Tendernotice 2
Tendernotice 2
For
on
ON BEHALF OF
November 2023
2 Instructions to Bidders 11
A General 11
2.1 General terms of Bidding 11
2.2 Eligibility and qualification requirement of Bidder 15
2.3 Proprietary Data 22
2.4 Cost of Bidding 22
2.5 Site visit and verification of information 23
2.6 Verification and Disqualification 23
B Documents 25
2.7 Contents of the RFP 25
2.8 Clarifications 25
2.9 Amendment of RFP 26
D BID Security 32
2.20 BID Security 32
Annexure of Appendix 1A
I Details of Bidder 46
II Technical Capacity of the Bidder49
III Financial Capacity of the Bidder50
IV Details of Eligible Project 51
V Statement of legal capacity 53
VI Information required to Evaluate the Bid capacity 54
VII Guidelines of the Department of Disinvestment 56
VIII Details of ongoing Works 58
[The Ministry of Road Transport & Highways through the Public Works Department
(NH) , Government of Goa now invites bids from eligible contractors for the following
project:
State NH ICB No. Name of work Estimated cost Completion Maintenan
No. (Exclusive of GST period ce period /
) in lakhs DLP
Goa NH- PWD/W Strengthening of 1763.79 12 months 3 years
566 DXV(N NH-566 from Km. incl.
0.00 to Km. 4.00
H)/ASW (Dhavali bypass) on Monsoon
/F.7045/ EPC Mode in the period
2023- State of Goa under
NH(O) Annual Plan
24/21 2023-24.]
`
The complete BID document can be viewed / downloaded from official portal of the
CPPP website https:// eprocure.gov.in/eprocure/app from 2 8 /11/2023 to 18/12/2023
(upto 11.00 Hrs. IST). Bidder must submit its Financial bid and Technical Bid at https://
eprocure.gov.in/eprocure/appon or before 20/12/2023(upto 11.00 hours IST).Bids
received online shall be opened on 22/12/2023(after 11.00 hours IST).
Bid through any other mode shall not be entertained. However, Bid Security, document
fee, Power of Attorney and Joint Bidding Agreement etc. shall be scanned submitted by the
Bidder on or before 2 0 / 1 2 /2023 (upto 11 hours IST). Please note that the
[Ministry/Authority/ Executing Agency] reserves the right to accept or reject all or any of the
BIDs without assigning any reason whatsoever.
E-mail:cenhrb-pwd.goa@nic.in
The information contained in this Request for Proposal document (the “RFP”) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf
of the Authority or any of its employees or advisors, is provided to Bidder(s) on the terms and
conditions set out in this RFP and such other terms and conditions subject to which such
information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in making their financial offers (BIDs) pursuant
to this RFP. This RFP includes statements, which reflect various assumptions and
assessments arrived at by the Authority in relation to the Project. Such assumptions, assessments
and statements do not purport to contain all the information that each Bidder may require.
This RFP may not be appropriate for all persons, and it is not possible for the Authority,
its employees or advisors to consider the investment objectives, financial situation and particular
needs of each party who reads or uses this RFP. The assumptions, assessments, statements and
information contained in the Bidding Documents, especially the [Feasibility Report], may
not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its
own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Authority accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages,
cost or expense which may arise from or be incurred or suffered on account of anything
contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising in any way for
participation in this BID Stage.
The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements contained in this
RFP. The Authority may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the
Selected Bidder JV or Contractor, as the case may be, for the Project and the Authority reserves the
right to reject all or any of the Bidders or BIDs without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission
of its BID including but not limited to preparation, copying, postage, delivery fees,expenses
associated with any demonstrations or presentations which may be required by the Authority
or any other costs incurred in connection with or relating to its BID. All such costs and expenses
will remain with the Bidder and the Authority shall not be liable in any manner whatsoever for
the same or for any other costs or other expenses incurred by a Bidder in preparation or
submission of the BID, regardless of the conduct or outcome of the Bidding Process.
The words and expressions beginning with capital letters and defined in this document shall,
unless repugnant to the context, have the meaning ascribed thereto herein.
SECTION 1
INTRODUCTION
1.1 Background1
1.1.1 The Ministry of Road Transport & Highways through / the Chief Engineer, (NH,
R&B), Public Works Department, Government of Goa (the “Authority”) is engaged
in the development of National Highways and as part of this endeavour, the
Authority has decided to undertake “Strengthening
of NH-566 from
Km. 0.00 to Km. 4.00 (Dhavali bypass) on EPC Mode in
the State of Goa under NH(O) Annual Plan 2023-24”under
NH(O) through an Engineering, Procurement and Construction (the “EPC”)
Contract, and has decided to carry out the bidding process for selection of a
Bidder to whom the Project may be awarded. A brief description of the project may
be seen in the Information Memorandum of the Project at the CPPP website https://
eprocure.gov.in/eprocure/app. Brief particulars of the Project are as follows:
1.1.2 The selected Bidder (the “Contractor”) shall be responsible for designing, engineering,
procurement and construction of the Project under and in accordance with the provisions
of an engineering, procurement and construction contract (the “EPC Contract”) to be
entered into between the Contractor and the Authority in the form provided by the
Authority as part of the Bidding Documents pursuant hereto. The Contractor shall also be
responsible for the maintenance of the project during the Defect Liability Period.The
scope of work will broadly include “Strengthening
of NH-566 from
Km. 0.00 to Km. 4.00 (Dhavali bypass) on EPC Mode in
the State of Goa under NH(O) Annual Plan 2023-24”and
maintenance of the Project during the Defect Liability Period, which shall be 3 years.
1.1.3 The estimated cost of the Project (the “Estimated Project Cost”) has been specified
in the clause 1.1.1 above, which is exclusive of Good and Service Tax (GST). The
assessment of actual costs, however, will have to be made by the Bidders.
1.1.4 The Agreement sets forth the detailed terms and conditions for award of the project to
the Contractor, including the scope of the Contractor’s services and obligations.
1.1.5 The Authority shall receive BIDs pursuant to this RFP in accordance with the terms set forth in this RFP
and other documents to be provided by the Authority pursuant to this RFP (collectively the "Bidding
Documents"), and all BIDs shall be prepared and submitted in accordance with such terms on or before
the BID due date specified in Clause 1.3 for submission of BIDs (the “BID Due Date”).
1.2.2 The Bid shall be valid for a period of 120 days from the date specified in Clause 1.3 for
submission of BIDs.
1.2.3 The complete Bidding Documents including the draft Agreement for the Project is
enclosed for the Bidders. The Feasibility Report / Cost estimate prepared by the
Authority is also enclosed. The estimate of the Project is being provided only as a
preliminary reference document by way of assistance to the Bidders who are expected
to carry out their own surveys, investigations and other detailed examination of the
Project before submitting their Bids. Nothing contained in the estimate shall be binding
on the Authority nor confer any right on the Bidders, and the Authority shall have no
liability whatsoever in relation to or arising out of any or all contents of the estimate.
The aforesaid documents and any addenda issued subsequent to this RFP Document,
will be deemed to form part of the Bidding Documents.
1.2.4 A bidder is required to submit, along with its BID, a BID SECURITY [As per format at
Appendix – II]. The Bidders shall also submit Rs. 11,800/- [Rs. ElevenThousand and Eight
Hundred Only] towards the cost of tender [Tender fee Rs. 10,000/- to be submitted through
the portal “bharatkosh.gov.in” (receipt / document to be submitted online payment to be
submitted online on eprocure.gov.in and original copy to be submitted with hard copy of
bid] + 18% GST amounting to Rs. 1800/- either through demand draft payable at Ponda-
Goa drawn in favour of Executive Engineer PWD Division XV (NH)to be paid and
accounted for as GST by the Executive Engineer NH Division OR to be paid by the
Contractor towards GST against the tender fee, and in which case documentary proof of
the same to be enclosed with hard copy of bid] .
1.2.5 Bidders are advised to examine the Project in greater detail, and to carry out, at their cost, such
studies as may be required for submitting their respective BIDs for award of the contract
including implementation of the Project.
1.2.6 BIDs will be evaluated for the Project on the basis of the lowest cost required by a
Bidder for implementing the Project (the "BID Price") which is
exclusive of Goods and service Tax (GST). The total time allowed for
completion of construction under the Agreement (the “Construction Period”) and the
In this RFP, the term “Lowest Bidder” shall mean the Bidder who is quoting the
lowest BID price.
1.2.7 Generally, the Lowest Bidder shall be the selected Bidder. In case such Lowest Bidder
withdraws or is not selected for whatsoever reason except the reason mentioned in Clause
2.1.12 (b) (4), and clause 3.3.1,the Authority shall annul the Bidding Process and invite
fresh BIDs.
1.2.8 Other details of the process to be followed under this bidding process and the terms
thereof are spelt out in this RFP.
1.2.9 Any queries or request for additional information concerning this RFP shall be
submitted by e-mail to the officer designated in Clause 2.11.4 below with
identification/ title: "Queries / Request for Additional Information: RFP for
“Strengthening of NH-566 from Km. 0.00 to Km. 4.00
(Dhavali bypass) on EPC Mode in the State of Goa under
NH(O) Annual Plan 2023-24 ”Project".
1.2.10
A Bidder is required to submit, along with its technical BID, a self-
certification that the item offered meets the local content requirement for
'Class - I local Supplier' / `Class - II local Supplier', as the case may be. The
self-certification shall also have details of the location(s) at which the local
value addition is made. In case, bidder has not submitted the aforesaid
certification the bidder will be treated as 'Non- Local Supplier'.
In the above pretext, the Class - I Local Supplier, Class - II Local Supplier
and the Non- Local Supplier are defined as under:
(iii) 'Non - local Su pplier' m ean s a supplier or service provi der, whose
goods, services or works offered for procurement, has Local content
less than that prescribed for 'Class - II local supplier' under this RFP.
(iv) 'Local content' means the amount of value added in India which shall
be t h e t o t a l v a l u e o f i t e m p r o c u r e d (excluding net domestic indirect
taxes) minus the value of imported content in the item (including all
customs duties) as a proportion of the total value, in percent
The dates after bid due date (BDD) mentioned in above table are tentative and may change.
A. GENERAL
2.1. General terms of Bidding
2.1.1 No Bidder shall submit more than one BID for the Project. A Bidder bidding
individually or as a member of a Joint Venture shall not be entitled to submit another
BID either individually or as a member of any Joint Venture, as the case may be.
2.1.3 Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft Agreement shall have overriding effect; provided, however,
that any conditions or obligations imposed on the Bidder hereunder shall continue
to have effect in addition to its obligations under the Agreement. Further, the
statements and explanations contained in this RFP are intended to provide a better
understanding to the Bidders about the subject matter of this RFP and should not be
construed or interpreted as limiting in any way or manner the scope of services and
obligations of the Contractor set forth in the Agreement or the Authority’s rights to
amend, alter, change, supplement or clarify the scope of work, the work to be
awarded pursuant to this RFP or the terms thereof or herein contained.
Consequently, any omissions, conflicts or contradictions in the Bidding
Documents including this RFP are to be noted, interpreted and applied appropriately
to give effect to this intent, and no claims on that account shall be entertained by the
Authority
2.1.4 The BID shall be furnished in the format exactly as per Appendix-I i.e. Technical
Bid as per Appendix IA and Financial Bid as per Appendix IB. BID amount shall be
indicated clearly in both figures and words, in Indian Rupees in prescribed format
of Financial Bid and it will be signed by the Bidder’s authorised signatory. In
the event of any difference between figures and words, the amount indicated in words
shall be taken into account.
