SBD Part-1
SBD Part-1
FOR
Full Turnkey Contract
(Design, Supply and Installation)
MADHYA GUJARAT VIJ COMPANY LIMITED
(MGVCL)
Key Dates
Meeting
Bid
Creation of Robust Network for 11 KV XLPE HT Cable with Under Ground /Over Head Cable, with Ring Main
Units (RMU), and Replacement of Open bare conductor with MVCC conductor in various subdivisions of
NADIAD O&M Circle in MGVCL under S.I. Scheme for FY 2023-24
NADIAD O&M
Circle
TOTAL
SUMMARY
PART I – BIDDING PROCEDURES AND REQUIREMENTS
Table of Contents
6. Bidding Process Management, Clarification of the Bidding Document, Site Visit and
Pre-Bid Meeting ...................................................................................................................... 27
15. Documents Establishing the Conformity of the Plant and Installation Services/ Works
37
16. Documents Establishing the Eligibility and Qualifications of the Bidder and Eligibility
of Plant and Installlation Services ........................................................................................... 39
39. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ........................... 53
Documents including Scope of Work and other related requirements .......................... 101
Form 12 ............................................................................................................................. 104
Format of Alternative, Deviations and Exceptions to the Provisions of RFB Document
................................................................................................................................................................. 104
Form 13 ............................................................................................................................. 107
Format of Work Completion Schedule ......................................................................... 107
Form 14 ............................................................................................................................. 110
Format of Guarantee Declaration ................................................................................... 110
Form 15 ............................................................................................................................. 112
Format of Information regarding Ex-employees .......................................................... 112
Form 16 ............................................................................................................................. 114
Format for Price Adjustment Data ................................................................................ 114
Form 17 ............................................................................................................................. 116
Format of Option for Initial Advance (either Interest Bearing Initial Advance or No
Initial Advance) and Information for E-payment, PF details and declaration regarding
Micro/Small & Medium Enterprises .............................................................................. 116
Form 18 ............................................................................................................................. 120
FORMAT OF Declaration for tax exemptions, reductions, allowances or benefits).... 120
Form 19 ............................................................................................................................. 122
Format of Bank Guarantee verification Check list ....................................................... 122
Form 20 ............................................................................................................................. 127
Format of Additional Information ................................................................................ 127
Form 21 ............................................................................................................................. 131
Format of Integrity Pact ................................................................................................ 131
PART 1
Contract title: Creation of Robust Network for 11 KV XLPE HT Cable with Under Ground /Over Head Cable,
with Ring Main Units (RMU), and Replacement of Open bare conductor with MVCC conductor in various
subdivisions of NADIAD O&M Circle in MGVCL under S.I. Scheme for FY 2024-25
NIT/RFB No: MGVCL/O&M/Robust Network
Issued on: 21.02.2024
MADHYA GUJARAT VIJ COMPANY LIMITED (MGVCL) (hereinafter also referred to as the Employer
or the Utility) invites online Bids for Creation of Robust Network for 11 KV XLPE HT Cable with Under Ground
/Over Head Cable, with Ring Main Units (RMU), in various subdivisions of NADIAD O&M Circle in MGVCL
under S.I. Scheme for FY 2023-24
1. Bidders are advised to note the clauses on eligibilityand qualification requirements in Section 2, to be
eligible and qualify for being considered for the award of the contract.
3. The RFB document (hereinafter also referred to as bidding document) is available online, free of cost,
for downloading on https://mgvcl.nprocure.com and www.mgvcl.com from 21.02.2024 to the last date
of submission as per the table below. The bidder would be responsible for ensuring that any addenda/
corrigendum/ amendment etc. available on the website/ portal is also downloaded and incorporated.
4. The bidding shall be conducted under Single Stage Two-Envelope Bidding process with e-
Procurement as specified in Section 3.
1. Under the Single Stage Two-Envelope Bidding process, the Bidder shall not quote,
disclose, or submit its price in the Technical Part (First Envelope) of its bid or in any
other manner, whatsoever, except as part of the Financial Part (Second Envelope) of its
bid. In case of any non-compliance in this regard, the bids shall be out-rightly /
summarily rejected.
Part 1 - Bidding Procedures and Requirements 9
2. An incomplete and/or ambiguous and/or conditional bid and/or bid submitted late is
liable to be ignored/ summarily rejected.
3. Bid must be submitted online through the e-Procurement/ e-Tendering process specified
in Section 3. Any bid or modifications to bid received outside the e-Procurement system
will not be considered, unless otherwise specified in Section 3. The Utility shall not be
held liable for any delays due to e-Procurement/ e-Tendering system failure beyond its
control. Even though the system will attempt to notify the bidders of any bid updates,
The Utility shall not be liable for any information not received by the bidder. It is the
bidders’ responsibility to verify the website for the latest information related to this RFB.
4. Salient details pertaining to this RFB Notice including submission and opening of bid,
bid security, cost of documents/ tender fee, if any, for downloading the bidding
document, address for communication, etc., are given in the TABLE below.
5. If the Utility office happens to be closed on the specified date of opening of the bids, the
bids will be opened on the next working day at the same time and venue or as may be
notified by the Utility.
TABLE
RFB Notice/ NIT No. MGVCL/O&M/Robust Network
Contract Title for the Procurement Creation of Robust Network for 11 KV XLPE HT
Cable with Under Ground /Over Head Cable, with
Ring Main Units (RMU), and Replacement of Open
bare conductor with MVCC conductor in various
subdivisions of NADIAD O&M Circle in MGVCL
under S.I. Scheme for FY 2024-25
Brief description of Scope of Works The scope of work under the subject package includes
site survey, planning, design, engineering, assembly
manufacturing, testing, supply, loading,
transportation, unloading, insurance, delivery at site,
handling, storage, installation, testing,
commissioning and documentation of all
items/material required to complete the following
works in various sub division under NADIAD O&M
circle in MGVCL which inter-alia include: -
Bid Validity period The bid validity period will be [180] days from date of
Opening of Technical Part of the Bid.
Time for Completion The Time for Completion of the works is:-
6 ( S i x ) Months from the Effective Date of the
Contract.
Address for Correspondence SUPERINTENDING ENGINEER (O&M), MADHYA
GUJARAT VIJ COMPANY LTD., NADIAD O&M
CIRCLE,3RD FLOOR,NAGAR PALIKA
BHAVAN,RAILWAY STATION ROAD,NADIAD-
387001
Contact Details of E- Procurement (n) Procure Cell
Portal Support Team: (n) Code solutions-A division of
GNFC Ltd.,403, GNFC Info tower,
S.G. Road, BodakdevAhmedabad –
380054 (Gujarat)
Toll Free: 1-800-233-1010 (Ext. 501, 512,516, 517,
525) Phone No. 079-26857315 / 316 / 317
Fax: 079-26857321 / 40007533
Support:- 079- 40007300
Email: nprocure@ncode.in
Part 1 - Bidding Procedures and Requirements 13
1. Eligibility Requirements:
Technical Part of the Bid shall be evaluated, interalia, as per Section 3 based on their
responsiveness to and Bidder’s compliance with the Eligibility Requirements specified
herein below:
1.1. Only firm that is a private entity, a state-owned entity, or an institution, legally
established in India to undertake design, supply and installation of the works
mentioned in the scope of works under this RFB Document/ bidding document are
eligible to bid (submit their Bid in response to RFB Notice/ NIT). The Bidder
(alternatively referred to as the Contractor/Bidder) may be a proprietorship concern or
a partnership firm operating in India, or a registered entity in India under the
Companies Act, 1956, 2013 or LLP Act.
1.2. Any combination of such entities eligible as per 1.1 above, is also eligible to bid in the
form of a joint venture (JV) as defined in Section 3, under an existing agreement. In
the case of a joint venture, the number of members of the JV shall not exceed 03 (three)
and all members shall be jointly and severally liable for the execution of the entire
Contract in accordance with the Contract terms. The JV shall nominate a Representative
who shall have the authority to conduct all business for and on behalf of all the members
of the JV during the Bidding process and, in the event the JV is awarded the Contract,
during contract execution.
In case of JV, the bidding JV (also referred to as the Bidder) shall submit a Joint Deed
of Undertaking in Technical Part of its bid, as per the format enclosed in Section 4 of
the RFB/ bidding document. No change in the structure / constitution of the JV shall be
permitted at any stage during bidding or execution of the Contract in the event of award.
a. Sanctions: Firms, which includes any of the JV members in case of bidding Joint
Venture as per Clause 1. 2 above, blacklisted by the Employer/ CPSEs or any of their
subsidiaries / Government of India/ Government of Gujarat / any Regulatory
Authority, as on the date of submission of Bid, are not eligible to bid.
b. Suspension : Firm, which includes any of the JV members in case of bidding Joint
Venture as per Clause 1. 2 above, under suspension by the Employer as the result of
the operation of a Bid–Securing Declaration or Proposal-Securing Declaration, shall
not be eligible to bid.
c. Prohibitions : Firms, which includes any of the JV members in case of bidding Joint
Venture as per Clause 1. 2 above, and individuals of a country or goods/ works/
Part 1 - Bidding Procedures and Requirements 14
1.4. To be eligible to bid, the Bidders must ensure compliance to the following, failing
which they shall not be eligible:
Restrictions under Rule 144 (xi) of GFR 2017: Restrictions on procurement from
a bidder of a country which shares a land border with India
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.
II. "Bidder" (Seller / Service Provider) means any person or firm or company,
including any member of a consortium or joint venture (that is an association of
several persons, or firms or companies), every artificial juridical person not falling
in any of the descriptions of bidders stated hereinbefore, including any agency branch
or office controlled by such person, participating in a procurement process.
III. "Bidder from a country which shares a land border with India" for the purpose of
this Order/ Rule means: -
a. An entity incorporated, established, or registered in such a country; or
b. A subsidiary of an entity incorporated, established, or registered in such a country;
or
c. An entity substantially controlled through entities incorporated, established, or
registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint venture
falls under any of the above
IV. The beneficial owner for the purpose of (iii) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more
juridical person, has a controlling ownership interest or who exercises control
through other means. Explanation—
a. "Controlling ownership interest" means ownership of or entitlement to more than
twenty-five percent 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 shareholders agreements or voting agreements;
2. In case of a partnership firm, the beneficial owner is the natural person(s) who,
whether acting alone or together, or through one or more juridical person, has
Part 1 - Bidding Procedures and Requirements 15
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial
owner is the relevant natural person who holds the position of senior managing
official;
VI. The successful bidder shall not be allowed to sub-contract works to any
Contractor/Bidder from a country which shares a land border with India unless such
Contractor/Bidder is registered with the Competent Authority.
1.5. Only ‘Class –I local supplier’ are eligible to bid in line with the following:
‘Class –I local supplier’ means a supplier or service provider , whose goods, services
or works offered for procurement, meets the minimum local content as prescribed for
‘Class-I local supplier’. Presently, the local content requirement to categorize a supplier
as ‘Class-I local supplier’ is minimum 50%*.
