Sagardighi Thermal Power Project

The Power Development Corporation Limited

Sagardighi Thermal Power Project P.O.: Manigram, P.S.: Sagardighi, District: , West Bengal PIN: 742237

Notice Inviting Tender (NIT)

NIT NO.: WBPDCL/SGTPP/NIT/E1248/18-19

Sub: Procurement of 120 MT Ferric Chloride (IS - 711) for Sagardighi Thermal Power Project, WBPDCL

______

(Vendor’s Signature with official seal) Page 1 Sagardighi Thermal Power Project

The West Bengal Power Development Corporation Limited

Notice Inviting Tender (NIT)

NITNO.: WBPDCL/SGTPP/NIT/E1248/18-19 Sub: Procurement of 120 MT Ferric Chloride (IS - 711) for Sagardighi Thermal Power Project, WBPDCL

Tender is hereby invited by the General Manager, SgTPP, WBPDCL for Procurement of 120 MT Ferric Chloride (IS - 711) for Sagardighi Thermal Power Project, WBPDCL as mentioned in the list given below, through electronic tendering (e-tendering) from eligible and resourceful manufacturers’ having sufficient credential and financial capability for execution of supply of similar nature. 1. GeneralGuidancefore-tendering :

Interested bidders are requested to log on to the website https://wbtenders.gov.in to participate in the bid. 2. Registration ofBidders :

Bidders who are willing to take part in the process of e-tendering are required to obtain Digital Signature Certificate(DSC)from any authorized Certifying Authority (CA) under CCA, Govt. Of (viz.nCodeSolutions, Safescrypt, e-mudhra, TCS,MTNL,IDRBT ) or as mentioned in e-tendering portal of GOWB https://wbtenders.gov.in.DSC is given as a USB e-Token. After obtaining the Class II/III Digital Signature Certificate(DSC)from the approved CA, they are required to register the Digital Signature Certificates through the registration system available in the website. 3. Earnest Money Deposit (EMD) :

a. Bidders must furnish the Earnest Money Deposit (EMD) in the form of “Demand Draft” of amount Rs.84,000/- (Rupees Eighty Four Thousand only) in the favour of “ West Bengal Power Development Corporation Limited ”payable at STATE BANK OF INDIA, Sagardighi branch(Code no. 11377) or, in the form of “Bank Guarantee” for one year having claim period of another 3 months amount of Rs.84,000/- (Rupees Eighty Four Thousand only) on any Scheduled Bank incorporated in India. Demand Draft/Bank Guarantee should be in the favour of “ West Bengal Power Development Corporation Limited ”. Bank Guarantee issued by Foreign Branches / Foreign Offices of such scheduled Banks should be counter guaranteed by the Indian Branch of that scheduled bank incorporated in India OR, any branch of an International Bank situated in India or registered with Reserve Bank of India as a scheduled foreign bank OR, any foreign bank which is not a scheduled bank in India providedthe Bank Guarantee issued by such Bank is Counter guaranteed by any Scheduled Bankincorporated in India.

______

(Vendor’s Signature with official seal) Page 2 Sagardighi Thermal Power Project

Note: However under no circumstances would any guarantee be accepted from any Regional Rural Bank or State Co - operative Bank or Urban Co-operative Bank. Any tender without Earnest Money shall be rejected outright.

b. The earnest money will be returned to the unsuccessful Bidder on request.

c. WBPDCL reserves the right of forfeiture of Earnest Money deposit in case the tenderer ,after opening of tender, withdraws/ amends/impairs/derogates/revokes his tender within the validity period or extension thereof. d. No interest will be payable by WBPDCL on the above Earnest Money. Earnest Money of Unsuccessful tenderers shall be refunded to them after issue of purchase order to the Successful Bidder. e. Govt. organizations are exempted from submission of Earnest Money against submission of acceptable (As per discretion of WBPDCL) documents. f. NSIC/MSME units are exempted from deposition of EMD inform of D.D/B.G. In case of NSIC/MSME, scanned copy of valid Certificate (Current) should be uploaded in “ Fee” Cover in lieu of EMD /bid security. g. Scanned copy of Demand Draft (DD)/ Bank Guarantee (BG) towards EMD as prescribed above in the NIT, in favour of “ West Bengal Power Development Corporation Limited ” to be uploaded in “ Fee” Cover.

h. Submission of original DD/BG as Earnest Money Deposit :  Mode of Payment: EMD must be submitted in the form of Demand Draft/BankGuarantee as mentioned above. Payment in any other form e g: NSC, KVP etc. will not be accepted.