2.1.5 The Bidder should submit a Power of Attorney as per the format at Appendix-III,
authorising the signatory of the BID to commit the Bidder.
2.1.6 In case the Bidder is a Joint Venture, the Members thereof should furnish a Power
of Attorney in favour of the Lead Member in the format at Appendix-IV. And joint
bidding agreement in the format at Appendix-V
2.1.7 Any condition or qualification or any other stipulation contained in the BID shall render
the BID liable to rejection as a non-responsive BID.
2.1.8 The BID and all communications in relation to or concerning the Bidding
Documents and the BID shall be in English language.
2.1.10 Any award of Project pursuant to this RFP shall be subject to the terms of Bidding
2.1.11 DELETED
2.1.12 While bidding is open to persons from any country, the following provisions shall apply:
(a) Where, on the date of the Application, not less than 50% (fiftypercent) of the aggregate
issued, subscribed and paid up equity share capital in theL-1 Bidder or its Member is
held by persons resident outside India or where a Bidder or its Member is controlled by
persons resident outside India, then the eligibility and award of the project to such L-1
Bidder shall be subject to approval of the competent authority from national security
and public interest perspective as per the instructions of the Government of India
applicable at such time. The decision of the authority in this behalf shall be final and
conclusive and binding on the Bidder.
(b) Further, where the LoA of a project has been issued to an agency, not covered under the
category mentioned above, and it subsequently wishes to transfer its share capital in
favour of another entity who is a resident outside India or where a Bidder or its Member
is controlled by persons resident outside India and thereby the equity capital of the
transferee entity exceeds 50% or above, any such transfer of equity capital shall be
with the prior approval of the competent authority from national security and public
interest perspective as per the instructions of the Government of India applicable at such
point in time.
(2) The holding or acquisition of equity control, as above shall include direct or
indirect holding, acquisition, including by transfer of the direct or indirect legal or
beneficial ownership or control, by persons acting for themselves or in concert and in
determining such holding or acquisition, the Authority shall be guided by the principles,
precedents and definitions contained in the Securities and Exchange Board of India
(Substantial Acquisition of Shares and Takeovers) Regulations, 2011, or any substitute
thereof, as in force on the date of such acquisition.
(3) The Bidder shall promptly inform the authority of any change in the shareholding,
as above, and failure to do so shall render the Bidder liable for disqualification from the
Bidding process.
(4) In case the L-1 Applicant under (a) above is denied the security clearance, for
whatsoever reasons, then the applicants emerging as L-2, L-3 eligible Bidders (in
that order) may be given a counter-offer (one by one sequentially) to match the bid of L-
1 applicant/preferred Bidder. In the event of acceptance of the counter-offer by another
eligible Bidder, the project may be awarded to such Bidder. In case no applicant matches
the bid of the L-1 applicant, the bid process shall be annulled and fresh bids invited.
2.1.13 Notwithstanding anything to the contrary contained herein, in the event that the Bid Due
Date falls within three months of the closing of the latest financial year of a Bidder, it
shall ignore such financial year for the purposes of its Bid and furnish all its
information and certification with reference to the 5 (five) years or 1 (one) year, as
the case may be, preceding its latest financial year. For the avoidance of doubt, financial
year shall, for the purposes of a Bid hereunder, mean the accounting year followed by
the Bidder in the course of its normal business.
(i) Fails to complete or has missed more than two milestones in already awarded two
or more projects, even after lapse of 6 months from the scheduled completion
date, unless Extension of Time has been allowed on the recommendations of the
Independent Engineer due to Authority's default;
(ii) Fails to complete a project, as per revised schedule, for which One Time Fund
Infusion (OTFI) has been sanctioned by the Authority;
(iii) Physical progress on any project is not commensurate with the funds released
(equity+debt+grant) from the escrow account and such variation is more than
25% in last one year as observed by the Independent Engineer in one or more
projects;
(iv) Punch List Items in respect of any project are pending due to Bidder's default
in two or more Projects even after lapse of the prescribed time for completion of
such items;
(vi) Fails to attend to Non Conformity Reports (NCRs) issued by the Independent/
Authority’s Engineer on the designs/ works constructed by the Bidder pending
for more than one year in two or more projects.
(vii) Fails to make premium payments excluding the current instalment in one or more
projects.
(ix) Fails to achieve financial closure in two or more projects within the given or
extended period (which shall not be more than six months in any case).
(x) Fails to submit the Performance Security within the permissible period in
more than one project(s).
(xii) Has Failed to perform for the works of Expressways, National Highways, ISC &
EI works in the last 2(two) years, as evidenced by imposition of a penalty by
an arbitral or judicial authority or a judicial pronouncement or arbitral
2
Sub- clauses (i) to (xi) under this Clause would be applicable only when the Contractor attracts these defaults on the bid
submission date. The day the Contractor cures the said defaults and becomes compliant, he would be eligible to participate in
bids received after such date.
(xiii) Has been expelled or the contract terminated by the Ministry of Road Transport &
Highways or its implementing agencies for breach by such Bidder, including
individual or any of its Joint Venture Member; Provided that any such decision of
expulsion or termination of contract leading to debarring of the Bidder from further
participation in bids for the prescribed period should have been ordered after affording an
opportunity of hearing to such party.
The Bidder, including individual or each member of Joint Venture, shall give the list of the projects of
Expressways, National Highways, ISC and EI works of Ministry of Road Transport & Highways or its
implementing agencies (NHAI/ NHIDCL/State PWDs) and the status of above issues in each project as
on the bid submission date and undertake that they do not attract any of the above categories (Ref. Sr.
No.6, Annex-I of Appendix – IA).
The Bidder including individual or any of its Joint Venture Member may provide
(i) details of all their on-going projects along with updated stage of litigation, if so, against the Authority
/ Governments;
(ii) details of updated on-going process of blacklisting if so, under any contract with Authority
/ Government; and
(iii) details of all their on-going projects in the format at Annexure-VIII of Appendix IA (Ref Clause 10.3
(iv) of Draft EPC Agreement).
The Authority reserves the right to reject an otherwise eligible Bidder on the basis of the information
provided under this clause 2.1.14. The decision of the Authority in this case shall be final
2.1.15 and
All 2.1.16
Orders [See amendments
of Ministry dated
of Finance/ 16/12/2021]
DPIIT/any other Government agencies, as applicable and
prevalent on the date of LOA, shall be a p p l i c a b l e
2.1.16 and
E n t2.1.16
i t i e s o f[See
c o u namendments
t r i e s w h i c h hdated
a v e b e16/12/2021]
e n identified by Ministry of Road Transport & Highways
as not allowing Indian companies t o p a r t i c i p a t e i n t h e i r G o v e r n m e n t p r o c u r e me n t fo r
a n y i t e m r e l at e d t o Ministry of Road Transport & Highways shall not be allowed to
participate in Government procurement in India for all items related to Ministry of Road Transport
& Highways, except for the list of items published by the Ministry of Road Transport & Highways
permitting their participation.
2.2.1 For determining the eligibility of Bidder the following shall apply:
(a) The Bidder may be a single entity or a group of entities (the “Joint Venture”), coming together
to implement the Project. The term Bidder used herein would apply to both a single entity and
a Joint Venture. However,Joint Venture shall not be allowed for this project.
(b) Deleted
(c) A Bidder shall not have a conflict of interest (“Conflict of Interest”) that affects the Bidding
Process. Any Bidder found to have a Conflict of Interest shall be disqualified and liable for
suspension from participation in the tendering process for the works of MoRTH/NHAI/NHIDCL
and works under other Centrally Sponsored Schemes / forfeiture of the or Performance Security
as the case may be. A Bidder shall be deemed to have a Conflict of Interest affecting the Bidding
Process, if:
(i) the Bidder, its Joint Venture Member (or any constituent thereof) and any other Bidder,
its Member or any Member of its Joint Venture thereof (or any
(iii) such Bidder, or any of its Joint Venture Member thereof receives or has
received any direct or indirect subsidy, grant, concessional loan or subordinated
debt from any other Bidder, or any of its Joint Venture Member thereof or has
provided any such subsidy, grant, concessional loan or subordinated debt to any
other Bidder, its Member or any of its Joint Venture Member thereof; or
(iv) such Bidder has the same legal representative for purposes of this Application
as any other Bidder; or
(v) such Bidder, or any of its Joint Venture Member thereof has a relationship with
another Bidder, or any of its Joint Venture Member thereof, directly or through
common third party/ parties, that puts either or both of them in a position to
have access to each others’ information about, or to influence the Application
of either or each other; or
(vi) such Bidder, or any of its Joint Venture Member thereof has participated as a
consultant to the Authority in the preparation of any documents, design or technical
specifications of the Project.
d)
For determining the eligibility of Bidder from a country which shares a land border with
India the following shall apply:
i) Any Bidder from a country which shares a land border with India will be eligible to bid,
only if the Bidder is registered with the Competent Authority, specified in
AnnexureI of Order (Public Procurement No. 1) issued by Ministry of Finance,
Department of Expenditure Public Procurement Division vide F. No. 6/18/2019-
PPD, dated 23rd July 2020, which shall form an integral part of RFP and DCA (Copy
enclosed).
Explanation:
a) "Controlling ownership interest" means ownership of or entitlement to more
than twenty-five per cent of shares or capital or profits of the company.
b) "Control" shall include the right to appoint majority of the directors or to control.
the management or policy decisions including by virtue of their shareholding or
management rights or shareholding agreements or voting agreements;
2. In case of a partnership firm, the beneficial owne r is the natural person (s)
who, whether acting alone or together, or through one or one or more juridical person:
has ownership of entitlement to more than fifteen percent of capital or profits of
the partnership;
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial
owner is the relevant n atu r al p e r s o n w h o h o l d s th e position of senior
managing official;
(iv). An Agent is a person employed to do any act for another, or to represent another in
dealings with third person.
(v) The Selected Bidder shall not be allowed to sub-contract works to any contractor from a
country which shares a Land border with India unless such contractor is registered w i t h
t h e C o m p e t e n t A u t h o r i t y . T h e definition of "contractor from a country which
shares a land border with India" shall be as in Clause 2.2.1(d)(ii) above.
A certificate on the letterhead of the Bidder shall be required to be submitted by the bidders certifying the following:
"I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with
India and on subcontracting to contractors from such countries; I certify that this bidder is not from a country or, if from
such a country, has been registered with the Competent Authority as defined in Public Procurement Order no.
F.no.6118/2019- PPD dated 23rd July 2020. I hereby certify that this bidder fulfils all requirements in this r e g a r d a n d
i s e l i g i b l e t o b e considered."
It may be noted that in case the above certification is found to be false, this would be a ground for immediate rejection
of Bid/termination and further legal action in accordance with law.
Validity of Registration:
In respect of RFP, registration should be valid at the time of submission of bids and at the time of acceptance of bids.
If the Bidder w a s v a l i d l y r e g i s t e r e d a t t h e t i m e o f acceptance, registration shalt not be a r elevant
consideration du ring contract execution.
Bidders who interalia meet the minimum qualification criteria will be qualified only if
their available BID capacity is more than the total BID value i.e Rs. 17.64 Crores. The
N= Number of years prescribed for completion of work for which Bid is invited.
A = Maximum value of civil engineering works excluding the amount of bonus received,
if any, in respect of EPC Projects executed in any one year during the last five years
(updated to the price level of the year indicated in table at Note-3 below) taking into
account the completed as well as works in progress. The EPC projectsinclude
turnkey project/ Item rate contract/ Construction works.
