per the proforma of CFP (Annexure-IX) prior to commencing of the contract. In case Contractor’s outstanding payable dues are lying with CFP then the same shall be adjusted as security deposit on contractor’s request. If Contractor submits the total SD amount in any form, the EM amount will be refunded within 7 days from the date of receipt of SD amount.

b) No claim on account of any expense by whatsoever nature incurred by the contractor for obtaining/

extension of Bank Guarantee will be entertained.

c) SD shall stand forfeited in case of violation by the CONTRACTOR, of any of the terms & conditions of this contract.

d) On satisfactory completion of the contract, SD shall be refunded to the CONTRACTOR after 6 months subject to the condition that no dues are pending against the CONTRACTOR for this purpose the CONTRACTOR shall produce ”No dues Certificate” from all the concerned department(s) of CFP.

7. PAYMENT TERMS : The terms of payment to the CONTRACTOR shall be as under:

a) CFP will provide Gross production of MC FeMn & Pool cake/slag of HC FeMn/ SiMn at Ferro Plot and related Pool Cake and Slag at specified location.

b) Facilities for weighment for recovered metal and other materials such as metal dust, slag mix, slag, khad/ mixture dust and hutch fines/metal to FAD & 1 MV Arc Furnace at 30/40/60 T road weighbridge will be provided by CFP

c) After completion of all processing activities by Contractor as per contractor’s scope of work, P & S report for MCFeMn shall be prepared on fortnightly basis and net quantity (+12 mm) shall be worked out by deducting Metal Dust, Hutch Fines / Return Fines (0-3 / 3-12 / 0-12), Slag & Slag mix from TWR (Tapping wise report) Gross for billing purpose. TWR Gross quantity will also include metal recovery from MCFeMn Slag processing.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 11

d) Payment for processing of pool Cake / Slag shall be on basis of metal recovered and transported to Ferro-plot. However the rejects such as metal dust, slag and slag mix will be deducted from the recovered metal after completing the jobs mentioned in contractor scope of work.

e) The payment of screening of metal dust, metal received from crusher by 2.5/3/6/12/25 mm screen as shall be on the basis of net quantity screened.

f) For other misc. quantity such as screening, bags packing, truck loading and jig recovery etc., the actual quantity handled by contractor and certified by P.H. Yard Deptt shall form the basis for payment purpose.

After completion of all processing activities, job completion certificate along with P & S report shall be issued by P.H. Yard deptt to contractor for billing purpose. For misc. activities also, job completion certificate shall be issued mentioning the quantum of job performed by contractor for billing purpose.

g) The CONTRACTOR shall raise bills on monthly basis for the job completed in the previous month and submit the bill at PHY Deptt. For the job completed by contractor, he will submit the bills along with Job Completion Certificate and P & S report etc., as the case may be. The contractor shall have to submit the bills along with all relevant documents such as Wage Sheet, deposit made for PF, EDLI and other statutory dues as applicable at the time of payment including disbursement of wages to the CONTRACTOR’s workmen. The bill amount shall be released from Finance Deptt. within 15 days from the receipt of bills at PHY Deptt.

h) From the monthly bill of the contract, 10% amount of the bill will be deducted and credited in the account of the contractor in order to ensure compliance of statutory obligations during the contract period by the contractor.

i) Tax deduction at source (T.D.S.) and surcharge thereof as per the prevailing rate under the Income Tax Act / Rules in force during the contractual period shall be deducted from the CONTRACTOR’s bill. Necessary T.D.S. Certificate will be issued to Contractor at the end of finance year to enable them to get credit for Income Tax payable or refund from Income Tax Deptt., as applicable.

j) All wages and payments to the contractor’s labourers shall be paid through their respective Nationalized bank accounts.

8. Contractor has to complete all the activities as per scope of work pertaining to the quantity as per

requirement of PH Yard Department on day to day basis. In case back log is generated due to any reason, contractor shall deploy additional resources including additional labour/ equipments to clear the back log at his own cost. To engage additional manpower/ equipments, contractor will take permission in writing from HOD (PHY).

Contractor has to provide finished product, size wise as per customer’s requirement which shall be communicated by PH Yard. The product should also be free from any contamination such as Sand, Slag, Slag mix/ Khad etc. If during physical observation by PHY executives/ staff, contamination is observed, same shall be removed by contractor at his own cost. If during screen analysis by Laboratory, the product exceeds the tolerance limit as specified by PH Yard, same shall be re-screened by contractor at his own cost.

During processing of pool cake and slag, contractor has to ensure that separated slag does not contain free metal, slag mix/ khad and mixture dust does not contain + 25 mm free metal, slag, slag mix/ Khad. In case of any deviation, contractor has to re-handle the same at his own cost.

9. CFP shall arrange all necessary materials, modern tools, plants and equipments and other tools

for satisfactory execution of the Job and disposal of waste material required for the various works.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 12

10. CFP shall provide the safety items such as face shield, safety goggles, hand gloves, leg guards safety shoes etc as per rule. It shall be the sole responsibility of the CONTRACTOR to ensure complete and proper use of the same by his workmen. The CONTRACTOR shall engage medically fit and safety trained workmen under his establishment. Providing safety training to his workmen shall be the sole responsibility of the CONTRACTOR.

11. The CONTRACTOR shall arrange his own transportation like tractor trolleys / mini trucks / auto with

carrier etc. along with driver and labours for shifting of the materials as detailed in the scope of work. The material being transported from one place to other shall be weighed on Plant weighbridge. The weight recorded in ‘Internal Weighment Slip’ shall be considered for all billing purpose. The fuel, oil, lubricant, spares and any consumable and maintenance of transportation vehicle shall be to the contractor’s account.

12. Time factor being the essence of the contract, the CONTRACTOR shall ensure that the jobs assigned and

detailed in the Annexure –A is completed within the specified period.

13. In case of exigency of work in other locations / areas, the CONTRACTOR shall execute the same work as if it were a part of original contract on the basis of the rates prevalent at the specified location / areas.

14. The CONTRACTOR shall ensure that the job awarded to him is not affected by any strike, go-slow,

stoppage of work by his workmen. The Company shall have the right to make good the losses incurred because of this, from the CONTRACTOR by making alternate arrangements at Contractor’s cost to clear the accumulated jobs / quantity in his account.