 Place of submission: The original Demand Draft/Bank Guarantee towardsEarnest Money Deposit should be submitted in a sealed envelope to the office of the Sr. Manager (Purchase), Sagardighi Thermal Power Project (SgTPP), P.O.- Manigram, P.S.-Sagardighi, District: Murshidabad, West Bengal . Pin-742237

 Time of submission: The original DD /BG towards EMD should be submitted in a sealed envelope before the due date and time of bid opening as mentioned in the NITin the office as stated above . If the bidder fails to submit the original copies within the due date & time of bid opening ,his tender will not be opened and his bid will stand rejected. i. Return of Earnest Money Deposit:-

The Earnest Money of the entire unsuccessful Bidders will be returned, after placement of the Purchase Order to the successful “L1” Bidder. For return of the Earnest Money Deposit of the successful “L1” Bidder, the Bidder will have to apply for the same to The General Manager (SgTPP), WBPDCL giving the reference to NIT No., Date of tender & subsequent purchase order issued, Amount and Mode of Earnest Money deposited–all in a complete form. However, the EMD of the successful bidder will be returned, after execution of the Purchase Order. 4. Pre-Qualification Requirements (PQR) for participation :

a. The Bidder should be the reputed parties for manufacturing / supplying of Ferric Chloride (IS - 711).

______

(Vendor’s Signature with official seal) Page 3 Sagardighi Thermal Power Project

b. Direct experience& necessary infrastructure in manufacturing / supplying of 120 MT Ferric Chloride (IS - 711) or, any kind of bulk chemicals to any reputed industries in last seven years. Relevant orders along with execution proof to prove the supply and delivery of materials in a single purchase order of 33.59 lakhs / Two orders of 21.00 lakhs each / Three orders of 16.80 lakhs each in last seven years up to 31.01.19 to any reputed industries with price schedule should be uploaded. The party may upload one or more recent credentials (valid copies of Purchase orders) any reputed industries for Ferric Chloride (IS - 711) or, similar kind of Bulk Chemicals. The Previous purchase orders should clearly indicate the name, PO number, order value & ordered quantity. Repeat orders from any industries (As per discretion of WBPDCL) or Power plants would also be considered as satisfactory performance certificate of previous service / purchase order. c. Previously executed Purchase order copies as mentioned above should be uploaded where the bidder has successfully executed the service /purchase order as a proof of execution of order. d. Valid copies of Trade licence /Factory license/Company Registration Certificate (as applicable) , GST Registration Certificate with GSTIN., PAN are mandatory & to be uploaded by the bidder while bidding. These documents should have to be valid up to the technical bid opening date of the tender.Application for such clearance/renewal addressed to the competent authority may also be considered.

e. The offer of the lowest landed price in totality (i.e. the lowest total landed cost for all items combined) is normally to be considered for selecting the”L1” bidder after satisfying the technical requirements for all types of Parties as stated above.The price will be firm for SgTPP.

