0% found this document useful (0 votes)
25 views29 pages

Nit 1313

BHEL is inviting sealed offers for the erection, testing, commissioning, and related work of power cycle piping at the 1X660MW Panki TPS in Kanpur, under tender number BHEL/NR/SCT/PANKI/R&C/PCP/1313. The tender documents are available for download from the BHEL eProcurement portal until September 16, 2023, with the submission deadline also on that date. Bidders must comply with the pre-qualification criteria and submit their offers electronically, including a physical EMD deposit.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
25 views29 pages

Nit 1313

BHEL is inviting sealed offers for the erection, testing, commissioning, and related work of power cycle piping at the 1X660MW Panki TPS in Kanpur, under tender number BHEL/NR/SCT/PANKI/R&C/PCP/1313. The tender documents are available for download from the BHEL eProcurement portal until September 16, 2023, with the submission deadline also on that date. Bidders must comply with the pre-qualification criteria and submit their offers electronically, including a physical EMD deposit.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 29

Rev 02

17thSept
2020

NOTICE INVITING
TENDER
(Document No PS:MSX:NIT)

TENDER NO.:
BHEL/NR/SCT/PANKI/R&C/PCP/1313

TENDER DESCRIPTION:

ERECTION, TESTING, COMMISSIONING,


TRIAL OPERATION AND HANDING OVER OF
BALANCE WORK OF POWER CYCLE PIPING,
ALL ASSOCIATED PIPING & EQUIPMENT, IT’S
INSULATION AND FINAL PAINTING
INCLUDING SUPPLY OF PAINTS AS PER
TENDER SPECIFICATIONS AT 1X660MW
PANKI TPS, PANKI, KANPUR.

Bharat Heavy Electricals Limited


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India
Website : www.bhel.com
Ref: BHEL/NR/SCT/PANKI/R&C/PCP/1313 DATE: 06/09/2023
========================================================================================

NOTICE INVITING E-TENDER (NIT)


NOTE: BIDDER MAY DOWNLOAD FROM WEB SITES
========================================================================================
To

Dear Sir/Madam

Sub : NOTICE INVITING E-TENDER

Sealed offers in two part bid system (National competitive bidding (NCB) are invited from reputed & experienced bidders
(meeting PRE QUALIFICATION CRITERIA as mentioned in Annexure-1) for the subject job by the undersigned on the
behalf of BHARAT HEAVY ELECTRICALS LIMITED as per the tender document. Following points relevant to the tender
may please be noted and complied with.

1.0 Salient Features of NIT

SL ISSUE DESCRIPTION
NO
i TENDER NUMBER BHEL/NR/SCT/PANKI/R&C/PCP/1313
ii Broad Scope of job ERECTION, TESTING, COMMISSIONING, TRIAL OPERATION AND HANDING
OVER OF BALANCE WORK OF POWER CYCLE PIPING, ALL ASSOCIATED
PIPING & EQUIPMENT, IT’S INSULATION AND FINAL PAINTING INCLUDING
SUPPLY OF PAINTS AS PER TENDER SPECIFICATIONS AT 1X660MW PANKI
TPS, PANKI, KANPUR.
iii DETAILS OF TENDER DOCUMENT
a Volume-IA Technical Conditions of Contract (TCC) consisting of
Scope of work, Technical Specification, Drawings, Applicable
Procedures, Bill of Quantities, Terms of payment, etc.
b Volume-IB Special Conditions of Contract (SCC) Applicable

c Volume-IC General Conditions of Contract (GCC) Applicable

d Volume-ID Forms and Procedures Applicable


e Volume-II Price Schedule (Absolute value). Applicable

iv Issue of Tender Tender documents will be available for


Documents downloading from BHEL eProcurement portal Applicable
(https://eprocurebhel.co.in) till due date of
submission:
Start : 06 /09/2023 , Time : 10:00 AM
Closes: 16/09/2023 , Time : 10:00 AM
Brief information of the tenders shall also be
available at BHEL website (www.bhel.com)
v DUE DATE & TIME Date : 16 /09/2023, Time : 10:00 hrs Applicable
OF OFFER Place : on https://eprocurebhel.co.in
SUBMISSION

Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India
Website : www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 2 of 33

vi OPENING OF Date : 16 /09/2023, Time : 15:30 hrs Applicable


TENDER Notes:
(1) In case the due date of opening of tender
becomes a non-working day, then the due date &
time of offer submission and opening of tenders
get extended to the next working day.
(2) Bidder may depute representative to witness
the opening of tender. For e-Tender, Bidder may
witness the opening of tender through e-
Procurement portal only.
vii EMD AMOUNT ₹ 23,65,000/- Not Applicable

viii COST OF TENDER Free


ix LAST DATE FOR Five days before bid submission due date
SEEKING Along with soft version also, addressing to Applicable
CLARIFICATION undersigned & to others as per contact address given
below:
1) Name: Anuranjan Kumar
Designation: Sr. Manager
Deptt: SCT
Address: BHEL-PSNR, PLOT NO. 25,
SECTOR – 16A, NOIDA - 201301
Phone: (Landline/Mobile) 0120 - 2416444
Email : anuranjan@bhel.in

2 ) Name: I C Kumar
Designation: Sr. DGM
Deptt: SCT
Address: BHEL-PSNR, PLOT NO. 25,
SECTOR – 16A, NOIDA - 201301
Phone: (Landline/Mobile) 0120-2416292
Email : ick@bhel.in

x SCHEDULE OF Pre Date : Not applicable.


Bid Discussion
(PBD)
xi INTEGRITY PACT & Please refer clause no. 15. Applicable
DETAILS OF
INDEPENDENT
EXTERNAL
MONITOR (IEM)
xii Latest updates Latest updates on the important dates,
Amendments, Correspondences, Corrigenda,
Clarifications, Changes, Errata, Modifications,
Revisions, etc. to Tender Specifications will be
hosted in BHEL webpage (www.bhel.com -->Tender
Notifications View Corrigendums), BHEL
eProcurement portal (https://eprocurebhel.co.in)
and not in the newspapers. Bidders to keep
themselves updated with all such information.
xiii Form of Contract/ WORKS CONTRACT
Tender Category

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 3 of 33

2.0 The offer shall be submitted as per the instructions of tender document and as detailed in this NIT. Bidders to note
specifically that all pages of tender document, including these NIT pages of this particular tender together with
subsequent correspondences shall be submitted by them, duly signed digitally using Class III DSC & uploaded in
E-Procurement Portal, as part of offer. Rates/Price including discounts/rebates, if any, mentioned
anywhere/in any form in the techno-commercial offer other than the Price Bid, shall not be entertained.

3.0 Not Used.

4.0 Unless specifically stated otherwise, bidder shall deposit EMD as per clause 1.9 of General Conditions of Contract.

For Electronic Fund Transfer the details are as below-:

a) Name of the Beneficiary -: Bharat Heavy Electricals Limited

b) Bank Particulars
i). Bank Name -: STATE BANK OF INDIA
ii). Bank Telephone No.(with STD code)-: 011-23475566
iii). Branch Address-: CAG II BRANCH, NEW DELHI
4th & 5th FLOOR, REDFORT CAPITAL,
PARASNATH TOWERS, BHAI VEER SINGH MARG,
GOLE MARKET, NEW DELHI-110001
iv). Bank Fax No. (with STD code) -: 011-23475566
v). Branch Code -: 17313
vi). 9 Digit MICR Code of the Bank Branch -: 110002562
vii). Bank Account Number -: 10813608647
viii). Bank Account Type -: CASH CREDIT
ix). 11 Digit IFSC Code of Beneficiary Branch-: SBIN0017313

(Note -: In case of E-Tenders, proof of remittance of EMD should be uploaded in the E-Procurement Portal and
originals, as applicable, shall be sent to the officer inviting tender within a reasonable time, failing which the offer
is liable to be rejected.)