Further, for the purpose of purchase preference under the PPP-MII Order:
‘Local Content’ means the amount of value added in India which shall be the total value
of the item procured (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 [‘Class –I local supplier ‘shall give a self-certification in is Technical part of the
Bid in the format given in Section 4 of RFB document, indicating the percentage of
Local Content and certifying that the item offered meets the Local Content requirement
for ‘Class –I local supplier’, as the case may be, and shall give details of the location(s)
at which value addition is made. Further, in case of procurement above Rs. 10 Crore,
the ‘Class –I local supplier ‘shall provide a certificate from statutory auditor or cost
auditor of the company (in the case of companies) or from a practicing cost accountant
or practicing chartered accountant (in respect of suppliers other than companies) giving
the percentage of Local Content. False declaration regarding Local Content by the
bidder shall be a transgression of Integrity Pact, if applicable, and as per clause ITB 2
of Section, RFB document, and action shall be taken in accordance therewith and in
line with the provisions of the above Orders. Further, in case of price reduction during
e-Reverse Auction, if envisaged as per Section 3 of RFB document, or for any other
reason including matching L1 price pursuant to the purchase preference extended, the
revised prices shall be so as to ensure that classification of the bidder ‘Class –I local
supplier’ remains unchanged.
1.6. Employer reserves the right to request for any additional information and reserves the
right to reject the Proposal of any Bidder, if in the opinion of Employer, the
qualification data is incomplete, or the Bidder is found not qualified to satisfactorily
perform the Contract.
1.7. For the purposes of these Bidding Documents, the words “facilities,” “plant and
equipment,” “installation services,” etc., shall be construed in accordance with the
respective definitions given to them in the General Conditions of Contract.
Part 1 - Bidding Procedures and Requirements 17
2. Qualification Requirements
2.1. Technical:
2.1.1. For the purpose of this particular bid, bidder shall meet the following minimum
criteria in past 7 years (up to last completed financial year):
Experience in similar work that is supply, laying, erecting, testing and commissioning of (11 KV & above voltage class)
UG line works either turnkey or partial turnkey in any under Public electrical utility of Central or State Govt. in India /
Government Sector / Power Utility (Government or Private) / Power sector PSUs & Power Sector CPSUs / private
Developer under Option II as per applicable rates of Supervision Charges along with submit Copy of Work Order
(showing the statement of quantity & amount in Rs.), work completion certificate (showing amount of actual work
completed and Invoice with GST) and said system / project is performing satisfactorily as on submission of bid, from
respective authority / client (as per clause 2.1.3 mentioned below) under single contract, costing not less than Rs.
12.384 Crore the amount equal to 70% of the estimated amount of the project The works under the above contract
should be completed works only.
The work experience of subcontract shall not be considered.
The Bidder shall submit the details of project/work executed invariably along with its
authentication i.e. work completion and performance certificate from the work order (AT) issuing
authority as per prescribed format (Annexure-15) for evaluation. The work completion certificate
and performance certificate issued by work order (AT) issuing authority shall be considered for
evaluation. The amount of work completion certificate with GST shall be considered for evaluation.
Or
Experience in similar works that is supply, laying, erecting, testing and commissioning of (11 KV & above voltage class)
UG line works either turnkey or partial turnkey in any under Public electrical utility of Central or State Govt. in India /
Government Sector / Power Utility (Government or Private) / Power sector PSUs & Power Sector CPSUs / private
Developer under Option II as per applicable rates of Supervision Charges along with submit Copy of Work Order
(showing the statement of quantity & amount in Rs.), work completion certificate (showing amount of actual work
completed and Invoice with GST) and said system / project is performing satisfactorily as on submission of bid, from
respective authority / client (as per clause 2.1.3 mentioned below) under two contracts, each costing not less than
Rs. 7.07657 Crore the amount equal to 40% of the estimated amount of the project.The works under the above
two contracts should be completed works only.
Or
Experience in similar works that is supply, laying, erecting, testing and commissioning of (11 KV & above voltage class)
Part 1 - Bidding Procedures and Requirements 18
UG line works either turnkey or partial turnkey in any under Public electrical utility of Central or State Govt. in India /
Government Sector / Power Utility (Government or Private) / Power sector PSUs & Power Sector CPSUs / private
Developer under Option II as per applicable rates of Supervision Charges along with submit Copy of Work Order
(showing the statement of quantity & amount in Rs.), work completion certificate (showing amount of actual work
completed and Invoice with GST) and said system / project is performing satisfactorily as on submission of bid, from
respective authority / client (as per clause 2.1.3 mentioned below) under three contracts, each costing not less
than Rs. 5.30743 Crore the amount equal to 30% of the estimated amount of the project…]. The works under
the abovethree contracts should be completed works only.
2.1.2. Collectively the JV partners should meet the criteria of projects mentioned in above
2.1.1 However, each JV partner should have completed at least 1 contractcosting
not less than Rs.5.30743 Crore the amount equal to 30% of the estimated
amount of the project…].
For illustration, the various cases possible, along with the number of contracts and
the minimum amounts for each of scenarios are shown below:
2.1.3. For the purposes of satisfaction of Technical Requirement, similar works refers
to:
a) Project(s) execution in one or more sectors below :-
1)Electrical Transmission sector
2) Sub-transmission sector
3) Electrical distribution sector
4) Railway track electrification work(transmission/sub transmission/Distribution)
In above sectors, type of construction works undertaken should be of the
nature of one or more of the following :-
1) EHT lines
2) HT lines
3) LT lines
4) Distribution transformers
5) Substations
b) Notwithstanding the clause 2.1.3(a) above, experience in only LT lines
would not be considered eligible.
2.1.4. The experience of the bidder as part of Joint venture or consortium or a sub-
Contractor/Bidder will be considered for the purpose of evaluation as per the
clause 2.1.1, 2.1.2 and 2.1.3 above only in case where the bidder is able to
provide approval/acceptance of the mentioned works from the end-customer or
the distribution company whichever is applicable.
Part 1 - Bidding Procedures and Requirements 20
2.2.1. The Net Worth of the bidder must be positive for the each of the last three
Financial Years. Net worth means the sum total of the paid up capital and free
reserves (excluding reserves created out of revaluation) reduced by aggregate
value of accumulated loses (including debit balance in profit and loss account for
current year) and intangible assets.
2.2.2. Minimum Average Annual Turnover (MAAT) of the Bidder for best three years
out of last five financial years of the bidder should not be less than Rs. 530.743
Lakhs amount equal to 30% of the estimated cost of the project rounded offup to two
decimal places.
2.2.3. Bidder must have liquid assets (LA) and/ or evidence of access to or availability
of fund-based credit facilities of not less than Rs 176.914 Lakhs amount equal
to 10% of the estimated cost of the project rounded off upto two decimal places>
and the Banker should confirm that the Credit facility is earmarked for the Works
specified under Bid on receipt of the Bid. Liquid Assets would include
unincumbered cash (and equivalents), bank deposits with maturityless than 365
days, securities that can be freely traded or maturity less than 365 days and
receivables which has general certainty of getting received minuspayables which
has general certainty of getting paid.
2.2.4. In case a bid is submitted by a Joint Venture (JV), all the partners of the JV shall
meet, individually, the qualification set forth at para 2.2.1 above and collectively
the requirement of para 2.2.2 & 2.2.3 above. The figures for each of the partner
of the joint venture shall be added together to determine the bidder’s compliance
with the minimum qualifying criteria set out in para 2.2.2 & 2.2.3 above; however
in order for a joint venture to qualify, the partner(s) of joint venture must meet the
following minimum criteria:
2.2.4.1. At least one partner (lead partner) shall meet, not less than 40% of the
minimum criteria given at Para 2.2.2 & 2.2.3 above.
AND
2.2.4.2. Each of the other partner(s) shall meet not less than 25% of the criteria
given at Para 2.2.2 & 2.2.3 above.
2.2.5. Failure to comply with requirement mentioned in 2.2.4 will result in rejection of
the Joint Venture’s bid.
2.2.6. The lead partner shall be authorized to incur liabilities and receive instruction for
and on behalf of any and all partners of the joint venture and the entire execution
Part 1 - Bidding Procedures and Requirements 21
of the contract including receipt of payment shall be done exclusively through the
lead partner. This authorization shall be evidenced by submitting in Technical Part
of its bid, a power of attorney signed by legally authorized signatories of all the
partners as per proforma in Section 4 of the RFB/ bidding documents
2.2.7. All partners of the joint venture shall be liable jointly and severally for the
execution of the contract in accordance with the contract terms and a copy of the
agreement entered into by the Joint Venture partners having such a provision shall
be submitted with the Technical Part of the bid. A statement to this effect shall be
included in the authorization mentioned under para 2.2.6 above as well as in the
Bid Form and in the Contract Form (in case of a successful bid);
2.2.8. The Bidder shall also furnish following documents/details with Technical Part of
its bid:
2.2.8.1. A certificate from banker (as per specified format) indicating various
fund-based limits sanctioned to the bidder and the extent of utilization as on
date. Such certificate should have been issued not earlier than three months
prior to the date of bid opening. Wherever necessary, the employer may
make queries with the Bidders’ bankers.
2.2.8.3. Note:
2.2.8.3.1. In the event the bidder is not able to furnish the information of its
own (i.e. separate), being a subsidiary company and its accounts are
being consolidated with its group/holding/parent company, the bidder
should submit the audited balance sheets, income statements, other
information pertaining to it only (not of its group/Holding/Parent
Company) duly certified by any one of the authority [(i) Statutory
Auditor of the bidder /(ii) Company Secretary of the bidder or (iii) A
certified Public Accountant] certifying that such
information/documents are based on the audited accounts as the case
may be.
6. Bidding Process
Management,
Clarification of the
Bidding Document, Site
Visit and Pre-Bid Meeting
6.1 Electronic- Bidding System (also referred to as e-
Procurement or e- Tendering system) as specified in
a) Electronic Procurement
the BDS shall be used to manage the bidding
Part 1 - Bidding Procedures and Requirements 28
C. Preparation of Bids
8.1 The Bidder shall bear all costs associated with the
8. Cost of Bidding
preparation and submission of its Bid, and the
Employer shall not be responsible or liable for those
costs, regardless of the conduct or outcome of the
bidding process.
Part 1 - Bidding Procedures and Requirements 30
17.1 Bids shall remain valid until the date specified in the
17. Period of Validity of Bids
BDS or any extended date if amended by the
Employer in accordance with ITB 7. The Bid Validity
period starts from the Bid submission deadline (as
prescribed by the Employer in accordance with ITB
21.1). A Bid that is not valid until the date specified in
the BDS, or any extended date if amended by the
Employer in accordance with ITB 7, shall be rejected
by the Employer as nonresponsive.