f. Minimum Annual turnover of the bidder for the last three financial years [i.e. for F.Y. (2015-16), (2016-17) & (2017-18)] should be Rs.12.60 lakhs & Average annual net worth should be positive for the last three financial years[(2015-16), (2016-17) & (2017-18) only]. Bidders shall upload satisfactory evidence for the same. g. Original copies of supporting documents are to be produced on demand, if necessary. 5. Techno-Commercial part: a. All conditions of contract as per this tender document should be abided by the vendor. b. Material specifications are to be strictly maintained as per NIT & Declaration regarding maintaining exact material specifications as per NIT should be uploaded in techno-commercial terms & conditions. HSN code/s against each quoted items & GSTIN of bidder must be mentioned in the bidder’s offer. If the HSN code/s mentioned by the party differs from our specified HSN code/s mentioned in this NIT, then the party has to submit their justification separately along with the quotation. c. Earliest Delivery schedule is to be mentioned in the offer by the bidder and may be maintained as per NIT terms. d. Deviation of payment term may not be accepted. e. Clearly mention the item code ,Sl. No. as per Purchase Oder in supplied materials.

f. At the time of delivery of materials, the party has to submit the following documents: i) Material Test Certificate from Govt. approved Testing Laboratory/Manufacturer’s Test Certificate is to be submitted by the party.

______

(Vendor’s Signature with official seal) Page 4 Sagardighi Thermal Power Project

ii) Material Guarantee/Warranty certificate Necessary declaration for this should be uploaded in Techno-commercial terms & Conditions. Any further technical queries, please contact the following officers of Chemical Department , SgTPP:-

a) BaniKanthaDhara [ Mgr.(Chem)] : Tel. (03483)237043, Mobile : 8336906432 & E-mail: [email protected] 6. Collection of Tender Documents:

Tenders are to be submitted online and interested bidders will have to download the tender documents from the website htps://wbtenders.gov.in directly with the help of the e-Token provided. This is the only mode of collection of tender documents. 7. Submission of Tenders:

Details of submission procedure are given below:- (A) General process of submission

i Tenders are to be submitted online through the website https://wbtenders.gov.in. All the Documents uploaded by the Tender Inviting Authority form an integral part of the bid. Bidders are required to upload all the tender documents along with the other documents, as asked for in the tender ,through the above website within the stipulated date and time as given in the Tender.

ii. Bidders must submit the Tenders in three covers i.e. “Fee”,“Technical”& “Finance”. Bidders must download tender specific documents(NIT/SBD,BOQ etc.) from https://wbtenders.gov.in, prepare the required documents and upload the scanned documents in Portable Document Format (PDF) to the portal in the designated locations.

iii. The bidder needs to fill-up the rates of items in INR in the BOQ, downloaded for the supply, in the designated cell of the BOQ spreadsheet and upload the same in designated location of “Finance” cover.

iv. The documents uploaded must be scanned against any virus and digitally signed using the Digital Signature Certificate (DSC).Bidders should specially take note of all the addendum/corrigendum related to the tender and upload the latest documents as part of the tender. (B) Fee Proposal : Scanned copy of Demand Draft(DD)/ Bank Guarantee(BG) towards EMD as prescribed above in the NIT, in favour of “ West Bengal Power Development Corporation Limited ”to be uploaded in “Fee” Cover. NSIC/MSME units are exempted from deposition of EMD inform of D.D/B.G. In case of NSIC/MSME, scanned copy of valid Certificate (Current) should be uploaded in “Fee” Cover in lieu of EMD / bid security. (C) Technical Proposal 1. Submission of Statutory Documents:-

The following documents in standard formats should be uploaded in Technical cover:

i. Notice Inviting Tender (NIT) / Standard Bid Document (SBD):-The NIT /SBD are to be downloaded, then signed with official seal and should be uploaded.

______

(Vendor’s Signature with official seal) Page 5 Sagardighi Thermal Power Project

ii. PQR (Pre-Qualification Requirements) related documents in support of Bidders’ qualification.

