Tendernotice 1
Tendernotice 1
EOI
for
Rate Contract (RC) for selection of back end partner(s) for
supply, installation, maintenance of Solar Hi mast, Solar
Tree, solar street lights etc. in the various states across
India.
Issued By:
[Tender Group]
Fax: +91 (11) 26242266
Tel: +91 (11) 26202544
https://www.tcil.net.in/
Page 1 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
CONTENTS
1. SECTION-1: EXPRESSION OF INTEREST (EOI) ........................................................ 3
2. SECTION-2: GENERAL TERMS & CONDITIONS OF THE CONTRACT ............... 10
3. SECTION-3: SPECIAL CONDITIONS OF CONTRACT ............................................. 18
4. SECTION- 4: SCOPE OF WORK & TECHNICAL SPECIFICATIONS ..................... 22
5. SECTION-5: PROJECT EXPERIENCE ......................................................................... 23
6. SECTION-6: PRICE BID SCHEDULE ............................................................................ 24
7. SECTION-7: MANUFACTURER'S AUTHORISATION FORM .................................. 27
8. SECTION-8: BID SECURITY DECLARATION FORMAT .......................................... 28
9. SECTION-9: INTEGRITY PACT ...................................................................................... 29
10. SECTION-10: AUTHORIZATION LETTER ................................................................... 30
11. SECTION-11: CALCULATION OF LOCAL CONTENT: ............................................. 32
12. SECTION-12: NO-CONVICTION CERTIFICATE ......................................................... 33
13. SECTION-13: BID SUBMISSION FORM ....................................................................... 34
14. SECTION-14: MAKE IN INDIA UNDERTAING ............................................................ 37
15. SECTION-16: EOI CHECKLIST ...................................................................................... 41
16. SECTION-17: DELETED .................................................................................................. 43
17. SECTION-18: PERFORMANCE BANK GUARANTEE (PBG FORMAT) ................ 44
18. SECTION-19: MEMORANDUM OF UNDERSTANDING ............................................ 45
Page 2 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
EOIs are invited from all eligible bidders for Pre-Tender Tie-up with TCIL for “Rate Contract (RC)
for selection of back end partner (s) for supply, installation, maintenance of Solar Hi mast, Solar
Tree, solar street lights etc. in the various states across India”.
Telecommunications Consultants India Ltd. (TCIL) is a Govt. of India Enterprise, under Department
of Telecommunications, Ministry of Communications. It was set up in 1978 to share Indian
experience and expertise with developing countries and to assist bulk users of telecom services in
setting up dedicated telecom networks.
TCIL has been undertaking various projects in all fields of telecommunications and information
technology and also continuously deploying new technologies in the field of Telecom Software,
Switching and Transmission Systems, Cellular Services, Rural Telecommunications, Optical Fiber
based Backbone Transmission Systems etc. TCIL has diversified its operation and has been
executing projects in the field of Civil Infrastructure, Architecture and Power, Rural Roads and Civil
Construction. TCIL has been executing projects in latest technologies like FTTH, VOIP, IPTV etc.
TCIL intends to select back end partner(s) on Rate Contract basis for supply, installation,
maintenance of Solar Hi mast, Solar Tree, solar street lights etc. in the various states across India.
This EOI is floated for selection of back end partner ready to work in the above project for TCIL on
exclusive basis.
Submission of Online Bids is mandatory for this EOI. Prospective bidders need to submit their bids
with the most competitive Techno-commercial offer for the aforesaid work. EOI document is
available on TCIL website (https://www.tcil-india.com/nit.php) & GePNIC portal
(www.etenders.gov.in).The important dates are as given below:-
Page 3 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
a) As per GOI Order No. P-45021/2/2017- PP(BE-II), dated 16-09-2020 for Make in India
only [Class I local supplier if local capacity exists]/[Class-I local supplier & Class-II local
supplier if local capacity doesn‟t exist and value of work is less than 200 crores] are eligible
to bid for this EOI.
b) The bidder should be an Indian Registered Company under Companies Act 1956 or 2013/
Proprietorship /Partnership Firm. Copy of Certificate of Incorporation/ Registration/
Partnership Deed or any other relevant document, as applicable, should be submitted
along with a copy of address proof.
i. Average Annual Financial Turnover during the last 3 years, ending 31st March of the
previous financial year should be at least 1.5 Crore (1 Crore for MSE and
Startup) excluding GST.
ii. Net worth should be positive as on 31st March of last Financial Year.
iii. The bidder should be in profit before tax (PBT) in two out of last three financial years.
i. One similar work costing not less than 2 Crores (1.75 Crores for MSE and
Startup) excluding taxes.
Or
ii. Two similar works each costing not less than 1.5 Crores (1.25 Crore for MSE and
Startup) excluding taxes.
„Similar work‟ implies “Supply, Installation, Testing, Maintenance of Solar Hi mast, Solar
Tree, solar street lights, solar roof top etc. One Similar Work means a Single
Work/Purchase Order of value as given in this clause above.
The bidder should submit supporting document i.e. work order and completion certificate
from client.
e) The bidder should have a valid PAN and GST Registration (copy of PAN card and GST
Registration certificate should be submitted in the bid). Copy of PAN card and GST
Registration certificate should be submitted in the bid. In case GST registration is not
available, the bidder shall give undertaking that it will get registered before start of work, if
work is awarded to them
Page 4 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
The bidder should submit Manufacturers Authorization Certificate (MAF) from Original
Equipment Manufacturers (OEMs) specific to the bid for items mentioned in this EOI.
In case of unavailability of MAF at the time of EOI response, bidder should submit an
undertaking stating that the same shall be submitted before opening of Financial bid.
g) The bidder should not be insolvent, in receivership, bankrupt or being wound up, not have
had their business activities suspended and not be the subject of legal proceedings for any
of the foregoing. An undertaking by the bidder should be submitted.
j) The bidder needs to submit un-priced BOQ along with their technical bid.
k) The bidder needs to submit an Undertaking stating that: Vendors, whose Purchase
Order(s) for any Project of TCIL was/were cancelled on risk & cost basis for non-
performance or non-submission of performance guarantee in last 5 years, are not
eligible to participate in this tender.
m) The bidder should have Local Office where work is to be executed. Else, he should give an
undertaking that he will open Local office after Award of Work.
The Bidder should comply with all applicable Indian Labour laws, Payment of Minimum
Wages Act, Workman‟s Compensation Act, EPF/ESI provisions and any such statutory
provisions. In case the bidder is found to be not complying to any of the relevant statutory
requirement, action as deemed fit may be initiated by TCIL at its sole discretion.
o) Clause deleted.
1.3 The bidder should give an undertaking on the company‟s letter head that all the
documents/certificates/information submitted by them against this EOI are genuine.