15. DGM (PH & RM) shall be the Designated Authority for the contract. 16. The CONTRACTOR shall ensure issuance of the employment card to his authorized representative and

his workmen as per Contract Labour (Regulation & Abolition) Act, 1970 and on the basis of these cards; security staff shall allow his authorized representatives and his workmen to enter the factory premises through the Main Gate only. The CONTRACTOR shall ensure that his workmen resume duty at the allocated timings. The CONTRACTOR or his authorized representative must be present at the contract site regularly to look after the assigned work.

The contractor will ensure that the total strength of the labourers engaged by him on any day will not exceed the number of labourers permitted under the labour license issued by Registering & Licensing Officer under Contract Labour (R&A) Act 1970.

17. CONTRACTOR shall ensure that proper discipline and decorum is maintained in the factory as well as in the Company’s premises by his authorized representatives and his workmen.

The CONTRACTOR will take appropriate disciplinary action against the habitual absenteeism of labourers. The CONTRACTOR will also ensure that their labourers undergo periodical medical examination and take appropriate action in case of medically unsuitable labourers.

18 In case the CONTRACTOR fails to carry out his jobs as mentioned in the Annexure –A , the company or

any officer authorized by it on its behalf may, without prejudice to any remedy, have the same done in any manner by the company or his authorized officer likes and in every such case the CONTRACTOR shall be liable to pay the company all such cost, charges or other incidental expenses connected therewith as may be incurred by the company or the authorized officer in addition to forfeiture of his Security Deposit. Such failure may also result in termination of the contract and in that event the contractor shall not be entitled for any damages / compensation whatsoever.

19. The company reserves the right to cancel / terminate the contract at any stage at any time to protect the

interest of the company and its operation without any compensation / damages whatsoever. 20. The CONTRACTOR shall be liable for complying with any notifications / orders / instructions / circulars /

Rules & Regulations imposed by the Central and State Governments in respect of the jobs awarded including his workmen.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 13

21. The CONTRACTOR shall not engage any outside forces or whatsoever means to carry out anything against the company or instigating anything against the company and in that event, the contract shall be terminated immediately without any notice and the CONTRACTOR shall be liable to pay compensation as may be decided by the Company.

22. The CONTRACTOR shall be liable to bear any levy / tax / duty / penalty imposed by the Central or the

State Government, as applicable, from time to time. 23. INDUSTRIAL SAFETY:

Contractor shall ensure the labours engaged for the same will undergo Safety Induction training by Safety deptt & shall submit the clearance Certificate to PHY Deptt before commencing the work. Contractor shall abide by all the safety rules and regulations prevailing in company as per Annexure-IV during currency of contract.

24. Materials, Tools, Plants & equipments: CFP will provide all tools & tackles required for processing of metal, screening of metal and loading of material into trucks. CFP will also provide all safety appliances to the contractor’s labourers.

25. The CONTRACTOR shall be required to submit a certificate quarterly mentioning that all the legal and

statutory dues have been paid by them and also submit the relevant returns/ documents to Designated Authority in time.

26. The superintendence and supervisory control of the CONTRACTOR’s workmen engaged by him for

execution of the job for achieving the results and to maintain proper upkeep of the work premises shall entirely be the responsibility of the CONTRACTOR and not of CFP. The Designated Authority of CFP or his authorized representatives shall have the right of inspection to satisfy that the job is performed in accordance with the contract terms & specifications.

27. PROCEDURE FOR CLOSURE OF CONTRACT: For all the contracts valuing above Rs. 5 Lakhs,

Contractor has to fulfil the formalities existing in the company. Contractor has to submit an undertaking on Non-judicial stamp paper that he will not have any further claim on Chandrapur Ferro Alloy Plant (CFP). On fulfilling the formalities, the contract will be closed in all respect and the Contractor will get back their Security Deposit as per terms of the contract after obtaining necessary approval by the executing agency of the contract.

28. INDEMINITY: That the contractor shall be responsible to indemnify the company in case of any award made by the Authority under the Workmen’s Compensation Act for any death or injury caused to the Contractor’s employee or agent and he shall also pay all the sum that may be awarded in respect or claims for compensation Act (Act VIII of 1923 and XV of 1933) or and modification or amendment made thereof. The contractor shall also be responsible to make good all costs incurred in connection there with together with any such claims. The company reserves the right to set apart the amount of compensation from the running bill of the contractor.

29. RISK & COST: To make good, the failure neglect or contra-vention hereunder will be governed by provisions of respective conditions of the work order. Should the contractor fail to comply with such notice within the stipulated time from the date of service thereof, in the case of failure, neglect or contravention or incapable of being made good within that time or otherwise within such time as may be specified by CFP for the same making good, then and in such case without prejudice to CFP's right under above hereto, CFP will have the option and be at liberty to take the work wholly or in part out of the contractor's hand and shall complete the work envisaged in the contract either departmentally or may re-contract at a minimum possible price with any other person to execute the same or any part thereof and provide other materials, tools, tackles or labour for the purpose of completing the work or any part thereof at the sole risk & cost of the Contractor. CFP will be entitled to recover from the contractor the cost thereof or may deduct the same from any money due or that may become due to the contractor.

30. PERFORMANCE : The CONTRACTOR shall execute the contract as prescribed in the scope of the work, complete in all respects to the entire satisfaction of the Designated Authority.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 14

31. GOVERNING LAW : This Contract shall be governed by and construed in accordance with the laws of the Republic of India and Courts at District Chandrapur, Maharashtra shall have the jurisdiction.

32. The said terms and conditions are subject to change as per discretion of the Company and shall be

binding on the CONTRACTOR. For SAIL – Chandrapur Ferro Alloy Plant.

(K.C.Behera) Manager (Contracts)

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 15

ANNEXURE - C GENERAL CONDITIONS OF CONTRACT (GCC)

1. Time for Start and Mobilization: 1.1 The CONTRACTOR shall arrange for mobilization of work at site within seven days period from the date of

Award of LOI/Contract. The CONTRACTOR shall ensure mobilization within the given time with the required manpower, tools and tackles.

2. CONTRACTOR’S SUPERVISION:

2.1 The CONTRACTOR or his authorized representative / agent shall supervise the execution of the work. The contractor shall be solely responsible for all liabilities of his authorized representative / agent. It shall be obligatory on the part of the CONTRACTOR or his authorized representative to be available at the work site on regular basis for effective supervision and execution of job. Orders given to the Contractor’s authorized representative shall be considered to have the same force as if these had been given to the CONTRACTOR himself. If the CONTRACTOR fails to supervise the work, the Designated Authority shall have full powers to suspend the execution of the works till such date the CONTRACTOR undertakes and ensures that the work shall be properly supervised by the CONTRACTOR or his authorized representative.