Note: Tenders will be summarily rejected if any of the above items in the Statutory cover is/are missing. 2. Submission/Upload of Other Documents:

Following documents are also to be uploaded along with the Bid in Technical Cover:- i. Certificates:

a. Professional Tax (PT) Clearance Receipts/ Challan (declaration has to be given by the vendor if not applicable ) valid up to the technical bid opening date of the tender. Application for such clearance addressed to the competent authority may also be considered. b. Income Tax Return (ITR) acknowledgements for last 03 (three) Assessment Years [A.Y. (2016-17), (2017-18) & (2018-19) only]. c. Audited balance sheets for last 03 (three) years [F.Y.(2015-16), (2016-17) & (2017-18) only] along with Profit & loss statement for those above years with auditor's certificate regarding annual turnover from business in each year are also to be uploaded.Bidders whose annual turnover is less than 1 Crores shall need to submit payment certificates obtained from clients and IT submission certificates for the corresponding years if audited balance sheets are unavailable. d. Self –declaration of the party being a “manufacturer / supplier” of the procured item in company pad with seal is to be uploaded by the bidder.

e. The bidder should confirm to submit the Original Material Test Certificate, Original Guarantee/Warranty Certificate at the time of delivery of materials to SgTPP store. Necessary declaration should have to submit by the bidder. f. Successful Job completion certificates /GRN or SRV copies supporting the credentials in form of submitted Purchase/Service Orders should be submitted & uploaded by the vendor at the time of bidding. GRN or SRV copies should clearly indicate the name, ref. of PO number, order value & ordered quantity. g. The party may upload one or more recent credentials (copy of Purchase orders) to any reputed Industries or Organisation for same.

ii. CompanyDetails:

Valid Registered Deed for the Firm /Consortiums from Registrar of Assurances and application for registration will not be considered.

However, in cases, where the applicant is yet to receive registration certificate from ,the, applicant is to submit an affidavit, along with the application pledging that “the registration certificate of the Consortium/Partnership firm would be submitted before the Tender Inviting Authority before the acceptance of his bid by the competent authority in case his bid is found lowest.” If he fails to submit the registration certificate within the stipulated time ,his bid will not be accepted till the submission of the certificate. In case of inordinate delay in submitting the document, bidder’s bid is liable to be rejected and his EMD deposited will stand forfeited to Government. Any change in the constituents of the consortium/firm should also be registered from the Registrar of Assurances prior to the date of application of tender otherwise his bid will be rejected.

______

(Vendor’s Signature with official seal) Page 6 Sagardighi Thermal Power Project

iii. Addenda/ Corrigenda: if published.

Note: Bidders are to keep track of all the Addendum/Corrigendum issued with particular NIT and upload the download copies of the above documents and merge the Addenda/Corrigenda with respective NIT/SBD in the NIT/SBD cover. Tenders submitted without the Addendum/Corrigendum may be rejected. iv. Pre Bid Meeting: Pre Bid Meeting for any further clarification will be conducted on stipulated date & time as mentioned in the e tender portal.

v. Others: Any other documents found necessary.

Note: Failure of submission of anyone of the abovementioned documents will render the tender liable to summarily rejected. (D) Financial Proposal:

(To be uploaded in “Finance Cover)

The financial proposal should contain the following document in one cover(Finance cover).

Bill of Quantity (BOQ): The bidder is to quote the rate in the space marked for quoting rate in the BOQ. (Only downloaded copies of the above documents are to be uploaded, virus scanned and digitally Signed by the bidder).Bidder should quote for ALL items mentioned in BOQ . BOQ Sheet with all cells filed-up should be submitted in Financial Cover. Non-submission of this sheet under Financial Cover will lead to rejection of the bid. Bill of Quantity (BOQ):

Sl Item Description Item Code UOM Qty. No FERRIC CHLORIDE (IS - 711),IS-711, 98% PURITY M07-C03-00243 ANHYDROUS POWDER,WITH LATEST Tonne 120 01. HSN : 28273990 AMENDMENT Additional Data: Anhydrous powder

(E) Conditional and Incomplete Tender: Conditional and incomplete tenders areliable to summarily rejected. 8. Opening and Evaluation of Tender: (A) Opening of Fees Proposal:

i) Fee proposals for those tenders whose original copies of DD/BG towards EMD have been Received will only be opened. Proposals corresponding to which the EMD have not been received or if there is any deficiency in the EMD, cover for Technical will not be opened and will stand rejected. ii) Interested bidders may remain present if they so desire.