Page 5 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
1.4 A statement showing Clause-by-Clause compliance to all Terms & Conditions of all the
Sections of this EOI duly signed and stamped on the Letter Head of their Organization. The
bidder shall submit No-Deviation Certificate along with above.
Bidder shall submit technical data sheet by highlighting each complied specification.
Wherever technical specifications and operational/functional requirements not mentioned
in datasheet, OEM compliance shall be submitted.
The bidders shall sign a Bid Security Declaration (as per format given in EOI) accepting that
if they withdraw or modify their bids during the period of validity etc., they will be suspended
for the time specified in the EOI document.
In exceptional cases where client doesn‟t exempt EMD/Bid Security in line with guidelines by
Govt., then the bidder shall also be asked to submit EMD/Bid Security(on back to back terms
with Client).
Note:- Bids received without Bid Security Declaration form shall be summarily rejected.
Nil
EOI responses received without Bid Security Declaration shall be summarily rejected.
a) NOTE 1 - To avail benefits for eligibility criteria, all Micro and Small Enterprises shall
submit Udyog Aadhar Memorandum / NSIC certificate/ Udyam Certificate etc. for
item/services (mentioned in this EOI) along with a certificate from their Statutory Auditors
certifying the amount of investment in plant and machinery by Micro and Small Enterprise
in accordance with provisions of MSMED Act 2006 to be read with notifications No SO
2119(E) dated 26.06.2020.
Non-submission of requisite proof and certificate from statutory auditors shall be treated
as non-MSE bid.
b) NOTE-2
i. Traders/ resellers / distributors/authorized agents will not be considered for availing
benefits under MSME Act 2006 and PPP Policy 2012 as per MSE guidelines issued
by MoMSME.
ii. To avail benefit of relaxation in Eligibility Criteria, Payments Terms, Micro and Small
Suppliers (MSEs) who are manufacturer of Goods / Items and provider of Services,
need to ensure that ALL delivered Goods / items and Services of the EOI are listed
in their MSME / NSIC certificate. Partial Listing of Goods / Services in their
certificate shall render MSEs ineligible for benefits.
1.7 EVALUATION
a) TCIL shall evaluate bids in respect to substantive responsiveness of the bid or otherwise.
TCIL shall carry out detailed evaluation of the substantially responsive bids only.
b) A bid determined as substantially non-responsive technically/financially shall be rejected,
even after opening the price bid.
Page 6 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
c) TCIL may waive any minor infirmity or non-conformity or irregularity in the bid which does
not constitute a material deviation.
d) The price bid of the technically qualified bidders will be opened and evaluated. A
list of the lowest rate of each and every item mentioned in the BoQ among the
quoted prices shall be prepared. Those bidders who agree to match the lowest
discovered rates of each and every item mentioned in the BOQ shall be selected for
signing of Rate Contract with TCIL.
The lowest rates shall be discovered and the backend partners shall be empanelled with
TCIL on Rate Contract basis for the mentioned works. The selected back end partners are
expected to explore the business leads in various government organizations/departments
to work with TCIL for the items mentioned in the Scope of Work. If an empanelled partner
brings the business lead and the work gets awarded to TCIL on nomination basis, in such
case the same work will be awarded to that back end partner on the basis of rate contract.
Bid shall remain valid for 120 days after the date of bid opening. The bid valid for a shorter
period shall be rejected as non-responsive.
In exceptional circumstances, TCIL may request the bidder for an extension to the period of
bid validity if same is extended by end client and accordingly, the bid security shall also be
suitably extended by the bidder.
1.10 IP PROGRAMME:
As a part of implementation of Integrity Pact Programme (IPP) in TCIL, all tenders with the
estimate value equal to or exceeding the threshold value will be covered under the Integrity
Pact Programme (IPP) and the vendors are required to sign the IP document and submit the
same to TCIL before or along with the bids. Latest IP document is available at TCIL website
(www.tcil.net.in) Link- https://www.tcil.net.in/integrity_pact.php Even in case of tenders with
the estimated value less than the threshold value, the vendors would be required to sign the
IP document if the total value of the Purchase Orders (POs) exceeds the threshold value in
respect of:
Multiple/repeat POs on the single vendors against a tender.
POs placed on multiple vendors against a tender.
Only those vendors who have signed the IP document can send their grievances, if any, to
the Independent External Monitors (IEMs) through the nodal officer, i.e. Chief Vigilance
Officer (CVO). TCIL in the prescribed proforma.
If the Order, with total value equal to or more than the threshold value, is split to more than
one vendor and even if the value of PO placed on any/each vendor(s) is less than the
threshold value, IP document having been signed by the vendors at bid stage itself, the Pact
shall continue to be applicable.
Page 7 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
In respect of tenders for Pre-bid tie up/Expression of Interest (EOI) : In case of TCIL getting
the Order from the client, before placement of Purchase Order/Work Order on technically &
commercially qualified vendor, the selected vendor is required to sign the IP document.
IP document shall be in plain white sheet and to be signed by the vendor and TCIL with two
witnesses from each party. The name, designation, company etc. of the persons signing the
IP document and the project/tender name shall be clearly mentioned. All pages of the IP
document shall be initialed by both parties along with company seal.
Tender received without signed & stamped copy of the Integrity Pact document will be liable
to be rejected, and the bidder himself will be responsible for that.
a) This EOI is covered under Integrity Pact Programme of TCIL and bidders are required to
sign the Integrity Pact Document and submit same to TCIL before or along with the bids.
b) Integrity Pact Agreement duly signed and stamped by Authorized Signatory & Witnesses
has to be submitted in physical form at the time of bid submission. In case of consortium
bid, the lead partner shall sign as authorized signatory and the consortium partner as
witness.
c) EOI received without signed copy of the Integrity Pact document will be liable to be
rejected.
d) In case of Joint Venture, all partners of the joint venture should sign the Integrity Pact. In
case of sub-contracting, the Principal Contractor shall take the responsibility of the
adoption of IP by sub-contractor. It is to be ensured that all sub-contractors also sign the
IP.
e) Mediation Clause
In the event of any dispute between management and the contractor relating to those
contracts where integrity pact is applicable, in case, both the parties are agreeable, the
dispute may be settled through mediation before the panel of IEMs in a time bound
manner. If required, the organizations may adopt any mediation rules for this purpose.
In case the dispute remains unresolved even after mediation by panel of IEMs, the
organization may take further action as per terms and conditions of the contract.
1.12 DELETED
The bidders need to submit board resolution along with authorization Letter in Online mode
authorizing the signatory to act on behalf of the bidder. The Authorized person should be
either authorized by Board or an employee authorized by one of the following person who
has the Board Resolution to delegate authorization to other:
1. Managing director
2. The Chief Executive Officer
3. The manager;
4. The Company Secretary
5. The Whole-time director
6. The Chief Financial Officer
The bidder should ensure that the Digital Signature used for uploading the
tender document in e tender portal should be of the authorized signatory.