B = Value (updated to the price level of the year indicated in table at Note-3
below) of existing commitments, works for which the bidder has emerged as
the winner of the bids or on-going works to be com p le t e d d ur i ng t he
pe ri od o f completion of the works for which BID is invited. For the sake of
clarification, it is mentioned that works for which bidder has emerged as the
winner of the bids but LOA has not been issued as on the day before opening
the financial bids shall also be considered while calculating value of B
C = The amount of bonus received, if any, in EPC Projects during the last 5 years (updated to
the price level of the year indicated in table at Note-3 below).
Note:
1. The Statement showing the value of all existing commitments, works for which the
contractor has emerged as the winner of the bid as given by bidder and ongoing works
as well as the stipulated period of completion remaining for each of the works listed should be
countersigned by the Client or its Engineer-in-charge not below the rank of Executive Engineer
or equivalent in respect of EPC Projects or Concessionaire / Authorised Signatory of SPV in
respect of BOT Projects and verified by Statutory Auditor.
2. The amount of bonus received, if any, in EPC Projects should be countersigned by the
Client or its Engineer-in-charge not below the rank of Executive Engineer or equivalent in
respect of EPC Projects.
3. The factor for the year for updation to the price level is indicated as under:
4. The Bid capacity status of the bidder to be updated as on the day before opening the
financial bids.
(i) For demonstrating technical capacity and experience (the “Technical Capacity”), the
Bidder shall, over the past [5 (five)] financial years preceding the Bid Due Date, have
received payments for construction of Eligible Project(s), or has undertaken construction
works by itself in a PPP project, such that the sum total thereof, as further adjusted
in accordance with clause
2.2.2.5 (i)& (ii), is more than [Rs13.23 crore (Rs. Thirteen Crores Twenty Three Lakhs
Only )] (the “Threshold Technical Capacity”)
(al) In case the cost of specialized project is less than or equal to Rs. 1,000
Cr: The Bidder shall have completed at least one similar Major
Bridge/ROB/Flyover project in the last 10 (Ten) financial years
preceding the Bid Due Date, having span equal to or greater than 50% of
the longest span or 100 mt r w h i c h e ve r i s l e s s of t h e s t r u c t u r e
proposed in this project and also the cost of such similar project shall be
at least 20% of the Estimated Project Cost. For this purpose, a p r o j e c t
s h a l l b e c o n s i d e r e d t o b e completed, if more than 90% of the value
of w o r k h a s b e e n c o m p l e t e d a n d s u c h completed value of work is
equal to or more than 20%of the Estimated Project Cost.
(a2) In case the cost of specialized project is more than Rs. 1,000 Cr: The Bidder
shall have completed at least one similar Major Bridge/ ROB/ Flyover project in
the last 10 (Ten) financial years preceding the Bid Due Date, having span equal to
or greater than 50% of the longest span of the structure proposed in this project or
100m, whichever is less, and also the cost of such similar project shall be atleast 20%
of the Estimated Project Cost or Rs. 1000Cr. whichever is less. For this purpose, a
project shall be considered to be completed, if more than 90% of the value of work
has been completed and such completed value of work is equal to or more than 20%of
the Estimated Project Cost or Rs. 1000 Cr., whichever is less.
(b) .
Tunnel Project: The bidder shall have completed atleast one tunnel project
in the last 10 (Ten) financial years preceding the Bid Due Date, consisting of
single or twin tubes (including tunnel(s) for roads/Railway/Metro
rail/irrigation/hydro-electric projects etc.) having atleast 50% of the cross-
sectional area of the tunnel to be constructed or cross-sectional area of 2
lane highway tunnel, whichever is less and 20% length of the tunnel to be
constructed in this project or 2 km whichever is less and the cost of such
project shall be atleast 20% of the Estimated Project Cost or Rs 1000 crore
whichever is less. For this purpose, a project shall be considered to be
completed, if more than 90% of the value o f w o r k h a s b e e n c o m p l e t e d
a n d s u c h completed value of work is equal to or more than 20%of the
Estimated Project Cost or Rs. 1000 Crores whichever is less
(ii) The Bidder shall have a minimum Average Annual Turnover (updated to the price
level of the year based on factors indicated in table below)of [Rs. 2.65 crore (Rs.
Two Crore Sixty Five Lakhs Only] for the last 5 (five) financial years.
2.2.2.4(iii) For requirement of 2.2.2.2(ii), one similar work of 20% of estimated project cost
should have been completed from eligible projects in category 1 and / or category 3
specified in clause 2.2.2.5 individually by any of the JV members as a single work
(v) Maintenance works are not considered as eligible project for evaluation as per
Instruction No.6 to Annex-IV. As such works with nomenclature like PR, OR,
FDR,SR, site/micro grading, surface renewal, resurfacing work, Tarring, B.T.
surface work, temporary restoration, urgent works, periodic maintenance, repair
& rehabilitation, one time maintenance, permanent protection work of bank,
external pre stressing, repair of central hinge, short term OMT contract of
NHAI, any type of work related to border fencing, work of earthwork alone,
construction of buildings/ hostels/hospitals, etc, or not specified, shall not be
considered. However, such maintenance works shall be considered as eligible
projects in case of Maintenance works to be taken up on EPC mode.
(vi) The works such as Improvement in Riding Quality work (IRQP/IRQ), shall
be considered for Technical Capacity [2.2.2.2 (i)] but not for similar
completed works [2.2.2.2 (ii) and 2.2.2.2.(iii)]. However, such work shall
be considered for similar completed works [2.2.2.2 (ii)] in case of
Maintenance works to be taken up on EPC mode
(vii) In case both the estimated cost of project and revised cost of project are provided,
the revised cost of project shall be considered for evaluation.
(ii) For a project to qualify as an Eligible Project under Categories 3 and 4, the Bidder should
have received payments from its client(s) for construction works executed, fully or
partially,or work executed and certified by the Engineer-in-charge/Independent
Engineer/Authority’s Engineer during the 5 (five) financial years immediately preceding
the Bid Due Date, and only the
(iii) The Bidder shall quote experience in respect of a particular Eligible Project under
any one category only, even though the Bidder (either individually or along with
a member of the Joint Venture) may have played multiple roles in the cited
project. Double counting for a particular Eligible Project shall not be permitted in
any form.
(iv) Experience for any activity relating to an Eligible Project shall not be claimed by
two or more Members of the Joint Venture. In other words, no double counting
by a Joint Venture in respect of the same experience shall be permitted in
any manner whatsoever.
(ii) The Bidder must provide the necessary information relating to Technical Capacity
as per format at Annex-II of Appendix-IA.
(iii) The Bidder should furnish the required Project-specific information and
evidence in support of its claim of Technical Capacity, as per format at Annex
-IV of Appendix-IA.
(ii) In case the annual accounts for the latest financial year are not audited
and therefore the Bidder cannot make it available, the Bidder shall give an undertaking
to this effect and the statutory auditor shall certify the same. In such a case, the Bidder
shall provide the Audited Annual Reports for 5 (five) years preceding the year for
which the Audited Annual Report is not being provided.
(iii) The Bidder must establish the minimum Net Worth specified in Clause
2.2.2.3, and provide details as per format at Annex-III of Appendix-IA.
2.2.2.9 The Bidder shall enclose with its Technical Bid, to be submitted as per the format
at Appendix-IA, complete with its Annexes, the following:
3 This amount should not be less than 5% of the Estimated Project Cost
(ii) Certificate(s) from its statutory auditors specifying the net worth of the Bidder, as
at the close of the preceding financial year, and also specifying that the
methodology adopted for calculating such net worth conforms to the provisions of
this Clause 2.2.2.9 (ii). For the purposes of this RFP, net worth (the “Net Worth”)
shall mean the aggregate value of the paid-up share capital and all reserves created
out of the profits and securities premium account, after deducting the aggregate
value of the accumulated losses, deferred expenditure and miscellaneous
expenditure not written off, as per the audited balance sheet, but does not include
reserves created out of revaluation of assets, write-back of depreciation and
amalgamation.
2.2.2.10 Deleted.
2.5.3 The Authority shall not be liable for any omission, mistake or error in respect of any of the
above or on account of any matter or thing arising out of or concerning or relating to RFP,
including any error or mistake therein or in any information or data given by the Authority.
2.6.2 The Authority reserves the right to reject any BID and take action as per the Bid Securing
Declaration of the bidder, if:
2.6.3 In case it is found during the evaluation or at any time before signing of the Agreement
or after its execution and during the period of defect liability subsistence thereof, that
one or more of the eligibility and /or qualification requirements have not been met by
the Bidder, or the Bidder has made material misrepresentation or has given
2.6.4. A Bidder shall be liable for disqualification and forfeiture of BID Security, if any legal,
financial or technical adviser of the Authority in relation to the Project is engaged by
the Bidder, its Member or any Associate thereof, as the case may be, in any manner for
matters related to or incidental to such Project during the Bidding Process or
subsequent to the (i) issue of the LOA or (ii) execution of the Agreement. In the event any
such adviser is engaged by the selected Bidder or Contractor, as the case may be, after
issue of the LOA or execution of the Agreement for matters related or incidental to the
project, then notwithstanding anything to the contrary contained herein or in the LOA or
the Agreement and without Prejudice to any other right or remedy or the Authority,
including taking action as per the Bid Securing Declaration / the forfeiture and
appropriation of the Performance Security, as the case may be, which the Authority
may have there under or otherwise, the LOA or the Agreement, as the case may be, shall
be liable to be terminated without the Authority being liable in any manner whatsoever
to the Selected Bidder or Contractor for the same. For the avoidance or doubt, this
disqualification shall not apply where such adviser was engaged by the Bidder, its
Member or Associate in the past but its assignment expired or was terminated 6 (six)
months prior to the date of issue of this RFP. Nor will this disqualification apply where
such adviser is engaged after a period of 3 (three) years from the date of commercial
operation of the Project.
2.7.1 This RFP comprises the Disclaimer setforth hereinabove, the contents as listed below,
and will additionally include any Addenda issued in accordance with Clause 2.9.
Part –I
Appendices
IA. Letter comprising the Technical BID including Annexure I to VII
IB. Letter comprising the Financial BID
II. BID Security
III. Power of Attorney for signing of BID
IV. Power of Attorney for Lead Member of Joint Venture
V. Joint Bidding Agreement for Joint Venture
VI. Integrity Pact Format
VII. Form of Bank Guarantee (For Performance Security)
VIII. Format of LOA
Part –II
Agreement Document with schedules
Part – III
[Feasibility Report / Cost Estimate provided by the authority]
2.7.2 The draft Agreement and the Feasibility / Report / Cost estimate provided by
theAuthority as part of the BID Documents shall be deemed to be part of this RFP.
2.8 Clarifications
2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing by
e-mail in accordance with Clause 1.2.9. They should send in their queries on
or before the date mentioned in the Schedule of Bidding Process specified in Clause
1.3. The Authority shall endeavour to respond to the queries within the period
specified therein, but no later than 15 (fifteen) days prior to the BID Due Date. The
responses will be sent by fax or e-mail. The Authority will forward all the queries and
its responses thereto, to all Bidders without identifying the source of queries.
2.8.2 The Authority shall endeavour to respond to the questions raised or clarifications
sought by the Bidders. However, the Authority reserves the right not to respond to
any question or provide any clarification, in its sole discretion, and nothing in this Clause
shall be taken or read as compelling or requiring the Authority to respond to any
question or to provide any clarification.
2.9.1 At any time prior to the BID Due Date, the Authority may, for any reason, whether at its
own initiative or in response to clarifications requested by a Bidder, modify the RFP by
the issuance of Addenda.
2.9.2 Any Addendum issued hereunder will behosted on the GoI e-Tendering Portal
(https://eprocure.gov.in/cppp).