5.0 Procedure for Submission of Tenders: This is an E-tender floated online through our E-Procurement Site
(https://eprocurebhel.co.in). The bidder should respond by submitting their offer online only in our e-
Procurement platform at (https://eprocurebhel.co.in). Offers are invited in two-parts only.

Documents Comprising the e-Tender


The tender shall be submitted online ONLY EXCEPT EMD (in physical form) as mentioned below:

a. Technical Tender (UN priced Tender)

All Technical details (e.g. Eligibility Criteria requested (as mentioned below)) should be attached in e-tendering
module, failing which the tender stands invalid & liable to be REJECTED. Bidders shall furnish the following
information along with technical tender (preferably in pdf format):
i. Earnest Money Deposit (EMD) furnished in accordance with NIT Clause 4.0. Alternatively, documentary
evidence for claiming exemption as per clause 29 of NIT.
ii. Technical Bid (without indicating any prices).

b. Price Bid:

i. Prices are to be quoted in the attached Price Bid format online on e-tender portal.
ii. The price should be quoted for the accounting unit indicated in the e-tender document.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 4 of 33

iii. Note: It is the responsibility of tenderer to go through the Tender document to ensure furnishing all required
documents in addition to above, if any. Any deviation would result in REJECTION of tender and would not
be considered at a later stage at any cost by BHEL.
iv. A person signing (manually or digitally) the tender form or any documents forming part of the contract on
behalf of another shall be deemed to warrantee that he has authority to bind such other persons and if,
on enquiry, it appears that the persons so signing had no authority to do so, the purchaser may, without
prejudice to other civil and criminal remedies, cancel the contract and hold the signatory liable for all cost
and damages.
v. A tender, which does not fulfil any of the above requirements and/or gives evasive information/reply
against any such requirement, shall be liable to be ignored and rejected.

DO NOT’S
Bidders are requested NOT to submit the hard copy of the Bid. In case offer is sent through hard
copy/fax/telex/cable/electronically in place of e-tender, the same shall not be considered. Also, uploading of the
price bid in prequalification bid or technical bid may RESULT IN REJECTION of the tender.

Digital Signing of e-Tender


Tenders shall be uploaded with all relevant PDF/zip format. The relevant tender documents should be uploaded
by an authorized person having Class 3- SHA2- 2048 BIT- SIGNING & ENCRYPTION digital signature certificate
(DSC).

The Requirement:
1. A PC with Internet connectivity &
2. DSC (Digital Signature Certificate) (Class 3- SHA2- 2048 BIT- SIGNING & ENCRYPTION)

The contact details of the service provider are given below:


For any technical related queries please call at 24 x 7 Help Desk Number
0120-4001 002, 0120-4001 005 & 0120-6277 787
International bidders are requested to prefix 91 as country code
Email Support - Technical - support-eproc@nic.in
Note: For any Issues or Clarifications relating to the published tenders, bidders are requested to contact the
respective Tender Inviting Authority

The process of utilizing e-procurement necessitates usage of DSC (Digital Signature Certificate)
(Class 3- SHA2- 2048 BIT- SIGNING & ENCRYPTION) and you are requested to procure the same
immediately, if not presently available with you. Please note that only with DSC, you will be able to login the e-
procurement secured site and take part in the tendering process.

The contact details of the DSC Certifying Authority as given below:

Sl. No. Name Website Link


1 GNFC www.ncodesolutions.com
2 e-Mudhra http://www.e-Mudhra.com
3 Safescrypt www.safescrypt.com

Vendors are also requested to go through seller manual available on https://eprocurebhel.co.in.

6.0 Not used.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 5 of 33

7.0 Deviation with respect to tender clauses and additional clauses/suggestions in Techno-commercial bid / Price bid
shall NOT be considered by BHEL. Bidders are requested to positively comply with the same.

8.0 BHEL reserves the right to accept or reject any or all Offers without assigning any reasons thereof. BHEL also
reserves the right to cancel the Tender wholly or partly without assigning any reason thereof. Also BHEL shall not
entertain any correspondence from bidders in this matter (except for the refund of EMD).

9.0 Assessment of Capacity of Bidders:

Bidder’s capacity for executing the job under tender shall be assessed based on its ‘LOAD
and PERFORMANCE’ and ‘AVERAGE ANNUAL TURNOVER’ as per the following:

I. LOAD: Load takes into consideration ALL the contracts of the Bidder under execution with BHEL Regions,
irrespective of whether they are similar to the tendered scope or not. The cut off month for reckoning ‘Load’ shall
be the 3rd Month preceding the month corresponding to the ‘latest date of bid submission’, in the following manner
-
(Note: For example, if latest bid submission is in Jan 2017, then the ‘load’ shall be calculated up
to and inclusive of Oct 2016)

Total number of Packages in hand = Load (P)

Where ‘P’ is the sum of all unit wise identified packages (refer table-1) under execution with BHEL
Regions as on the cut off month defined above, including packages yet to be commenced, excepting
packages which are on Long Hold.

II. PERFORMANCE: Here ‘Monthly Performance’ of the bidder for all the packages (under execution/ executed
during the ‘Period of Assessment’ in all Power Sector Regions of BHEL) SIMILAR to the packages covered
under the tendered scope, excepting packages not commenced shall be taken into consideration. The ‘Period of
Assessment’ shall be 6 months preceding and including the cut off month. The cut off month for reckoning ‘Period
of Assessment’ shall be the 3rd Month preceding the month corresponding to ‘latest date of bid submission’, in
the following manner:

(Note: For example, if ‘latest date of bid submission’ is in Jan 2017, then the ‘performance’ shall be assessed
for a 6 months’ period up to and inclusive of Oct 2016 (i.e. from May 2016 to Oct 2016), for all the unit
wise identified packages (refer Table I))

i). Calculation of Overall ‘Performance Rating’ for ‘Similar Package/Packages’ for the tendered scope under
execution at Power Sector Regions for the ‘Period of Assessment’:

This shall be obtained by summing up the ‘Monthly Performance Evaluation’ scores obtained by the bidder
in all Regions for all the similar Package/packages’, divided by the total number of Package months for
which evaluation should have been done, as per procedure below:

a) P1, P2, P3, P4, P5 , …. PN etc. be the packages (under execution/ executed during the ‘Period of
Assessment’ in all Regions of BHEL) SIMILAR to the packages covered under the tendered scope,
excepting packages not commenced. Total number of similar packages for all Regions = PT (i.e. PT
= P1 +P2 + P3 +P4 +…PN);

b) Number of Months ‘T1’ for which ‘Monthly Performance Evaluation’ as per relevant formats, should
have been done in the ‘Period of Assessment’ for the corresponding similar package P1. Similarly
T2 for package P2,T3 for package P3, etc. for the tendered scope. Now calculate cumulative total
months ‘TT’ for total similar Packages ‘PT’ for all Regions (i.e. TT = T1 + T2 + T3 +T4 + ..TN);

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 6 of 33

c) Sum ‘S1 ‘of ‘Monthly Performance Evaluation’ Scores (S1-1, S1-2, S1-3, S1-4, S1-5…. S1-T1) for
similar package P1, for the ‘period of assessment’ ‘T1’ (i.e. S1 = S1-1+ S1-2+ S1-3+ S1-4+
S15+…S1-T1). Similarly, S2 for package P2 for period T2, S3 for package P3 for period T3 etc. for
the tendered scope for all Regions. Now calculate cumulative sum ‘ST’ of ‘Monthly Performance
Evaluation’ Scores for total similar Packages ‘PT’ for all Regions (i.e. ‘ST ’= S1+ S2+ S3+ S4+
S5+…. SN.)