Page 8 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
1.14 MOU/AGREEMENT
Selected bidder will have to sign MoU with TCIL (as per format enclosed) before TCIL
submits bid to the end client. The rate contract shall be valid for initially 3 years which may be
extendable for another two years based on the mutual consent.
Bidders should note that TCIL may verify authenticity of all the
documents/certificate/information submitted by them against the EOI. In case at any stage of
this process, if it is established that bidder has submitted forged
documents/certificates/information towards fulfillment of any of the EOI/contract conditions,
TCIL shall immediately reject the bid of such bidder(s) or cancel/terminate the contract and
forfeit bid security / Performance Security submitted by the bidder and debar them from
participation in future tenders of TCIL for a period upto 5 years.
The queries may be asked from bidders for submitting shortfall to be submitted within
specified date and time. Also, every document submitted against following queries should be
signed by the person authorized as per Authorization letter / Board Resolution submitted by
bidder against tender, without which the documents will not be accepted as valid.
All MSE bidders should be registered on TReDS platform (www.rxil.cin) and MSME-
SAMADHAAN portal. Participating MSE bidders shall submit an undertaking regarding the
same.
1.18 The bidder must ensure that their bid is complete in all respects and conforms to EOI terms
and conditions, EOI specifications etc. including client specifications, failing which the bids
are liable to be rejected without seeking any clarifications on any exception/deviation taken
by the bidder in their bid.
1.19 TCIL reserves the right to accept or reject any or all the EOIs without assigning any reason.
2. Sarchna,
Manager (TG)
Ph. No. 011-26202544
Email: sarchna@tcil.net.in
END OF SECTION-1
Page 9 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
a) Based on the initiatives of government of India to help MSME vendors get immediate
access to liquid fund based on TCIL‟s credit rating by discounting MSE‟s trade receivables
through an auction mechanism where multiple financers can participate and bid, TCIL
registered itself on TReDS platform with M/s RXIL.
b) Micro and Small Enterprise (MSE) bidders / vendors can avail this benefit by registering
themselves with M/s RXIL providing e-discounting/electronic factoring services on its
TReDS platform and following the procedures defined therein.
c) All costs relating to availing the facility of discounting on TReDS platform including but not
limited to Registration charges, Transaction charges for financing, Discounting Charges,
Interest on financing, or any other charges known by any name shall be borne by MSE
Bidders / Vendor.
d) MSE Bidders / Vendor hereby agrees to indemnify, hold harmless and keep TCIL and its
affiliates, Directors, officers, representatives, agents and employees indemnified, from any
and all damages, losses, claims and liabilities (including legal costs) which may arise from
Sellers submission, posting or display, participation, in any manner, on the RXIL‟s TReDS
Platform or from the use of Services or from the TCIL‟s breach of any of the terms and
conditions of the Usage Terms or of this Agreement and any Applicable Law on a full
indemnity basis.
e) TCIL shall not be liable for any special, indirect, punitive, incidental or consequential
damages or any damages whatsoever (including but not limited to damages for loss of
profits or savings, business interruption, loss of information), whether in contract, tort,
equity or otherwise or any other damages resulting from using facilities on RXIL‟s TReDS
platform.
Page 10 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
d) Procedure (if sufficient local capacity doesn‟t exist, Class-I and Class-II Local Suppliers
are eligible to bid) through following procedure. No Purchase Preference for Class-II Local
Supplier56:-
i. Items mentioned in EOI are non-splittable/non-dividable
Bidders shall submit the following certificate for sourcing products and services in tender
"We have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India. We certify that bidder M/s __ (name of the bidder)
is not from such a country or if from such a country, has been registered with the Competent
Authority. We hereby certify that bidder M/s. (Name of bidder) fulfills all the
Page 11 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
requirement in this regard and is eligible to be considered against this EOI. The bidder will not
source those products & services whose beneficial owner is from such countries "
[wherever applicable the bidder must submit evidence of valid registration by Competent
Authority]
2. "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 hereinbefore,
including any agency, branch or office controlled by such person, participating in a
procurement process.
3. "Bidder from a country which-shares a land border with India" for the purpose of this Order
means;-
i. An entity incorporated, established or registered in such a country; or
ii. A subsidiary of an entity incorporated, established or registered in such a country; or
iii. An entity substantially controlled through entities incorporated, established or
registered in such a country; or
iv. An entity whose beneficial owner is situated in such a country; or
v. An Indian (or other) agent of such an entity; or
vi. A natural person who is a citizen of such a country; or
vii. A consortium or joint venture where any member of the consortium or joint venture
falls under any of the above.
4. The beneficial owner for the purpose of (3) above will be as under:-
Page 12 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
a) In case, the sub-contractor/ Supplier is not performing its obligations under the contract,
the notice shall be sent as per law to the sub-contractor informing that in case of non-
performance by a particular date/period, the contract shall be terminated and the
work/project will be executed (through a third party) at the risk and cost of the said sub-
contractor/ supplier as per the terms of the contract.
b) On completion of the specified period/date, the notice of termination shall be issued
clearly specifying that the remaining work shall be executed (through a third party) at the
risk and cost of the sub-contractor/supplier. Along with this notice of termination, intimation
shall be sent to the said sub-contractor/supplier for joint preparation of inventory of the
works performed/ supplies already undertaken by him. If the sub-contractor/supplier fails
to turn up on an appointed date for joint preparation of inventory, in that situation he shall
be proceeded ex parte and the inventory shall be prepared by TCIL/Employer and the
same be sent to the sub-contractor/supplier.
c) Further at the time of award of work to another sub-contractor/ Supplier, if the work is
awarded at an additional cost than the original sub-contractor/ Supplier, another notice
may be issued to the original sub-contractor/ Supplier specifying that the work has been
awarded to another agency at the additional cost of such and such amount, and he is
liable to pay that amount to TCIL.
d) Demand notices may be sent to the original sub-contractor/ Supplier from time to time.
a) Whenever under this contract, any sum of money is recoverable from and payable by the
supplier, the purchaser shall be entitled to recover such sum by appropriating in part or in
whole the security deposit of the supplier, if a security is taken from the supplier. In the
event of the security being insufficient or if no security has been taken from the supplier,
the balance or the total sum recoverable, as the case may be, shall be deducted from any
sum due to the supplier or which at any time thereafter may become due to the supplier
under this or any other contract with the purchaser. Should this sum be not sufficient to
cover the full amount recoverable, the supplier, shall pay to the purchaser on demand the
remaining balance due.
b) Any some of money (including refundable security deposit) due and payable to the
supplier, under this contract or any other contract entered between the parties herein
whether continuing or completed may be appropriated by TCIL and set off against any
claim of TCIL of any nature whatsoever, arising under this contract or any other contract
entered into between the parties, herein whether continuing or completed.