2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into account,
or for any other reason, the Authority may, in its sole discretion, extend the BID Due
Date4.
4While extending the BID Due Date on account of an addendum, the Authority shall have due regard for the time
required by Bidders to address the amendments specified therein. In the case of significant amendments, at least
15(fifteen) days shall be provided between the date of amendment and the BID Due Date, and in the case of
minor amendments, at least 7 (seven) days shall be provided.
2.10.1 The Bidder shall provide all the information sought under this RFP. The Authority
will evaluate only those BIDs that are received online in the required form atsand complete
in all respects and Bid Securing Declaration, Copy of online receipt/towards payment of
cost of Bid document, POA and Joint Bidding Agreement etc. Shall be scanned and
uploaded alongwith the bid on or before due date of submission.However, the successful
bidder has to submit the original documents physically with the concerned authority before
issue of LOA.
2.10.2 The BID shall be typed and signed in indelible blue ink by the authorised signatory of the
Bidder. All the alterations, omissions, additions or any other amendments made to the
BID shall be initialled by the person(s) signing the BID.
The Bidder shall first upload all the project details, net worth details, turnover details,
bridge and tunnel details and all other details required in this RFP for technical
qualification. The Bidder shall ensure that all the details are updated as on the due date of
submission of this bid.
2.11.1 The Bidder shall then apply for the RFP on the CPPP website https://
eprocure.gov.in/eprocure/app by submitting the documents mentioned below along
with the supporting documents which shall comprise of the Technical BID on the
CPPP portal:
Technical Bid
(a) Appendix-IA (Letter comprising the Technical Bid) including Annexure I-VI
and supporting certificates / documents.
(b) Power of Attorney for signing the BID as per the format at Appendix-III;
(c) if applicable, Power of Attorney for Lead Member of Joint Venture as per the
format at Appendix-IV;
(d) if applicable, Joint Bidding Agreement for Joint Venture as per the format at
Appendix-V;
(e) Deleted
(f) Bid Security as per format at Appendix – II of this RFP.
(g) The Bidders shall also submit Rs. 11,800/- [Rs. Eleven Thousands and Eight
Hundred Only] towards the cost of tender [ Tender fee Rs. 10,000/- to be submitted
through the portal “bharatkosh.gov.in” ( receipt / document to be submitted online
payment to be submitted online on eprocure.gov.in and original copy to be
submitted with hard copy of bid] + 18% GST amounting to Rs. 1800/- either
through demand draft Payable at Ponda- Goa drawn in favour of Executive
Engineer PWD, Division XV(NH), PWD, Ponda- Goa to be paid and accounted
for as GST by the Executive Engineer NH Division OR to be paid by the Contractor
towards GST against the tender fee, and in which case documentary proof of the
same to be enclosed with hard copy of bid] .;
(h) Deleted;
(i) Bidder shall comply with the provisions of Office Memorandum No. RW/NH-
37010/4/2010/PIC-EAP(Printing) dated 22.02.2016 and its
Financial Bid
Appendix-IB (Letter comprising the Financial Bid)as part of the RFP shall be treated
for reference only and is not to be filled by the bidder. The financial bid is to be
submitted by filling in the prescribed format made for submission of financial bids on
CPP portal. The financial bid shall be evaluated considering financial figures filled-
in the prescribed format only available on CPP portal
Self- certification by the Bidder that its Bid meets the Local Content requirement for
`Class - I Local supplier' 1 'Class - II Local supplier', as the case may be. The Self-
certification shall also have details of the location(s) at which the loc al value
addition is made. In case, bidder do not submit the aforesaid Certification, the bidder
will be summarily treated as 'Non Local Supplier',
In case of procurement for a value in excess of Rs. 10 crores, the 'Class - i Local
supplier' / 'Class - 11 Local supplier' shall have to provide a Certificate from the
Statutory Auditor or Cost Auditor of the Company (in case of Companies) or from a
practicing Cost Accountant or practicing Chartered Accountant (in respect of
Suppliers other than Companies) giving the p e r c en t a ge of L o c a l C o n t e n t u p o n
Construction of the Project.
.
2.11.2 The successful Bidder shall submit the following documents physically before issue of
LOA:
(a) Original Power of Attorney for signing the BID as per format at Appendix-III;
(b) if applicable, Original Power of Attorney for Lead Member of Joint Venture as per
the format at Appendix-IV;
(c) if applicable, Original Joint Bidding Agreement for Joint Venture as per the format
at Appendix-V;
(d) Bid Security as per format at Appendix – II of this RFP.;
(e) The Bidders shall also submit Rs. 11,800/- [Rs. Eleven Thousands and Eight
Hundred Only] towards the cost of tender [ Tender fee Rs. 10,000/- to be submitted
through the portal “bharatkosh.gov.in” ( receipt / document to be submitted online
payment to be submitted online on eprocure.gov.in and original copy to be
submitted with hard copy of bid] + 18% GST amounting to Rs. 1800/- either
through demand draft Payable at Ponda- Goa drawn in favour of Executive
Engineer PWD, Division XV(NH), PWD, Ponda- Goa to be paid and accounted
for as GST by the Executive Engineer NH Division OR to be paid by the Contractor
towards GST against the tender fee, and in which case documentary proof of the
2.11.4 The venue for Pre-BID meeting and online opening of Technical BIDs shall be at
the following address.
DESIGNATION: CHIEF ENGINEER,
ADDRESS: NH, R&B, PWD, Altinho, Panaji, Goa.
PHONE NO.: **
FAX NO.: **
E-MAIL ADDRESS : cenhrb-pwd.goa@nic.in
2.11.5 If the envelope is not sealed and marked as instructed above, the Authority assumes
no responsibility for the misplacement or premature opening of the contents of the
BID submitted and consequent losses, if any, suffered by the Bidder.
2.11.6 BIDs submitted by fax, telex, telegram or e-mail shall not be entertained and shall
be summarily rejected.
2.11.7 The EPC Contractor shall within 30 days of appointed date mobilise on site all
the necessary equipments required for execution of Project.
In case of failure to mobilise the equipment at site within 30 days from date
of LoA, the Agreement shall be terminated after a notice period of 10 days in this
regard, and the performance security shall be forfeited.
2.14.1.1 It is mandatory for all the Bidders to have class-III Digital Signature Certificate (DSC)(in
the name of Authorized Signatory / Firm or Organisation / Owner of the Firm or
Organisation) from any of the licensed Certifying Agency (Bidders can see the list
of licensed CAs from the link www.cca.gov.in) to participate in e-tendering of
MoRT&H/ NHAI/NHIDCL/BRO/State PWD.
DSC should be in the name of the authorized signatory as authorized in Appendix III of
this RFP or person executing/delegating such Appendix III in favour of Authorized
Signatory. It should be in corporate capacity (that is in Bidder capacity / in case of JV
in the Lead Member capacity, as applicable). The Bidder shall submit document in
support of the class III DSC. In other cases, the bid shall be considered Non-responsive.
2.14.1.2 To participate in the bidding, it is mandatory for the Bidders to get registered their
firm / Joint Venture with e-procurement portal https://
eprocure.gov.in/eprocure/appto have user ID & password which has to be
obtained free of cost. Following may kindly be noted:
(a) Registration with e-procurement portal should be valid at least up to the date of
submission of BID.
It is also mandatory for the Bidders to get their firms registered with e-tendering portal.
The Bidders shall update their project and other details on the portal on a regular basis and
apply to the tenders via the portal.
2.14.1.3 If the firm / Joint Venture is already registered with e-tendering service provider, and
validity of registration is not expired, then the firm / Joint Venture is not required a fresh
registration.
2.14.1.4 The complete BID document can be viewed / downloaded by the Bidder from e-
procurement portal https:// eprocure.gov.in/eprocure/appfrom 28/11/2023 to
18/12/2023 (upto 11.00 Hrs. IST).
2.14.1.5 Deleted
2.14.2.2 The documents listed at clause 2.11.1 shall be prepared and scanned in different files
(in PDF or RAR format such that file size is not more than 30 MB) and uploaded
during the on-line submission of BID.
2.14.2.3 Bid must be submitted online only through e-procurement portal https://
eprocure.gov.in/eprocure/app using the digital signature of authorised
representative of the Bidder on or before_ 2 0 / 1 2 / 2 0 2 3 (upto 11.00 hours IST).
2.14.3.1 The Bidder may modify, substitute or withdraw its e- BID after submission prior
to the BID Due Date. No BID can be modified, substituted or withdrawn by the Bidder
on or after the BID Due Date & Time.
2.14.3.2 For modification of e-BID, Bidder has to detach its old BID from e-procurement
portal and upload / resubmit digitally signed modified BID. For withdrawal of
BID, Bidder has to click on withdrawal icon at e-procurement portal and can withdraw
its e-BID. Before withdrawal of a BID, it may specifically be noted that after
withdrawal of a BID for any reason, Bidder cannot re-submit e-BID again.
2.15.2 The Chief Engineer(NH) PWD, Govt. of Goa shall on-line open Technical BIDs on
_22/12/2023 after 11.00 hours IST, in the presence of the authorized representatives
of the Bidders, who choose to attend. Technical BID of only those Bidders shall be
online opened whose documents listed at clause 2.11.2 of the RFP have been
physically received.The MoRT&H / NHAI/NHIDCL will subsequently examine and
evaluate the BIDs in accordance with the provisions of Section 3 of RFP.
2.16.1 Notwithstanding anything contained in this RFP, the Authority reserves the right
to reject any BID and to annul the Bidding Process and reject all BIDs at any time
without any liability or any obligation for such acceptance, rejection or annulment,
and without assigning any reasons thereof. In the event that the Authority rejects or
annuls all the BIDs, it may, in its discretion, invite all eligible Bidders to submit fresh
BIDs hereunder.
2.16.2 The Authority reserves the right not to proceed with the Bidding Process at any time,
without notice or liability, and to reject any BID without assigning any reasons.
The BIDs shall be valid for a period of not less than 120 (one hundred and Twenty )
days from the BID Due Date. The validity of BIDs may be extended by mutual consent
of the respective Bidders and the Authority.
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to acceptance or rejection of any BID.
However, the Authority would display the result of technical evaluation on the
web portal for 7 days including reasons for non- responsiveness, if any, and the
financial bid will be opened thereafter.
D. BID SECURITY
2.20.1 The Bidder shall furnish as part of its BID, a BID Security referred to in Clause 1.2.4 herein
above in the form of a bank guarantee issued by nationalised bank, or a Scheduled Bank in India
having a net worth of at least Rs. 17.64 lakhs (Rs. Seventeen lakhs Sixty Four Thousand
Only), in favour of the Authority in the format at Appendix-II (the “Bank Guarantee”) and
having a validity period of not less than 180 (one hundred eighty) days from the BID Due Date,
inclusive of a claim period of 60 (sixty) days, and may be extended as may be mutually agreed
between the Authority and the Bidder from time to time. This Bank Guarantee shall be
transmitted through SFMS Gateway to [Ministry/NHAI/NHIDCL/State PWD/BRO]’s Bank. In
case the Bank Guarantee is issued by a foreign bank outside India, confirmation of the same by
any nationalised bank in India is required. For the avoidance of doubt, Scheduled Bank shall 33
mean a bank as defined under Section 2(e) of the Reserve Bank of India Act, 1934. A scanned
copy of the Bank Guarantee shall be uploaded on e-procurement portal while applying to the
tender. 2.20.2 Any BID not accompanied by the BID Security shall be summarily rejected by the
Authority as non-responsive.