2.2 The workmen engaged by the CONTRACTOR shall be the employees of the CONTRACTOR under

the purview of this contract. All payments required to be made including wages; allowances and other statutory payments to his workmen shall be borne by the CONTRACTOR. Any dispute between CONTRACTOR and his authorized representative or with his workmen shall be dealt with and settled by the CONTRACTOR only and the Company shall not be liable/ responsible in any manner whatsoever.

3. Statutory obligations of the CONTRACTOR

3.1 The CONTRACTOR shall discharge all his statutory obligations including but not limited to the following:

3.2 The CONTRACTOR shall carry out the jobs through his workmen and they shall work under total

control & supervision of the CONTRACTOR only. 3.3 The CONTRACTOR shall make payments/ provide facilities to his workmen as per the terms &

conditions as prevalent in the industry. 3.4 The CONTRACTOR shall at his own cost take necessary insurance cover in respect of provision of

Medical expenses; Accident etc. of the workmen employed or engaged by the CONTRACTOR in connection with the execution of the aforesaid jobs and keep the company indemnified.

3.5 The CONTRACTOR shall comply with all statutory obligations applicable including but not limited to

the State Shops and Establishments Act, Payment of Wages Act 1936, Minimum Wages Act 1948, Contract Labour (Regulation and Abolition) Act, 1970, Industrial Dispute Act, 1947, Payment of Bonus Act 1965, Workman’s Compensation Act, Payment of Gratuity Act 1972, the Provident Fund and Miscellaneous Provisions Act, 1952 including all the schemes framed there under as may be applicable, Employees’ State Insurance Act, and other Acts or notifications and shall keep the Company indemnified from all acts of omission or commission, fault, breaches and/or any claims/demands or loss, injury and expenses to which the Company may be put to or involved as a result of the Contractor’s failure to fulfil any of his obligations hereunder and / or under the said Acts, enactments, rules, regulations, and / or statutes and / or any bye-laws or Rules framed there under or any of them.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 16

3.6 CONTRACTOR shall be liable and responsible to submit periodical returns under various Acts, Rules and Regulations as may be applicable from time to time to the appropriate statutory authorities and copy of the same shall be submitted to the Designated Authority.

3.7 PROVIDENT FUND: The CONTRACTOR shall pay the Employer’s (Contractor’s) share under the

provisions of the Employees’ Provident Fund and Miscellaneous Provisions Act 1952. The CONTRACTOR shall bear all administrative charges on PF & EDLI. CONTRACTOR shall submit every month the requisite proof of deposit of EPF, ESI, EDLI and other statutory dues (as applicable) including disbursement of wages to his employed workmen along with the bill.

3.8 The contractor will take necessary steps to complete all the formalities for transfer of Provident fund /

Pension fund amount in respect of the concerned labourers engaged by him from the previous contractor’s PF account to his current PF account well in time.

3.9 The CONTRACTOR shall ensure payment of wages to his workmen within the stipulated period as

mentioned in the Payment of Wages Act and Rules.

3.10 The CONTRACTOR shall extend the facility of Annual leave with wages to his eligible workmen as per provisions of the Factories Act, 1948 and Maharashtra Factories Rule 1963.

3.11 The contractor will ensure that the total strength of the labourer engaged by him on any day will not

exceed the no. of labourers permitted under the labour licence issued by registering and licensing officer under contract labour (R & A) Act 1970.

4. MEDICAL: The laboures engaged by the contractor will undergo periodical medical examination at OHS /

Dispensary, CFP and in case any labourer is declared medically unfit by the company’s doctors the said labourer may be discontinued by the contractor.

5. CONTRACTOR shall be liable to provide welfare & health facilities to his workmen as per the provisions of

the Contract Labour (Regulation & Abolition) Act 1970. 6. MATERNITY BENEFIT: The female workmen, if any, working under the CONTRACTOR shall be eligible to

get benefit as per the provisions of Maternity Benefit Act, 1961 and the Maharashtra Maternity Rules, 1965. 7. The CONTRACTOR shall be responsible for all payments of any such dues / payments like bonus / ex-

gratia, leave salary, gratuity, including the terminal benefits on cessation of the contract, in respect of any of his workmen on superannuation or otherwise. (On cessation of the contract the contractor shall submit a certificate signed by each of his workmen in the format shown at Annexure – V of tender.)

8. The CONTRACTOR shall have total, administrative control and maintain discipline over his workmen, and

getting the work executed through his workmen is his sole responsibility. 9. The Controlling Officer or his representative shall ensure disbursement of wages by the contractor to

workmen in his presence and it shall be the duty of the contractor to ensure the disbursement of wages in the presence of such authorized representative.

The authorized representative of the Controlling Officer shall record under his signature a certificate at the end of the entries in the Register of Wages or the Register of wage-cum muster roll, in the following form:

“Certified that amount shown in column No. ________ has been paid to the workman concerned in my

presence on _______ at _________ .”

10. The contractor will be responsible for payment of minimum wages as declared by State Govt. from time to time, in case labourers are engaged on temporary basis due to exigency of work as per requirement. Other statutory provisions including Provident Fund / Pension contributions will be applicable to such labourers engaged on temporary basis.

11. LABOUR WELFARE FUND: The CONTRACTOR shall be required to deduct the contribution from the

wages of his workmen at the prescribed rates and deposit the amount along with Contractor’s share to the competent authority under Bombay labour Welfare Fund Act, 1953.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 17

12. COMPANY shall be entitled to recover any of such losses or expenses from the Contractor’s monthly bill or from the Security Deposits / Performance Bank Guarantee or any other sums available with the COMPANY on account of such claims, demands, loss or injury, under this contract without prejudice to its any other rights under the law. In case the recovery is made from the security deposit, the same amount will be recovered from the running bills towards the security deposit.

13. The CONTRACTOR shall take with him all his workmen engaged by him to work under the contract after

settlement of their terminal benefits and the company shall not be liable for any liability, whatsoever it may be, on this account. The CONTRACTOR in his own wisdom may keep, deploy or manage such number of workmen including those from the outgoing Contractor’s workmen as per his requirement for the jobs. The CONTRACTOR shall at times keep the designated authority informed about the number & details of the workmen entering the premises of the company employed by him under this contract.