17.2 In exceptional circumstances, prior to the expiry
of the Bid validity, the Employer may request
Bidders to extend the period of validity of their
Bids. The request and the responses shall bemade
in writing. If a Bid Security is requested (in
accordance with ITB 18), it shall also be
extended for a corresponding period. A Bidder
may refuse the request without forfeiting its Bid
Security. A Bidder granting the request shall not
Part 1 - Bidding Procedures and Requirements 40
D. Submission of Bids
20.1 Bids, both Technical and Financial Parts, shall be
20. Submission of Bids submitted online on the e-procurement system
specified in ITB 6.1. Detailed guidelines for
viewing bids and submission of online bids are as
per ITB 6.1 and the website referred therein. A
prospective bidder can submit its bid online only for
which the bidder (in case of JV, the authorised
representative of the JV as per ITB 19.4) is required
to have enrolment/registration and should have
valid Digital Signature Certificate (DSC) as
specified in ITB 6.1 in BDS. The Bidder should go
through them carefully and submit its bid, along
with the specified documents failing which the bid
is liable to be rejected.
J. Award of Contract
40.1The Employer shall award the Contract to the
40. Award Criteria
successful Bidder. This is the Bidder whose Bid has
been determined to be the Most Advantageous Bid
as specified in ITB 38.
40.2 The mode of contracting with the successful bidder
will be as indicated below:
40.2.1 The award shall be made as follows:
(i) Contract Part I: for Supply of Plant on FOR
(final place of destination Site/ Project Site)
basis.
(ii) Contract Part II: for Supply of Installation
Services {excluding the incidental services
included in (i) above}
40.3 Both the parts of the Contract will contain a cross
fall breach clause specifying that breach of one
will constitute breach of the other.
Part 1 - Bidding Procedures and Requirements 54
The following specific data for the Plant and Installation Services/ Works to be procured shall
complement, supplement, and/or amend the provisions in the Instructions to Bidders (ITB).
Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
<Instructions for completing the Bid Data Sheet are provided, as needed, in the notes in
italics mentioned for the relevant ITB.>
ITB A. General
Reference
The reference number of the Notice Inviting Tenders (NIT/Request for Bids (RFB)
ITB 1.1
is : TENDER NOTICE No:- MGVCL/O&M/Robust Network
[The NIT/RFB shall be published on e-Procurement portal with free access]
The Employer is: MADHYA GUJARAT VIJ COMPANY LIMITED
The name and identification of the package under this RFB is:
Full Turnkey Contract (Design, Supply and Installation) for Creation of
Robust Network for 11 KV XLPE HT Cable with Under Ground /Over Head
Cable, with Ring Main Units (RMU), and Replacement of Open bare
conductor with MVCC conductor in various subdivisions of NADIAD O&M
Circle in MGVCL under S.I. Scheme for FY 2024-25
MGVCL is distribution company, subsidiary company of GUVNL came
ITB 1.2 (c)
into existence in April, 2005. Under MGVCL total 07 district falls, 05 circle
office, 18 division office and 124 sub division office working under
MGVCL.
The Discom covers total 07 district out of which UNDER NADIAD O&M
CIRCLE UNDER SYSTEM IMPROVEMENT SCHEME for which this
Trunky tender is invited. The total 01 number of Distribution Circles and 19
Sub Divisions falls under NADIAD O&M circle. For more details, please
Log on to www.mgvcl.com
ITB 1.2 (m) Bidding/ Bids by/ from Joint Venture (JV) is “permitted”.
In case Bidding/ Bids by/ from Joint Venture is permitted, the number of
members/ partners of the JV shall not exceed 03 (three)
ITB 6.1 Bidding against RFB shall be conducted through/ with Electronic –
Procurement (e- Procurement/ e- Tendering) System.
Employer shall use the following Electronic-Procurement system to
manage this Request for Proposal (RFP) process:
https://mgvcl.nprocure.com The electronic-procurement system shall
be used to manage the followingpart of the bidding process under the
RFB:
Issuing RFB/ Bidding document, amendments/ corrigendum/
addendums/ clarifications, etc.,submissions of bids, opening of Bids,
etc..
Part 1 - Bidding Procedures and Requirements 58
ITB 6.2 A Bidder requiring any clarification of the bidding document may notify
the Employer online through the electronic bidding system if provisioned/
permitted or through e-mail at the following e-mail address:
sebcc.mgvcl@gebmail.com
& nproucre@gnvfc.net
Requests for clarification should be received by the Employer no later
than: 14 days from date of issue of NIT/RFB
ITB 6.5 A Pre-Bid meeting shall take place at the following date, time and place:
Date: [ ]
Time:[ ]
C. Preparation of Bids
ITB 10.2.8 The Bidder shall submit the following additional documents in Technical
Part of its Bid:
Part 1 - Bidding Procedures and Requirements 59
(i) Integrity Pact, prepared using the relevant form furnished in Section
4 - Bidding Forms - Technical Part of the Bid;
(ii) Self-certified copy of the document to establish legal status of the
firm viz. Certificate of Incorporation issued under The Companies
Act / The Limited Liability Partnership Act / Partnership deed etc.
as applicable;
(iii) Self-certified copy of PAN;
(iv) Self-certified copy of GST Registration;
(v) Self-certified copy in support of MSME, if applicable.
……………….]
ITB 10.3.3 The Bidder shall submit the following additional documents in its
Financial Part of its Bid:
ITB 11 Note for Bidders: Bidders have to submit the bids on the e-procurement
portal along with the relevant required documents. For this purpose, the
bidders shall fill up online, the forms that are available for online filling on
the e-portal. The rest of the forms shall be download by the bidders and
filled up. The filled up pages shall then be scanned and uploaded on the e-
procurement portal along with the scanned copies of the supporting
documents. The bid shall be digitally signed.
ITB 11.3 The bidders are required to submit soft copy of the Notarized
documents listed in Technical bid /Preliminary bid, along with the
Technical Part of their Bid. Also Bidder have to submit following
documents in hard copy:
[A] : All the relevant documents as per requirement of the Tender shall be
submitted Online only.
[B] Following documents shall be submitted physically before the last
date of submission of physical documents as mentioned in this RFB.
1. Original copy of DD/Banker’s cheque for Tender processing Fee
2. Original copy of Bank Guarantee against EMD
3. Original copy of JV Agreement and undertaking
4. Certified copy of MAAT, Networth and Liquid Asset
5. Scaned copies of above documents shall be submitted online on or
before due date and time. (Specification required as per two
envelop bidding process)
[C] It is mandatory for all the bidders to submit their tender documents
(dully signed by Bidder/JV) by on – line (e – tendering) only in
schedule time.
[D] Bidders are requested to submit price – bid in on-line (e-tendering
form) only and not to submit the price bid in physical form. This is
mandatory. If price bidis submitted in physical form, it will be ignored
and considered non responsive Bid and rejected at MGVCL
discretion.
[E] Documents mentioned as per tender terms and condition shall be
submitted in the technical bid. In case of non-submission of
mandatory document or attachment of wrong document, bid will be
considered non responsive and rejected out rightly at MGVCL
discretion.
[F] MGVCL reserves the right to reject any OR all tenders without
Part 1 - Bidding Procedures and Requirements 60
assigning any reasons thereof.
[G] Bidders should be in touch with https://mgvcl.nprocure.com and
www.mgvcl.com .The above websites for information regarding
revision
/corrigendum/Amendment in tender till due date of online submission and
thereafter. No separate information shall be sent in this regards
ITB 13.1 No any components/ parts of the Plant and Installation Services will be
provided by Employer.
ITB 13.11 GST applicable in India, on the Plant and Installation Services provided/
supplied by the Contractor to the Employer under the Contract shall be
paid/ reimbursed by Employer against requisite documents, at actuals.
ITB 17.1 The Bid shall remain valid until i.e. up to and including 180 days
reckoned from the deadline for Submission of Bids specified in ITB
21.1, as may be extended by the Employer from time to time in
accordance therewith.
D. Submission of Bids
Part 1 - Bidding Procedures and Requirements 63
Date: 11/03/2024
Time: 11:00 hrs (IST)
In the event of the specified date of bid opening being declared a holiday
for the Employer, the bids will be opened at the appointed time and
location on the next working day.
ITB 32.1(f) The Employer’s evaluation of a Bid shall also require the consideration of
factors listed herein below. Wherever specified, the adjustments shall be
determined using the criteria and methodology mentioned in Section 6.
Employer’s Requirement:
(a) Time for Completion: The Plant and Installation Services specified in
Employer’sRequirement are required to be supplied / provided within
the specified Time forCompletion. No credit will be given if provided/
supplied before the specified date or period, and Bids offering supply/
completion after the final date/ specified period shall be treated as
nonresponsive;
(b) Deviation in payment schedule/ terms and conditions of payment:
Bidders shall state their Bid price for the payment schedule outlined in
the Conditions of Contract. Bids shall be evaluated on the basis of this
base price. If a Bid deviates from the specified payment schedule/ terms
and conditions of payment, it shall be treated as non-responsive;
(c) Life cycle costs: the projected operating and maintenance costs during
the life of the Plant, goods or equipment : Yes
(a) Functional Guarantees of the Facilities: Yes
Part 1 - Bidding Procedures and Requirements 65
ITB 35.1 Only Class -I suppliers are eligible for the bid
‘Class –I local supplier’ means a supplier or service provider, whose
goods, services or works offered for procurement, meets the minimum
local content as prescribed for ‘Class-I local supplier’. The local content
requirement to categorize a supplier as ‘Class-I local supplier’ is
minimum 50%.
J. Award of Contract
ITB 44.1 The Performance Security amount is [3%] of Contract Price
Annexure I (BDS)
In case bidder needs any clarification or if training required for participating in online tender,
they can contact the following office:
(n) Procure Cell
(n) Code solutions-A division of GNFC Ltd.,
403, GNFC Info tower, S.G. Road, Bodakdev
Ahmedabad – 380054 (Gujarat)
Toll Free: 1-800-233-1010 (Ext. 501, 512,516, 517, 525)
Phone No. 079-26857315 / 316 / 317
Fax: 079-26857321 / 40007533
Support:- 079- 40007300
Email: nprocure@ncode.in
Other terms & conditions are as per tender documents
Part 1 – Bidding Procedures and Requirements 66
Form 1
Letter of Bid – Technical Part
Part 1 - Bidding Procedures and Requirements 68
The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing
the Bidder’s complete name and business address.
Note: All italicized text in black font is to help Bidders in preparing this form and Bidders
shall delete it from the final document.
Date of this Bid submission: [insert date (as day, month and year) of Bid submission]
NIT/RFB No.: MGVCL/O&M/Robust Network
Title of Procurement/ Contract: Creation of Robust Network for 11 KV XLPE HT Cable with Under
Ground /Over Head Cable, with Ring Main Units (RMU), in various subdivisions of NADIAD O&M
Circle in MGVCL under S.I. Scheme for FY 2023-24
1.0 We, the undersigned Bidder, hereby submit our Bid, in two parts, namely:
(a) the Technical Part, and
(b) the Financial Part.