2.20.1 The Authority shall be entitled to take necessary action as per the Bid Security of
the bidder as Damages inter alia in any of the
events specified in Clause 2.20.5 herein below. The Bidder, by submitting its BID
pursuant to this RFP, shall be deemed to have acknowledged and confirmed that the
Authority will suffer loss and damage on account of withdrawal of its BID or for any
other default by the Bidder during the period of BID validity as specified in this RFP.
No relaxation of any kind on BID Security shall be given to any Bidder.
2.20.2 Any BID not accompanied by the BID Security shall be summarily rejected by the Authority as
non-responsive.
2.20.3 The Selected Bidder’s BID Security will be returned, without any interest, upon the Bidder
signing the Contract Agreement and furnishing the Performance Security in accordance with the
2.20.4 The Authority shall be entitled to forfeit and appropriate the BID Security as Damages inter alia
in any of the events specified in Clause 2.20.5 herein below. The Bidder, by submitting its BID
pursuant to this RFP, shall be deemed to have acknowledged and confirmed that the Authority
will suffer loss and damage on account of withdrawal of its BID or for any other default by the
Bidder during the period of BID validity as specified in this RFP. No relaxation of any kind on
BID Security shall be given to any Bidder.
2.20.5 The BID Security shall be forfeited and appropriated by the Authority as damages payable to the
Authority for, inter-alia, time cost and effort of the Authority without prejudice to any other right
or remedy that may be available to the Authority under the bidding documents and / or under the
Agreement, or otherwise, under the following conditions:
(a) Deleted
(b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice as specified in Section 4 of this RFP;
(c) If a Bidder withdraws its BID during the period of Bid validity as specified in this RFP and as
extended by mutual consent of the respective Bidder(s) and the Authority;
(d) In the case of Selected Bidder, if it fails within the specified/extended time limit by Authority -
(i) to sign and return the duplicate copy of LOA;
(ii) to furnish the Performance Security /Additional Performance Security (if any) as per Clause
2.21; or
(iii) to sign the Agreement
2.21.1 Within 30 (thirty) days of receipt of Letter of Acceptance, the selected Bidder shall
furnish to the Authority an irrevocable and unconditional guarantee from a Bank in
the form set forth in Appendix-VII (the “Performance Security”) for an amount equal
to 3% (three percent) of its Bid Price. In case of bids mentioned below, the Selected
Bidder, along with the Performance Security, shall also furnish to the Authority an
irrevocable and unconditional guarantee from a Bank in the same form given at
Appendix-VII towards an Additional Performance Security (the “Additional
Performance Security”) for an amount calculated as under:
(i) If the Bid Price offered by the Selected Bidder is lower than 10% but upto 20%
of the estimated Project Cost, then the Additional Performance Security shall be
calculated @20% of the difference in the (i) Estimated Project Cost (as
mentioned in RFP)-10% of the Estimated Project Cost and (ii) the Bid Price
offered by the selected Bidder.
(ii) If the Bid Price offered by the Selected Bidder is lower than 20% of the Estimated
Project Cost, then the Additional Performance Security shall be calculated @
30% of the difference in the (i) Estimated Project Cost (as mentioned in RFP)-
10% of the Estimated Project Cost and (ii) the Bid Price offered by the Selected
Bidder.
2.21.2 The Performance Security shall be valid until 60(sixty) days after the Defects
Liability Period. The Additional Performance Security shall be valid until 28
(twenty eight) days after Project Completion Date.
2.21.5 For avoidance of any doubt, in case of failure of submission of Performance Security
and Additional Performance Security, if any, within the additional 60 days’ time
period, the award shall be deemed to be cancelled/ withdrawn and action as per the
the Bid Securing Declaration shall be initiated by the Authority. Thereupon all
rights, privileges, claims and entitlements of the Contractor under or arising out of
the Award shall be deemed to have been waived by, and to have ceased with the
concurrence of the Contractor, and the Award shall be deemed to have been
withdrawn by the Authority
2.22 The agreement will be executed within 10 days of receipt of 50% Performance Security
and 50% of Additional Performance Security, if any, as per sub-clause 2.21 above.
3.1.1 The Authority shall open the BIDs received physically & online after 11.00 hours IST
on 22/12/2023 at the place specified in Clause 2.11.4(i); and in the presence of the
Bidders who choose to attend. Technical BID of only those Bidders shall be online
opened whose documents listed at clause 2.11.2 of the RFP have been received
physicallyThe Authority shall prepare minutes of the BID opening, including
information disclosed to those present at the time of BID opening.
3.1.2 Technical Bids of those Bidders who have not submitted their Bid online, shall not be
considered for opening and evaluation.
3.1.4 To facilitate evaluation of Technical BIDs, the Authority may, at its sole discretion,
seek clarifications in writing from any Bidder regarding its Technical BID. Such
clarification(s) shall be provided within the time specified by the Authority for this
purpose. Any request for clarification(s) and all clarification(s) in response thereto shall
be in writing.The bids will be examined and evaluated in accordance with the provisions
set out in this Section 3. The Authority will subsequently flag issues, if any with the data
updated by the Bidders.
3.1.5 If a Bidder does not provide clarifications sought under Clause 3.1.4 above within the
prescribed time, its Bid may be liable to be rejected. In case the Bid is not rejected, the
Authority may proceed to evaluate the Bid by construing the particulars requiring
clarification to the best of its understanding, and the Bidder shall be barred from
subsequently questioning such interpretation of the Authority.
3.1.6.1 As a first step towards evaluation of Technical BIDs, the Authority shall determine
whether each Technical BID is responsive to the requirements of this RFP. A
Technical BID shall be considered responsive only if:
(a) Technical BID is received online as per the format at Appendix-IA including
Annexure I, IV, V and VI(Bid Capacity format);
(b) Documents listed at clause 2.11.2 are received physically on CPPP as mentioned;
(c) Technical Bid is accompanied by the BID Security as specified in Clause 1.2.4 and
2.20;
(d) The Power of Attorney is uploaded on e-procurement portal as specified in
Clauses 2.1.5;
(e) Technical Bid is accompanied by Power of Attorney for Lead Member of Joint
Venture and the Joint Bidding Agreement as specified in Clause 2.1.6, if so
required;
(f) Technical Bid contains all the information (complete in all respects);
(g) Technical Bid does not contain any condition or qualification; and
(h) Copy of online receipt/ original documents towards submission of Rs. 11,800/- [Rs.
Eleven Thousands and Eight Hundred Only] towards the cost of tender [ Tender fee
Rs. 10,000/- to be submitted through the portal “bharatkosh.gov.in” (receipt /
3.1.6.2 The Authority reserves the right to reject any Technical BID which is non-responsive and
no request for alteration, modification, substitution or withdrawal shall be entertained by
the Authority in respect of such BID.
3.1.7 In the event that a Bidder claims credit for an Eligible Project, and such claim is determined by the
Authority as incorrect or erroneous, the Authority may reject / correct such claim for the purpose
of qualification requirements.
3.1.8 After evaluation of Technical Bids, the Authority will publish a list of Technically
Responsive Bidders whose financial bids shall be opened. The Authority shall notify other
Bidders that they have not been technically responsive. The Authority will not entertain
any query or clarification from Applicants who fail to qualify.
3.3.1
Subject to the provisions of Clause 2.16.1, the Bidder whose BID is adjudged
as responsive in terms of Clause 3.1.6. The bidder shall be declared as the
selected B i d d e r ( t h e " S e l e c t e d B i d d e r " ) i n p u r s u a n c e t o t h e
p r o ce d u r e d e f i n e d hereunder:
(i) Among all the responsive bidder, the Lowest bidder will be termed as LI. If Li
is 'Class -I Local Supplier', the contract will be awarded to L1.
(ii) If Li is not 'Class - I local, supplier', the lowest bidder among the 'Class - I local
supplier', will be invited to match L1 price subject to Class - I local
supplier's quoted price falling within the margin of purchase preference, and
the contract will be awarded to such `Class - I local supplier' subject to
matching the Li price
(iii) In case such lowest eligible 'Class - I local supplier' faits to match the LI price,
the 'Class - I local supplier' with the next higher bid within the margin of
purchase preference shall be invited to match the L1 price and so on and
contract shall be awarded accordingly. In case none of the 'Class - I Local
'Margin of purchase preference' means the maximum extent to which the price quoted
by a 'Class - I local supplier' may be above t he L1 for t he purpos e of purc hase
preference. The margin of purchase preference shalt be 20%.
3.3.2 In the event that two or more Bidders quote the same BID Price (the "Tie BIDs"), the
Authority shall identify the Selected Bidder by draw of lots, which shall be conducted,
with prior notice, in the presence of the Tie Bidders who choose to attend.
3.3.3 In the event that the Lowest Bidder is not selected for any reason except the reason
mentioned in Clause 2.1.12 (b) (4), the Authority shall annul the Bidding Process and invite
fresh BIDs. In the event that the Authority rejects or annuls all the BIDs, it may, in
its discretion, invite all eligible Bidders to submit fresh BIDs hereunder.
3.3.4 After selection, a Letter of Acceptance (the “LOA”) shall be issued in the format set
forth in Appendix-VIII, in duplicate, by the Authority to the Selected Bidder and
the Selected Bidder shall, within 7(seven) days of the receipt of the LOA, sign and
return the duplicate copy of the LOA in acknowledgement thereof. In the event the
duplicate copy of the LOA duly signed by the Selected Bidder is not received by
the stipulated date, the Authority may, unless it consents to extension of time for
3.3.5 After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall cause the
Bidder to submit Performance Security and Additional Performance Security (if
any)within the period prescribed/extended by Authority and then execute the
Agreement within the period prescribed in Clause 1.3. The Selected Bidder shall not
be entitled to seek any deviation, modification or amendment in the Agreement.
BIDs shall be deemed to be under consideration immediately after they are opened and
until such time the Authority makes official intimation of award/ rejection to the
Bidders. While the BIDs are under consideration, Bidders and/ or their representatives
or other interested parties are advised to refrain, save and except as required under the
Bidding Documents, from contacting by any means, the Authority and/ or their
employees/ representatives on matters related to the BIDs under consideration.
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to the acceptance or rejection of any Bid.
3.6 Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the
Project is subsequently awarded to it on the basis of such information.
4.1 The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Bidding Process and subsequent to the issue
of the LOA and during the subsistence of the Agreement. Notwithstanding anything
to the contrary contained herein, or in the LOA or the Agreement, the Authority may
reject a BID, withdraw the LOA, or terminate the Agreement, as the case may be,
without being liable in any manner whatsoever to the Bidder, if it determines that the
Bidder, directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice in the
Bidding Process. In such an event, the Authority shall be entitled to forfeit and take
action as per Bid Securing Declaration of the bidder / appropriate the Performance
Security, as the case may be, as Damages, without prejudice to any other right or
remedy that may be available to the Authority under the Bidding Documents and/
or the Agreement, or otherwise.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the
rights and remedies which the Authority may have under the LOA or the Agreement,
or otherwise if a Bidder or Contractor, as the case may be, is found by the Authority
to have directly or indirectly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice during the Bidding Process, or after the issue of the LOA or the execution of
the Agreement, such Bidder shall not be eligible to participate in any tender or RFP
issued by the Authority during a period of 2 (two) years from the date such Bidder, or
Contractor, as the case may be, is found by the Authority to have directly or indirectly
or through an agent, engaged or indulged in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practices, as the case may be.