______

(Vendor’s Signature with official seal) Page 7 Sagardighi Thermal Power Project

(B)Opening of Technical Proposal:

i) Technical proposals will be opened by the General Manager, SgTPP or his authorized representative electronically from the website stated in Clause1, using their Digital Signature Certificate(DSC).

ii) Technical proposals for those tenders whose original copies of DD/BG towards EMD have been received will only be opened. Proposals corresponding to which the EMD have not been received will not be opened and will stand rejected.

iii) Interested bidders may remain present if they so desire.

iv) Technical Cover(Statutory Documents)would be opened first and if found in order,Cover for other Documents will be opened. If there is any deficiency in the Statutory Documents, the tender will summarily be rejected.

v) Decrypted (Transformed into readable formats) documents will be downloaded, and handed over to the Tender Evaluation Authority.

(C) Uploading of Summary List of Technically Qualified Bidders:

i) Pursuant to scrutiny and decision of the Technical Evaluation authority, the summary list of eligible bidders for which their Financial Proposals will be considered will be uploaded in the web portals.

ii) While evaluation, the Committee may summoned the Bidders and seek clarification /information or additional documents or original hard copy of any of the documents already submitted and if these cannot be produced within the stipulated time frame, their proposals will be liable for rejection.

(D) Opening and evaluation of Financial Proposal:

i) Financial proposals of the Bidders declared Technically eligible by the Tender Evaluation authority against Fee & Technical Cover will beopened electronically from the web portal on the prescribed date after the date of publication of final summary list of the Bidders.

ii) The encrypted copies will be decryptedand the rates will be read out to the bidders, present at that time of bid opening. iii) After evaluation of Financial Proposal, by Tender Evaluation Authority,the finalsummary result, name of the bidders and the rates quoted by them againstsupply and delivery of material will be uploaded. iv) The Tender Accepting Authority may ask any of the Bidders to submit analysis to Justify the rate quoted by that tenderer. 9. Acceptance of Tender :

Bidders should quote for ALL item/s mentioned in BOQ sheet. Bids with lowest landed price in TOTALITY combining all items should normally be accepted for selecting the “L1” bidder. However, the Tender Accepting Authority does not bind himself to do so and reserves the right to reject any or all the tenders, for valid reasons and also reserves the right to split the order, alter the quantity of any or all Bidders without assigning any reason whatsoever.

______

(Vendor’s Signature with official seal) Page 8 Sagardighi Thermal Power Project

10. Paying Authority:

DGM (F&A), SgTPP, WBPDCL.

11. Controlling Officer :

Sr. Manager (Chemical), SgTPP, WBPDCL 12. Rate Validation: Rates should remain firm till the final execution of the purchase order. In case of variation of GST will occur, the same is acceptable to WBPDCL. 13. Evaluation of Ten d e r :

i. WBPDCL reserves the right to itself to accept any tender or reject any or all tenders or cancel/ withdraw the invitation for tender without assigning any reason for such decision. Such decision by WBPDCL shall not be subject to question by any tenderer a nd WBPDCL shall bear no liability consequent upon such decision and the tenderer shall have no claim in this regard against WBPDCL.

ii. Evaluation by WBPDCL shall be done on item basis as far as practicable & based on the information and documentary evidence submitted by the tenderer in response to the tender documents.The requirements as stipulated in the tender notice are the minimum and WBPDCL has the right to request for additional information and also reserves its right to reject any tender, if in the opinion of WBPDCL the qualification data/documentary evidence submitted by the tenderer is incomplete or tenderer is found not qualified to satisfactorily perform the work. WBPDCL reservesthe right to reject any tender if the tenderer is found to be disqualif ied by giving incorrect and / or false information.

iii. WBPDCL does not bind itself to accept the lowest tender and also reserves the right to split the work amongst more than one tenderer.

iv. Notwithstanding, anything stated above or elsewhere, WBPDCL reserves the right to assess the capability and capacity of the tenderer, should the circumstances warrant such assessment in the overall interest of WBPDCL.