(h) Suspension: We, along with any of our subcontractors, suppliers, consultants,
manufacturers, or service providers for any part of the contract, are not subject to, and not
controlled by any entity or individual that is subject to, a temporary suspension or a
blacklist as specified in Section 2, Clause 1.3. Further, we are not ineligible under the
Purchaser’s country laws or official regulations or pursuant to a decision of the United
Part 1 - Bidding Procedures and Requirements 69
Nations Security Council;
(i) Binding Contract: We understand that this Bid, together with your written acceptance
thereof included in your Letter of Acceptance, shall constitute a binding contract between
us, until a formal contract is prepared and executed;
(j) Not Bound to Accept: We understand that you are not bound to accept the lowest
evaluated cost/price Bid, the Most Advantageous Bid or any other Bid that you may
receive;
(k) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no
person acting for us, or on our behalf, engages in any type of Fraud and Corruption;
(l) (applicable only if the bidder is a Joint Venture as per Section 2 of RFB/ bidding
document) We have bid as a Joint Venture as per Section 2 of RFB/ bidding document)
and in accordance with Clause 2.2.7 of Section 2 we declare and confirm that all partners
of the joint venture shall be liable jointly and severally for the execution of the contract in
accordance with the contract terms;
(m) We submit appended herewith, as integral part of the Technical Part of our bid, the details/
documents as listed in the table below in the Forms duly filled, as prescribed, along with
supporting documentary evidence as required/ specified. We understand and confirm that
we would be solely responsible for any errors or omissions in our Bid and your decision
in regard to sufficiency and/ or adequacy of the details/ documents comprising our Bid for
determining its completeness shall be final and binding.
Sr. Document Status (Submitted/ Not
Submitted/ Not
Applicable)
1. This Letter of Bid as per format prescribed in Form 1 given
in Section 4 of RFB/ bidding document
2 Bidder Information as per the format prescribed in Form 2
given in Section 4 of RFB/ bidding document
3 Bid Security or Bid Securing Declaration , as may be
specified in ITB 18 Section 3 of RFB/ bidding document,
in the form of specified in ITB . Bid Securing Declaration
in format prescribed in Form 3A given in Section 4 and Bid
Security in the form of Bank Guarantee in format
prescribed in Form 3B given in Section 4 of RFB/ bidding
document.
4. Power of Attorney by Lead Joint Venture Member/ Sole
Bidder authorizing an Individual Designated Representative
for the Joint Venture Bidder/ Sole Bidder as per the format
prescribed in Form 4 given in Section 4 of RFB/ bidding
Part 1 - Bidding Procedures and Requirements 70
(n) We are also submitting herewith the Financial Part of our Bid, online separately, as per
the prescribed Forms given in Section 5 of RFB/ bidding document, complete in all
respects in electronic form only, as per the requirements of RFB/ bidding document. We
Part 1 - Bidding Procedures and Requirements 71
confirm that the same does not contain any deviation, reservation or omission, failing
which it is liable to be rejected.
Name: ………………………………………………….
Designation: ………………………………………………….
Company: ………………………………………………….
Address: ………………………………………………….
Mobile: ………………………………………………….
Phone: ………………………………………………….
Fax: ………………………………………………….
Email: ………………………………………………….
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 2
(Appendix to Technical Part of the Bid)
7. Attached are copies of original documents of [check the box(es) of the attached original
documents]
o Self certified copy of the document to establish legal status of the firm viz. Certificate
of Incorporation issued under the Companies Act / The Limited Liability Partnership
Act / Partnership deed etc. as applicable;
o Self certified copy of PAN
o Self certified copy of GST Registration;
o Self certified copy in support of MSME, if applicable
o Organizational chart including a list of Board of Directors/ Key Management
Personnels..
Part 1 - Bidding Procedures and Requirements 74
Note : In case of JV/ Consortium, the afore details/ documents are to be furnished for each of
the JV/ Consortium Members
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 3A
(Appendix to Technical Part of the Bid)
Whereas, I/We (name of Bidder) --------------------------- have submitted Bid for -------------
----- (name of Package) in response to Request For Bid (RFB) no: ---------------------------
dated
I/We hereby submit following declaration in lieu of Bid Security/ Earnest Money Deposit:
1. If after the opening of Proposal, I/We withdraw and/or modify my/our Proposal during its
period of validity (including extended validity) as specified in the RFB document,
Or
2. If, after the issue of Notification of Award of the Contract, I/We fail to sign the Contract,
or to submit Contract Performance Guarantee before the deadline specified in the RFB
document,
Or
3. If, in case of I/ we fail to ensure that the Contract becomes Effective as specified in the
RFB document.
I/we shall be suspended from and shall not be eligible to participate for a period of [… to be
filled in by the Utility as per ITB 18.8….] year from date of issue of the suspension order, in
the bidding against any of the Notice Inviting Tenders/ Invitation For Bids/ Request for
Proposal/ Bid etc. issued by [Name of Discom]during that period .
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
#
{For a joint venture, either all members shall sign or only the authorized signatory as
per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 77
Form 3B
(Appendix to Technical Part of the Bid)
{To be on non-judicial stamp paper of Rupees One Hundred Only (INR 100/-) or appropriate value
as per Stamp Act relevant to place of execution, duly signed on each page.}
To:
[Utility]
[Address]
WHEREAS……………………… [Insert name of the Sole Bidder] / [ insert name of the Lead
Joint Venture Member followed by the words “ representing Joint Venture of [ insert names of all
the members of Joint Venture]”] with address ……………. [Insert address of Sole Bidder /Lead
Joint Venture Member] having its registered office at ……………. [Insert address of the Sole
Bidder /Lead Joint Venture Member] (Hereinafter, the “Bidder”) wishes to participate in Tender No.
[Tender Details] (the “RFB”) issued by [Utility] (hereinafter, the “Utility”) for [ name of the
Package/ Contract title].
And WHEREAS a Bank Guarantee for [Amount] valid t i l l [Date] is required to be submitted by
the Bidder along with the RFB.
We, ..................... [Insert name of the Bank and address of the Branch giving the Bank Guarantee]
having our registered office at ..................... [Insert address of the registered office of the Bank]
hereby give this Bank Guarantee No. ..................... [Insert Bank Guarantee number] dated
…………….[Insert the date of the Bank Guarantee], and hereby agree unequivocally and
unconditionally to pay immediately on demand in writing from the Utility any officer authorized
by it in this behalf any amount not exceeding [Amount] to the said Utility on behalf of the
Bidder.
We ...................... [Insert name of the Bank] also agree that withdrawal of the Bid or part thereof by
the Bidder within its validity or not signing the Contract Agreement or non-submission of
Performance Security by the Bidder within the stipulated time of the Letter of Award to the Bidder
or any violation to the relevant terms stipulated in the RFB would constitute a default on the part of
the Bidder and that this Bank Guarantee is liable to be invoked and encashed within its validity
Part 1 - Bidding Procedures and Requirements 78
by the Utility in case of any occurrence of a default on the part of the Bidder and that the
amount is liable to be forfeited by the Utility.
This Guarantee shall be valid and binding on this Bank up to and inclusive of …………….
[Insert the date of validity of the Bank] and shall not be terminable by notice or by Guarantor
for the reason of change in the constitution of the Bank or the firm of the Bidder or by any
reason whatsoever and our liability hereunder shall not be impaired or discharged by any
extension of time or variations or alternations made, given, conceded with or without our
knowledge or consent by or between the Bidder and the Utility.
NOTWITHSTANDING anything contained hereinbefore, our liability under this guarantee is
restricted to [Amount]. Our Guarantee shall remain in force till [Date]. Unless demands or
claims under this Bank Guarantee are made to us in writing on or before [Date], all rights of
the Beneficiary under this Bank Guarantee shall be forfeited, and we shall be released and
discharged from all liabilities there under.
[Insert the address of the Bank with [Insert signature of the Bank’s Authorized
complete postal branch code, telephone Signatory]
and fax numbers, and official round seal
of the Bank]
Attested
……………………………. [Signature]
(Notary Public)
Place: …………………………. Date: …………………………….
Form 4
(Appendix to Technical Part of the Bid)
[To be on non-judicial stamp paper of Rupees One Hundred Only (INR 100/-) or appropriate
value as per Stamp Act relevant to place of execution.]
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall be
binding on us and shall always be deemed to have been done by us.
All the terms used herein but not defined shall have the meaning ascribed to such terms under
the RFB.
Signed by the within named ............................................ [Insert the name of the executant
company] through the hand of Mr./ Mrs. ............................................................. duly
authorized by the Board/ Owner to issue such Power of Attorney dated this
………………………. day of ………
Accepted
Part 1 - Bidding Procedures and Requirements 80
Attested
…………………………………..
(Signature of the executant)
(Name, designation and address of the executant)
…………………………………….
Signature and stamp of Notary of the place of execution
Common seal of ......................... has been affixed in my/our presence pursuant to Board
of Director’s Resolution dated…./ Owner
Notes:
a. 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).
b. In the event, power of attorney has been executed outside India, the same needs to be
duly notarized by a notary public of the jurisdiction where it is executed.
c. Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a Board resolution / power of attorney, infavor
of the person executing this power of attorney for delegation of power hereunder on
behalf of the executant(s).
Part 1 - Bidding Procedures and Requirements 81
Form 5
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
We hereby certify that Plant and Installation Services offered to be supplied by us fully comply
with all the eligibility and other requirements specified in Section 2 and Section 3 of RFB/
bidding documents.
We hereby certify that our firm is legally established in India and we fully comply with the
eligibility and other requirements specified in Section 2 and Section 3 of RFB/ bidding
documents,
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Format for Affidavit of Self certification regarding Local Content in line with
PPP-MII order and #MoP Order/DoT order
[if applicable, to be provided on a non-judicial stamp paper of Rs. 100/- ]
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
of , on behalf of the
firm(s) named above, hereby solemnly affirm and declare as under:
That we will agree to abide by the terms and conditions of the Public Procurement (Preference
to Make in India) Order, 2017 of Government of India issued vide Notification No:P-
45021/2/2017 -BE-II dated 15/06/2017, its revision dated 04/06/2020 (hereinafter PPP-MII
order),
That the information furnished hereinafter is correct to the best of my knowledge and belief
and I undertake to produce relevant records before the procuring entity/POWERGRID or any
other Government authority for the purpose of assessing the local content of plant/
goods/material/ services/works supplied by me for ........................................................... [insert
the reference of RFB and name of Package/ Contract title].
Part 1 - Bidding Procedures and Requirements 83
That the local content for all inputs which constitute the said plant/ goods/material/
services/works has been verified by me and I am responsible for the correctness of the claims
made therein.
That the ‘Local Content ‘as defined in the PPP-MII order and #MoP order /DoT order
in the plant/goods/material/ services/works supplied by me for
……………………………………. (insert the name of the package) is ……… percent (%).
That the value addition for the purpose of meeting the ‘Local Content ‘has been made by me
at ..................................... (insert the details of the location(s) at which value addition is made).
That in the event of the local content of the plant/goods/material/ services/works mentioned
herein is found to be incorrect and not meeting the prescribed Local Content criteria, based on
the assessment of procuring agency (ies)/[ insert Utility Name] /Government Authorities for
the purpose of assessing the local content, action shall be taken against me in line with the
PPP-MII order, #MoP order/ DoT order and provisions of the Integrity pact/ Bidding
Documents.