4.3 For the purposes of this Section 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a) “corrupt practice” means the offering, giving, receiving or soliciting of anything of value,
pressurizing to influence the action of a public official in the process of tendering and
execution of the project;
(d) “undesirable practice” means (i) establishing contact with any person connected with
or employed or engaged by the Authority with the objective of canvassing, lobbying
or in any manner influencing or attempting to influence the Bidding Process; or (ii)
having a Conflict of Interest; and
PRE-BID CONFERENCE
5.1 Pre-BID conference of the Bidders shall be convened at the designated date, time
and place. A maximum of two representatives of prospective Bidders shall be
allowed to participate on production of authority letter from the Bidder.
5.2 During the course of Pre-Bid conference(s), the Bidders will be free to seek
clarifications and make suggestions for consideration of the Authority. The
Authority shall endeavour to provide clarifications and such further information as it
may, in its sole discretion, consider appropriate for facilitating a fair, transparent and
competitive Bidding Process.
MISCELLANEOUS
6.1 The Bidding Process shall be governed by, and construed in accordance with, the
laws of India and the Courts at Goa shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/ or in connection with the Bidding Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to;
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or
supplement the Bidding Process or modify the dates or other terms and
conditions relating thereto;
(b) consult with any Bidderin order to receive clarification or further
information;
(c) retain any information and/ or evidence submitted to the Authority by, on
behalf of, and/ or in relation to any Bidder; and/ or
(d) independently verify, disqualify, reject and/ or accept any and all
submissions or other information and/ or evidence submitted by or on
behalf of any Bidder.
6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully
and finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/ or
performance of any obligations hereunder, pursuant hereto and/ or in connection
with the Bidding Process and waives, to the fullest extent permitted by applicable
laws, any and all rights and/ or claims it may have in this respect, whether actual or
contingent, whether present or in future.
With reference to your RFP document dated 28/11/2023, I/we, having examined the
Bidding Documents and understood their contents, hereby submit my/our BID for the
aforesaid Project. The BID is unconditional and unqualified.
3. This statement is made for the express purpose of our selection as EPC Contractor for the
development, construction, rehabilitation and augmentation of the aforesaid Project
and maintenance of the Project during the Defect Liability Period.
4. I/ We shall make available to the Authority any additional information it may find
necessary or require to supplement or authenticate the BID.
5. I/ We acknowledge the right of the Authority to reject our BID without assigning any
reason or otherwise and hereby waive, to the fullest extent permitted by applicable
law, our right to challenge the same on any account whatsoever.
6. I/ We certify that in the last two years, we/ any of the JV partners have neither failed
to perform for the works of Expressways, National Highways, ISC &EI works,, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against us, nor been expelled or
terminated by Ministry of Road Transport & Highways or its implementing
agenciesfor breach on our part.
7. I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding Documents, including
any Addendum issued by the Authority; and
(b) I/We do not have any conflict of interest in accordance with Clauses 2.2.1 (c)
and 2.6.4 of the RFP document; and
RFP DOCUMENT/RO OFFICE/2019-20 (EPC) 42
(c) I/We have not directly or indirectly or through an agent engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice, as defined in Clause 4.3 of the RFP document, in respect of
any tender or request for proposal issued by or any Agreement entered into with
the Authority or any other public sector enterprise or any government,
Central or State; and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity
with the provisions of Section 4 of the RFP, no person acting for us or on
our behalf has engaged or will engage in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice; and
(e) the undertakings given by us along with the Application in response to the
RFP for the Project and information mentioned for the evaluation of the BID
Capacity in Annexure VI were true and correct as on the date of making the
Application and are also true and correct as on the BID Due Date and I/we shall
continue to abide by them.
8. I/ We understand that you may cancel the Bidding Process at any time and that
you are neither bound to accept any BID that you may receive nor to invite the Bidders
to BID for the Project, without incurring any liability to the Bidders, in accordance
with Clause 2.16.2 of the RFP document.
9. I/We believe that we/our Joint Venture satisfy(s) the Threshold Technical
Capacity, Net Worth criteria and meet(s) the requirements as specified in the RFP
document.
10. I/ We declare that we/ any Member of the Joint Venture or our/Joint Venture member, are
not a Member of any other Joint Venture submitting a BID for the Project.
11. I/ We certify that in regard to matters other than security and integrity of the country,
we/ any Member of the Joint Venture or any of our/their Joint venture member have
not been convicted by a Court of Law or indicted or adverse orders passed by a
regulatory authority which could cast a doubt on our ability to undertake the Project
or which relates to a grave offence that outrages the moral sense of the community.
12. I/ We further certify that in regard to matters relating to security and integrity of the
country, we/ any Member of the Joint Venture or any of our/their Joint venture member
have not been charge-sheeted by any agency of the Government or convicted by a Court
of Law.
14. I/ We further certify that we are not disqualified in terms of the additional criteria
specified by the Department of Disinvestment in their OM No. 6/4/2001-DD-II dated
13.7.01, a copy of which forms part of the RFP at Annexure VII of Appendix-IA
thereof.
15. I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of
16. I/We further acknowledge and agree that in the event such change in control occurs
after signing of the Agreement upto its validity. It would, notwithstanding anything
to the contrary contained in the Agreement, be deemed a breach thereof, and the
Agreement shall be liable to be terminated without the Authority being liable to us in
any manner whatsoever.
17. I/ We hereby irrevocably waive any right or remedy which we may have at any stage
at law or howsoever otherwise arising to challenge or question any decision taken by
the Authority in connection with the selection of the Bidder, or in connection
with the Bidding Process itself, in respect of the above mentioned Project and the
terms and implementation thereof.
18. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into
a Agreement in accordance with the draft that has been provided to me/us prior to the
BID Due Date. We agree not to seek any changes in the aforesaid draft and agree to
abide by the same.
19. I/ We have studied all the Bidding Documents carefully and also surveyed the [project
highway and the traffic]. We understand that except to the extent as expressly set forth
in the Agreement, we shall have no claim, right or title arising out of any documents or
information provided to us by the Authority or in respect of any matter arising out of
or relating to the Bidding Process including the award of Agreement.
20. I submit a BID Security to the Authority in accordance with the RFP Document.
21. The documents accompanying the Technical BID, as specified in Clause 2.11.1 of the
RFP, have been submitted in separate files.
22. I/ We agree and understand that the BID is subject to the provisions of the Bidding
Documents. In no case, I/we shall have any claim or right of whatsoever nature if the
Project / Contract is not awarded to me/us or our BID is not opened or rejected.
23. The BID Price has been quoted by me/us after taking into consideration
all the terms and conditions stated in the RFP, draft Agreement, our own estimates of
costs and after a careful assessment of the site and all the conditions that may affect
the project cost and implementation of the project.
24. I/ We agree and undertake to abide by all the terms and conditions of the RFP
document.
25. {We, the Joint Venture agree and undertake to be jointly and severally liable for. all
the obligations of the EPC Contractor under the Contract Agreement}.
26. I/ We shall keep this offer valid for 120 (one hundred and Twenty ) days from the
BID Due Date specified in the RFP.
In witness thereof, I/we submit this BID under and in accordance with the terms of the
RFP document.
Yours faithfully,
Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to
it, and ‘Deleted’ may be indicated there
Dear Sir,
With reference to your RFP document dated 28/11/2023, I/we, having examined
the Bidding Documents and understood their contents, hereby submit my/our BID for the
aforesaid Project. The BID is unconditional and unqualified.
3. The BID Price has been quoted by me/us after taking into consideration all
the terms and conditions stated in the RFP, draft Agreement, our own estimates of
costs and after a careful assessment of the site and all the conditions that may affect
the project cost and implementation of the project.
4. I/ We acknowledge the right of the Authority to reject our BID without assigning any
reason or otherwise and hereby waive, to the fullest extent permitted by applicable
law, our right to challenge the same on any account whatsoever.
5. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into
a Agreement in accordance with the draft that has been provided to me/us prior to the
BID Due Date. We agree not to seek any changes in the aforesaid draft and agree to
abide by the same.
6. I/ We shall keep this offer valid for 120 (one hundred and Twenty ) days from the
BID Due Date specified in the RFP.
Yours faithfully,
RFP DOCUMENT/RO OFFICE/2019-20 (EPC) 46
RFP DOCUMENT/RO OFFICE/2019-20 (EPC) 47
Date:
Place (Signature, name and designation of
the Authorised Signatory )
Name & seal of Bidder/Lead Member:..........
Class III DSC ID of Authorised Signatory:.............
Appendix IA
Annex-
(c) Address of the corporate headquarters and its branch office(s), if any, in
India:
(d) Date of incorporation and/ or commencement of business:
3. Details of individual(s) who will serve as the point of contact/ communication for
the Authority:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
(g) Fax Number:
………contd
$ All provisions contained in curly parenthesis shall be suitably modified by the Applicant to reflect the
6(a) I/ We certify that in the last two years, we/ any of the JV partners have neither
failed to perform for the works of Expressways, National Highways, ISC & EI works, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitral award against us, nor been expelled or terminated by Ministry of
Road Transport & Highways or its implementing agencies for breach on our part.
(b) I/ We certify that we/ any of the JV partners do not fall in any of the categories of being
a Non-Performing entity given at Clause 2.1.14 of Instructions to Bidders in the projects of
Expressways, National Highways, ISC and EI works of Ministry of Road Transport &
Highways or its implementing agencies and furnished the complete details.
(b) I/ We further certify that no investigation by any investigating agency in India or outside
is pending either against us/ any member of Joint Venture or our sister concern or against our
CEO or any of our directors/managers/employees.
A statement by the Bidder and each of the Members of its Joint Venture (where applicable)
disclosing material non-performance or contractual non-compliance in current projects, as
on bid due date is given below (attach extra sheets, if necessary) w.r.t. para 2.1.14.
I/ We certify that the list is complete and covers all the projects of Expressways, National
Highways, ISC and EI works of Ministry of Road Transport & Highways or its implementing
agencies and that we/ any of the JV partners do not fall in any of the above categories of being
a Non-Performing entity.
(Signature, name and designation of the authorised signatory)
For and on behalf of……………………………………..
@ Provide details of only those projects that have been undertaken by the Applicant, or its Lead
member including members in case of joint venture, under its own name separately and/ or by a
project company eligible under Clause 2.2.2.6(i)(b). In case of Categories 1 and 2, include only
those projects which have an estimated capital cost exceeding the amount specified in Clause
2.2.2.6(i)(c) and for Categories 3 and 4, include only those projects where the payments received
exceed the amount specified in Clause 2.2.2.6(ii). In case the Bid Due Date falls within 3 (three)
months of the close of the latest financial year, refer to Clause 2.1.13.
** Construction shall not include supply of goods or equipment except when such goods or
equipment form part of a turn-key construction contract/ EPC contract for the project. In no case
shall the cost of maintenance and repair, operation of Highways and land be included while
computing the Experience Score of an Eligible Project.
$$ For
conversion of US Dollars to Rupees, the rate of conversion shall be Rupees ** (**) 5 to a
US Dollar.
£.In the case of an Eligible Project situated in an OECD country, the Experience Score so arrived
at shall be further multiplied by 0.5, in accordance with the provisions of Clause 2.2.2.5(ii) and
the product thereof shall be the Experience Score for such Eligible Projects.
5
The conversion rate of USD into Rupees shall be the daily representative exchange rates published by the Reserve
Bank of India for the relevant date. Where relevant date should be as on the date 28 (twenty eight) days prior to the
Application Due Date.
Instructions:
1. The Bidder shall attach copies of the balance sheets, financial statements and Annual
Reports for 5 (five) years preceding the Bid Due Date. The financial statements shall:
(a) reflect the financial situation of the Bidder;
(b) be audited by a statutory auditor;
(c) be complete, including all notes to the financial statements; and
(d) correspond to accounting periods already completed and audited (no statements
for partial periods shall be requested or accepted).