14. Settlement of disputes & Arbitration: All difference or disputes between the parties arising out of or in connection with these presents shall in the first instance be amicably settled/resolved between the parties. Failing amicable settlement amongst the parties the same shall be settled through arbitration by a sole arbitrator appointed by the CMD, WBPDCL. The arbitration shall proceed in accordance with arbitration and conciliation Act, 1996. The venue of Arbitration shall be Kolkata, India. The courts in Kolkata shall have exclusive jurisdiction.

15. Jurisdiction & Governing laws: The courts of Kolkata shall have the jurisdiction in all matters under the contract. 16. General Terms & Conditions:- i. BidValidity: The Bid should be valid for 180 days from the date of opening of the bid. ii. Payment Terms:

______

(Vendor’s Signature with official seal) Page 9 Sagardighi Thermal Power Project

100% payment along with applicable taxes and duties will be made preferably in S.R.V( however in any case, Advance Payment will not be allowed) against each consignment of material delivery to SgTPP store.

Your bills in triplicate should be sent to the D.G.M. (F&A), SgTPP, Manigram, Murshidabad for arranging payment.

i. Transit Insurance : While in transit, materials are required to be insured. The successful tenderer should cover the entire risk of materials against any theft, loss, damage etc. on transit. Transit Insurance will be under party's scope / will be arranged by the party & WBPDCL will pay at actual, if any. Approx. maximum Transit insurance value(in Rs.) is to be mentioned (for calculating the lowest landed cost). Necessary declaration for this should be uploaded in Techno-commercial terms & conditions. ii. Inspection:

Inspection will be done by the representative of the Sr. Manager (Chemical), SgTPP/WBPDCL after effecting delivery of the material at SgTPPstore. iii. DeliveryPeriod:

Staggered Delivery as and when required by the Chemical dept.,SgTPP dept. for a period of 1 (one) year from the date of Confirmed Purchase order. 1st lot of material delivery should be started within 15 days from the date of Confirmed Purchase order and the subsequent delivery of materials are to be made within 15 days after getting intimation from the controlling officer positively.

iv. Delivery Point:

At SgTPP Central Store, SgTPP, WBPDCL. v. Price Basis:

FIRM & Door delivery up to SgTPP Store. Freight will be under party's scope / will be arranged by the party & WBPDCL will pay at actual, if any. GST, P&F Charges, Third Party Inspection (TPI) as applicable, should be mentioned separately in INR. Approx. maximum freight value to be mentioned (for considering lowest landed cost).Lowest bid will be considered on the basis of the lowest Landed cost i.e. inclusive of GST up to SgTPP store. i. Vi Tolerance: Tolerance limit in Quantity/Weight basis, if applicable, should be mentioned by the bidder separately in techno- commercial terms & conditions. vi. Guarantee/Warranty: Materials should be guaranteed/warranted to conform to the specification. If For any reasons the materials are wrongly supplied, the same should be replaced with the correct one at your cost i.e, Material Guarantee/Warranty has to be provided for 12 months from the date of supply of the item. Material Test certificate, Material Guarantee/Warranty Certificate should be submitted at the time of delivery of materials to SgTPP store.

vii. Literature/Manual:

______

(Vendor’s Signature with official seal) Page 10 Sagardighi Thermal Power Project

Descriptive Literature/Manual/Datasheet of the products is to be produced along with the Offer. viii. LD (Liquidated Damage) clause : The WBPDCL reserves the right to repudiate the contract if the materials are not delivered within the stipulated time. However, the authority may waive this condition and impose a penalty for delayed supply @ ½% on the value of undelivered materials which may be either for total quantity or delivery effected partly beyond the scheduled time and for each week of delay or parts thereof up to a maximum of 5 % of the total value of the materials.

ix. Force Majeure: This shall be applicable as per normal practice of WBPDCL. RISK PURCHASE: Delivery time stipulated in the order shall be deemed to be the essence of the contract and in case of failure to deliver of dispatch the materials within the period as stated in the order, the WBPDCL shall be entitled to purchase the same from available sources at the risk & cost of the vendor.

x. Black Listing and Debarment of business clause:

Black Listing and Debarment of business dealings may be initiated against the agency, if business dealings with the agency have been black listed and debarred by the Ministry of Power, Government of India/Department of Power & NES, Government of West Bengal or any other Ministry or Department of the Government of India or the Government of west Bengal or any other public sector enterprise and the ban is still in force.