I agree to maintain the following information in the Company's record for a period of 8 years
and shall make this available for verification to any statutory authority.
xi List and total cost value of input used to manufacture the Goods/to provide services/in
construction of works
xii. List and total cost of input which are domestically sourced. Value addition certificates
from suppliers if the input is not in-house to be attached
xiii. List and cost of inputs which are imported, directly or indirectly
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 7
(Appendix to Technical Part of the Bid)
KNOW ALL MEN BY THESE PRESENTS THAT WE , the Partners whose details are given
hereunder ................................................................................. have formed a Joint
Venture under the laws of ............................................ and having our Registered
Office(s)/Head Office(s) at ............................................... (hereinafter called the 'Joint Venture'
which expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators and assigns) acting through M/s
................................................................................. being the Partner in-charge, do hereby
constitute, nominate and appoint M/s ................................................... a Company incorporated
under the laws of .............................…………………….... and having its Registered/Head
Office at ............................................ as our duly constituted lawful Attorney (hereinafter called
"Attorney" or "Authorized Representative" or "Partner In-charge" or “Lead Partner “or “Lead
Member” or “Leader”) to exercise all or any of the powers for and on behalf of the Joint
Venture in regard to Request for Bids (RFB)/ Request for Proposals (RFP)
No............................ for Package .............................. the bids for which have been invited by
……… (insert name of the Employer along with address) ………… (hereinafter called the
'Employer') to undertake the following acts :
i) To submit proposal/ Bid and participate in the aforesaid Bidding, against the RFB/ RFP
issued of the Employer, on behalf of the "Joint Venture".
ii) To negotiate with the Employer the terms and conditions for award of the Contract
pursuant to the aforesaid Bid and to sign the Contract with the Employer for and on
behalf of the "Joint Venture".
iii) To do any other act or submit any document related to the above.
iv) To receive, accept and execute the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner/ Lead Member) shall
ensure performance of the Contract(s) and if one or more Partner fail to perform their
respective portions of the Contract(s), the same shall be deemed to be a default by all
the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and
irrevocable till completion of the Defect Liability Period in terms of the Contract.
Part 1 - Bidding Procedures and Requirements 86
The Joint Venture hereby agrees and undertakes to ratify and confirm all and
whatsoever the said Attorney/Authorized Representatives/Partner in-charge/ Lead
Partner/ Lead Member quotes in the bid, negotiates and signs the Contract with the
Employer and/or proposes to act or acts on behalf of the Joint Venture by virtue of this
Power of Attorney and the same shall bind the Joint Venture as if done by itself.
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have
executed these presents on this ........... day of.............................. under the Common
Seal(s) of their respective Companies.
.............................................
.............................................
.............................................
The Common Seal has been affixed there unto in the presence of:
WITNESS
1. Signature......................................................
Name ............................................…...........
Designation ...................................…..........
Occupation ......................................…........
2. Signature.................................................….
Name ..................................................….....
Designation ........................................…....
Occupation ...............…..............................
Note:
1. For the purpose of executing the power of attorney , the non-judicial stamp papers of
appropriate value shall be purchased in the name of Joint Venture.
Part 1 - Bidding Procedures and Requirements 87
2. The power of attorney shall be signed on all the pages by the authorized representatives
of each of the partners and should invariably be witnessed and notarized.
Part 1 - Bidding Procedures and Requirements 88
Form 8
(Appendix to Technical Part of the Bid)
THIS JOINT DEED OF UNDERTAKING executed on this………. day of… ............ Two
Thousand and………....... by ……………………………………………..a company
incorporated under thelaws of ………………… and having its Registered Office at
........................(hereinafter called the "Party No.1" which expression shall include its
successors, executors and permitted assigns) and M/s……………a company incorporated
under the laws of ………..…………… and having its Registered Office at
………..………… (hereinafter called the "Party No.2" which expression shall include its
successors, executors and permittedassigns ) and M/s.. .. .. .. . .. . . . . .. . .. .. .... .. a Company
incorporated under the laws of ……………….. and having its Registered Office at
……………. (hereinafter called the "Party No.3" which expression shall include its successors,
executors and permitted assigns) for the purpose of making a bid and entering into a contract
[hereinafter called the "Contract" {in case of award)] against the Request For Bids (RFB)/
Request for Proposal (RFP) No……..…………. for …… (insert name of the package along
with project name) …………… of …….. (insert names of the Employer) …………….., a
Company incorporated under the Companies Act of 1956 having its registered office at
…………….(insert registered address of the Employer)…………… (hereinafter called the
"Employer").
WHEREAS the Party No.1, Party No.2 and Party No.3 have entered into an Agreement
dated................
AND WHEREAS the Employer invited bids as per the above mentioned Package for the
design, supply and installation of the Plant as stipulated in the Bidding Documents for ……
(insert name of the package along with project name) ……………
AND WHEREAS as per Section 2/ Section 3 of the Bidding Documents, inter-alia stipulates
that a Joint Venture, as specified therein, may bid, provided, the Joint Venture and the partners/
members in/ of the Joint Ventures fulfill all the specified requirements of the Bidding
Documents and that , in such a case, the Bid shall be signed by all the partners so as to legally
bind all the Partners of the Joint Venture, who will be jointly and severally liable to perform
the Contract and all obligations hereunder.
AND WHEREAS the bid is being submitted to the Employer vide proposal
No…………………..dated .............. by Party No.1 based on this Undertaking between all the
parties; under these presents and the bid in accordance with the requirements of Section 2/
Part 1 - Bidding Procedures and Requirements 89
Section 3 of the Bidding Documents, has been signed in accordance with the provisions
contained therein.
In consideration of the above premises and agreements all the parties of this Deed of
Undertaking do hereby declare and undertake:
1. In requirement of the award of the Contract by the Employer to the Joint Venture
Partners, we, the Parties do hereby undertake that M/s……… the Party No.1, shall act
as Lead Partner/ Lead Member/ Authorized Representative/ Partner-in- Charge of the
Joint Venture, and further declare and confirm that we the parties to the Joint Venture
shall jointly and severally be bound unto the Employer for the successful performance
of the Contract and shall be fully responsible for the design, supply and installation of
the Plant and for successful performance of the Contract in the event of award and
performance of equipment in accordance with the Contract:
2. In case of any breach or default of the said Contract by any of the parties to the Joint
Venture, the party(s) do hereby undertake to be fully responsible for the successful
performance of the Contract and to carry out all the obligations and responsibilities
under the Contract in accordance with the requirements of the Contract.
3. Further, if the Employer suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the equipment in meeting the
performances guaranteed as per the specification in terms of the Contract, the Party(s)
of these presents undertake to promptly make good such loss or damages caused to the
Employer, on its demand without any demur. It shall not be necessary or obligatory for
the Employer to proceed against Lead Partner to these presents before proceeding
against or dealing with the other Party(ies), the Employer can proceed against any of
the parties who shall be jointly and severally liable for the performance and all other
liabilities/obligations under the Contract to the Employer.
4. The financial liability of the Parties of this Deed of Undertaking to the Employer, with
respect to any of the claims arising out of the performance or non-performance of the
obligations set forth in this Deed of Undertaking, read in conjunction with the relevant
conditions of the Contract shall, however, not be limited in any way so as to restrict or
limit the liabilities or obligations of any of the Parties of this Deed of Undertaking.
5. It is expressly understood and agreed between the Parties to this Undertaking that the
responsibilities and obligations of each of the Parties shall be as delineated in
Appendix – I (to be suitably appended by the Parties along with this Undertaking in
its bid) to this Deed of Undertaking. It is further undertaken by the parties that the above
sharing of responsibilities and obligations shall not in any way be a limitation of joint
and several responsibilities of the Parties under the Contract.
Part 1 - Bidding Procedures and Requirements 90
6. It is also understood that this Undertaking is provided for the purposes of undertaking
joint and several liabilities of the partners to the Joint Venture for submission of the bid
and performance of the Contract and that this Undertaking shall not be deemed to give
rise to any additional liabilities or obligations, in any manner or any law, on any of the
Parties to this Undertaking or on the Joint Venture, other than the express provisions
of the Contract.
7. This Undertaking shall be construed and interpreted in accordance with the provisions
of the Contract.
9. It is further agreed that this Deed of Undertaking shall be irrevocable and shall form an
integral part of the bid and shall continue to be enforceable till the Employer discharges
the same or upon the completion of the Contract in accordance with its provisions,
whichever is earlier. It shall be effective from the date first mentioned above for all
purposes and intents.
IN WITNESS WHEREOF, the Parties to this Deed of Undertaking have through their
authorized representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.
Name ………………………..
Designation ………………….
(Signature of the authorized
Signature ……………………. representative)
WITNESS :
I. ………………………………
II. ………………………………
Signature …………………….
WITNESS :
I. ………………………………
II. ………………………………
Name ………………………..
Designation ………………….
(Signature of the authorized
Signature ……………………. representative)
WITNESS :
I. ………………………………
II. ………………………………
Note:
1. For the purpose of executing the Joint Deed of Undertaking, the non-judicial stamp
papers of appropriate value shall be purchased in the name of Joint Venture.
2. The Undertaking shall be signed on all the pages by the authorised representatives of
each of the partners and should invariably be witnessed.
Form 9
(Appendix to Technical Part of the Bid)
Format for Details/ Data and Documentary Evidence in support of meeting the
Qualification Requirement
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
In support of the Qualification Requirements (QR) for bidders, stipulated in Section-2 of the
bidding documents, we furnish herewith our QR data/details/documents etc., along with other
information, as follows (The QR stipulations have been reproduced in italics for ready
reference, however, in case of any discrepancy the QR as given in Section-2 shall prevail).
(i) ..................................................................................................
(ii) ..................................................................................................
Part 1 - Bidding Procedures and Requirements 94
(iii) ..................................................................................................
(* Strike-off whichever is not applicable)
[For details regarding Qualification Requirements of a Joint Venture, please refer para 4.0
below.]
We are furnishing the following details/document in support of Qualifying requirement for the
subject project.
a) Written power of attorney of the signatory of the Bid to commit the bidder.
b)** Joint Venture Agreement
[** To be submitted only in case of Joint Ventures. Strike off in case of individual
firms.]
III. Technical Experience QR Data/ Details/ Document
Format A: Format for the Bidder (Single Firm / Partner(s) in case of Joint Venture) for
technical experience in compliance to para 2.1 of Section-2 [In case of Joint
Venture bidder, the QR data of each of the partner (in support of meeting the
requirement of para 2.1.2 of Section-2)] is also is to furnished, as applicable,
using this format. The bidder (Single Firm / Partner(s) in case of Joint
Venture) who is willing to qualify in compliance to para 2.1 of Section-2 shall
fill below format for two or all three contracts.
Part 1 - Bidding Procedures and Requirements 95
V. We understand that:
Part 1 - Bidding Procedures and Requirements 97
i. . Sub contractors’ experience and resources shall not be taken into account in
determining the bidder’s compliance with qualifying criteria.
ii. One of the partners shall be nominated as lead partner, and the lead partner shall be
authorized to incur liabilities and receive instruction for and on behalf of any and all
partners of the joint venture and the entire execution of the contract including receipt
of payment shall be done exclusively through the lead partner. This authorization shall
be evidenced by submitting a power of attorney signed by legally authorized
signatories of all the partners as per specified format.
iii. All partner of the joint venture shall be liable jointly and severally for the execution of
the contract in accordance with the contract terms and a copy of the agreement entered
into by the joint venture partners having such a provision shall be submitted with the
bid.