d) Overall Performance Rating ‘RBHEL’ for the Similar Package/Packages (under


execution/ executed during the ‘Period of Assessment’) in all the Power Sector Regions of BHEL

Aggregate of Performance scores for all similar packages in all the Regions
= -----------------------------------------------------------------------------------------------------------------
Aggregate of months for each of the similar packages for
which performance should have been evaluated in all the
Regions

ST =
--------
TT
e) Bidders to note that the risk of non-evaluation or non-availability of the
‘Monthly Performance Evaluation’ reports as per relevant formats is to be
borne by the Bidder.
f) Table showing methodology for calculating ‘a’, ‘b’ and ‘c’ above

Sl. Details for all


Item Description Total
No. Regions
(i) (ii) (iii) (iv) (v) (vi) (vii) (v (ix) (x)
iii
)
1 Similar Packages for all P1 P2 P3 P4 P5 … PN Total No. of similar
Regions  packages for all
(under execution/ executed Regions = PT i.e.
during period of Sum (Σ) of columns
assessment) (iii) to (ix)

2 Number of Months for which T1 T2 T3 T4 T5 … TN Sum (Σ)


‘Monthly Performance columns (iii) to (ix)
Evaluation’ as per relevant = TT
formats should have been
done in the ‘period of
assessment’ for
corresponding Similar
Packages ( as in row 1)
3 Monthly performance S1-1, S2-1, S3-1, S4-1, S5-1, .. SN-1,
scores for the S1-2, S2-2, S3-2, S4-2, S5-2, … SN-2, --------
corresponding period (as in S1-3, S2-3, S3-3, S4-3, S5-3, SN-3,
Row 2) …
S1-4, S2-4, S3-4, S4-4, S5-4, SN-4,
… … … … … ……
S1-T1 S2- S3- S4- S5- …
T2 T3 T4 T5
SN-
TN

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 7 of 33

4 Sum of Monthly S1 S2 S3 S4 S5 … SN Sum (Σ) of


Performance scores of the columns (iii) to (ix)
corresponding Package for = ST
the corresponding period (as
in row-3)

ii). Calculation of Overall ‘Performance Rating’ (RBHEL) in case at least 6 evaluation scores for ‘similar
Package/Packages’ for the tendered scope ARE NOT AVAILABLE, during the ‘Period of Assessment’:
This shall be obtained by summing up the ‘Monthly Performance Evaluation’ scores obtained by the bidder
in all Regions for ALL the packages, divided by the total number of Package months for which evaluation
should have been done. ‘RBHEL’ shall be calculated subject to availability of ‘performance scores’ for at
least 6 ‘package months’ in the order of precedence below:
a) ‘Period of Assessment’ i.e. 6 months preceding and including the cut-off month
b) 12 months preceding and including the cut-off month
c) 24 months preceding and including the cut-off month
In case, RBHEL cannot be calculated as above, then Bidder shall be treated as ‘NEW VENDOR’. Further
eligibility and qualification of this bidder shall be as per definition of ‘NEW VENDOR’ described in
‘Explanatory Notes’.

iii). Factor “L” assigned based on Overall Performance Rating (RBHEL) at Power Sector Regions:

Sl. Overall Performance Rating


Corresponding Value of ‘L’
no. (RBHEL)
1 =60 NA
2 > 60 and ≤ 65 0.5
3 > 65 and ≤ 70 0.45
4 > 70 and ≤ 75 0.4
5 > 75 and ≤ 80 0.375
6 > 80 and < 90 0.35
7 ≥90 0.33

iv). Performance Systems: The performance rating as mentioned in II (i) and (ii) above, shall be calculated as per Online
Systems i.e.,. Contractor Performance Evaluation System (CPES) and Safety Performance Evaluation System
(HSEPES). The scores assigned in HSEPES shall be scaled down to 10 and assigned in CPES against the
category “HSE” (mentioned in Form F-15).

III. i) ‘Assessment of Capacity based on ‘LOAD and PERFORMANCE’:


a) ‘Assessment of Capacity of Bidder’ is based on the Maximum number of packages for which a
vendor is eligible, considering the performance scores of similar packages, as below:
Max number of packages PMax= (RBHEL - 60) divided by corresponding value of ‘L’, i.e. (RBHEL- 60)/L

Note:
i). In case the value of PMax results in a fraction, the value of PMax is to be rounded off to
next whole number
ii). For RBHEL = 60, PMax = ‘1’

The Bidder shall be considered ‘Qualified’ on ‘Performance basis’ as per ‘Assessment of Capacity of Bidder’
for the subject Tender if P ≤ PMax (Where P is calculated as per clause ‘I’ above)

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 8 of 33

b) In addition to above, in case contractor fails to score 5 or more than 5 (five) marks in the scaled
down scores of HSEPES for “3 or more than 3 months in a period of 6 months preceding and including the
cut-off month in any single package”, the contractor shall be considered disqualified for ongoing tender(s) of
BHEL. Qualification of bidder for further tendering process shall be subject to qualifying this condition in
addition to qualifying requirements mentioned in PQR. Bidders who did not qualify this condition shall not be
considered under the provisions of clause 9 IV (iv) of NIT.

ii) Assessment of Capacity based on ‘AVERAGE ANNUAL TURNOVER’:


If the ‘value of contracts in hand’ across all PS Regions by a contractor is less than the product of “annual
average turnover of the Contractor and multiplying factor”, then such bidder shall be considered qualified on
‘Annual Average Turnover basis’. The ‘value of contracts in hand’ will be computed by summing up “50% of
the annualized awarded value of each contract” unless performance evaluation is not closed in the online
CPES.
Based on the performance rating of the Contractor, the above mentioned multiplying factor shall be as below:
Overall Performance (Multiplying factor to Average Annual
Sl. no.
Rating (RBHEL) Turnover)
1 ≥ 60 and ≤ 70 1
2 > 70 and ≤ 80 2
3 > 80 3
‘Assessment of Capacity of Bidder’:

The bidder will be considered qualified for the tender if it qualifies on ‘Load and
Performance basis’ as well as on ‘Average Annual Turnover basis’.

However, ‘New Vendor’/ ‘Consortium Partner’ shall be considered qualified based


on only ‘Load and Performance’ (they will be regarded pre-qualified on ‘Average
Annual Turnover’ criteria).

IV. Explanatory note:


i). Similar package means Boiler or ESP or Piping or Turbine or Civil or Structure or Electrical or C&I etc. at
the individual level irrespective of rating of Plant and irrespective of whether the subject tender is a single
package or as part of combined/composite packages. Normally Boiler, ESP, Piping, Turbine, Electrical,
C&I, Civil, Structure etc. is considered individual level of package. For example, in case the tendered scope
is a Boiler Vertical Package comprising of Boiler, ESP and Power Cycle Piping (i.e. the ‘identified packages
as per TabIe-1 below), the ‘PERFORMANCE’ part against sl.no. II above, needs to be evaluated
considering all the identified packages (i.e. Boiler, ESP and Power Cycle Piping) and finally the Bidder’s
capacity to execute the tendered scope is assessed in line with III above.
ii). Identified Packages (Unit wise)
Table-1

Civil Electrical and C&I Mechanical


i). Enabling works i). Electrical i). Boiler & Aux (All types including CW
ii). Pile and Pile Caps ii). C&I Piping if applicable)
iii). Civil Works including iii). Others (Elect. ii). Power Cycle Piping/Critical Piping
foundations and C&I) iii). ESP iv). LP Piping
iv). Structural Steel iv). Electrical v). Steam Turbine Generator set & Aux
Fabrication & Erection Enabling vi). Gas Turbine Generator set & Aux
v). Chimney Works vii). Hydro Turbine Generator set & Aux
vi). Cooling Tower viii). Turbo Blower (including SteamTurbine)
vii). Others (Civil) ix). Material Management x). FGD
xi). ACC xii). Others (Mechanical)

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 9 of 33

iii). Bidders who have not been evaluated for at least six package months in the last 24 months preceding
and including the Cut-off month in the online BHEL system for contractor performance evaluation in BHEL
PS Regions, shall be considered “NEW VENDOR”.