14. Safety Code:

14.1 CFP will provide all Personal Protective Equipments (PPE) such as face shield, safety goggles, hand gloves, leg guards safety shoes etc and CONTRACTOR should adhere to safety provisions so as to ensure safe and smooth working conditions for his workmen.

14.2 The CONTRACTOR shall indemnify the COMPANY from all liability & encumbrances on this

account. 15. Cancellation of Contract in full or in part:

15.1 If the CONTRACTOR

15.1.1 At any time makes default in executing the jobs with due diligence and satisfaction of the COMPANY as per specifications and continues to do so even after a notice of 7 days in writing from the date of issue from the designated authority; or

15.1.2 Commits default in complying with any of the terms and conditions of contract and does not

remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that respect by the Designated Authority; or

15.1.3 Fails to complete the jobs or items of jobs as per schedule and does not complete them within

the period specified in the notice given to him in writing in that respect by the Designated Authority; the COMPANY may, without prejudice to any other right to remedy that shall have accrued or shall accrue thereafter to the COMPANY, cancel the jobs as a whole or only such items of jobs in default from the contract at the cost of the contractor and in that event the contractor shall not be entitled to any compensation / damages whatsoever.

16. Termination of Contract:

16.1 The COMPANY reserves the right to terminate the contract either in part or in full. Designated Authority shall in such an event give 15 day’s notice in writing to the CONTRACTOR of his decision to do so. The CONTRACTOR upon receipt of such notice shall discontinue the work accordingly. In the event of such termination, CONTRACTOR shall be paid for the actual work performed till the date specified in the notice.

16.2 The CONTRACTOR shall be responsible for maintaining peace and discipline of his authorized

representatives and his workmen engaged by him. In the event of any breach of terms and conditions of the contract or in the event of any serious misconduct or of any misbehaviour / violent act or any such unwarranted event committed or of any lapse on the part of the CONTRACTOR or on the part of any of its authorized representative and on the part of his workmen adversely affecting the working and interest and reputation of the COMPANY, it shall be lawful for the COMPANY, which reserves the right, to terminate the contract by giving 24 hours notice and in such case the CONTRACTOR shall not be entitled to claim any compensation whatsoever and he or his authorized representative or his workmen, shall be liable for penal action as per the provisions of the Act in force.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 18

16.3 On termination, the Security Deposit and / or Performance Bank Guarantee shall be forfeited / encashed without prejudice to any other right available to the company.

17. Deduction of Income Tax at Source: Income Tax shall be deducted from all the payments to be made, in accordance with the provisions of

Income Tax Act, 1961. The CONTRACTOR shall submit his PAN number in accordance to the Income Tax Act ‘1961.

18. LIABILITY FOR DAMAGES, DEFECTS AND THEFT:

18.1 If the CONTRACTOR or his authorized representative and his workmen injure or destroy any part of the building or property therein, in which they may be working, the CONTRACTOR upon receipt of notice in writing in that respect, shall make the same good at his own expense as per the direction of the Designated Authority.

18.2 Any damage caused to Company’s furniture and fixtures shall be recovered from Contractor’s bills,

as per the decision of the Designated Authority whose assessment of recovery shall be final and binding on the CONTRACTOR.

19. CONCILIATION: Any dispute or difference whatsoever arising between the parties relating to or arising out of contract, shall

be settled first by conciliation between the parties and the settlement so reached between the parties shall be final and binding on the parties”

20. ARBITRATION:

20.1 Reference to arbitration shall be made only when the conciliation has failed. 20.2 Any dispute or difference whatsoever arising between the parties and of or relating to the

construction, interpretation, application, meaning, scope, operation or effect of this contract of the validity or the breach thereof, shall be referred for arbitration by a Sole Arbitrator, who shall be nominated by the Executive Director/Chief Executive of CFP. The Arbitrator nominated by the Executive Director/Chief Executive of CFP shall be the Sole Judge to decide the dispute or differences and his award shall be final and binding on the parties. The venue of arbitration is at CHANDRAPUR.

21. INSPECTION AND APPROVAL:

21.1 The Designated Authority or his representative shall have authority at any time to inspect and examine any part of the jobs and the CONTRACTOR shall give such facilities as may be required for such inspection and examination.

21.2 The CONTRACTOR shall comply with all the legal / statutory requirements and the documentary

records should be maintained and produced from time to time to the Designated Authority, as required.

21.3 If any person engaged by the CONTRACTOR is found to be involved in any malpractice / activity

prejudicial to the interest of the company, behaves in an unruly manner or detrimental to the company, in the opinion of Designated Authority, the CONTRACTOR shall be held responsible. If such behaviour / act are repeated, the contract can be terminated.

22. INSTRUCTIONS AND NOTICES:

22.1 Subject to, as otherwise provided in this contract, all notices to be given on behalf of the COMPANY

and all other actions to be taken on its behalf may be given or taken by the Designated Authority or any officer for the time being entrusted with the functions, duties and authority of the Designated Authority.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 19

22.2 All instruction, notices and communications etc. under the contract shall be given in writing and if sent by the registered post to the last place of office or business of the CONTRACTOR, as given by the CONTRACTOR available with the company, shall be deemed to have been served on the date when in the ordinary course of the post these would have been delivered to him.

22.3 The Designated Authority shall communicate or confirm the instructions to the CONTRACTOR in

respect of work in a “Site Order Book” / “Job Allotment Memo” maintained in the office and the authorized representative of the CONTRACTOR shall confirm receipt of such instructions by signing the relevant entries in this book. The CONTRACTOR or his representative shall sign daily in the “Site Order Book” / “Job Allotment Memo”.

22.4 COMPANY reserves the right to recover / adjust any amount which may be due from the

CONTRACTOR from his security deposit, Performance Bank Guarantee or any payment due to him from the COMPANY.

23. CONTRACTOR shall not be allowed to sublet, assign the whole or part with any jobs as per contract

awarded to him for any reasons whatsoever. 24. CONTRACTOR shall ensure that the jobs assigned to him by the company do not suffer in any manner by

any acts, omissions or commissions either by CONTRACTOR or his authorised representative and his workmen. The Company shall not be liable to compensate either the CONTRACTOR or his authorised representative and his workmen from any liability incurred by CONTRACTOR.

25. TERMINATION DUE TO DEATH: If the CONTRACTOR is an individual or a partnership firm, the individual

proprietor dies or if one partner dies, or becomes insolvent, the company reserves its right to cancel / terminate the contract immediately.