VI. We have furnished the following documents/details with Technical Part of our Bid:
2.1 A certificate from banker (as per format) indicating various fund based/non fund based
limits sanctioned to the bidder and the extent of utilization as on date. Such certificate
should have been issued not earlier than three months prior to the date of bid opening.
Wherever necessary Employer may make queries with the Bidders’ bankers.
2.2 The complete annual reports together with Audited statement of accounts of the
company for last five years of its own (separate) immediately preceding the date of
submission of bid.
Note:
(a) In the event the bidder is not able to furnish the information of its own (i.e.
separate), being a subsidiary company and its accounts are being consolidated with its
group/holding/parent company, the bidder should submit the audited balance sheets,
income statements, other information pertaining to it only (not of its
group/Holding/Parent Company) duly certified by any one of the authority [(i)
Part 1 - Bidding Procedures and Requirements 98
Statutory Auditor of the bidder /(ii) Company Secretary of the bidder or (iii) A certified
Public Accountant] certifying that such information/documents are based on theaudited
accounts as the case may be.
(b) Similarly, if the bidder happens to be a Group/Holding/Parent Company, the bidder
should submit the above documents/information of its own (i.e. exclusive of its
subsidiaries) duly certified by any one of the authorities mentioned in Note – 2.3 above
certifying that these information/ documents are based on the audited accounts, as the
case may be.
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 10
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
1.0 We hereby furnish the details of major items/ sub-assemblies, we propose to buy from our proposed sub-
vendors/ subcontractors for the purpose of supply of Plant and Installation Services under the subject
Package/ Project:
2.0 We hereby declare that, in the event of award of Contract on us, we would not subcontract any
portion of Installation Services under Part II of the Contract (Supply of Installation Services) and
Part 1 - Bidding Procedures and Requirements 100
any major item other than those mentioned above under Part I of the Contract (Supply of Plant)
without the prior approval of Employer as per the provisions of the Contract. We understand that for
subcontract related to hiring of labour, prior approval of the Employer is not required.
3.0 We hereby declare that total local content that will be sourced in the bid is more than 50% of the total
content required under the project.
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 11
(Appendix to Technical Part of the Bid)
(To be submitted on ₹100 Stamp paper issued in the State where Bidder’s office is
located, duly signed by the authorized signatory)
I/We hereby undertake that I/We have examined/ perused, studied and understood the Request
For Bid (RFB) Document in respect of RFB no. dated
and any corrigendum/ addendum/ clarification etc. thereto completely and have
submitted my/our Proposal/ Bid in pursuance to the said RFB document for [insert Package
Name/ Contract Title].
I/We hereby undertake that I/We understand that the scope of Services and other related
requirement under and in pursuance of this RFB are indicative only and not exhaustive in any
manner. I/We understand that the scope of Services may undergo changes as per emerging
requirements of [ Utility/ Discom Name] as specified in the RFB document.
I/We hereby undertake that we shall comply with the scope of Services and other related
requirements and the terms and conditions specified in the RFB document completely and
except as mentioned in the Form 12 (Alternative, Deviations and Exceptions to the
Provisions) hereof, we have no deviations and/or submissions and/or clarifications,
whatsoever of any manner and/or sort and/or kind in this regard.
I/We hereby undertake to provide any further clarifications, details, documents etc. as may be
required without changing the substance of our Proposal.
I/We understand that the [Utility/Discom Name] reserves the right to float a separate Request
For Bid/ Notice Inviting Tender/ Invitation for Bids for the scope of Work and related
requirements as covered under this RFB, irrespective of the outcome of this RFB, and I/We
hereby undertake that we have no objection for the same. I/We understand that in such a case,
I/We shall bid separately in response to such Request For Bid/ Notice Inviting Tender/
Invitation for Bids, and in no case our bid/ Proposal in response to this RFB shall be deemed
as a Proposal/ Bid in response to such Request For Bid/ Notice Inviting Tender/ Invitation for
Bids.
I/We hereby undertake to provide the Plant and Installation Services and undertake to be the
single point of contact for [Utility/Discom Name] for complete Scope of Work and related
Part 1 - Bidding Procedures and Requirements 102
requirements as per the terms and conditions and as specified in this RFB document.
I/We hereby undertake that except as mentioned in the Form 12 (Alternative, Deviations and
Exceptions to the Provisions) hereof, my/our bid is/ deemed to be as per the RFB document
and is accordingly submitted to the [Utility/Discom Name]. In case of a failure to comply
and/or variation [Utility/Discom Name] has the sole discretion not to consider or disqualify
my/our Proposal/ bid for the aforementioned RFB and I/We shall be not have any claim of any
sort/kind/form on the same.
I/We agree to be bound by our Proposal for the period of validity as specified in and required
as per Section 3 of RFB document and it shall remain binding upon us and may be accepted at
any time before the expiration of that validity period as may be extended by us.
I/We hereby attach the duly signed and stamped RFB document as an unconditional
acceptance and compliance of RFB specifications and terms & conditions as part of the
Technical Part of our Bid without any deviations and/or submissions and/or clarifications of
any manner and/or sort and/or kind in this regard, except as indicated in Form 12 (Alternative,
Deviations and Exceptions to the Provisions) hereof from my/our side.
We also confirm that in case any discrepancies/ inconsistencies and deviations/ omissions/
reservations, except as indicated in Form 12 (Alternative, Deviations and Exceptions to the
Provisions) hereof, is observed in the online Price Part of our Bid, the same shall be deemed
as withdrawn/rectified without any financial implication, whatsoever to [Utility/ Discom
Name].
I/We understand that at any stage during the tenure of the Contract if it is found that any
statement or document submitted by us is false/forged/invalid, [Utility/Discom Name] has
discretion to terminate the Contract and get the Plant and Installation Services delivered /
work done though third party.
I/We hereby affirm that the products and/or Plant and Installation Services offered by us
against this RFb are in compliance to the latest Government of India Guidelines for Make in
Part 1 - Bidding Procedures and Requirements 10
3
India, Domestically manufactured products, Atmanirbhar Bharat and circulars DIPP Office
Memorandum No. P-45021/2/2017-PP (BE-II) date:16th Sept. 2020, & MeitY Circular
No.1(10)/2017-CLES dated 06.12.2019 as issued and amended from time to time and will
remain complied to the same during the duration and execution of this assignment.
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 12
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
The bidder shall itemize any deviation from the Specifications included in his bid. Each item
shall be listed (separate sheets may be used and enclosed with this Attachment) with the
following information:
The above deviations and variations are exhaustive. We confirm that we shall withdraw the
deviations proposed by us at the cost of withdrawal indicated in this attachment, failing which
our bid may be rejected and Bid Security forfeited.
Except for the above deviations and variations, the entire work shall be performed as per your
specifications and documents. Further, we agree that any deviations, conditionality or
Part 1 - Bidding Procedures and Requirements 10
5
reservation introduced in this Attachment-6 and/or in the Bid form, Price schedules &
Technical Data Sheets and covering letter, or in any other part of the bid will be reviewed to
conduct a determination of the substantial responsiveness of the bid.
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 13
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
We hereby declare that the following Work Completion Schedule shall be followed by us in
furnishing and installation of the subject Project for the period commencing from the effective
date of Contract to us:
a) commencement
b) completion
5. Shipments & Delivery
a) commencement
b) completion
6. Establishment of site office
7. Installation at Site
a) commencement
b) completion
8. Testing & Pre-commissioning
a) commencement
b) completion
9. Trial Operation
a) commencement
b) completion
Notwithstanding the above we reiterate our compliance to the Time for Completion of the
Facilities/ Works as per the provisions of the RFB document.
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Part 1 - Bidding Procedures and Requirements 109
Note:Bidders to enclose a detailed network covering all the activities to be undertaken for
completion of the project indicating key dates for various milestones for each phase
constituent-wise.
Part 1 - Bidding Procedures and Requirements 110
Form 14
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
We confirm that the plant/ equipment/ goods/ material offered shall have minimum (or
maximum, as the case may be) of the performance specified in the RFP document/ Employer’s
Requirement/ Specification/ Scope of Work. We further guarantee the performance/ efficiency
of the plant/ equipment/ goods/ material offered in response to RFP document/ Employer’s
Requirement/ Specification/ Scope of Work.
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
#
{For a joint venture, either all members shall sign or only the authorised signatory as
per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 112
Form 15
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of the concerned Joint Venture member}
We hereby furnish the details of ex-employees of XXXXX (Name of Employer) who had
retired/ resigned at the level of XXXXXX (Define suitable post) from XXXXX (Name of
Employer) and subsequently have been employed by us:
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Note: .
Part 1 - Bidding Procedures and Requirements 114
Form 16
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
*** The materials listed are illustrative, a separate row to be created for each material for
indicating price adjustment
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 17
(Appendix to Technical Part of the Bid)
Format of Option for Initial Advance (either Interest Bearing Initial Advance or
No Initial Advance) and Information for E-payment, PF details and declaration
regarding Micro/Small & Medium Enterprises
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
I. We have read the provisions in the Bidding Documents regarding the option for advance
payment. Accordingly, we hereby confirm to opt the following:
II. We are furnishing the following details of Statutory Registration Numbers and details of
Bank for electronic payment.
Branch Office:
Correspondence Address:
3. Status – Company/others
[Declaration of Micro/ Small/ Medium
Enterprise under Micro/ Small &
Medium Enterprises Development Act
2006, if applicable]
4. Permanent Account (PAN) No.
Mobile(s):
Email Email ID :
Address of Branch:
Account No.:
Type of Account:
[ ] Saving
[ ] Current
We hereby declare that the above information is true and correct and we agree that the payment
on account of this Contract, in the event of award, be made in the above account maintained in
the above mentioned Bank.
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Part 1 - Bidding Procedures and Requirements 119
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 18
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
1. We confirm that we are solely responsible for obtaining following tax exemptions,
reductions, allowances or benefits in respect of supplies under the subject Package/
Project, in case of award. We further confirm that we have considered the same in our
bid thereby passing on the benefit to XXXXX (Name of Employer) while quoting our
prices. In case of our failure to receive such benefits, partly or fully, for any reason
whatsoever, the Employer will not compensate us.
2. We are furnishing the following information required by the Employer for issue of
requisite certificate if and as permitted in terms of the applicable Govt. of India
policies/procedures (in case of award):
(The requirements listed above are as per current Notification of Govt. of India
indicated above. These may be modified, if necessary, in terms of the Notifications.)
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 19
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Electrification works of XXXXXXXX (name of district) district in XXXXX (Name of State) under SYSTEM
IMPROVEMENT SCHEME.
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
Dear Sir,
We are furnishing below the list of special maintenance tools & tackles for various equipment
under the subject project. The prices for these tools & tackles are included in our lumpsum bid
price. We further confirm that the list of special maintenance tools & tackles includes all the
items specifically identified in your bidding documents as brought out below:
--
S.No. For Equipment Item Description Unit Quantity
--
--
Part 1 - Bidding Procedures and Requirements 125
Notwithstanding what is stated above, we further confirm that any additional special
maintenance tools and tackles, required for the equipment under this project shall be furnished
by us at no extra cost to the employer.