2. Net Cash Accruals shall mean Profit After Tax + Depreciation.
4. Year 1 will be the latest completed financial year, preceding the bidding. Year 2 shall
be the year immediately preceding Year 1 and so on. In case the Bid Due Date falls
within 3 (three) months of the close of the latest financial year, refer to Clause 2.1.13.
5. In the case of a Joint Venture, a copy of the Jt. Bidding Agreement shall be submitted
in accordance with Clause 2.1.15 (g) of the RFP document.
6. The Bidder shall also provide the name and address of the Bankers to the Bidder.
7. The Bidder shall provide an Auditor’s Certificate specifying the net worth of the Bidder
and also specifying the methodology adopted for calculating such net worth in
accordance with Clause 2.2.2.9 (ii) of the RFP document.
$
In case duly certified audited annual financial statements containing the requisite details are provided, a separate
certification by statutory auditors would not be necessary.
£
Refer Clause 2.2.2.5 of the RFP.
Ф Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate, if necessary. Statutory
auditor means the entity that audits and certifies the annual accounts of the company.
€
Refer instruction no. 10 in this Annex-IV.
¥
In case the project is owned by the Applicant company, this language may be suitably modified to read: “It is
certified that …………….. (name of Applicant) constructed and/ or owned the .................... (name of project) from
……………….. (date) to............................. (date).”
RFP DOCUMENT/RO OFFICE/2019-20 (EPC) 57
14. If the Bidder is claiming experience under Category 3 & 4 ,as per Clauses 2.2.2.5 and
2.2.2.6(ii)of the RFP, it should provide a certificate from its Statutory
Auditor/client/Engineer-in charge/ Independent Engineer/Authority’s Engineer in the
format below:
Certificate regarding construction worksФ
Based on its books of accounts and other published information authenticated by it, This
is to certify that ……………………..(name of the Bidder) was engaged by
………………..(title of the project company) to execute ……………… (name of project)
for …………………. (nature of project). The construction of the project commenced on
…………..(date) and the project was/ is likely to be commissioned on
… ................ (date, if any). It is certified that Bidder received payments from its Clients
for Construction Works executed by themor work executed and certified by the Engineer-
in-charge/Independent Engineer/Authority’s Engineer, in the aforesaid construction
works.
We further certify that the total estimated capital cost of the project is Rs ............ cr.
(Rupees …………………crore), of which the Applicant received or has executed the
work as certified by the Engineer-in-charge/Independent Engineer/Authority’s Engineer
Rs. ……… cr. (Rupees ..................................... crore), during the past five financial years
as per year-wise details noted below:
………………………
………………………
It is further certified that the receipts indicated above are restricted to the share of the
Applicant who undertook these works as a partner or a member of joint venture.v
We further certify that applicant has a share of % in the Joint Venture/Consortium.
(Authorized Signatory)
Date:
15. It may be noted that in the absence of any detail in the above certificates, the information
would be considered inadequate and could lead to exclusion of the relevant project in
computation of Experience.
Refer Clauses 2.2.2.5 and 2.2.2.6(ii)of the RFP.
Ф
Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate, if necessary. Statutory
auditor means the entity that audits and certifies the annual accounts of the company. However, in case the work of
other member(s) is also executed by the applicant, then this fact should also be certified by the Statutory Auditor and
accordingly the language may be suitably modified.
v
This certification shouldbe strike out in case of jobs/ contracts, which are executed a sole firm. The payments
indicated in the certificate should be restricted to the share of Applicant in such partnership/ joint venture. This
portion may be omitted if the contract did not involve a partnership/ joint venture. In case where work is not executed
by partnership/ joint venture, this paragraph may be deleted.
ANNEX-V
Statement of Legal Capacity
(To be forwarded on the letterhead of the Applicant/ Lead Member of Joint Venture)
Ref. Date:
To,
The Chief Engineer (NH, R&B),
PWD, Altinho, Panaji-Goa
Dear Sir,
We hereby confirm that we/ our members in the Joint Venture (constitution of which has been
described in the application) satisfy the terms and conditions laid out in the RFP document.
We have agreed that .................................. (insert member’s name) will act as the Lead Member
of our Joint Venture.*
We have agreed that ................................ (insert individual’s name) will act as our representative/
will act as the representative of the Joint Venture on its behalf* and has been duly authorized to
submit the RFP. Further, the authorised signatory is vested with requisite powers to furnish such
letter and authenticate the same.
Thanking you,
Yours faithfully,
3. Maximum value of projects that have been undertaken during the F.Y. out of
the last 5 years and value excluding amount of bonus thereof is Rs. Crores (Rupees
). Further, value updated to the price level of the
year indicated in Appendix is as follows:
4. Amount of bonus received, if any, in EPC Projects during the last 5 years (updated to the
price level of the year indicated in Appendix):
Sl. F.Y. / Calendar Amount of Updation Updated Amount of
No. Year Bonus (Rs. Factor Bonus (Rs. in Crores)
in Crores)
1 2022-23 1.00
2 2021-22 1.05
3 2020-21 1.10
4 2019-20 1.15
5 2018-19 1.20
Total (C)=
………………………… ……………………..
…………………………. ……………………..
Name of the Statutory Auditor’s firm: Signature, name and designation of Authorised
Seal of the audit firm: (Signature, name and Signatory
designation and Membership No. of
:authorised signatory) For and on behalf of ………………(Name of
Sl. Name Percentage of Dater of Construction Value of Value of Balance Anticipated Balance value of
No. of participation start / period as per contract work value of date of work at 2022-
Project/ of Bidder in appointed Agreement/ as per completed work to be completion 23/2022 price
Work the project date of LOA Agreemen completed level
project t /LOAβ
β
In case balance period of construction is less than the value of period of construction of the project for which bid
is invited, then full value of contract as per Agreement/LOA to be mentioned, else, anticipated value of work to be
completed in the period of construction of the project for which bid is invited is to be mentioned. In the absence of
the anticipated value of work to be completed, the proportionate value shall be considered while evaluating the
Assessed Available Bid Capacity.
RFP DOCUMENT/RO OFFICE/2019-20 (EPC) 62
APPENDIX-IA
Annexure VII
Guidelines of the Department of Disinvestment
(Refer Clause1.2.1)
No. 6/4/2001-DD-II
Government of India
Department of Disinvestment
Block 14, CGO Complex
New Delhi.
th
Dated 13 July, 2001.
OFFICE MEMORANDUM
Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector
Enterprises through the process of disinvestment
Government has examined the issue of framing comprehensive and transparent guidelines
defining the criteria for Bidders interested in PSE-disinvestment so that the parties selected
through competitive bidding could inspire public confidence. Earlier, criteria like net worth,
experience etc. used to be prescribed. Based on experience and in consultation with concerned
departments, Government has decided to prescribe the following additional criteria for the
qualification/ disqualification of the parties seeking to acquire stakes in public sector enterprises
through disinvestment:
(a) In regard to matters other than the security and integrity of the country, any
conviction by a Court of Law or indictment/ adverse order by a regulatory
authority that casts a doubt on the ability of the Bidder to manage the public sector
unit when it is disinvested, or which relates to a grave offence would constitute
disqualification. Grave offence is defined to be of such a nature that it outrages
the moral sense of the community. The decision in regard to the nature of the
offence would be taken on case to case basis after considering the facts of the case
and relevant legal principles, by the Government of India.
(b) In regard to matters relating to the security and integrity of the country, any
charge-sheet by an agency of the Government/ conviction by a Court of Law for
an offence committed by the bidding party or by any sister concern of the bidding
party would result in disqualification. The decision in regard to the relationship
between the sister concerns would be taken, based on the relevant facts and after
examining whether the two concerns are substantially controlled by the same
person/ persons.
(c) In both (a) and (b), disqualification shall continue for a period that Government
deems appropriate.
(d) Any entity, which is disqualified from participating in the disinvestment process,
would not be allowed to remain associated with it or get associated merely because
it has preferred an appeal against the order based on which it has been disqualified.
The mere pendency of appeal will have no effect on the disqualification.
(e) The disqualification criteria would come into effect immediately and would apply
to all Bidders for various disinvestment transactions, which have not been
completed as yet.
(f) Before disqualifying a concern, a Show Cause Notice why it should not be
disqualified would be issued to it and it would be given an opportunity to explain
its position.
(g) Henceforth, these criteria will be prescribed in the advertisements seeking
Expression of Interest (EOI) from the interested parties. The interested parties
would be required to provide the information on the above criteria, along with
their Expressions of Interest (EOI). The Bidders shall be required to provide with
their EOI an undertaking to the effect that no investigation by a regulatory
authority is pending against them. In case any investigation is pending against the
concern or its sister concern or against its CEO or any of its Directors/ Managers/
employees, full details of such investigation including the name of the
investigating agency, the charge/ offence for which the investigation has been
launched, name and designation of persons against whom the investigation has
been launched and other relevant information should be disclosed, to the
satisfaction of the Government. For other criteria also, a similar undertaking shall
be obtained along with EOI.
sd/-
(A.K. Tewari)
Under Secretary to the Government of India
Details of ongoing works (Ref Clause 10.3 (iv) of Draft EPC Agreement)
S. Name of the Contract Price Appointed Original Likely Date of Reason for
No. work (INR Cr) Date Scheduled Completion Delay#
Completion
Date
1
2
3
…
(In the event that the Bidder had failed to achieve the Completion of any project within a period
of 90 (ninety) days from the Schedule Completion Date of the project, unless such failure had
occurred due to Force Majeure or for reasons solely attributable to the Authority, the Bidder shall
be deemed to be ineligible for bidding this project (under bidding), both as the sole party or as
one of the parties of Joint Venture/ Consortium, if any, during the period from Scheduled
Completion Date to issuance of Completion Certificate for that project. This restriction is
applicable if the contract value of the delayed project was not less than Rs. 300 Crore.)
#To be supported with valid certificate issued from Independent Engineer / Authority’s Engineer
/ Supervision Consultant / Engineer-in-charge
I / We certify that all the information furnished above is true in all respects.
Date:
Place:
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney
in exercise of the powers hereby conferred shall and shall always be deemed to have been done
by us.
Whereas the National Highways Authority of India (“the Authority”) has invited BIDs for the
***** Project(the “Project”).
Whereas, it is necessary for the Members of the Joint Venture to designate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the Joint Venture,
all acts, deeds and things as may be necessary in connection with the Joint Venture’s BID for the
Project and its execution.
We, …… having our registered office at ……., M/s. ….. having our registered office at …, M/s.
… having our registered office at ….., and ….. having our registered office at....................... ,
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate,
nominate, constitute, appoint and authorize M/S ……. having its registered office at ............... ,
being one of the Members of the Joint Venture, as the Lead Member and true and lawful attorney
of the Joint Venture (hereinafter referred to as the “Attorney”). We hereby irrevocably authorize
the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Joint
Venture and any one of us during the bidding process and, in the event the Joint Venture is
awarded the contract, during the execution of the Project and in this regard, to do on our behalf
and on behalf of the Joint Venture, all or any of such acts, deeds or things as are necessary or
required or incidental to the pre-qualification of the Joint Venture and submission of its BID for
the Project, including but not limited to signing and submission of all applications, BIDs and
other documents and writings, participate in pre BID and other conferences, respond to queries,
submit information/ documents, sign and execute contracts and undertakings consequent
toacceptance of the BID of the Joint Venture and generally to represent the Joint Venture in all
its dealings with the Authority, and/ or any other Government Agency or any person, in all matters
in connection with or relating to or arising out of the Joint Venture’s BID for the in all respect
Project and/ or upon award thereof till the EPC Contract is entered into with the Authority &
Compelled.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney
in exercise of the powers hereby conferred shall and shall always be deemed to have been done
by us/ Joint Venture.