Upon issuance of the order of blacklisting and debarment of an agency from business dealings, the debarred agency shall not be allowed to participate in any tender during the banned period and if the agency has already participated in the tender process and the price bid is not opened prior to issuance of the order of debarment of business dealings, its Techno Commercial Bid will be rejected and Price Bid will be returned un-opened. In the event the Price Bid of the participating agencies has been opened and the agency against whom the order of blacklisting and debarment of business dealings has been issued emerged as L1 bidder, the bid of the blacklisted or debarred agency shall be rejected. Provided the order of blacklisting and debarment of business dealings issued against any agency shall not override the rights of the blacklisted and debarred agency already engaged in executing any other contract(s) till its completion.

The names of the agencies with whom business dealings have been blacklisted and debarred shall be uploaded on the website of WBPDCL with a copy to the Department of Power & NES, Government of West Bengal, as well as other power utilities in the State of West Bengal.

17. Contact details of SgTPP:

Contact Person: Mr. Salil Kumar Ghosh , Sr. Manager(Purchase)

Address :Sagardighi Thermal Power Project P.O. : Manigram , P.S. : Sagardighi, District: Murshidabad , West Bengal Pin: 742237 Email: [email protected], Tel. No. :- (03483)237085

______

(Vendor’s Signature with official seal) Page 11 Sagardighi Thermal Power Project

18. Mandatory documents check list as mentioned below is to be properly filled-up by the vendor, then scanned & should be uploaded in the e-tender portal while bidding. Please submit exact documents which is sufficient for your evidence (avoid unnecessary documents) Checklist (to be filled –up by the party & then upload while bid submission) :

Sl. no. Mandatory documents Please Tick(√) 1. Valid factory license/Company Registration certificate/Trade License (as applicable ) 2. Valid PAN Card 3. Valid GST registration certificate with GSTIN Audited balance sheets with Profit & loss statements for last 03 (three) financial years [ 4. (2015-16) ,(2016-17) & (2017-18) only] along with satisfactory evidences regarding annual turnover from business &Average annual net worth for the above years as per NIT Income Tax Return (ITR) acknowledgements for last 03 (three) Assessment years 5. [A.Y. (2016-17), (2017-18) & (2018-19) only] Professional Tax clearance Receipt/Challan ( separate declaration has to be given by the 6. vendor if not applicable ) Self –declaration of the party being a “manufacturer / supplier” of the procured item in 7. company pad with seal. Scanned copies of ESI Registration certificate & Work contract Tax certificate (if 8. applicable) Scanned copy of a) Demand Draft/Bank Guarantee as per NIT EMD 9. b) NSIC /MSME certificates as applicable( for claiming EMD

exemption)

Qualifying Credentials in form of executed Purchase order copies strictly as per tender 10. document 11. Job completion certificates/GRN or SRV copies in relation to submitted Purchase orders Declaration of the a) Confirmations regarding technical specifications of item(s) followings to be as per NIT uploaded b) Material Test certificate(as per NIT) is to be submitted at 12. the time of delivery c) Material Guarantee/Warranty certificate(as per NIT) is to be submitted at the time of delivery All pages of Notice Inviting Tender (NIT) document as published should be signed by the vendor with official seal, then scanned and uploaded by the vendor at the time of bid 13. submission which will prove the unconditional acceptance of all terms & conditions of tender documents. BOQ sheet(all cells filled up& correctly calculated in INR basis)should be uploaded in 14. Financial bid Please send all hard copy of documents which is uploaded in e tender Along with original 15. EMD to the Sr. Mgr.(Purchase), SgTPP/WBPDCL

______

(Vendor’s Signature with official seal) Page 12