Page 13 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
b) Further if required, an additional order for 50% of the value of the goods & services
limited to 100% of the value of goods and services contained in the running
tender/contract may be placed within a period of twelve months from the date of
commissioning/ commercialization of the project (date of acceptance of APO of the items
procured in case where no installation, commissioning is involved) on the existing
vendors at the same rate or a rate negotiated (downwardly) considering the reasonability
of rates based on prevailing market conditions and the impact of reduction in duties and
taxes etc.(with due approval of the Board).
Add-On order upto 50% quantity shall be placed with approval of concerned Director and
Add-On order for more than 50% quantity shall be placed with approval of CMD TCIL.
TCIL will have the right to increase or decrease up to 25% of the value of goods and services
specified in the schedule of requirements without any change in the unit price or other terms
and conditions at the time of award of contract.
The supplier shall be exempted from the responsibility for any non-performance arising from
a case of force majeure or act of God, hereinafter called force majeure (a) war and (b)
earthquake. If such circumstances should arise, the supplier shall inform the purchaser within
72 hours in writing of the existence of the fact before suspending work without penalty on
either side from the period of such suspension not exceeding 3 months. Likewise, it must
proceed to inform the end of such fact. As soon as the facts constituting a force majeure
cease in their effects, the supplier shall restart or continue the fulfillment of its obligations
agreed upon. Should suspension of work as explained above exceed three months, the
contract shall be violable at the option of either party without penalty on either side.
2.10 ARBITRATION
All disputes or differences whatsoever arising among the parties under and/or in connection
with and/or in respect of this tender shall be referred to and decided by a sole arbitrator, who
shall be nominated by the CMD, TCIL. The arbitration shall be conducted in accordance with
Arbitration and Conciliation Act of 1996 as amended from time to time and the venue of the
arbitration shall be in New Delhi.
For Public Sector Undertaking / Government Departments: “In the event of any dispute or
difference relating to the interpretation and application of the provisions of this contract, such
dispute or difference shall be taken up by either party for resolution through AMRCD as
mentioned in DPE OM No. 4(1)/2013-DPE (GM)/FTS-1835 dated 22.05.2018.
Any party aggrieved with the decision of the committee at the Ist level (tier) may prefer an
appeal before the Cabinet Secretary at the Second level (tier) within 15 days from the date of
receipt of decision of the committee at First level, through its Administrative Ministry/ Deptt in
Page 14 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
terms of para 4, 5 and 7 of above DPE OM dated 22.05.2018, whose decision will be final
and binding on all concerned.”
a) The prices once fixed will remain valid during currency of rate contract. Further, if at any
time during the contract
It comes to the notice of purchaser regarding reduction of price by the
supplier/vendor for the same or similar equipment/ service;
And/or
The prices received in a new tender for the same or similar equipment/service are
less than the prices chargeable under the contract.
The purchaser, for the purpose of rate contract, if any, will determine and intimate the new
price, taking into account various related aspects such as quantity, geographical location
etc., and the date of its effect for the balance quantity/ service to the vendor. In case the
vendor does not accept the new price to be made applicable during the extended delivery
period and the date of its effect, the purchaser shall have the right to terminate the contract
without accepting any further supplies. This termination of the contract shall be at the risk
and responsibility of the supplier/vendor/contractor and the purchaser reserves the right to
purchase the balance unsupplied quantity/ service at the risk and cost of the defaulting
vendor besides considering the forfeiture of his performance security.
b) The vendor during any time of the currency of the rate contract, shall have to provide an
undertaking as “We have not reduced the sale price, and/ or offered to sell the same or
similar equipment/ service to any person/organization including Department of
central/state Government or any central/state PSU at a price lower than the price
chargeable under the contract for scheduled delivery period.”
In case clarification is required by TCIL, the vendor supplier shall produce related
documents such as PO/Agreement etc.
The Bidder should submit all the bid documents (except Bank Guarantee) online as
indicated in the Tender /EOI schedule. The Tender Fees is to be submitted by NEFT mode
and UTR No. is to be provided by bidder in their online bid. Only Bank Guarantee if
required in tender/EOI schedule shall be taken in offline mode.(Address to be given where
it is to be submitted)
Documents submitted in online mode should be uploaded using DSC of person authorized
as per Authorization letter /Board Resolution for signing bid documents.
a) At any time, prior to the date of submission of bids, TCIL may for any reason, whether
at its own initiative or in response to a clarification requested by a prospective bidder,
Page 15 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
modify the bid documents by amendments, which shall be available on TCIL Website
and the e-tendering portal.
b) In order to give required time to the prospective bidders, in which to take the
amendments into action in preparing their bid, TCIL may at its discretion extend the
deadline for submission of bid suitably.
a) The prices quoted by the bidder shall remain firm during the entire period of the
contract and shall not be subject to variation (unless asked by TCIL). Clauses such as
“at actual”, “extra‟, “to be given later” etc. shall also be treated as non-responsive &
are liable for rejection.
a) Bid withdrawal/modification shall not be allowed after end date and time of bid
submission.
b) Withdrawal of a bid between the deadline for submission of bids and the expiration of
the period of bid validity specified in the tender or as extended, may result in the
forfeiture of the bid security. Such defaulting vendor is liable to be debarred from
participating in future bids for a period of upto 5 years.
During evaluation of bids, TCIL may at its discretion ask the Bidder for clarifications/
confirmations/ deficient documents of its bid. The request for clarification and the
response shall be in writing and no change in the price of substance of the bid shall be
sought or permitted.
a) TCIL may, without prejudice to any other remedy for breach of contract, by written
notice of default, sent to the supplier, terminate this contract in whole or in part.
- if the supplier fails to deliver any or all the services/goods within the time period
specified in the contract, or any extension thereof granted by TCIL.
- if the supplier fails to perform any other obligation(s) under the contract;
- if the supplier, in either of the above circumstances, does not remedy his failure
within a period of 15 days (or such longer period as TCIL may authorize in
writing) after receipt of the default notice from TCIL.
- Failure of the successful bidder to comply with the requirement of submission of
performance security shall constitute sufficient ground for cancellation of the
award of work and forfeiture of the bid security.
b) In the event TCIL terminates the contract in whole or in part pursuant to above
clause, TCIL may procure, upon such terms and in such manner as it deems
appropriate, goods/services similar to those undelivered and the supplier shall be
liable to TCIL for any excess cost for such similar goods/services. However, the
supplier shall continue the performance of the contract to the extent not terminated.