A ‘NEW VENDOR’ shall be considered qualified subject to satisfying all other tender conditions.

A ‘NEW VENDOR’ if awarded a job (of package/packages identified under this clause) shall be tagged as
“FIRST TIMER” on the date of first LOI from BHEL.

The “FIRST TIMER” tag shall remain till completion of all the contracts against which vendor has been
tagged as First Timer or availability of 6 evaluation scores within last 24 months preceding and including
the Cut-off month in the online BHEL system for contractor performance evaluation in BHEL PS Regions.

A Bidder shall not be eligible for the next job as long as the Bidder is tagged as “FIRST TIMER” excepting
for the Tenders which have been opened on or before the date of the bidder being tagged as ‘FIRST
TIMER’.

After removal of ‘FIRST TIMER’ tag, the Bidder shall be considered ‘QUALIFIED’ for the future tenders
subject to satisfying all other tender conditions including ‘Assessment of Capacity of Bidders’.

iv). Consequent upon applying the criteria of ‘Assessment of Capacity of Bidders’ detailed above on all the
bidders qualified against Technical and Financial Qualification criteria, if the number of qualified bidders
reduces to less than four, then for further processing of the Tender, BHEL at its discretion reserves the right
to also consider the bidders who are “not qualified” as per criteria of ‘Assessment of Capacity of Bidders’ and
for this, procedure described in following three options shall be followed:

a) All the bidders having Overall Performance Rating (‘RBHEL’) ≥60 shall be considered qualified against
criteria of ‘Assessment of Capacity of Bidders’.
b) If even after using option “a”, the number of qualified bidders remains less than four, then in addition
to bidders considered as per option “a”, “First timer” bidders having average of available performance
scores ≥60 upto and including the Cut Off month shall also be considered qualified against criteria
of ‘Assessment of Capacity of Bidders’.
c) If even after using option “a” and “b”, the number of qualified bidders remains less than four, then in
addition to bidders considered as per option “a” and “b”, “First timer” bidders for whom no
performance score is available in the system upto and including the Cut Off month, shall also be
considered qualified against criteria of ‘Assessment of Capacity of Bidders’.

Note:- In case, the number of bidders qualified against Technical and Financial Qualification criteria itself
is less than four, then all bidders (a)- having Overall Performance Rating (‘RBHEL’) ≥60, (b)- First timer”
bidders having average of available performance scores ≥60 upto and including the Cut Off month, (c)-
“First timer” bidders for whom no performance score is available in the system upto and including the Cut
Off month, shall be considered qualified against criteria of ‘Assessment of Capacity of Bidders’ for further
processing of tender.

v). ‘Under execution’ shall mean works in progress as per the following:
a. Up to execution of 90% of anticipated Contract Value in case of Civil, MM, Structural and
Turbo Blower Packages
b. Up to Steam Blowing in case of Boiler/ESP/Piping Packages
c. Up to Synchronization in all Balance Packages
Note: BHEL at its discretion can extend (or reduce in exceptional cases in line with Contract conditions)
the period defined against (a), (b) and (c) above, depending upon the balance scope of work to
be completed.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 10 of 33

vi). Contractor shall provide the latest contact details i.e. mail-ID and Correspondence Address to SCT
Department, so that same can be entered in the Contractor Performance Evaluation System, and in case of
any change/discrepancy same shall be informed immediately. Login Details for viewing scores in Contractor
Performance Evaluation System shall be provided to the Contractor by SCT Department.

vii). Performance Evaluation for Activity Month shall be completed in Evaluation Month (i.e. month next to
Activity Month) or in rare cases in Post Evaluation Month (i.e. month next to Evaluation Month) after
approval from Competent Authority. In case scores are not acceptable, Contractor can submit Review
Request to GM Site/ GM Project latest by 27th of Evaluation Month or 5 days after approval of score,
whichever is later. However, acceptance/rejection of ‘Review Request’ solely depends on the discretion of
GM Site/GM Project. After acceptance of Review Request, evaluation score shall be reviewed at site and
the score after completion of review process shall be acceptable and binding on the contractor.

viii). Project on Hold due to reasons not attributable to bidder -


a. Short hold: Evaluation shall not be applicable for this period, however, Loading will be considered.

b. Long hold: Short hold for continuous six months and beyond or hold on account of Force Majeure
shall be considered as Long Hold. Evaluation as well as Loading shall not be considered for this
period.

ix). Performance evaluation as specified above in this clause is applicable to Prime bidder and Consortium
partner (or Technical tie up partner) for their respective scope of work.

10.0 Since the job shall be executed at site, bidders must visit site/ work area and study inter-alia the job content,
facilities available, availability of materials, prevailing site conditions including law & order situation, applicable
wage structure, wage rules and any other relevant facts/ facilities that may affect the performance of contract in
any manner before quoting for this tender. They may also consult this office before submitting their offers, for any
clarifications regarding scope of work, facilities available at sites or on terms and conditions.
11.0 For any clarification on the tender document, the bidder may seek the same in writing or through e-mail and/or
through e-procurement portal, as per specified format, within the scheduled date for seeking clarification, from the
office of the undersigned. BHEL shall not be responsible for receipt of queries after due date of seeking clarification
due to postal delay or any other delays. Any clarification / query received after last date for seeking clarification
may not be normally entertained by BHEL and no time extension will be given.

12.0 BHEL may decide holding of pre-bid discussion [PBD] with all intending bidders as per date indicated in the NIT.
The bidder shall ensure participation for the same at the appointed time, date and place as may be decided by
BHEL. Bidders shall plan their visit accordingly. The outcome of pre-bid discussion (PBD) shall also form part of
tender.

13.0 In the event of any conflict between requirement of any clause of this specification/ documents/drawings/data
sheets etc. or requirements of different codes/standards specified, the same to be brought to the knowledge of
BHEL in writing for clarification before due date of seeking clarification (whichever is applicable), otherwise,
interpretation by BHEL shall prevail. Any typing error/missing pages/ other clerical errors in the tender documents,
noticed must be pointed out before pre-bid meeting/submission of offer, else BHEL’s interpretation shall prevail.

14.0 Unless specifically mentioned otherwise, bidder’s quoted price shall deemed to be in compliance with tender
including PBD.

15.0 Bidders shall submit Integrity Pact Agreement (Duly signed by authorized signatory who signs in the offer), if
applicable, along with techno-commercial bid. This pact shall be considered as a preliminary qualification for
further participation. The names and other details of Independent External Monitor (IEM) for the subject
tender is as given at Clause no. 1, Salient Features of NIT, Sl. no. (xi) above.

“Integrity Pact (IP)”

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 11 of 33

(a) IP is a tool to ensure that activities and transactions between the Company and its Bidders/ Contractors are
handled in a fair, transparent and corruption free manner. Following Independent External Monitors (IEMs) on
the present panel have been appointed by BHEL with the approval of CVC to oversee implementation of IP in
BHEL.