Date:....................
(Signature)...................................................……………..
Place:................... (Printed Name)..........................................………………
(Designation)................…………............................……..
(Common Seal).…………........................................……..
Part 1 - Bidding Procedures and Requirements 126
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
Dear Sir,
We are furnishing below the list of special maintenance tools & tackles for various equipment
under the subject Project. The prices for these tools & tackles which are to be taken back after
the completion of the work by us are not included in our lumpsum bid price. We further confirm
that the list of special maintenance tools & tackles includes all the items specifically identified
in your bidding documents as brought out below:
(a) .............................
(b) .............................
Date:....................
(Signature)...................................................……………..
Place:...................
(Printed Name)..........................................………………
(Designation)................…………............................……..
(Common Seal).…………........................................……..
Part 1 - Bidding Procedures and Requirements 127
Form 20
(Appendix to Technical Part of the Bid)
Bidder’s Name and Address: To: XXXXX (Name and Address of Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
(Additional Information)
In support of the additional information required as per the Bidding Documents, we furnish
herewith our data/details/documents etc., along with other information, as follows (the
stipulations have been reproduced in italics for ready reference):
A certificate from their Banker(s) (as per prescribed formats in Form 16, Part -3,
Section-8: Contract Forms) indicating various fund based/non fund based limits
sanctioned to the Bidder and the extent of utilization as on date. Such certificate should
have been issued not earlier than three months prior to the date of bid opening.
Wherever necessary the Employer may make queries with the Bidders’ Bankers.
[Reference Part -1, Section 2]
1.1 In accordance with 1.0, certificate(s) from banker as per requisite format, indicating
various fund based/non fund based limits sanctioned to the bidder or each member of
Part 1 - Bidding Procedures and Requirements 128
the joint venture and the extent of utilization as on date is/are enclosed, as per the
following details:
1.2 The Bidder should accordingly also provide the following information/documents (In
case of JV bidders, information should be provided separately for all the Partners
of JV in the given format):
Name of Banker
Address of Banker
Telephone No.
Contact Name and Title
Fax No.
E-mail ID
(ii) As per para 1.0, Authorization Letter(s) from the bidder (in case of JV bidder,
from all the partners) addressed to the Banker(s), authorizing XXXXX (Name
Part 1 - Bidding Procedures and Requirements 129
of Employer) to seek queries about the bidder with the Banker(s) and advising
the Banker(s) to reply the same promptly, is/are enclosed as per following
details:
Bidders (individual firms or each partners of JV) should provide information on their
current commitments on all contracts that have been awarded, or for which a letter of
intent or acceptance has been received, or for contracts approaching completion, but
for which an unqualified, full completion certificate has yet to be issued.
4. Current Liability
5. Profit before taxes
6. Profit after taxes
Dated the ……………. [Insert date of the month] day of ...................... [Insert month, year]
at ...................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Form 21
(Appendix to Technical Part of the Bid)
This pre-bid contract Agreement (herein after called the Integrity Pact) is made on
day of the month of 20… , between, on one hand, the [ Utility Name] Acting
through Shri……………………., Designation of the officer, (hereinafter called the
"[UTILITY NAME]”, which expression shall mean and include, unless the context otherwise
requires, his successors in the office and assigns) of the First Part and M/s.
represented by Shri (hereinafter called the
"BIDDER/SUPPLIER”, which expression shall mean and include, unless the context otherwise
requires, his successors and permitted assigns) of the Second Part.
WHEREAS the [UTILITY NAME] propose to procure Plant and Installation Services as per
the Scope of Work Mentioned in the RFB document (hereinafter called the "Facilities”, against
RFB No. […..] for [Package Name/ Contract Title] which expression shall mean and include,
unless the context otherwise requires, any additions & deletions in the said "Facilities”) and
the BIDDER/ Supplier is willing to offer/has offered the said "Facilities”.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from
any influence/prejudiced dealings prior to, during and subsequent to the currency of the
Contract to be entered into with a view to:-
Enabling the [UTILITY NAME] to obtain the desired "Facilities” at a competitive price in
conformity with the defined specifications by avoiding the high cost and the distortionary
impact of corruption on public procurement, and
Enabling BIDDER/ SUPPLIER to abstain from bribing or indulging in any corrupt practice in
order to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other practices and the [UTILITY NAME] will commit to prevent
corruption, in any form, by its official by following transparent procedures.
Part 1 - Bidding Procedures and Requirements 132
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
Commitments of the [UTILITY NAME]
1.
1.1. The [UTILITY NAME] undertakes that no official of the [UTILITY NAME],
connected directly or indirectly with the contract, will demand, take a promise for or
accept, directly or through intermediaries, any bribe, consideration, gift, reward,
favour or any material or immaterial benefit or any other advantage from the
BIDDER/SUPPLIER, either for themselves or for any person, organization or third
party related to the contract in exchange for an advantage in the bidding process, bid
evaluation, contracting or implementation process related to the contract.
1.2. The [UTILITY NAME] will, during the pre-contract stage, treat all
BIDDER/SUPPLIER alike, and will provide to all BIDDER/SUPPLIER the same
information and will not provide any such information to any particular
BIDDER/SUPPLIER which could afford an advantage to that particular
BIDDER/SUPPLIER in comparison to the other BIDDER(S)/SUPPLIER(S).
1.3. All the officials of the [UTILITY NAME] will report the appropriate Government
office any attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is reported by the
BIDDER/SUPPLIER to the [UTILITY NAME] with the full and verifiable facts and the
same is prima facie found to be correct by the [UTILITY NAME], necessary disciplinary
proceedings, or any other action as deemed fit, including criminal proceedings may be
initiated by the [UTILITY NAME] and such a person shall be debarred from further
dealings related to the contract process. In such a case, while an enquiry is being conducted
by the [UTILITY NAME], the proceedings under the contract would not be stalled.
Commitments of BIDDERs/SUPPLIERs
3. The BIDDER/SUPPLIER commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during any pre-
contract or post-contract stage in order to secure the contract or in furtherance to secure it
and in particular commit itself to the following:-
3.1. The will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission,
fees, brokerage or inducement to any official of the [UTILITY NAME], connected
directly or indirectly with the biding process, or to any person, organization or third
party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the contract.
3.2. The BIDDER/SUPPLIER further undertakes that it has not given, offered or promised
to give, directly or indirectly any bribe, gift, consideration, reward, favour, any
Part 1 - Bidding Procedures and Requirements 133
The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies
Act 1956.
3.13. The BIDDER/SUPPLIER shall not lend to or borrow any money from or enter into
any monetary dealings or transactions, directly or indirectly, with any employee of the
[UTILITY NAME].
4. Previous Transgression
4.1. The BIDDER/SUPPLIER declares that no previous transgression occurred in the last
three years immediately before signing of this Integrity Pact with any other company
in any country in respect of any corrupt practices envisaged hereunder or with any
Public Sector Enterprise in India or any Government Department in India that could
justify B1DDER's/SUPPLIER’s exclusion from the tender process.
4.2. The BIDDER/SUPPLIER agrees that if it makes incorrect statement on this subject,
BIDDER can be disqualified from the tender process or the contract, if already
awarded, can be terminated for such reason.
5. Earnest Money (Security Deposit) (If applicable as per ITB Clause 18)
5.1. While submitting commercial bid, the BIDDER/SUPPLIER deposit an amount
(as specified in TENDER) as Earnest Money/Security, Deposit, with the
[UTILITY NAME] through any of the following instruments:
5.1.1. Bank Draft or a Pay Order in favour of ‘[ Utility name ]’ payable at [ ….]
5.1.2. A confirmed guarantee by an Indian Nationalized Bank, promising payment of
the guaranteed sum to the [UTILITY NAME] on demand within three working
days without any demur whatsoever and without seeking any reasons whatsoever.
The demand for payment by the [UTILITY NAME] shall be treated as conclusive
proof of payment.
5.1.3. Any other mode or through any other instrument (to be specified in the TENDER.
5.2. The Earnest Money/ Security Deposit shall be valid as per terms of TENDER.
5.3. In the case of successful BIDDER/SUPPLIER, a clause would also be incorporated in
the Article pertaining to Performance Bond in the procurement Contract that the
provisions of Sanctions for violation shall be applicable for forfeiture of Performance
Bond in case of a decision by the [UTILITY NAME] to forfeit the same without
assigning any reason for imposing sanction for violation of this Pact.
5.4. No interest shall be payable by the [UTILITY NAME] to the BIDDER/SUPPLIER on
Earnest Money/Security Deposit for the period of its currency.
Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted
for prevention of corruption.
6.3. The decision of the [UTILITY NAME] to the effect that a breach of the provisions of
this pact has been committed by the BIDDER/SUPPLIER shall be final and conclusive
on the BIDDER/SUPPLIER. However, the BIDDER/SUPPLIER can approach the
Independent Monitor(s) appointed for the purposes of this Pact.
7. deleted
7.1. deleted
8. Independent Monitors
8.1. The [UTILITY NAME] has appointed Independent Monitors (hereinafter referred to
as Monitors) for this Pact in consultation with the Central Vigilance Commission
(Names and Addresses of the Monitors shall be published subsequently by [UTILITY
NAME]).
8.2. The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.
8.3. The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
8.4. Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings.
8.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the [UTILITY NAME].
8.6. The BIDDER/SUPPLIER(s) accepts that the Monitors has the right to access without
restriction to all project documentation of the [UTILITY NAME] including that
provided by the BIDDER/SUPPLIER. The BIDDER/SUPPLIER will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to
Subcontractors. The Monitor shall be under contractual obligation to treat the
information and documents of the BIDDER/SUPPLIER/Subcontractors(s) with
confidentially.
8.7. The BUYER will provide to the Monitors sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the parties. The parties will offer to the monitor
the option to participate in such meetings.
8.8. The Monitor will submit a written report to the designated Authority of [UTILITY
NAME] /Secretary in the Department/ within 8 to 10 weeks from the date of reference
or intimation to him by the [UTILITY NAME]/BIDDER/SUPPLIER and, should the
occasion arise, submit proposals for correcting problematic situations.
9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of commission,
the [UTILITY NAME] or its agencies shall be entitled to examine all the documents including
Part 1 - Bidding Procedures and Requirements 137
the Books of Accounts of the BIDDER/SUPPLIER and the BIDDER/SUPPLIER shall provide
necessary information and documents in English and shall extend all possible help for the
purpose of such examination.
12. Validity
12.1. The validity of this Integrity Pact shall be from the date of its signing and extend up
to 5 years or the complete execution of the contract to the satisfaction of both the
[UTILITY NAME] and the BIDDER/SUPPLIER, including warranty period,
whichever is later. In case BIDDER/SUPPLIER is unsuccessful, this Integrity Pact
shall expire after six months from the date of the signing of the contract.
12.2. Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact shall remain valid. In this case, the parties will strive to come to an agreement
to their original intentions.
Signature (of Bidder’s authorized Bid Signatory)# {In full and initials}:
2.