Page 16 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
TCIL may at any time terminate the contract by giving written notice to the supplier,
without compensation to the supplier, if the supplier becomes bankrupt or otherwise
insolvent as declared by the competent court; provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to TCIL.
2.20 At any time, in case it comes to the knowledge of TCIL any of wrong information related
with eligibility of the bidder or non-compliance to any terms and conditions of tender,
then TCIL reserves the right to cancel or reject the bid of such bidder, cancel the tender
or take any other action as deemed fit in accordance with tender terms and conditions.
END OF SECTION-2
Page 17 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Note: In case clauses/ sub-clauses have any difference mentioned in this EOI at different places,
the conditions mentioned in this section shall prevail.
Payment terms will be on back to back basis. TCIL shall release the payment to the vendor
only after receiving the payment from the client.
The payment shall be released to contractor only if and when received by TCIL from the
client and subject to submission of complete documents and invoices etc. by it.
The contractor will not demand or make any claim under any law with respect to the pending
payment till the time corresponding payment is received by TCIL from the Client. TCIL shall
not be responsible in any manner whatsoever for any delay in releasing the payments or
withholding of payments by the Client.
The date of delivery of goods and/or rendering of services by the contractor shall be the
date of realization of payment from the client once the goods and/or services are accepted
by the client.
a) The bidder will submit undertaking to submit back-to-back PBG (Performance Security)
as submitted by TCIL to end Client if the contract is awarded to TCIL by end Client.
c) The proceed of performance security shall be payable to TCIL in case of breach of any
of the terms and conditions of the contract/PO/tender by the vendor.
Recovery/adjustment due to LD or any other loss to TCIL shall be in addition to point f).
Page 18 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
e) PBG should be valid till as per client‟s tender requirement. PBG shall be valid till the
contractual obligations. The PBG shall be refunded once the PBG of TCIL is returned by
the client.
f)
g) Failure of the successful bidder to submit the Performance Security or bidders‟ failure to
complete its obligations under the contract shall constitute sufficient ground for the
annulment of the award / cancellation of the award of work and forfeiture of the bid
security/performance security.
h) Additionally, TCIL reserves the right to debar such defaulting bidder from participating in
future bids for a period up to 5 years.
a) Prices shall be quoted in Indian rupees, and shall be inclusive of GST. The GST/
taxes will be shown separately. TDS deduction shall be made as per the
prevailing Govt. Laws / notification.
b) It is mandatory for successful bidder to register in the state of work after award of
work.
3.5 INSURANCE
This shall be on back to back basis as per the requirement of end client.
This shall be on back to back basis as per the requirement of end client.
3.7 WARRANTY
All the equipment/solution supplied under this EOI must have 5 years on-site
comprehensive warranty with spare and labour.
The rate contract shall be made for a period for a period of 3 years. The same shall be further
extend on mutual consent.
This shall be on back to back basis as per the requirement of end client.
3.10 PENALTY
This shall be on back to back basis as per the requirement of end client.
3.11 SLA
This shall be on back to back basis as per the requirement of end client.
Page 19 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
3.12 UPTIME
This shall be on back to back basis as per the requirement of end client.
Liquidated Damages, wherever referred under this Tender/Agreement, shall mean and refer
to the damages, not in the nature of penalty, which the supplier agrees to pay in the event of
delay in delivery of stores, installation, commissioning, breach of contract etc. as the case
may be. Liquidated Damages is not a penalty but is a sum which is agreed by the parties as
a reasonable and genuine pre-estimate of damages which will be suffered by the purchaser
on account of delay/breach on the part of the supplier.
3.13.1 The date of delivery of the stores and Installation and/or Commissioning stipulated in
the acceptance of the tender should be deemed to be the essence of the contract and
delivery must be completed not later than the dates specified therein. Extension will
not be given except in exceptional circumstances subject to conditions as enumerated
in the contract/tender including levying of Liquidated Damages in terms of Clause
3.13.2 below.
3.13.2 While granting extension of delivery period as per tender terms, the liquidated
damages shall be levied as follows:-
i. For delivery of stores: Should the supplier fails to deliver the store or any
consignment thereof within the period prescribed and agreed for delivery, the
purchaser, without prejudice to other remedies available to the purchaser shall be
entitled to recover Liquidated Damages, for breach of contract, a sum equivalent to
0.5% of the value of the delayed supply and/ or undelivered material/ supply for
each week of delay or part thereof for a period up to 8 (Eight) weeks, and thereafter
at the rate of 1.0% of the value of the delayed supply and/ or undelivered material/
supply for each week of delay or part thereof for another Seven weeks of delay.
iii. (Provisions contained in clause 3.13.2(a) (i) shall not be applicable for durations
(periods) which attract L.D. against clause 3.13.2(a) (ii) above.
b) In the case of package supply/ turnkey projects when the delayed portion of
the supply materially hampers installation and commissioning of the systems,
Page 20 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
d) The total value of the liquidated damages as per above sub-clauses shall be
limited to a maximum of 12% (Twelve percent) i.e. LD shall be levied up to 15
weeks only as per provision at Para (a).
e) The Liquidated Damages shall be calculated on the all inclusive Price CIF-
destination inclusive of Freight, Forwarding Packing, insurance, any other
incidental charges and other non-creditable taxes after discount, if any but
excluding GST and other creditable taxes. GST on LD shall be calculated as
per GST rule as applicable from time to time.
f) If the deliveries are made after expiry of the contracted delivery period, without
prior concurrence of the purchaser and accepted by the consignee, such
delivery will not deprive the purchaser of its right to recover liquidated
damages under clause 3.13.2 above.
3.15 In cases where the scheduled delivery period is distributed month-wise or is in installments,
the liquidated damages shall be imposed for delay in each scheduled month/ installment.
Liquidated damages shall be calculated separately for quantities to be supplied in every
month/ installment and the corresponding delay. If the supplier supplies full quantity before
the expiry of the scheduled delivery period of the last month/ installment but there is delay in
month-wise/ installment-wise supply, then also liquidated damages shall be levied on the
supplies against the earlier months/ installments that have been delayed. Twenty (20) weeks
for the purpose of additional BG and grant of DP extension shall be counted from the last
month/ installment.
3.16 Notwithstanding anything contained in this Agreement or any other agreement between the
parties, the Purchaser may, without prejudice to its right to effect recovery by any other
method, deduct the amount of Liquidated Damages from any money belonging to the
supplier in its hand in relation to this or any other contract between the parties (which
includes purchaser‟s right to claim such amount against invoices raised by the supplier or
Bank Guarantees submitted by the supplier under this Contract or any other contract) or
which may become due to the supplier. Any such recovery of Liquidated Damages shall not
in any way relieve the supplier from any of its obligations to complete the Works or from any
other obligation and liabilities under the Contract.