(Executants)
(To be executed by all the Members of the Joint Venture)
Witnesses:
1.
2.
Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and when it
is so required, the same should be under common seal affixed in accordance with the required
procedure.
Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney in
favour of the person executing this Power of Attorney for the delegation of power hereunder on
behalf of the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have to be legalised
by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being
issued.However, the Power of Attorney provided by Bidders from countries that have signed
theHague Legislation Convention 1961 are not required to be legalised by the Indian Embassy if
it carries a conforming Appostillecertificate.
THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of …………
20…
AMONGST
1. {………… Limited, and having its registered office at ...................} (hereinafter referred
to as the “First Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)
AND
AND
3. {………… Limited, and having its registered office at ................. } (hereinafter referred
to as the “Third Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)
The above mentioned parties of the FIRST, {SECOND and THIRD} PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”
WHEREAS,
In this Agreement, the capitalised terms shall, unless the context otherwise requires,
have the meaning ascribed thereto under the RFP.
2. Joint Venture
2.1 The Parties do hereby irrevocably constitute a Joint Venture (the “Joint Venture”) for
the purposes of jointly participating in the Bidding Process for the Project.
2.2 The Parties hereby undertake to participate in the Bidding Process only through this Joint
Venture and not individually and/ or through any other Joint Venture constituted for this
Project, either directly or indirectly.
3. Covenants
The Parties hereby undertake that in the event the Joint Venture is declared the selected
Bidder and awarded the Project, it shall enter into an EPC Contract with the Authority for
performing all its obligations as the Contractor in terms of the EPC Contract for the
Project.
The Parties hereby undertake to perform the roles and responsibilities as described
below:
(a) Party of the First Part shall be the Lead member of the Joint Venture and shall have the
power of attorney from all Parties for conducting all business for and on behalf of the
Joint Venture during the Bidding Process and for performing all its obligations as the
Contractor in terms of the EPC Contract for the Project;
(b) Party of the Second Part shall be {the Member of the Joint Venture; and}
(c) Party of the Third Part shall be {the Member of the Joint Venture.}
The Parties do hereby undertake to be jointly and severally responsible for all obligations
and liabilities relating to the Project and in accordance with the terms of the RFP and the
EPC Contract, till such time as the completion of the Project is achieved under and in
accordance with the EPC Contract.
The Parties agree that the proportion of construction in the EPC Contract to be allocated
among the members shall be as follows:
First Party:
Second Party:
{Third Party:}
Further, the Lead Member shall itself undertake and perform at least 51 (fifty one) per
cent of the total length of the project highwayif the Contract is allocated to the Joint
Venture.
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organised, validly existing and in good standing under the laws
of its incorporation and has all requisite power and authority to enter into this
Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has
been authorised by all necessary and appropriate corporate or governmental action
and a copy of the extract of the charter documents and board resolution/ power of
attorney in favour of the person executing this Agreement for the delegation of
power and authority to execute this Agreement on behalf of the Joint Venture
Member is annexed to this Agreement, and will not, to the best of its knowledge:
(ii) violate any Applicable Law presently in effect and having applicability to
it;
(v) create or impose any liens, mortgages, pledges, claims, security interests,
charges or Encumbrances or obligations to create a lien, charge, pledge,
security interest, encumbrances or mortgage in or on the property of such
Party, except for encumbrances that would not, individually or in the
(c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge, threatened
to which it or any of its Affiliates is a party that presently affects or which would
have a material adverse effect on the financial condition or prospects or business
of such Party in the fulfillment of its obligations under this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and
effect until Project completion (the “Defects Liability Period”) is achieved under and in
accordance with the EPC Contract, in case the Project is awarded to the Joint Venture.
However, in case the Joint Venture is either not pre-qualified for the Project or does not
get selected for award of the Project, the Agreement will stand terminated in case the
Applicant is not pre-qualified or upon return of the Bid Security by the Authority to the
Bidder, as the case may be.
9. Miscellaneous
9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the
Parties without the prior written consent of the Authority.
Notes:
(To be executed on plain paper and submitted alongwith Technical Bid/Tender documents for
tenders having a value ofRs. 5 cr or above for Consultancy projects and 100 cr. or above for
Construction projects. To be signed by the Bidder and same signatory competent/ authorized to
sign the relevant contract on behalf of the MoRTH)
Preamble
Whereas, the Principal has floated the Tender {NIT No……….dtd ........................... } (hereinafter
referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure,
contract/s for {Name of the work}(hereinafter referred to as the “Contract”).
And Whereas the Principal values full compliance with all relevant laws of the land, rules of land,
regulations, economic use of resources and of fairness/ transparency in its relations with its
Bidder(s) and/ or Contractor(s)/Concessionaire(s)/Consultant(s).
And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity
Pact (hereafter referred to as “Integrity Pact” or “Pact”) the terms and conditions of which shall
also be read as integral part and parcel of the Tender documents and contract between the parties.
Now, therefore, in consideration of mutual covenants contained in this pact, the parties hereby
agree as follows and this pact witnesses as under:
Article - 3 Disqualification from tender process and exclusion from future contracts.
(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or during
execution has committed a transgression through a violation of any provision of Article-
2, above or in any other form such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) from the tender process.
(2) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)has committed a
transgression through a violation of Article-2 such as to put his reliability or credibility
into question, the Principal shall be entitled to exclude including blacklist and put on
holiday the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)for any future
tenders/ contract award process. The imposition and duration of the exclusion will be
determined by the severity of the transgression. The severity will be determined by the
Principal taking into consideration the full facts and circumstances of each case
particularly taking into account the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) and the amount of the damage. The exclusion will be
imposed for a maximum of 3 years.
(3) A transgression is considered to have occurred if the Principal after due consideration of
the available evidence concludes that “On the basis of facts available there are no material
doubts”.
(4) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)with its free consent and
without any influence agrees and undertakes to respect and uphold the Principal’s
absolute rights to resort to and impose such exclusion and further accepts and undertakes
not to challenge or question such exclusion on any ground, including the lack of any
hearing before the decision to resort to such exclusion is taken. This undertaking is given
freely and after obtaining independent legal advice.
(5) The decision of the Principal to the effect that a breach of the provisions of this Integrity
Pact has been committed by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s)shall be final and binding on the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s), however, the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) can approach IEM(s) appointed for the purpose of this
Pact.
(6) On occurrence of any sanctions/ disqualification etc arising out from violation of integrity
pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)shall not be entitled
for any compensation on this account.
(7) Subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) could be revoked by the Principal if the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s)can prove that he has restored/ recouped
In witness whereof the parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:-
(For & On behalf of the Principal) (For & On behalf of the Bidder/ Contractor/
Concessionaire/ Consultant )
(Office Seal )
Place
Date
Witness 1 : (Name & Address):
JV Partner}
AND WHEREAS the Contract requires the Contractor to furnish an{Performance Security/
Additional Performance Security} for due and faithful performance of its obligations, under and
in accordance with the Contract, during the {Construction Period/ Defects Liability Period and
Maintenance Period} in a sum of Rs….. cr. (Rupees ………..….. crore) (the “Guarantee
Amount”6).
AND WHEREAS we, ………………….. through our branch at................................... (the
“Bank”) have agreed to furnish this Bank Guarantee (hereinafter called the “Guarantee”) by
way of Performance Security.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms
as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
performance of the Contractor’s obligations during the {Construction Period/ Defects
Liability Period and Maintenance Period} under and in accordance with the Contract, and
agrees and undertakes to pay to the Authority, upon its mere first written demand, and
without any demur, reservation, recourse, contest or protest, and without any reference to
the Contractor, such sum or sums up to an aggregate sum of the Guarantee Amount as the
Authority shall claim, without the Authority being required to prove or to show grounds
or reasons for its demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of
[Superintending Engineer ,PWD,Government of Goa], that the Contractor has committed
default in the due and faithful performance of all or any of its obligations under and in
accordance with the Contract shall be conclusive, final and binding on the Bank. The
Bank further agrees that the Authority shall be the sole judge as to whether the Contractor
is in default in due and faithful performance of its obligations during and under the
Contract and its decision that the Contractor is in default shall be final and binding on the
Bank, notwithstanding any differences between the Authority and the Contractor, or any
dispute between them pending before any court, tribunal, arbitrators or any other authority
or body, or by the discharge of the Contractor for any reason whatsoever.
6
Guarantee Amount for Performance Security and Additional Performance Security shall be calculated as per
Contract.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to
proceed against the Contractor before presenting to the Bank its demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the
Bank under this Guarantee, to vary at any time, the terms and conditions of the Contract or to
extend the time or period for the compliance with, fulfillment and/ or performance of all or any
of the obligations of the Contractor contained in the Contract or to postpone for any time, and
from time to time, any of the rights and powers exercisable by the Authority against the
Contractor, and either to enforce or forbear from enforcing any of the terms and conditions
contained in the Contract and/or the securities available to the Authority, and the Bank shall not
be released from its liability and obligation under these presents by any exercise by the Authority
of the liberty with reference to the matters aforesaid or by reason of time being given to the
Contractor or any other forbearance, indulgence, act or omission on the part of the Authority or
of any other matter or thing whatsoever which under any law relating to sureties and guarantors
would but for this provision have the effect of releasing the Bank from its liability and obligation
under this Guarantee and the Bank hereby waives all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security
now or which may hereafter be held by the Authority in respect of or relating to the Contract or
for the fulfillment, compliance and/or performance of all or any of the obligations of the
Contractor under the Contract.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force for the
period specified in paragraph 8 below and unless a demand or claim in writing is made by the
Authority on the Bank under this Guarantee all rights of the Authority under this Guarantee shall
be forfeited and the Bank shall be relieved from its liabilities hereunder.
8. The Guarantee shall cease to be in force and effect on ****$. Unless a demand or claim
under this Guarantee is made in writing before expiry of the Guarantee, the Bank shall be
discharged from its liabilities hereunder.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the
previous express consent of the Authority in writing, and declares and warrants that it has the
power to issue this Guarantee and the undersigned has full powers to do so on behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by post
addressed to the Bank at its above referred branch, which shall be deemed to have been duly
$
Insert date atleast 2 (two) years from the date of issuance of this Guarantee (in accordance with Clause 2.21 of the
RFP). The Contractors can submit the BG for periods of two years at one time and keep on renewing the same till the DLP
11. This Guarantee shall come into force with immediate effect and shall remain in force and
effect for up to the date specified in paragraph 8 above or until it is released earlier by the
Authority pursuant to the provisions of the Contract.
12. This Guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article
15(a) is hereby excluded.
(Signature)
(Name)
(Designation)
(Code Number)
(Address)
3. You are requested to return a duplicate of the LOA as an acknowledgement and sign the
Contract Agreement within the period prescribed in Clause 1.3 of the RFP.
4. You are also requested to furnish Performance Security for an amount of ………………….
{and Additional Performance Security for an amount of ……………………….} as per
Clause 2.21 of the RFP within 30 (thirty) days of receipt of this Letter of Acceptance (LOA).
In case of delay in submission of Performance Security and Additional Performance
Security, if any, you may seek extension of time for a period not exceeding 60 (Sixty) days
in accordance with Clause 2.21 of RFP.
5. In case of failure of submission of Performance Security, Additional Performance Security
(if any) and Security against Damages (if any) within the additional 60 (Sixty) days time
period, the award shall be deemed to be cancelled and action shall be initiated by the
Authority as per Clause 2.21 of the RFP.
Yours faithfully,
{authorized signatory}