Sl. No. IEM Email


1. Shri Otem Dai, IAS (Retd.) iem1@bhel.in

2. Shri Bishwamitra Pandey, IRAS (Retd.) iem2@bhel.in

3. Shri Mukesh Mittal, IRS (Retd.) iem3@bhel.in

(b) The IP as enclosed with the tender is to be submitted (duly signed by authorized signatory) along with techno-
commercial bid (Part-I, in case of two/ three part bid). Only those bidders who have entered into such an IP with
BHEL would be competent to participate in the bidding. In other words, entering into this Pact would be a
preliminary qualification.

(c) Please refer Section-8 of IP for Role and Responsibilities of IEMs. In case of any complaint arising out of the
tendering process, the matter may be referred to any of the above IEM(s). All correspondence with the IEMs
shall be done through email only.

(d) The Integrity Pact shall survive independently to the main contract. Terms and Conditions of the Integrity Pact
shall be applicable only for the specific purpose as provided in this Clause and Integrity Pact.

Note:

No routine correspondence shall be addressed to the IEM (phone/ post/ email) regarding the clarifications, time
extensions or any other administrative queries, etc. on the tender issued. All such clarification/ issues shall be
addressed directly to the tender issuing (procurement) department’s officials whose contact details are as per
Clause no. 1, Salient Features of NIT, Sl. No. (ix) above.

16.0 The Bidder has to satisfy the Pre-Qualifying Requirements stipulated for this Tender in order to be qualified. The
Price Bids of only those bidders will be opened who will be qualified for the subject job on the basis of satisfying
the Pre-Qualification Criteria specified in this NIT as per Annexure-I (as applicable), past performance etc. and
date of opening of price bids shall be intimated to only such bidders. BHEL reserves the right not to consider offers
of parties under HOLD.

17.0 In case BHEL decides on a `Public Opening', the date & time of opening of the sealed PRICE BID shall be
intimated to the qualified bidders and in such a case, bidder may depute one authorized representative to witness
the price bid opening. BHEL reserves the right to open ‘in-camera’ the ‘PRICE BID’ of any or all
Unsuccessful/Disqualified bidders under intimation to the respective bidders.
18.0 Validity of the offer shall be for six months from the latest due date of offer submission (including extension,
if any) unless specified otherwise.

19.0 BHEL shall be resorting to Reverse Auction (RA) (Guidelines as available on www.bhel.com on “supplier
registration page”) for this tender. RA shall be conducted among all the techno-commercially qualified bidders.
Price Bids of all the techno-commercially qualified bidders shall be opened and same shall be considered as initial
bids of bidders in RA. In case any bidder(s) do(es) not participate in online Reverse Auction, their sealed envelope
price bid along with applicable loading, if any, shall be considered for ranking.

20.0 On submission of offer, further consideration will be subject to compliance to tender & qualifying requirement and
customer’s acceptance, as applicable.

21.0 In case the bidder is an “Indian Agent of Foreign Principals”, ‘Agency agreement has to be submitted along with

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 12 of 33

Bid, detailing the role of the agent along with the terms of payment for agency commission in INR, along with
supporting documents.

22.0 The bidders shall not enter into any undisclosed M.O.U. or any understanding amongst themselves with respect
to tender.

23.0 Consortium Bidding (or Technical Tie up) - Not Applicable

24.0 The bidder shall submit documents in support of possession of ‘Qualifying Requirements’ duly self-certified and
stamped by the authorized signatory, indexed and properly linked in the format for PQR. In case BHEL requires
any other documents/proofs, these shall be submitted immediately.

25.0 The bidder shall produce original document for verification if so decided by BHEL.

26.0 The consultant / firm (and any of its affiliates) shall not be eligible to participate in tender(s) for the related works or
services for the same project, if they were engaged for the consultancy services.

27.0 Guidelines/rules in respect of Suspension of Business dealings, Vendor evaluation format, Quality, Safety & HSE
guidelines, Experience Certificate, etc. may undergo change from time to time and the latest one shall be followed.
The abridged version of extant ‘Guidelines for suspension of business dealings with suppliers/ contractors’ is
available on www.bhel.com on “supplier registration page”.

28.0 The offers of the bidders who are under ‘Debarment’ list and also the offer of the bidders, who engage the services
of the Debarred firms, shall be rejected. The list of Debarred firms is available on BHEL web site www.bhel.com.

28.1 Integrity commitment, performance of the contract and punitive action thereof:

28.1.1 Commitment by BHEL:


BHEL commits to take all measures necessary to prevent corruption in connection with the tender
Process and execution of the contract. BHEL during the tender process will treat all Bidder(s) in a
transparent and fair manner, and with equity.

28.1.2 Commitment by Bidder/ Supplier/ Contractor:

(i) The bidder/ supplier/ contractor commit to take all measures to prevent corruption and will not directly or
indirectly influence any decision or benefit which he is not legally entitled to nor will act or omit in any
manner which tantamount to an offence punishable under any provision of the Indian Penal Code, 1860
or any other law in force for the time being in India.

(ii) The bidder/ supplier/ contractor will, when presenting his bid, disclose any and all payments he has made,
and is committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the contract and shall adhere to relevant guidelines issued from time to time by Govt. of India/
BHEL.

(iii) The bidder/ supplier/ contractor will perform/ execute the contract as per the contract terms & conditions
and will not default without any reasonable cause, which causes loss of business/ money/ reputation, to
BHEL.

If any bidder/ supplier/ contractor during pre-tendering/ tendering/ post tendering/ award/ execution/ post-execution
stage indulges in mal-practices, cheating, bribery, fraud or and other misconduct or formation of cartel so as to
influence the bidding process or influence the prices or acts or omits in any manner whatsoever, which tantamount
to an offence punishable under any provision of the Indian Penal Code, 1860 or any other law in force for the time
being in India, then, action shall be taken against such bidder/ supplier/ contractor as per extent guidelines of the
company available on www.bhel.com and / or under applicable legal provisions.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 13 of 33

29.0 Micro and Small Enterprises (MSE) (This is a WORKS CONTRACT. MSE BENEFIT SHALL NOT BE
APPLICABLE FOR THE PACKAGE. The bidders may apprise themselves of the relevant
provisions of bidding documents in this regard before submission of their bids.
30.0 The Bidder along with its associate/ collaborators/ sub-contractors/ sub-vendors/ consultants/ service providers shall
strictly adhere to BHEL Fraud Prevention Policy displayed on BHEL website http://www.bhel.com and shall
immediately bring to the notice of BHEL Management about any fraud or suspected fraud as soon as it comes to
their notice.

31.0 PREFERENCE TO MAKE IN INDIA:

For this procurement, the local content to categorize a supplier as a Class I local supplier/ Class II local Supplier/Non-
Local Supplier and purchase preferences to Class I local supplier, is as defined in Public Procurement (Preference
to Make in India), Order 2017 dated 04.06.2020 issued by DPIIT. In case of subsequent orders issued by the nodal
ministry, changing the definition of local content for the items of the NIT, the same shall be applicable even if issued
after issue of this NIT, but before opening of Part-II bids against this NIT.

31.1 Compliance to Restrictions under Rule 144 (xi) of GFR 2017

I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if the
bidder is registered with the Competent Authority. The Competent Authority for the purpose of this Clause shall
be/continue to be the Registration Committee constituted by the Department for Promotion of Industry and
Internal Trade (DPIIT).
II. “Bidder” (including the term ‘tenderer’, ‘consultant’ or ‘service provider’ in certain contexts) 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 hereinafter, 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 Clause 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 per
cent of shares or capital or profits of the company.
b. “Control” shall include the right to appoint majority of the directors or to control the management
or policy decisions including by virtue of their shareholding or management rights or 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 ownership of entitlement to more than fifteen
percent of capital or profits of the partnership.
3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person has ownership
of or entitlement to more than fifteen percent of the property or capital or profits of the such association or
body of individuals.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 14 of 33

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;
5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the
trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural
person exercising ultimate effective control over the trust through a chain of control or ownership.
V. An Agent is a person employed to do any act for another, or to represent another in dealings with third person.