3.17 To facilitate recovery of Liquidated Damages from the invoices raised by the supplier, the
Credit Note shall be issued by the supplier, failing which the purchaser shall adjust the
amount to be recovered from the pending payments by issuing an invoice/debit note for the
corresponding amount, at the risk and cost to the supplier including applicable GST, interest
and penalty, if any.
END OF SECTION-3
Page 21 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
TCIL intends to select back end partners on rate contract basis for the following list of works.
The list of locations and quantity will be given in the work orders. For off grid system Number
of watts will be multiplied in order. The quantity of the below mentioned items will vary as per
the requirement of end client.
4. Supply, installation, testing and commissioning Solar Street light pole comprising
of 20 W LED fitting, 12 V min 36AH maintenance free Lithium Battery, min. 50 Wp
SPV module, All in One Mounted on B Grade GI Pole of 6 Mtrs height along with
brackets, foundation, earthling and necessary accessories complete as per
standard specification with 5 Year Warranty
5. Supply, installation, testing and commissioning of 1KWp Off grid solar power pack
with GI mounting structure and interconnection wires/ cables along 24 V/ 12 V
pure sine wave solar power inverter (THD<5%), 24V/12V charge controller and
24V/12V C-10 rated acid battery bank of required capacity and required SPV
module for battery backup of 6 hrs complete, including remote monitoring with 5
years Warranty.
Note: The vendor should have local presence for providing 5 years warranty.
END OF SECTION-4
Page 22 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
S. No Item Details
General Information
1 Customer
Name/Government Department
Project Details
8 Contract Tenure
9 Type of Project
END OF SECTION-5
Page 23 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Dear Sir,
We, the undersigned, offer to provide the [Insert title of assignment] against your EOI No. [Insert
EOI No.] dated [Insert Date]. Our attached Financial Proposal is for the sum of [Insert amount(s) in
words and figures1].
Yours sincerely,
Page 24 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Note 1:- The bidder to provide un-priced Price-Bid along with Technical bid.
Notes2:-
a) Lowest Bid will be on the basis of Grand Total.
Page 25 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
b) Bidder shall mandatory mention the 8 digit / 6 digit applicable HSN / SAC code of all the
Quoted items.
c) In case of change in rate due to change in Taxes/Duties the rate shall be applicable on
prorate basis based on actual nos. of applicable days.
d) Before Submitting their Duly Filled “Price Bid Schedule & BOQ” the bidders should ensure
that they do not enter any Comments in the above Table like “As per Actuals, Will be
Intimated Later on etc” . If Bidder uses these type of Comments while filling up the above
Table for Price Bid Schedule & BOQ Or if the charges for any item is left blank the Charges
for the Items wherever such comments are used or if left blank shall be Considered as
“Zero” and the same shall be a binding on the bidder.
e) If there is a discrepancy between the unit price and total price that is obtained multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be corrected.
f) In case of discrepancy between words and figures, the amount in words shall prevail.
g) The Bidder must specify the make of each product / Line items of the BOQ in the price bid.
h) The requirement / Quantity mentioned above are indicative & may vary as per the actual
requirements.
END OF SECTION-6
Page 26 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
[Head of Department]
Telecommunications Consultants India Limited .
TCIL Bhawan, Greater Kailash-I
New Delhi-110 048 (INDIA)
Dear Sir,
We also confirm that the price quoted by our agent shall not exceed the price which we
would have quoted directly"
Yours faithfully,
[Signature with date, name and designation]
for and on behalf of M/s__________________
[Name & address of the manufacturers]
Note: I. This letter of authorization should be on the letter head of the manufacturing firm
and should be signed by a person competent and having the Authorization letter / Board
Resolution to legally bind the manufacturer.
2. Original letter may be sent.
END OF SECTION-7
Page 27 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Bidder will automatically be suspended from being eligible for bidding in any contract with
TCIL (herein referred as Purchaser) for the period upto 5 years, starting on bid submission
closing date, if bidder are in breach of any of the following obligation(s) under the bid
conditions:-.
a) If a Bidder withdraws the proposal or increases the quoted prices after opening of
the Proposal and during the period of Bid validity period or its extended period, if
any.
c) During the Bid process, if a Bidder indulges in any act as would jeopardize or
unnecessarily delay the process of bid evaluation and finalization.
d) Bidder understand that this declaration shall expire if Bidder are not the successful
Bidder and on receipt of purchaser‟s notification of the award to another Bidder; or
thirty days after the validity of the Bid; whichever is earlier.
(Signature)
Authorized Signatory
Name : _________________________________
Designation: __________________________________
Office Seal: __________________________________
Place: __________________________________
Date: __________________________________
END OF SECTION-8
Page 28 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
END OF SECTION-9
Page 29 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
1. To represent the Company to all intents and purposes in connection with the
matters pertaining to signing & submission of (EOI No, EOI Date, EOI
Description)__________ , _________,
____________________________________________and all affairs ancillary or incidental
thereto.
2. AND the Company hereby agrees that all acts, deeds and things lawfully done by the
said authorized signatory shall be construed as acts, deeds and things done by the
Company itself and the Company hereby undertakes to ratify and confirm all and
whatever its authorized signatory shall lawfully do or cause to be done for and on
behalf of the Company by virtue of the powers hereby given.
_____________________________________
Page 30 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
CERTIFIED
Signature :
________________________
_____________________________________
WITNESS:-
Signature:_________________
(Name , Designation):__________________
____________________________________
____________________________________
END OF SECTION-10
Page 31 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Item 1
Descriptio
n
2
3 Total - -
% of Local Content =(Total Cost Domestic 3(d) / Total Cost (domestic + Imported) (3
(f))) * 100
END OF SECTION-11
Page 32 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Sub: Self Declaration of not been blacklisted for [EOI No.] dated [EOI date]
Dear Sir,
This is to notify you that our Firm /Company/ Organization <provide Name of the Firm/
Company/ Organization> intends to submit a proposal in response to [EOI No.] dated [EOI
date] for [EOI Name].
Yours sincerely,
(Signature of the Authorized signatory of the Bidding Organisation)
Name:
Designation:
Contact details (including E-mail):
Business Address:
Date:
Seal:
END OF SECTION-12
Page 33 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Dear Sir,
In response to your Tender No. ___________________________, we hereby submit our
offer herewith.
1. Bidder Name :
___________________________________
2. Website Address :
___________________________________
3. Email Address
:___________________________________
5. Telephone Number :
___________________________________
6. Fax/Telefax Number :
___________________________________
9. PAN Number :
___________________________________
Page 34 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
________________________________
________________________________
______
Average Turnover
15. Are you a MSME Unit. If yes, please furnish Registration Details, Name of the
DIC/State.