26. JURISDICTION: - All disputes arising out of this contract shall be limited to the jurisdiction of Chandrapur

Courts only. 27. BANNING OF BUSINESS DEALINGS: If it is found during tendering / validity of the contract, the tenderer /

bidder / contractor or his agent/ servant and any other person claiming interest under him, indulges in any malpractice/ activity prejudicial to the interest of the Company/ detrimental to the interest of the Company, equipment & property, the tender / contract may be terminated at once and a ban on business dealings shall be imposed for a specific period under the laid down procedure of the Company.

28. CONTRACTORS BACKGROUND: Persons convicted for any criminal offence involving Moral Turpitude /

economic offences (other than freedom struggle) would not be eligible for award of contract and if such person is awarded the contract by suppression of information, it shall be terminated / cancelled immediately.

For SAIL – Chandrapur Ferro Alloy Plant.

(K.C.Behera) Manager (Contracts)

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 20

ANNEXURE – I

EMD BID

Earnest Money Deposit For Job Contract for Processing & Handling of Ferro-alloy Products To, AGM (Mktg & Contracts), Steel Authority of India Ltd Chandrapur Ferro Alloy Plant, Chandrapur – 442 401 (MS) We are enclosing herewith the Earnest Money of Rs.1,00,000/- (Rupees One Lac only) vide Demand

Draft / Banker’s cheque/ Pay Order no./ Bank Guarantee No. __________ dated _________ drawn on

(Bank name) _____________________ favouring “Steel Authority of India Limited – Chandrapur

Ferro Alloy Plant”, payable at Chandrapur (Maharashtra).

Thanking you,

Yours Faithfully,

(Authorised signature of tenderer)

Seal of firm: Date: ___________

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 21

ANNEXURE - II QUALIFICATION BID

Date: To, AGM (Mktg & Contracts), Steel Authority of India Ltd Chandrapur Ferro Alloy Plant, Chandrapur – 442 401 (MS) Dear Sir, Please refer to your tender enquiry under reference No. CFP/CC/13-14/114/OT/33 dated 28.01.2014 for Job Contract for Processing & Handling of Ferroalloy Products.

I / We submit hereunder the information & enclosed relevant documents as stated under tender clause No.13 i.e., criteria for evaluation of Qualification Bid. Sr No

Particulars Tenderer’s Remark

a Status of Firm: (Copy of deed to be enclosed in case of partnership/ Limited Co.)

Proprietary / Partnership / Limited Co.

b Name and address of Proprietor/ all partners or Directors to be furnished in detail alongwith Phone No.

-------------------

c. Work Experience: Details of work experience in the field of similar nature of work or other labour oriented work as explained in evaluation criteria clause No.14-ii (A) of tender covering letter and same to be furnished in Annexure-II (A). (Please state whether enclosed/ Not enclosed)

Enclosed/ Not enclosed

d Financial standing: Financial standing as explained in evaluation criteria clause No.14-iii (B) of tender covering letter and same to be furnished in Annexure-II (B). (Please state whether enclosed/ Not enclosed)

e All terms & conditions as per Annexure-A , B & C and as stated in covering letter of this tender document are read, understood and are acceptable to us and we abide by them. (Please state Yes / No)

Yes / No

f Tenderer to provide the following:

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 22

• PAN No.: • Service Tax Registration No:

• Provident Fund Account No:

• Labour License No:

• Name of Bank & Bank Account No:

…………………………… ……………………………. …………………………….. ……………………………… ……………………………. ……………………………..

g Tenderer to submit required documents from the concerned Govt. Authorities to the Designated Authority within 30 days from the date of issue of Work Order as per Clause no.14 (C). (Please state Yes / No)

Yes / No

h Tenderer to declare whether the i) Proprietor or any partner of firm or Director of their

Company has any relation with any employee working in CFP. If so, state the name of employee & the relationship.

ii) Any of above as mentioned at: Sr No h (i) has relationship

within the meaning of section-6 of the Company's act 1956 with any of the Directors of CFP. If so, give details.

Yes / No

Yes / No

“Steel Authority of India Limited – Chandrapur Ferro Alloy Plant” reserves the right to reject the tender out rightly, if any, of the information/ documents given above and in Annexure-II is found false / incorrect.

(Authorised signature of tenderer) Seal of firm: Date:

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 23

DECLARATION

I ____________________________________________ (Name) representing on behalf of M/s. _____________________________________ hereby declare that the information/ documents if found false / incorrect, then I shall stand responsible for all consequences. Name of firm: _______________________________ Complete Postal _______________________________ Address: _______________________________ _______________________________ E-Mail Address: _______________________________ Telephone No.: _______________________________ Mobile No.: _______________________________ Fax No.: _______________________________

(Authorised Signature of tenderer)

Seal of firm: Date:

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 24

ANNEXURE-II (a)

QUALIFICATION-BID FOR WORK EXPERIENCE

To, AGM (Mktg & Contracts), Steel Authority of India Ltd Chandrapur Ferro Alloy Plant, Chandrapur – 442 401 (MS) Dear Sir, Please refer to your Open Tender Notice under reference No. CFP/CC/13-14/114/OT/33 dated 28.01.2014 for Job Contract for Processing & Handling of Ferroalloy Products. I/We submit the information & documents regarding work experience as under.

Brief description of the job / work done

Name of client, address & Tele No.

Period of contract including extension if any

Value of the job / work Executed Rs. in Lacs

Performance Certificate from the client / job completion certificate

Remarks whether worked as a main contractor or a Sub-ContractorFrom To

A] I have executed work/job as per the work value stated in work experience clause No. 14-ii (A) of

tender covering letter and enclosed duly attested copies of work order/contract and other documents as stated in evaluation criteria of your tender.

B] All the information and documents enclosed are certified to be true to personal knowledge, belief

and evidence. (Use additional sheet if required as per the above proforma)

Yours faithfully

(Authorised Signature of Tenderer)

Seal of firm: Date:

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 25

ANNEXURE-II (b)

QUALIFICATION BID FOR FINANCIAL STANDING To, AGM (Mktg & Contracts), Steel Authority of India Ltd Chandrapur Ferro Alloy Plant, Chandrapur – 442 401 (MS) Dear Sir, Please refer to your open tender notice under reference No. CFP/CC/13-14/114/OT/33 dated 28.01.2014 for Job Contract for Processing & Handling of Ferroalloy Products. I/We give below the information / relevant documents regarding Financial standing as under:-

Sr No Particulars Tenderer’s Remarks

a

Name of our banker, branch / IFSC Code/ Account No with address Telephone and Fax Number

----------------------------------- ----------------------------------

b.