Note:
i) A Person who procures or supplies finished goods from an entity from a country which shares a land
border with India will, regardless of the nature of his legal or commercial relationship of the producer of
the goods, be deemed to be an Agent for the purpose of this clause.

ii) However, a bidder who only procures raw material, components etc. from an entity from a country
which shares a land border with India and then manufactures or converts them into other goods will
not be treated as an Agent.

VI. The successful bidder shall not be allowed to sub-contract works to any contractor from a country which shares a
land border with India unless such contractor is registered with the Competent Authority.

Note:
(i) The bidder shall provide undertaking for their compliance to this Clause, in the format provided in Annexure-11.
(ii) Registration of the bidder with Competent Authority should be valid at the time of submission of bids and also at
the time of acceptance of the bids.

32.0 Not used

33.0 In the course of evaluation, if more than one bidder happens to occupy L-1 status, effective L-1 will be decided by
soliciting discounts from the respective L-1 bidders.

In case more than one bidder happens to occupy the L-1 status even after soliciting discounts, the L-1 bidder shall
be decided by a toss/ draw of lots, in the presence of the respective L-1 bidder(s) or their representative(s).

Ranking will be done accordingly. BHEL’s decision in such situations shall be final and binding.

34.0 The Bidder declares that they will not enter into any illegal or undisclosed agreement or understanding, whether
formal or informal with other Bidder(s). This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.

In case, the Bidder is found having indulged in above activities, suitable action shall be taken by BHEL as per extant
policies/ guidelines.

35.0 This tender is being floated at the Risk & Cost of existing contractor awarded for ERECTION, TESTING,
COMMISSIONING, TRIAL OPERATION AND HANDING OVER OF POWER CYCLE PIPING, ALL ASSOCIATED
PIPING & EQUIPMENT , INSULATION AND FINAL PAINTING INCLUDING SUPPLY OF PAINTS FOR 1 X 660
MW PANKI THERMAL POWER PROJECT, PANKI, KANPUR,UP. vide Contract Ref No.: 1172 (1168)/2020. As
such, the existing contractor whose balance work is being withdrawn, shall not be eligible to quote in this
tender. In case participation of the existing bidder noticed after Part-I bid opening, their bid shall be
summarily rejected and not to be considered for further processing.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 15 of 33

36.0 Order of Precedence:


In the event of any ambiguity or conflict between the Tender Documents, the order of precedence shall be in the
order below:
a. Amendments/Clarifications/Corrigenda/Errata etc. issued in respect of the tender documents by BHEL
b. Notice Inviting Tender (NIT)
c. Price Bid
d. Technical Conditions of Contract (TCC)—Volume-1A
e. Special Conditions of Contract (SCC) —Volume-1B
f. General Conditions of Contract (GCC) —Volume-1C
g. Forms and Procedures —Volume-1D

It may please be noted that guidelines/ circulars/ amendments/ govt. directives issued from time to time shall also be
applicable.

for BHARAT HEAVY ELECTRICALS LTD


(SCT)
Enclosure:
(i) Annexure-1: Pre Qualifying Requirements.
(ii) Annexure-2: Check List.
(iii) Annexure-3: Not used
(iv) Annexure-4: Reverse Auction Process Compliance Form
(v) Annexure-5: Authorization of representative who will participate in the online Reverse Auction Process
(vi) Annexure-6: RA Price Confirmation and Breakup
(vii) Annexure-7: Integrity Pact
(viii) Annexure-8: Undertaking as per C4 of Annexure-1 i.e. PQR
(ix) Annexure-9: Declaration reg. Related Firms & their areas of Activities
(x) Annexure-10: Declaration reg. minimum local content in line with revised public procurement
(xi) Annexure-11: Declaration by the Contractor
(xii) Other Tender documents as per this NIT.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 16 of 33

ANNEXURE - 1

PRE QUALIFYING REQUIREMENTS (PQR)

JOB ERECTION, TESTING, COMMISSIONING, TRIAL OPERATION AND HANDING OVER OF BALANCE WORK
OF POWER CYCLE PIPING, ALL ASSOCIATED PIPING & EQUIPMENT, IT’S INSULATION AND FINAL
PAINTING INCLUDING SUPPLY OF PAINTS AS PER TENDER SPECIFICATIONS AT 1X660MW PANKI TPS,
PANKI, KANPUR.
TENDER NO. BHEL/NR/SCT/PANKI/R&C/PCP/1313

SL. NO. NAME AND DESCRIPTION OF PRE-QUALIFICATION CRITERIA


A Submission of Integrity Pact duly signed Applicable

B Bidder who wish to participate should have ‘Executed’ Boiler* or Applicable


STG or Power Cycle Piping of one unit of ≥190 MW.

Note:
1. * Consisting of Pressure Parts/ Power Cycle Piping;
2. Executed means achievement of “STEAM BLOWING’ in the last seven (07)
years ending on the ‘latest date of Bid Submission’ even if the Contract has
not been completed or closed..
3. Boiler means HRSG or WHRB or any other types of Steam Generator.
4. Power Cycle Piping means Main Steam, Hot Reheat, Cold Reheat, HP
Bypass.
5. For the purpose of evaluation of PQR, one MW shall be considered
equivalent to 3.5 TPH where ever rating of HRSG/Boiler is mentioned in
MW. Similarly, where ever rating of Gas Turbine is mentioned in terms of
Frame Size, ISO rating of the same in terms of MW shall be considered for
evaluation.
C FINANCIAL: Applicable
C-1 TURNOVER:
Bidders must have achieved an average annual financial turnover (Audited) of INR
411 Lakh or more over last three Financial Years (FY) i.e. (2019-2020, 2020-
2021, 2021-2022). Bidder shall submit the Audited Balance Sheet and Profit &
Loss Account in support of this.

Note: 1) In case audited financial statements have not been submitted for all the
three years as indicated above, then the applicable audited statements submitted
by the bidders against the requisite three years, will be averaged for three years.

2) If financial statements are not required to be audited statutorily, then instead of


audited financial statements, financial statements are required to be certified by
Chartered Accountant.
C-2 NET WORTH: Applicable
Net worth (only in case of companies) of the bidder should be positive.
Note: Net worth shall be calculated based on the latest Audited Accounts, as
furnished for ‘C-1’ above.
Net worth = Paid up share capital + Reserves.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 17 of 33

C-3 PROFIT: Applicable


Bidder must have earned profit in any one of the three financial years as applicable
in the last three financial years as furnished for ‘C-1’ above based on latest Audited
Accounts.
Note: PROFIT shall be PBT earned during any one year of last three financial
years as in ‘C-1’ above.
C-4 Bidder must not be under Bankruptcy Code Proceedings (IBC) by NCLT or Applicable
Liquidation/BIFR, which will render him ineligible for participation in this tender,
and shall submit undertaking (Annexure-8) to this effect.
D Assessment of Capacity of bidder to execute the work as per clause 9.0 of NIT Applicable –
By BHEL
E Approval of Customer Applicable –
By BHEL
F Price Bid Opening By BHEL
Note: Price Bids of only those bidders shall be opened who stand qualified after
compliance of criteria A to E

Explanatory Notes for PQR:


1. Completion date for achievement of the technical criteria should be in the last 7 years ending on the ‘latest date of
Bid Submission’ of Tender irrespective of date of the start of work. Completion date shall be reckoned from the “FY
quarter of bid submission”. (For e.g. – Work completed on 01.01.2014 shall be considered even if latest date of bid
submission is 20.03.2021).