[UTILITY NAME]L
Name of the Officer
Designation
Deptt/MINISTRY/PSU
Witness
1.
2.
* Provision of these clauses would need to be amended/deleted in line with the policy of the
[UTILITY NAME] in ¬regard to involvement of Indian agents of foreign supplies.
Part 1 – Bidding Procedures and Requirements 139
INSTRUCTIONS TO BIDDERS: The bidder must fill and submit the price schedules online as specified in BDS.
Creation of Robust Network for 11 KV XLPE HT Cable with Under Ground /Over Head Cable,
with Ring Main Units (RMU), in various subdivisions of NADIAD O&M Circle in MGVCL under
S.I. Scheme for FY 2023-24
Similarly, for every work, similar separate formats are provided in the Price Bid Schedules.
Part 1 - Bidding Procedures and Requirements 141
Creation of Robust Network for 11 KV XLPE HT Cable with Under Ground /Over Head Cable, with Ring Main Units (RMU), in
various subdivisions of NADIAD O&M Circle in MGVCL under S.I. Scheme for FY 2024-25
Schedule-3
Creation of Robust Network for 11 KV XLPE HT Cable with Under Ground /Over Head Cable, with Ring Main Units (RMU), in various
subdivisions of NADIAD O&M Circle in MGVCL under S.I. Scheme for FY 2024-25
(GRAND SUMMARY)
Date: Signature:
Designation:
Common Seal:
Part 1 - Bidding Procedures and Requirements 143
Price Bid for UG work Supply
GST
Unit Price for GST payable
Unit Total Price for payable on Total
Total inland on the price
Line Ex- inland the price Price
Ex- transportation quoted if
Item Description of Goods Unit Quantity work transportation quoted if per
No. work and other Contract is
s and other services Contract is line
s price services required awarded
price required in awarded item
in (Amount)
(%)
RMU (Non-Motorised)
1.00
supply & fixing
SF6 TYPE,2 way Outdoor
1.1 No 5
with VCB
SF6 TYPE,3 way Outdoor
1.1 No 8
with VCB
SF6 TYPE,4 way Outdoor
1.2 No 1
with VCB
SF6 TYPE,5 way Outdoor
1.3 No 0
with VCB
2.00 UG cable item 0
2.10 240 mm2 Mtr 85468
11KV Indoor Cable Box 240
2.1.1 No 236
mm 2
11KV Outdoor Cable Box
2.1.2 No 365
240 mm 2
11KV Straight through
2.1.3 No 352
joints 240 mm 2
Supply of HDPE pipe for
laying 11KV XLPE cable
2.1.4 110mm nominal diameter RMtr 57024
& 5.3 to 6 mm thickness as
per IS:4984
Supply of medium grade GI
pipe of size 4"
2.1.5 dia.(Including clamping the No 1238
cable with pole), length of
pipe 3mtrs
2.2 185 mm 2 Mtr 0
11KV Indoor Cable Box 185
2.2.1 No 0
mm 2
11KV Outdoor Cable Box
2.2.2 No 0
185 mm 2
11KV Straight through
2.2.3 No 0
joints 185 mm 2
Supply of HDPE pipe for
2.2.4 RMtr 0
laying 11KV XLPE cable
Part 1 - Bidding Procedures and Requirements 144
GST
Unit Price for GST payable
Unit Total Price for payable on Total
Total inland on the price
Line Ex- inland the price Price
Ex- transportation quoted if
Item Description of Goods Unit Quantity work transportation quoted if per
No. work and other Contract is
s and other services Contract is line
s price services required awarded
price required in awarded item
in (Amount)
(%)
110mm nominal diameter
& 5.3 to 6 mm thickness as
per IS:4984
Supply of medium grade GI
pipe of size 4"
2.2.5 dia.(Including clamping the No 0
cable with pole), length of
pipe 3mtrs
3.0 Erection of New RSJ Pole 0
3.1 9mtr No 30
3.2 11 mtr No 10
3.3 10 mtr PSC Pole No 0
DOUBLE POLE STRUCTURE
WITH 11KV A.B.SWITCH &
H.G. FUSE ON 9MTR RSJ
POLE (Including all
3.40 Nos. 14
Fabrications, Guy sets,
Earthings, etc as per
Technical specification and
Technical Drawigs
Part 1 - Bidding Procedures and Requirements 145
Price Bid For UG Labour work
GST
GST payable
payable on
on the price
Description of Related Services (excludes inland transportation and the price Total
Service quoted if
No.
other services required in India to convey the goods to their final Unit
Quantity
Unit price quoted if Price per
destination) Contract is
Contract is line item
awarded
awarded
(Amount)
(%)
OH HT LABOUR
Supply & fixing labour charge for providing Bricks (size 9"X
4"X3")layer (4" side layer 10 Nos of Bricks per meter length of cable
Top side + 9" side layer 4.5 nos X 2 side=10+9=19 Nos /Running
Meter) for 11KV XLPE Cable Mechanical protection (only top sied Nos. 10864
layer) at cable ring (loop) location, as per instruction of Engineer in
Charge @ Rs. 4/- per Bricks current market rate F.O.R Site delivery.
(109+44+100+100+114)
Part 1 - Bidding Procedures and Requirements 147
Price Bid For MVCC work Supply
GST
GST
payable
payable
Unit Price for Total Price on the
Unit Total on the Total
inland for inland price
Ex- Ex- price Price
Sr. DESCRIPTION OF EQUIPMENT / transportation transportation quoted
UNIT QUANTITY work work quoted if per
No. MATERIAL and other and other if
s s Contract line
services services Contract
price price is item
required in required in is
awarded
awarded
(Amount)
(%)
Supply of new pole, wherever required
in mid- span to reduce span length/
Replacement of old deteriorated pole/
1 shifting of line for existing 11 KV
overhead line as per technical
specification, approved drawings and
scope of work
8 meter long /200 KG PSC Poles (PSC Pole as
1.1 No 35
per state practice)
11 m long H-Beam 116X110 mm, 23 kg/mtr
1.2 No 24
(RSJ Pole as per state practice)
1.3 CAUTION & DANGER BOARD. No 85
Barbed wire for anticlimbing device (1.591
1.4 MT 0.093869
kg/anticlimbing device)
Pre-fabricated galvanized steel items
for overhead structures as per technical
specifications, approved drawing &
2 0
scope of work including galvanized steel
nut & bolts as per technical
specifications & GTP.
2.1 11KV V Cross Arms No 41
2.2 Back Clamp for fixing cross arm (Side clamp) No 41
2.3 HT Top filling with Nut bolts No 41
11 KV Polymer Pin
3-A No 147
Insulators
Strain Insulators (Disc Insulator with
3-B No 12.25
Hardware)
Part 1 - Bidding Procedures and Requirements 148
GST
GST
payable
payable
Unit Price for Total Price on the
Unit Total on the Total
inland for inland price
Ex- Ex- price Price
Sr. DESCRIPTION OF EQUIPMENT / transportation transportation quoted
UNIT QUANTITY work work quoted if per
No. MATERIAL and other and other if
s s Contract line
services services Contract
price price is item
required in required in is
awarded
awarded
(Amount)
(%)
Supply of Material for new GUY SET
WITH PRE- FORMED FITTING, Anchor
Rod/Guy Rod - 1 No, Turn Buckle - 1 No,
Eye Bolt /I- Rod - 1 No, Stay wire - 7/12
4 Set 0
- 2.5 kg, HT Guy Insulator - 1 No, Guy
Clamp - 1 Pair, Nut - Bolt (65x16 mm)-2
Nos.- as per Requirement etc. As per
approved drawing
Supply of Material for Coil type Earthing
consist ofSupply of Material for Coil
type Earthing consist of (a) 8 SWG GI
wire for earthing coil- 1.7 Kg (b) Rigid
PVC Pipe -20mm dia (1.5 Mtr) - 1 No (C)
5 Earthing Bolt- 1 No (d) GI Wire No. 8 set 59
From Pole Top to Earthing Coil- 1.06
Kg including cost ofCoal Salt etc. (20 KG
SALT + 20 KG COAL) as per approved
drawings, technical specifications and
scope of work.
Supply of 11 kV Medium Voltage
Covered Conductor (MVCC) with
6 accessories as per technical 0
specifications, approved drawings and
scope of work.
11 kV Medium Voltage Covered Conductor
6.1 (MVCC) with AAAC 55 CKM 0
MM2 base Conductor. (CKm=Km/3)
11 kV Medium Voltage Covered Conductor
6.2 (MVCC) with AL-59-ACS 55 MM2 base CKM 0
Conductor. (CKm=Km/3)
Wedge Type Tension
6.3 No 0
Assembly with IPC
6.4 Helical Tie No 0
6.5 Surge Arrestor No 0
Part 1 - Bidding Procedures and Requirements 149
GST
GST
payable
payable
Unit Price for Total Price on the
Unit Total on the Total
inland for inland price
Ex- Ex- price Price
Sr. DESCRIPTION OF EQUIPMENT / transportation transportation quoted
UNIT QUANTITY work work quoted if per
No. MATERIAL and other and other if
s s Contract line
services services Contract
price price is item
required in required in is
awarded
awarded
(Amount)
(%)
6.6 Tension Joints No 0
6.7 Covered to Covered conductor IPC No 0
"Supply of Material for Guarding under HT
line passing through road crossing, river
crossing and village/city street,
per Km required items are as follows
a) M.S.Angle 50x50x6mm - 1.55 Mtr for
guarding Angle cross arm/Guarding Channel -
50 No
7 km 0
b) D clamp( Flat Bar of size 50X6) with 2 no of
Bolts & Nuts - 65x16mm - 50 No
c) G.I.WIRE NO.10 (3.15 MM) - 37.5 Kg
d) G.I. WIRE NO. 8 - 237.5 Kg
e) Alu. Binding wire - 5 Kg
as per approved drawings, technical
specifications and scope of work"
Part 1 - Bidding Procedures and Requirements 150
Price Bid for MVCC Labour work
GST
GST
payable
payable
on the
on the
price Total
price
Sr. Unit quoted Price
DESCRIPTION OF EQUIPMENT / MATERIAL Unit Quantity quoted if
No. price if per line
Contract
Contract item
is
is
awarded
awarded
(Amount)
(%)
Survey, route alignment & pole spotting, Tree cutting and
1 compensation, preparation of survey report and updation in Geo Urja CKm 5.34
after approval of Project Manager
2 Erection of Poles and its related activities 0
Erection of psc poles of 8 mt./200 kg including excavation of pit and refilling of
earth, fixing of cross arms, top fitting clamps, anti- climbing devices with
2.1 barbed Standard specification wire, insulators etc. Complete and painting of No 84
fabricated materials used on the poles and numbering with cost of paint as per
Standard specification
Installation of GUY SET WITH PRE- FORMED FITTING, Anchor Rod/ Guy
Rod - 1 No, Turn Buckle - 1 No. Eye Bolt/I Rod - 1 No, stay wire - 7/12 -
3 Set 25
2.5 kg, HT Guy Insulator - 1 No, Guy Clamp - 1 Pair, Nut -Bolt (65x16
mm)-2 Nos.-as per Requirement etc. As per approved drawing