Tenderer to submit their Annual report (Balance Sheet and Profit & Loss Account) for last three years, duly certified by Chartered Accountant as per clause No 14-ii (B) of tender covering letter. (Documents to be enclosed)

2010-2011 -------------- 2011-2012 -------------- 2012-2013 ------------ Average : ________

Note:- 1.0 All the documents as required above are duly attested. 2.0 The information / documents as given above are certified to be true to my personal knowledge,

belief and evidence. (Use Additional sheets if required as per the above proforma).

Yours faithfully

(Authorised signature of Tenderer) Seal of firm: Date

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 26

ANNEXURE- III PRICE BID

(Schedule of rates) To, AGM (Mktg & Contracts), Steel Authority of India Ltd Chandrapur Ferro Alloy Plant, Chandrapur – 442 401 (MS)

Sub: Job Contract for “Job Contract for Processing & Handling of Ferroalloy Products”

Further to the acceptance of terms & conditions of tender reference CFP/CC/13-14/114/OT/33 dated 28.01.2014 for subject job, I / We quote the lowest rate as under:-

Sr. No. NAME OF PRODUCT / ACTIVITY Unit Quantity Rate

(Rs./Unit) Amount (Rs.)

1 HC FeMn Metal recovery from pool cake, slag including breaking, chipping & staking (size 25 – 50 mm) MT 2000

…………. ………….

2 SiMn Metal recovery from pool cake, slag including breaking chipping & stacking (size 25 – 50 mm) MT 1100

…………. ………….

3 Medium Carbon Ferro Manganese (25-100 mm/ 40-80 mm) MT 1300

…………. …………. 4 Medium Carbon Ferro Manganese (25-50 mm) MT 1200 …………. …………. 5 Screening of metal by 2.5/3/6 mm screen MT 8000 …………. …………. 6 Screening of metal by 10/12 mm screen MT 4000 …………. …………. 7 Screening of metal by 25 mm screen MT 4000 …………. …………. 8 Packing with weighment in 50 Kg Bag MT 800 …………. …………. 9 Packing in 50 Kg. bag without weighment MT 4000 …………. …………. 10 Loading of Ferro Alloys in Trucks (Loose) MT 500 …………. …………. 11 Loading of Ferro Alloys in Trucks (Packed) in 50 Kg. Bag MT 2000 …………. ………….

12 Loading of Ferro Alloys in Jumbo Bags (1 Ton) kept in trucks MT 30000

…………. …………. 13 Metal Stacking MT 5000 …………. …………. 14 Metal Leveling MT 10000 …………. …………. 15 Misc. transportation MT 10000 …………. ………….

16 Breaking, Chipping, Screening & Stacking of HC FeMn (GP) MT 100 …………. ………….

17 Breaking, Chipping, Screening & Stacking of SiMn (GP) MT 100 …………. ………….

TOTAL : ………….

Service tax @ ____% :

Gr. Total : The rates mentioned above are inclusive of all taxes, duties, levies, etc. Service tax as applicable shall be paid extra.

(Signature of authorised Tenderer with seal)

Name of Authorised person with Address & phone no. Date:

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 27

ANNEXURE-IV

TERMS AND CONDITIONS OF CONTRACT FOR OBSERVING TOTAL SAFETY AWARENESS 1] STATUTORY RULES AND REGULATIONS:

The contractor shall abide by the provisions of the Factory Act, Maharashtra Factory Rules, Workmen’s Compensation Act, Payment of Wages Act, contract Labour (Regulation) Act and all other statutory Rules and Regulation in Vogue and keep the principal Employer indemnified of the provisions of the above Acts and rules.

2] SAFETY RULES:

The Contractor shall abide by the safety regulations of the principals. He shall take all the safety precautions and provide adequate supervision in order to do the job/work safely and without damages to the equipment.

The Department operating contract shall brief the contractor on the requisite total safety precautions, handover a copy of safety rules to the contractor and explain/clarify all the points of safety awareness. The Contractor is not permitted to start the job without reporting to the Department operating the contract.

Before starting the work/job, he shall daily take clearance/job permit in writing from the Department operating contract. He shall engage workers or do the contract job only when he is satisfied that the hazards of gas/electricity moving machinery etc removed from the area of work and for that purpose, if shutdown of anything is to be taken, he shall ensure to obtain the same without any hesitation from the concerned departments. The contractor shall provide required safety appliances/equipments like safety shoes, goggles, welding screen, helmet, full body harness with two lanyards, hand gloves, aprons, leg guards, etc to his workers depending on the working conditions a advised by the department operating the contract from time to time and as required for the job.

In case of injury to the workers of the Contractor, the Contractor shall first take the injured person to the plant medical unit with the “Injury-on Work” (IOW) form duly filled in all respects. In no case the contractor shall be allowed to take the injured person directly to any other medical practitioner without consulting doctors of the principal/Company.

3] PENALTY CLAUSE:

a) The Contractor shall abide by the provisions of Factories Act/ Maharashtra Factories Rules. The supervisory agency of the Department operating the contract, upon its full satisfaction that the contractor is not confirming to the safety requirement, may direct stoppage of work and require the contractor to remedy the defects or comply with the omission as the same case may be. The Contractor shall not proceed with the work until the compliance with such directions/instructions to the satisfaction of the supervisory agency of the Department.

b) The Contractor shall be fully responsible for any accident caused due to his or/and his agent’s/workmen’s negligence/carelessness and be liable to pay compensation for injuries and/ or for the damage to the departments/Plant’s equipment.

c) Without prejudice to the right conferred by the clause “a” above for stoppage of work for violating safety requirement the Contractor shall be liable for a penalty as under:

Category Description of violation Penalty for violation

I Occasional violation of not wearing safety helmet in works area

Rs. 1,000/-

II Minor violation Rs. 2,500/- III Major violation Rs. 7,500/-

IV High risk violation may leading to fatal accident (Neamiss cases)

Rs. 20,000/-

V

Fatal accident cases / permanent disability i) Rs. 3,00,000/- or 20% of contract value whichever is lower

ii) Enquiry to be conducted and further actionbe taken as per recommendation of the committee

In case of repetition of violation from 3rd time onward, the penal amount will be doubled against each of above cases. For the third violation he may be debarred for the further contracts upto a period of one year. The Head of the department operating contract recommending the debarred period will also decide whether the contractor’s work will cease forthwith or after completion of the job in hand.

d) “On receipt of the communication from Safety department, the contract operating department will issue a show cause notice specifying therein the proposed penalty. On receipt of the reply, the HOD of operating contract shall pass final orders, which shall then be final & binding on the contractor. The penalty amount shall be recoverable for any bill of the contractor without further reference to him”.

e) Payment of wages to labourers employed by the Contractor will be made by the contractor only.