BIDDER SHALL SUBMIT ABOVE PRE-QUALIFICATION CRITERIA FORMAT, DULY FILLED-IN, SPECIFYING
RESPECTIVE ANNEXURE NUMBER AGAINST EACH CRITERIA AND FURNISH RELEVANT DOCUMENT
INCLUSIVE OF WORK ORDER AND WORK COMPLETION CERTIFICATE ETC IN THE RESPECTIVE
ANNEXURES IN THEIR OFFER.

Credentials submitted by the bidder against “PRE QUALIFYING CRITERIAS” shall be verified for its authenticity.
In case, any credential (s) is/are found unauthentic, offer of the bidder is liable to the rejection. BHEL reserves
the right to initiate any further action as per extant guidelines for Suspension of Business Dealings.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 18 of 33

Format-1
Certificate for relationship between Parent Company / Subsidiary Company and the bidder

To,
…………………….

…………………….

Dear Sir,

Sub: Bid for NIT No ……………..dated…………… for “……………………….” (name of the tender).

We hereby certify that M/s…………………………..…… is Parent Company/ Subsidiary Company of M/s ... ………(the
bidder) and details of equity holding of the Parent Company in Subsidiary Company as on ….………….(not earlier than
seven days prior to the Bid Submission Date) are given as below:

Percentage of Equity Holding of


Name of Parent Company Name of Subsidiary Company Parent Company in Subsidiary
Company

(Insert Name and Signature of Statutory Auditor or practicing Company Secretary of the Bidder)

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 19 of 33

Format-2

Undertaking from the Parent Company/ Subsidiary Company of the bidder


(On the Letter Head of Parent Company/ Subsidiary Company, as applicable)

From,
Name:
Full Address:

Telephone No.:
E-mail address:
Fax/No.:

To,
……………………..
……………………..

Dear Sir,

We refer to the NIT No ........................... dated…………… for “……………………….” (name of the Tender).

“We have carefully read and examined in detail the NIT/Tender Terms and Conditions, including in particular, Clause .... of
the NIT/Tender, regarding submission of an Undertaking, as per the prescribed Format 1 of the NIT/ Tender.
We confirm that M/s……………………………………… (the Bidder) has been authorized by us to use our Technical
capability for meeting the Technical Criteria as specified in Clause…………..of the PQR of the NIT/Tender referred above.

We agree to submit the Security Deposit equivalent to 1% of the total contract value in addition to Security Deposit to be
submitted by Bidder as per Clause………......of the NIT/Tender for fulfilment of all obligations in terms of provisions of the
contract, in the event of …………………………..(the Bidder) being selected as the Successful Bidder.

We confirm that we along with M/s…………………………….…….……(the bidder), are jointly or severally responsible for
successful performance of the contract.
We confirm that our company shall not participate in the above tender as a ‘Standalone Bidder’ or as a ‘Consortium bidder’
and also shall not authorize any other bidder to use our Technical capability for the above tender.

All the terms used herein but not defined, shall have the meaning as ascribed to the said terms under the referred
NIT/Tender.

Signature of Managing Director/Authorized signatory of Parent/ Subsidiary Company

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 20 of 33

ANNEXURE - 2
CHECK LIST
NOTE:- Tenderers are required to fill in the following details and no column should be left blank

1 Name of the Tenderer

2 Address of the Tenderer

3 Type of the Firm/ Company

(i) In case of Individual Tenderer His / her full name, address and place & nature of business shall be
furnished along with the offer.
(ii) In case of Partnership Firm The names of all the partners and their addresses, A copy of the partnership
deed/instrument of partnership dully certified by the Notary Public shall be
furnished along with the offer..
(iii) In case of Companies a) Date and place of registration including date of commencement certificate
in case of Public Companies (certified copies of Memorandum and articles
of Association are also to be furnished).
b) Nature of business carried on by the Company and the provisions of the
Memorandum relating thereof.
4.a Details of Contact person for this Tender Name : Mr/ Ms

Designation:

Telephone No:

Mobile No:

Email ID:

4.b Details of alternate Contact person for Name : Mr/ Ms


this Tender
Designation:

Telephone No:

Mobile No:

Email ID:

5 EMD DETAILS

6 Validity of Offer TO BE VALID FOR SIX MONTHS FROM DUE DATE


APPLICABILITY ENCLOSED
DESCRIPTION
(BY BHEL) BY BIDDER
7 Whether all pages of the Tender documents including annexures, appendices
etc are read and understood Applicable YES / NO

8 Whether the format for compliance with PRE QUALIFICATION CRITERIA Applicable
(ANNEXURE – 1 ) is understood and filled with proper supporting documents YES / NO
referenced in the specified format
9 Audited Balance Sheet and profit & Loss Account for the last three years Applicable YES / NO
10 Copy of PAN Card Applicable YES / NO
11 Copy of GST registration Applicable YES / NO

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 21 of 33

SL. APPLICABILITY ENCLOSED


NO. DESCRIPTION
(BY BHEL) BY BIDDER
12 Organization Chart of the tenderer’s organization, including the names, Applicable
addresses and contact information of the Directors/Partners shall be YES / NO
furnished along with the offer.
13 Integrity Pact (Annexure – 7 of NIT) Applicable YES / NO
14 Annexures – 5, 8, 9, 10 & 11 of NIT Applicable YES / NO
15 Offer forwarding letter / tender submission letter [Form No. F-01 (Rev 00)] Applicable YES / NO
16 Declaration by Authorised Signatory [Form No: F-02 (Rev 00)] Applicable YES / NO
17 Declaration by Authorised Signatory regarding Authenticity of submitted Applicable
YES / NO
documents [Form No: F-02A (Rev 00)]

18 No Deviation Certificate [Form No: F-03 (Rev 00)] Applicable YES / NO


19 Declaration confirming knowledge about Site Conditions [Form No: F-04 Applicable
(Rev 00)] YES / NO

20 Declaration for relation in BHEL [Form No: F-05 (Rev 00)] Applicable YES / NO
21 Non-Disclosure Certificate [Form No: F-06 (Rev 00)] Applicable YES / NO
22 Bank Account Details for E-Payment [Form No: F-07 (Rev 00)] Applicable YES / NO
23 Format for seeking clarification [Form No: F-08 (Rev 00)] Applicable YES / NO
24 Capacity Evaluation of Bidder for current Tender [Form No: F-09 (Rev 00)] Applicable YES / NO
25 Power of Attorney for Submission of Tender/Signing Contract Agreement Applicable
[Form No: F-25 (Rev 00)] YES / NO

26 Analysis of Unit rates [Form No: F-26 (Rev 00)] Applicable YES / NO

NOTE : STRIKE OFF ‘YES’ OR ‘NO’, AS APPLICABLE. TENDER NOT ACCOMPANIED BY THE PRESCRIBED ABOVE APPLICABLE
DOCUMENTS ARE LIABLE TO BE SUMMARILY REJECTED.

DATE : Sign. of the AUTHORISED SIGNATORY


(With Name, Designation and Company seal)

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 22 of 33

ANNEXURE – 3
Not used

ANNEXURE - 4

Reverse Auction Process Compliance Form

(The bidders are required to print this on their company’s letterhead and sign, stamp before RA)
To
- M/s. {Service provider
- Postal address}

Sub: Agreement to the Process related Terms and Conditions

Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned in the RFQ document for {Items}
against BHEL enquiry/ RFQ no.{………} dt. {…….}
This letter is to confirm that:

1) The undersigned is authorized official/ representative of the company to participate in RA and to sign
the related documents.
2) We have studied the Reverse Auction guidelines (as available on www.bhel.com), and the Business
rules governing the Reverse Auction as mentioned in your letter and confirm our agreement to them.
3) We also confirm that we have taken the training on the auction tool and have understood the
functionality of the same thoroughly.
4) We also confirm that, in case we become L1 bidder, we will FAX/ email the price confirmation & break
up of our quoted price as per Annexure - 6 within two working days (of BHEL) after completion of RA
event, besides sending the same by registered post/ courier both to M/s. BHEL and M/s. {Service
provider.}

We, hereby confirm that we will honor the Bids placed by us during the auction process.