___________________________________________________________________
____
Page 35 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
i) _________________________________________________________________
ii) ________________________________________________________________
iii) ________________________________________________________________
DECLARATION
1) We have read and understood the terms & conditions of the above-mentioned tender
and comply to all Terms & Conditions of the Tender.
(In case of any deviation, the Bidder must attach a separate sheet clearly mentioning
the Clause No. of the Tender and Deviation thereto)
2) We certify that the information mentioned above are true and correct to best of our
knowledge.
Page 36 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Bidder shall furnish following self-certificate on its letter head along with their techno-
commercial bid.
"We M/s____________________________ (Name of bidder) hereby certify that we meet
the mandatory minimum Local Content requirements of the Tender of equal to or more than
50% (for Class-I) / greater than 20% and less than 50% (for Class-II) (in value terms) quoted
vide our offer No ._________________dated ________________against TCIL Tender No. --
--------------- dated ……….. . Given below are the list of items (goods and services) which
meets the Local Content Criteria. along with details of the location(s) at which the local
value addition is made in respective items (goods and services)"
If value of procurement is more than INR 10 Crore, above undertaking shall be supported by
the following certificate from Statutory Auditor or cost auditor of the company (in case of
companies) or from a practicing cost accountant or practicing charted accountant (in respect
of suppliers other than companies giving the percentage of local content, on the letter head
of such Statutory Auditor.
(Note: In case of bidder(s) for whom Statutory Auditor is not required as per law, required
certificates shall be provided by a practicing Chartered Accountant.)
For Details Govt. of India Order N0. P-45021/2/2017-PP (BE-II) dated 04.06.2020 may be
referred.
END OF SECTION-14
Page 37 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
1. ELIGIBILITY CRITERIA:-
1.2 (c) The bidder shall fulfill the following financial Audited Balance sheet of
criteria:- last three financial years
i. Average Annual Financial Turnover during
the last 3 years, ending 31st March of the
previous financial year should be at least
1.5 Crore (1 Crore for MSE and Startup)
excluding GST.
ii. Net worth should be positive as on 31st
March of last Financial Year.
iii. The bidder should be in profit before tax
(PBT) in two out of last three financial
years.
Page 38 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
1.2 (e) The bidder should have a valid PAN and GST a) PAN copy
Registration (copy of PAN card and GST b) GST copy
Registration certificate should be submitted in the
bid). Copy of PAN card and GST Registration
certificate should be submitted in the bid. In case
GST registration is not available, the bidder shall
give undertaking that it will get registered before
start of work, if work is awarded to them
1.2 (f) MAF OEM MAFs to be
The bidder should submit Manufacturers submitted <as per
Authorization Certificate (MAF) from Original attached format>
Equipment Manufacturers (OEMs) specific to the
bid for items mentioned in this EOI.
In case of unavailability of MAF at the time of EOI
response, bidder should submit an undertaking
stating that the same shall be submitted before
opening of Financial bid.
1.2 (g) The bidder should not be insolvent, in Undertaking regarding the
receivership, bankrupt or being wound up, not same on the bidder‟s
have had their business activities suspended and Letter Head.
not be the subject of legal proceedings for any of
the foregoing. An undertaking by the bidder
should be submitted.
1.2 (h) The Bidder should not be “No Conviction
blacklisted/debarred/banned/restricted by any Certificate” in prescribed
Union Govt./State Govt. /PSU as on date of format should be
submission of the Bid. “No-Conviction Certificate” submitted
duly signed by authorized signatory signing the
bid, should be submitted in the prescribed format.
1.2 (i) The bidder shall submit an undertaking on their Undertaking regarding the
letter-head stating that: same on the bidder‟s
“In reference to the Government of India, Ministry Letter Head.
of Finance, Department of Expenditure, Office
Memorandum No. F.No. 6/18/2019-PPD, Dated
23-07-2020. I hereby submit that:
“We have read the Clause regarding restrictions
on procurement from a bidder of a country which
shares a land border with India; We certify that we
Page 39 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
END OF SECTION-15
Page 40 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
Page 41 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
END OF SECTION-16
Page 42 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
SECTION-17: DELETED
END OF SECTION-17
Page 43 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
The proceed of performance security shall be payable to TCIL in case of breach of any of
the terms and conditions of the contract/PO/tender by the vendor.
This Letter of Guarantee will expire on ___________ including 30 days of claim period and
any claims made hereunder must be received by us on or before expiry date after which
date this Letter of Guarantee will become of no effect whatsoever whether returned to us or
not.
_______________
Authorized Signature
Manager
Seal of Bank
Contact details
END OF SECTION-18
Page 44 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
AND
M/s ____________________ (vendor name), registered under the Indian Companies Act
1956/2013 (whichever is applicable), with its registered office at
________________________, hereinafter referred to as “________”, which expression
shall include its successors and permitted assigns, of the other part.
WHEREAS TCIL published EOI No. ________ dated _________ (hereinafter referred as
TCIL EOI) for selection of back-end partner for _______ (Client Name) tender.
AND WHEREAS __________ (Vendor Name) submitted their offer and pursuant to the
same was selected by TCIL as back-end partner for __________ (Client Name) Tender.
1. The Parties wish to work together with the understanding that TCIL shall act as the
bidder (lead bidder) and _____ (vendor name) (partner for ______) for participating in
the ____ (client name) Tender.
*Please note that the term “Lead bidder” shall be mentioned only when TCIL shall bid in
consortium with backend partner.
2. _____ (vendor name) shall not participate directly in ____ (client name) Tender and
shall not quote rates to any other party participating/pre-qualified for ____ (client name)
Tender directly or indirectly through its subsidiary, partnership, ownership, individual
firm etc.
Page 45 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
3. On award of the work of the ________ (client name) Tender to TCIL, TCIL will enter into
a detailed agreement with _____ (vendor name) based on the terms & conditions of this
MoU, TCIL EOI and _____________ (client name) Tender.
4. The term of this MoU shall be for _____ months (“Term”) from the date of signing of this
MoU (“Effective Date”) or till the completion of the project & release of all payments
thereof whichever is later. All obligations hereunder shall only apply during the Term of
this MoU and to such obligations and commitments in relation to the
Tender/Work/Project under the scope of TCIL EOI & _______ (Client name) tender, as
may have been undertaken by the Parties during the Term with validity exceeding the
Term. The Term of this MoU can be extended by mutual agreement between the Parties,
depending upon the requirement.
5. After mutual consultation, a joint team consisting of representatives of the parties will be
formed for various activities like, technical discussions, deciding the preparation of final
Bid/offer, terms & conditions and demonstration of functionality required in the _______
(Client name) Tender/Work/Project.