For SAIL-Chandrapur Ferro Alloy Plant.

Sr. Manager (Contracts) I have read the above terms and conditions and same are acceptable to me.

(Signature of Contractor)

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 28

ANNEXURE - V

(The CONTRACTOR shall get the certificate signed by his respective workmen on cessation of the contract as mentioned below)

CERTIFICATE

I have received my final payments, Bonus / earned leave wages/ retrenchment benefits from M/s ___________________________________ in respect of the contract for ___________________________________ for the period from ____________ to _________________. Further certified that nothing is outstanding against M/s _______________________________ in respect of the above work and we have received all terminal benefits in full and final.

Signature ____________________ Name ________________________ CPF / Card No __________________ Father’s Name __________________

Husband’s name ________________

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 29

ANNEXURE - VI

AFFIDAVIT FOR LIEN-CUM-INDEMNITY BOND (On non-judicial stamp paper of Rs.100/-)

(To be sworn before District Magistrate before a witness by the authorized representative of Firm / Company by Resolution passed by the Board of Directors.)

I ___________________________________________________________ (Name) Indian citizen in the capacity of ________________________ (designation) of M/s._______________________________________________________ (Company) do hereby solemnly affirm and state on the as under:-

• I am duly authorized to swear this affidavit on behalf of M/s. ____________________.

• I state that all the dues including labour charges, PF, Gratuity (if applicable), Workman Compensation (if any) and materials, etc. under the Job Contract for ……………………………………………Contract No. ______________ date ____________ and Final Acceptance have been paid fully by us i.e. M/s. ______________________________________ (company) and I hereby further certify that no lien can be claimed by any agency with Steel Authority of India Limited – Chandrapur Ferro Alloy Plant, Chandrapur. I also hereby agree and undertake on behalf of M/s. _____________________________ (company) to Indemnify Steel Authority of India Limited – Chandrapur Ferro Alloy Plant, Chandrapur in case of any such claim of lien or any suit or any dispute before any authority or any dispute in arbitration before the Arbitration Council of whatsoever, by any agency in future to whatsoever amount in respect of the said contract. In case any lien remains uncertified or any dispute or any claim or any dispute unsettled, etc. after Final payments are made by Steel Authority of India Limited – Chandrapur Ferro Alloy Plant, Chandrapur under the contract, M/s. ______________________________ shall refund Steel Authority of India Limited – Chandrapur Ferro Alloy Plant, all moneys that Steel Authority of India Limited – Chandrapur Ferro Alloy Plant may be compelled to pay in discharging such lien include in all cost and reasonable attorney’s fees. This clause shall be applicable from the effective date of the contract (start of contract) to the end (completion) of the contract.

Verification: I ________________________________________ hereby verify that the contents of paras 1 and 2 above are true to my knowledge and belief. Hence, signed this today _________________________ at __________________.

________________________ ________________________

(Name _____________________) (Designation _________________)

Solemnly affirmed at _______________ (place) This _____________________________ day of _____________ 20__. Witness

• Name ___________________________ Designation ______________________ Address ______________________________________ _______________________________________

Date _____________________

• Name ___________________________ Designation ______________________ Address ______________________________________ _______________________________________

Date _____________________

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 30

ANNEXURE-VII

FINAL DISCHARGE CERTIFICATE We, M/s._______________________________ ___________________________________ ___________________________________ do hereby certify that we discharge Steel Authority of India Limited – Chandrapur Ferro Alloy Plant, Chandrapur fully and finally from all our dues and claims in respect of the Job Contract for Processing & Handling of ferro-alloy products at Product Handling Yard under the contract No. ______________ dated ________ entered into between us. We further certify that we have received all due payments as per contract in full and final settlement of the said contract and no further claims of whatsoever nature are pending and that we shall not raise or prefer any claim on any account whatsoever under or concerning the said contract. It is also further agreed and certified by us that the said contract is hereby fully and finally discharged in all respects and is hereby closed. The following Bank Guarantees may be discharged by Steel Authority of India Limited – Chandrapur Ferro Alloy Plant. 1._______________________ 2._______________________ 3._______________________

Signature ______________________ In the capacity __________________

Duly authorized to discharge for and

On behalf of ____________________ ______________________________

1. Signature of witness _________________ Date ___________________ Address ______________________ _____________________________ Occupation ___________________ 2. Signature of witness _________________ Date ___________________ Address ______________________ _____________________________ Occupation ___________________

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 31

ANNEXURE-VIII

BANK GUARANTEE TOWARDS EARNEST MONEY DEPOSIT ________________ Scheduled Commercial Bank _________ Bank.

Address __________________________

B.G.NO.____________________ DATE : _________________

A/c of (Name and Address) ___________________________________

Limit of liability Rs.________________________________

Date of expiry __________________

Ref: Tender Notice No.______________________ dtd_______________

For Nature of Supply _________________________________

Subject: Earnest Money Deposit To,

Steel Authority of India Limited Chandrapur Ferro Alloy Plant, Mul Road, Chandrapur (M.S.) - 442401

Dear Sirs, In consideration of the Steel Authority of India Limited – Chandrapur Ferro Alloy Plant, Chandrapur (hereinafter called "the Company") which expression shall unless repugnant to the subject or context, include his successors and assigns having agreed to exempt M/s. _____________________ (Hereinafter called "the Tenderer") from demand under the terms & conditions of Tender No.____________ issued by the company for the supply (hereinafter called the said "Document") from deposit of Earnest Money towards due fulfillment of the terms & conditions contained in the tender documents by the Tenderer. We, _________________________ Bank have, at the request of the tenderer, agreed to give you this Guarantee as herein after contained: 1. We, the ____________Bank (hereinafter referred to as 'the said Bank') and having its registered office at

___________ do hereby undertake and agree to indemnify and keep indemnified the company to the extent of Rs._____________(Rupees ___________________ only) against any losses, damages cost, charges and expenses caused to or suffered by or that may be caused or suffered by the company by reason of any breach or breaches by the Tenderer of any of the terms and conditions contained in the said document and unconditionally pay the amount claimed by the company on demand and without demur to the extent aforesaid.