With regards

Signature with company seal

Name:
Company / Organization:
Designation within Company / Organization:
Address of Company / Organization:

Sign this document and FAX/ email it to M/s {Service provider} at {…..…} prior to start of the Event.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 23 of 33

ANNEXURE – 5

Authorization of representative who will participate in the on line Reverse Auction Process:

1 NAME OF THE BIDDER

2 NAME & DESIGNATION OF OFFICIAL

3 POSTAL ADDRESS (COMPLETE)

4 TELEPHONE NOS. (LAND LINE & MOBILE


BOTH)
5 E-MAIL ADDRESS

6 NAME OF PLACE/ STATE/ COUNTRY,


WHEREFROM S/HE WILL PARTICIPATE IN THE
REVERSE AUCTION

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 24 of 33

ANNEXURE – 6

RA price confirmation and breakup


(To be submitted by L1 bidder after completion of RA)

To
- M/s. Service provider
- Postal address

CC: M/s BHEL


{Unit-
Address-}
Sub: Final price quoted during Reverse Auction and price breakup

Dear Sir,

We confirm that we have quoted.

Rs.{____in value & in words_______} for item(s) covered under tender enquiry No. {...} dt.{…}

Total price of the items covered under above cited enquiries is inclusive of {Packing & forwarding, GST, E.D.,
C.S.T., freight and insurance charges up to {………………………} District,{…………………..} State and Type
Test Charges etc., (exclusive of service tax), other as per NIT}

as our final landed prices as quoted during the Reverse Auction conducted today {date} which will be valid for a
period of {___ in nos. & in words ___} days.

The price break-up is as given below.

========
Total - Rs. in value & in words
========

Yours sincerely,

For _________________

Name:
Company:
Date:
Seal:

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 25 of 33

ANNEXURE – 7
INTEGRITY PACT

Integrity Pact format attached separately

ANNEXURE – 8

UNDERTAKING

(To be typed and submitted in the Letter Head of the Company/Firm of Bidder)

To,

(Write Name & Address of Officer of BHEL inviting the Tender)

Dear Sir/Madam,

Sub: DECLARATION REGARDING INSOLVENCY/ LIQUIDATION/ BANKRUPTCY PROCEEDINGS

Ref: NIT/Tender Specification No:

I/We, _______________________________________________________________________________________

declare that, I/We am/are not under insolvency resolution process or liquidation or Bankruptcy Code Proceedings (IBC) as

on date, by NCLT or any adjudicating authority/authorities, which will render us ineligible for participation in this tender.

Sign. of the AUTHORISED SIGNATORY


(With Name, Designation and Company seal)

Place:
Date:

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 26 of 33

ANNEXURE-9

DECLARATION

Date: _________
To: _______________________
Address: BHEL,__________________
_______________________
_______________________
_______________________
Email: _______________________

Sub: Details of related firms and their area of activities

Dear Sir/ Madam,

Please find below details of firms owned by our family members that are doing business/ registered for same item with
BHEL, _______________ (NA, if not applicable)

1 Material Category/ Work Description


Name of Firm
Address of Firm
Nature of Business
Name of Family Member
Relationship
2 Material Category/ Work Description
Name of Firm
Address of Firm
Nature of Business
Name of Family Member
Relationship

Note: I certify that the above information is true and I agree for penal action from BHEL in case any of the above
information furnished is found to be false.

Regards,

(________________________)

From: M/s ___________________


Supplier Code: _______________________
Address: _______________________
_______________________
_______________________

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 27 of 33

Annexure-10

DECLARATION REGARDING MINIMUM LOCAL CONTENT IN LINE WITH


REVISED PUBLIC PROCUREMENT (PREFERENCE TO MAKE IN INDIA), ORDER 2017 DATED 04TH JUNE,
2020 AND SUBSEQUENT ORDER(S)
(To be typed and submitted in the Letter Head of the Entity/Firm providing certificate as applicable)
----------------------------------------------------------------------------------------------------------------------------------------------
To,

(Write Name & Address of Officer of BHEL inviting the Tender)

Dear Sir,
Sub: Declaration reg. minimum local content in line with Public Procurement (Preference to Make in India),
Order 2017-Revision, dated 04th June, 2020 and subsequent order(s).
Ref : 1) NIT/Tender Specification No: …………………………,
2) All other pertinent issues till date

We hereby certify that the items/works/services offered by……………………………………… (specify the name of
the organization here) has a local content of _______ % and this meets the local content requirement for ‘Class-I
local supplier’ / ‘Class II local supplier’ ** as defined in Public Procurement (Preference to Make in India),
Order 2017-Revision dated 04.06.2020 issued by DPIIT and subsequent order(s).

The details of the location(s) at which the local value addition is made are as follows:

1. ______________ 2. ______________

3. ______________ 4. ______________


Thanking you,
Yours faithfully,

(Signature, Date & Seal of


Authorized Signatory of the Bidder)

** - Strike out whichever is not applicable.


Note:
1. Bidders to note that above format Duly filled & signed by authorized signatory, shall be submitted along with the
techno-commercial offer.
2. In case the bidder’s quoted value is in excess of Rs. 10 crores, the authorized signatory for this declaration shall
necessarily be the statutory auditor or cost auditor of the company (in the case of companies) or a practising cost
accountant or practicing chartered accountant (in respect of suppliers other than companies).
3. In the event of false declaration, actions as per the above order and as per BHEL Guidelines shall be initiated
against the bidder.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com
Document No . PS:MSX:NIT, Rev 02, 17th Sept.’ 2020 Page 28 of 33

ANNEXURE-11

DECLARATION REGARDING COMPLIANCE TO RESTRICTIONS UNDER RULE 144 (xi) OF GFR 2017
(To be typed and submitted in the Letter Head of the Entity/ Firm providing certificate as applicable)
------------------------------------------------------------------------------------------------------------------
To,
(Write Name & Address of Officer of BHEL inviting the Tender)

Dear Sir,

Sub: Declaration regarding compliance to Restrictions under Rule 144 (xi) of GFR 2017

Ref : 1) NIT/Tender Specification No: …………………………,


2) All other pertinent issues till date

I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with
India and on sub-contracting to contractors from such countries. I certify that ________________ (SPECIFY THE NAME
OF THE ORGANIZATION HERE), is not from such a country/ has been registered with the Competent Authority (attach valid
registration by the Competent Authority, i.e., the Registration Committee constituted by the Dept. for Promotion of Industry and Internal
Trade (DPIIT); and will not sub-contract any work to a contractor from such countries unless such contractor is registered
with the Competent Authority. (attach relevant valid registration, if applicable)

I hereby certify that we fulfil all requirements in this regard and is eligible to be considered.

Thanking you,
Yours faithfully,

(Signature, Date & Seal of


Authorized Signatory of the Bidder)

Note: Bidders to note that in case above certification given by a bidder, whose bid is accepted, is found to be false, then
this would be a ground for immediate termination and for taking further action in accordance with law and as per
BHEL guidelines.

Registered Office: BHEL House, Siri Fort, New Delhi – 110 049, India
Website: www.bhel.com

You might also like