6. TCIL and _______ (vendor name) hereby mutually agree that both of them shall remain
as irrevocable members of this tie-up for the complete execution and completion of
__________ (client name) Tender/Work/Project (as per scope of TCIL EOI &
______(Client name) tender).
7. Expenses towards bid preparation would be borne by the individual Parties viz. TCIL and
____ (vendor name) for their respective work. TCIL will not reimburse any such
expenses to _____ (vendor name) towards preparation and submission of the bid.
8. All technical, financial and commercial terms and conditions of the Tender, except
pricing, risk purchase, limitation of liability, advance payment & termination, will apply on
back-to-back basis between TCIL and ____ (vendor name), for their respective
part/scope of work. However, if _____ (vendor name) fails to fulfill its part of the work to
the satisfaction of TCIL, then TCIL shall have the right to terminate the contract with
_____ (vendor name) and get the same executed departmentally or by other agencies at
the risk and cost of ______ (vendor name).
a) _____ (vendor name) participated in TCIL EOI and that all terms & conditions of the
TCIL EOI shall apply to ____ (vendor name).
b) Prices quoted by _____ (vendor name) shall remain firm and fixed till the execution of
the Tender.
c) the payments terms between TCIL & ________ (vendor name) are on back to back basis
and the payment shall be released to ____ (vendor name) by TCIL only if and when
received by TCIL from _______ (Client name) and subject to submission of complete
documents and invoices etc. by it.
d) _________ (vendor name) will not demand or make any claim under any law with
respect to the pending payment till the time corresponding payment is received by TCIL
from _______ (Client name). TCIL shall not be responsible in any manner whatsoever
for any delay in releasing the payments or withholding of payments by ________ (Client
name).
e) the (day) date of delivery of goods and/or rendering of services by the ____ (vendor
name) shall be the date of realization of payment from the client once the goods and/or
services are accepted by the client.
Page 46 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
f) if in the instant contract, ____ (vendor name) is acting only as trader / reseller /
distributor/authorized agents and/or is engaged in a WORKS contract, no benefits under
MSME Act 2006 and PPP Policy 2012 as per MSE Guidelines issued by Ministry of
MSME would be applicable to it on account of acceptance of back to back payment
terms as above. By agreeing to the terms of ________ (client name) Tender, the
_______ (vendor name) agrees to forgo its rights under this Act and Policy.
g) ____ (vendor name) hereby agrees to ensure timely GST compliances as per the
statutory requirements. All the costs pertaining to any GST non-compliance including but
not limited to any loss of eligible input tax credit due to non-payment/non-filing of GST
return and applicable interest/penalties shall be borne/indemnified by ____ (vendor
name). Further ____ (vendor name) hereby agrees that TCIL reserves the right for
reimbursement of any such cost incurred out of the aforesaid non-compliance(s). ____
(vendor name) will provide payment of GST proof i.e. GSTR-1, GSTR-3B, cash ledger
and challan for taking GST payment from TCIL against invoices.
h) Any deductions by the ____ (Client name) towards LD/penalties/contingencies shall be
borne by ____ (vendor name) in terms of TCIL EOI.
i) At any given point of time, ________ (vendor name) may not assign or delegate its
rights, duties or obligations under this MOU without prior written consent of TCIL.
j) On award of work of the Tender/Work/Project, ______ (vendor name) shall provide its
GeM Seller id to TCIL (not applicable for “works” contract or non-Indian vendor).
k) In the event of breach of any of the terms & conditions of this MOU or in case of any
default of any terms & conditions of this MOU, on the part of the __________ (vendor
name), TCIL reserves the right to take necessary steps / action as per available
documents, including but not limited to, termination of contract, forfeiture of BG / EMD,
blacklisting / banning etc. and execute the work at their risk & cost.
10. TCIL and ____ (vendor name) agree to keep confidential all information shared with
each other and disclose to third party only after taking prior written consent of each
other. This clause excludes information available in public domain. The confidentiality
provisions of this MoU shall remain in full force and effect during the term of this MoU
and 12 months thereafter.
11. Any sum of money (including refundable security deposit) due and payable to
the_______ (vendor name), under this contract or any other contract entered between
the parties herein whether continuing or completed may be appropriated by TCIL and set
off against any claim of TCIL of any nature whatsoever, arising under this contract or any
other contract entered into between the parties, herein whether continuing or completed.
12. Nothing in this MoU shall constitute, create or give effect or recognize a JV, partnership
or business entity of any kind.
13. This MoU shall be construed and governed by the laws of India and the parties hereby
submit to the exclusive jurisdiction of the Delhi Courts of Law.
14. Any matter, which is not stipulated in the MoU, shall be settled in good faith by
discussion among the parties in the spirit of understanding and cooperation.
15. All disputes or differences whatsoever arising among the parties under and/or in
connection with and/or in respect of this MoU shall be referred to and decided by a sole
arbitrator, who shall be nominated by the CMD, TCIL. The arbitration shall be conducted
in accordance with Arbitration and Conciliation Act of 1996, as amended from time to
time and the venue of the arbitration shall be in New Delhi.
*Please Note that in case of agreement/MoU with Government Organisation, the
following clause shall be applicable:
Page 47 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022
In the event of any dispute or difference relating to the interpretation and application of
the provisions of this contract, such dispute or difference shall be taken up by either
party for resolution through AMRCD as mentioned in DPE OM No. 4(1)/2013-DPE
(GM)/FTS-1835 dated 22.05.2018.
Any party aggrieved with the decision of the committee at the Ist level (tier) may prefer
an appeal before the Cabinet Secretary at the Second level (tier) within 15 days from the
date of receipt of decision of the committee at First level, through its Administrative
Ministry/ Deptt in terms of para 4, 5 and 7 of above DPE OM dated 22.05.2018, whose
decision will be final and binding on all concerned.
16. During its Term, this MOU will be terminated in the event of
a. Client withdrawing the Tender provided it does not create any financial
obligation on TCIL.
b. Tender not awarded to TCIL
c. Mutual agreement between the “Parties”
d. As per TCIL EOI
17. Notices and other communications under this MoU shall be in writing and communicated
through post, courier, fax, email or any other recognized mode of such communication.
All such notices and communications shall be directed to the address as mentioned in
the MoU.
18. By signing this MoU, the “Parties” acknowledge that it correctly records the
understanding they have reached with regard to the Project.
19. EOI document, technical / financial bid, any further negotiations, all correspondences
with or from _______ (vendor name) till EOI finalization shall be an integral of this MOU.
IN WITNESS WHEREOF, each party hereto has caused this MoU to be executed in
duplicate to be effective as of the Effective Date, by its duly authorized representative.
Signature: Signature:
Name: Name:
Designation: Designation:
Date: Date:
Witness: Witness:
END OF SECTION-19