2. We __________Bank do hereby undertake to pay the amounts due and payable under the guarantee without

any demur merely on a demand by you stating that the amount claimed is due by way of loss or damage caused to or would be caused or conditions contained in the said document by reason of the Tenderer's failure to fulfill the document. Any such demand on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._____________.

3. We __________________Bank further agree that the company shall be the sole judge of and as to whether

the tenderer has committed any breach or breaches of any of the terms and conditions of the said documents and the extent of loss, damages, costs charges and expenses caused to or suffered by or that may be caused to or suffered by the company on account thereof to the extent of the Earnest Money required to be deposited by the tenderer in respect of the said document and the decision of the company that the Tenderer has committed such breach or breaches and as to the amount or amounts of loss, damages, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Company shall be final and binding on us.

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 32

4. We ______________Bank further agree that guarantee herein contained shall remain in full force and effect till the said contract and that it shall continue to be enforceable till all your dues under or by virtue of the said document have been fully paid and its claims satisfied or discharged or till you certify that terms and conditions of the said document have been fully and properly carried out by the said Tenderer and accordingly discharge the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ___________we shall be discharged from all liability under this guarantee.

5. We________________Bank further agree with you that you shall have the fullest liberty without our consent

and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said document or to extend time of performance by the said Tenderer from time to time or to postpone for any time or from time to time any of the powers exercisable by you against the said tenderer and to forbear or enforce any of the terms and conditions relating to the said document and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Tenderer or for any forbearance act or omission on your part or any indulgence by you to the said Tenderer or by any such matter or thing what so ever under the law relating to sureties would but for this provision have effect of so relieving us.

6. It shall not be necessary for the company to proceed against the tenderer before proceeding against the

Bank and the Guarantee herein contained shall be enforceable against the Bank not wit standing any security which company may have obtained from the tenderer at this time when proceedings are taken against Bank hereunder be outstanding or unrealized.

This guarantee will not be discharged due to change in the constitution of the Bank or the tenderer.

7. We ____________Bank further undertake to unconditionally pay the amount claimed by the Company merely

on demand and without demur to the extent aforesaid. 8. We, the said Bank lastly undertake not to revoke this guarantee during its currency except with the previous

consent of the company in writing and agree that any change in the constitution of the company or the tenderer or the said Bank shall not discharge our liability hereunder.

9. We further agree that invokement of this guarantee is also allowed to be made by the company by intimation

through Fax or Telex or Telegram to be regularised by submission of original guarantee subsequently. Notwithstanding anything stated hereinbefore or liability under this guarantee is restricted to Rs._____________ (Rs._____________________________________) and will remain in force till ______. Your claim under this guarantee unless filed with us on or before ______________, all your rights under the said guarantee shall be forfeited and we shall be relieved & discharged from all liabilities hereunder. Dated _________day of _________ For _______________ (Name of the Bank) Signature _______________ Seal

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 33

ANNEXURE-IX

BANK GUARANTEE BOND FOR SECURITY DEPOSIT

Bank Guarantee No.___________________________ Dtd ________ A/c of (Name & Address) ___________________________________ Limit of liability Rs.________________________________ Date of expiry __________________ Ref : Tender Notice No._______________________ Dtd ________ For : Name of the work & SAIL-CFP Work order No.____________) Subject : Security Deposit ~~~~~~~ ~~~~~~~~~~~~~~~~ To : Steel Authority of India Limited Chandrapur Ferro Alloy Plant, Mul Road, Chandrapur (M.S.) - 442401 Dear Sirs, 1. In consideration of the Steel Authority of India Limited – Chandrapur Ferro Alloy Plant, Chandrapur,

(hereinafter called the Company) having agreed to exempt _________(hereinafter called the said contractor) from the demand under the terms and conditions of an Agreement dated ________ made between _________and ___________for __________(hereinafter called the said Agreement) of security deposit for the due fulfillment by the said contractor of the terms and conditions contained in the said Agreement, production of a bank guarantee for Rs._________(Rupees ___________only) we _________(indicate Name of the Bank ) (hereinafter referred to as the Bank) at the request of ____________(Contractor) do hereby undertake to pay to the Company an amount not exceeding Rs.__________ against any loss or damage caused to or suffered or would be caused to or suffered by the Company by reason of any breach by the said contractor of any of the terms or conditions contained in the said Agreements.

2. We ____________(indicate the name of the Bank) do hereby undertake to pay the amounts due and

payable under this guarantee without any demur merely on a demand from the Company stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Company by reason of breach by the said con tractor of any of the terms or conditions contained in the said Agreement or by reason of the contractor failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as Regards the +amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.__________.

3. We ______________(Name of the Bank) undertake to pay to the Company any money so demanded not

withstanding any dispute or disputes raised by the contractor /supplier in any suit or proceeding pending before any court or Tribunal or arbitration relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor/supplier shall have no claim against us for making such payment.

4. We, _____________________(indicate the name of the bank ) further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Company

\\10.162.0.181\shareddocs\Contract Cell\Enquiry\Labour Contract\OT - processing & handling PH Yard (13-14).doc 34

under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the Company _____________ certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the _____________ we shall be discharged from all liability under this guarantee thereafter.

5. We,___________(indicate the name of the Bank) further agree that the Company shall have the fullest

liberty without consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor from time to time to postpone for any time or from time to time any of the power exercisable by the Company against the said Contractor and to forebear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor or for any forbearance, act or omission on the part of the Company or any indulgences by the company to the said Contractor or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the bank or the

Contractor/supplier. 7. We, _____________(the name of the Bank) further undertake to extend the validity of this guarantee

beyond the period prescribed in clause 4 or an extended from time to time, for such further period as may be required by the Company in writing before the expiry of this guarantee and upon such extension(s), all terms and conditions of this guarantee shall remain in full force till the expiry of the extended period(s).

8. We, _________________ (indicate the name of bank) lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the Company in writing. 9. We, ______________ (indicate the name of bank) further agree that invokement of this guarantee is

also allowed to be made by the company by intimation through fax or telex or telegram to be regularised by submission of original guarantee subsequently.

Dated the ______day of _____2012 _______For (indicating the name of Bank)

For-------- (Name of Bank)

Signature of Authorised person & code no

Full postal Address of Bank with Telephone No.