[go: up one dir, main page]

0% found this document useful (0 votes)
79 views48 pages

Tendernotice 1

This document is an Expression of Interest (EOI) issued by Telecommunications Consultants India Ltd. (TCIL) on April 13, 2022 for the rate contract to select back-end partners for supplying, installing, and maintaining solar hi-mast, solar trees, solar street lights, etc. across various states in India. It outlines the important dates for bid submission, eligibility criteria for bidders, scope of work, and technical specifications. Bidders meeting the financial qualifications, experience requirements, and other criteria stated in the EOI are invited to submit online bids by the last date of April 26, 2022.

Uploaded by

Keshav Soni
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)
79 views48 pages

Tendernotice 1

This document is an Expression of Interest (EOI) issued by Telecommunications Consultants India Ltd. (TCIL) on April 13, 2022 for the rate contract to select back-end partners for supplying, installing, and maintaining solar hi-mast, solar trees, solar street lights, etc. across various states in India. It outlines the important dates for bid submission, eligibility criteria for bidders, scope of work, and technical specifications. Bidders meeting the financial qualifications, experience requirements, and other criteria stated in the EOI are invited to submit online bids by the last date of April 26, 2022.

Uploaded by

Keshav Soni
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/ 48

EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

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.

EOI No: TCIL/DT/63/1/1/2022/N/2384


Date of Issue: 13/04/2022

Issued By:
[Tender Group]
Fax: +91 (11) 26242266
Tel: +91 (11) 26202544
https://www.tcil.net.in/

Telecommunications Consultants India Ltd.


(A Govt. of India Enterprise)
TCIL Bhawan, Greater Kailash-I
New Delhi – 110048 (India)
Telephone no.:011-26202544, Fax:011-26241865,
website: https://www.tcil.net.in/
Email: tcil@tcil.net.in
CIN No.:U74999DL1978GOI008911

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

SECTION-1: EXPRESSION OF INTEREST (EOI)

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:-

1.1 IMPORTANT DATES

S. No Contents Date & Time


1 Date of Posting of EOI: 13/04/2022
2 Start Date of downloading/viewing EOI: 13/04/2022 05:00 PM
3 Last date & time for seeking clarification, if any: 19/04/2022 01:00 PM
4 Start date & time for Online submission of Bids: 13/04/2022 05:00 PM
5 Last date & time for Online submission of Bids: 26/04/2022 03:00 PM
6 Online Opening of Technical Bid (Part-I): 27/04/2022 03:30 PM
7 Online Opening of Financial Bid (Part-II): To be notified later

Bids shall be submitted on GePNIC Portal (http://etenders.gov.in). Bidders are advised to


visit GePNIC portal (http://etenders.gov.in) and/or TCIL website regularly for
updates/amendments, if any. Bidders can contact NIC for Telephonic Help Support on Toll
Free Help Desk Number- 1800 3070 2232 for requisite queries regarding registration,
training, demonstration, minimum system requirements etc. of Government e-Procurement
System of NIC (GePNIC).

Page 3 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

1.2 ELIGIBILITY CRITERIA

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.

(Mandatory Undertaking for Purchase Preference to MAKE In INDIA to be submitted along


with this EOI. The bidder needs to submit calculation of local content as per format attached
in Section-11.The detailed clause is mentioned at Clause 2.3 in Section-2 of this EOI and
the documents required for verification of local content needs to be submitted as per this
Clause.)

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.

c) The bidder shall fulfill the following financial criteria:-

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.

d) Experience of having successfully completed similar works/supplies during the last 7


years from the date of bid submission should be either of the following:-

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

f) Manufacturers Authorization Certificate (MAF)

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.

h) The Bidder should not be blacklisted/debarred/banned/restricted by any Union Govt./State


Govt. /PSU as on date of submission of the Bid. “No-Conviction Certificate” duly signed by
authorized signatory signing the bid, should be submitted in the prescribed format.

i) The bidder shall submit an undertaking on their letter-head stating that:

“In reference to the Government of India, Ministry 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 (in case of Consortium all the
Consortium Partners) are not from such a country or their beneficial owner is not from such
a country or we will not sub-contract any work to a contractor from such countries, if from
such a country, have been registered with the Competent Authority.
We hereby certify that we (in case of Consortium all the Consortium Partners) fulfill all
requirements in this regard and are eligible to be considered. [Where applicable, evidence
of valid registration by the Competent Authority shall be attached.]”.

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.

l) Proof of PF registration to be submitted by the bidder.

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.

n) LABOUR LAWS (wherever applicable):

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.

In case any of the documents/certificates/information submitted by the bidder is found to be


false or forged, 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 EOIs/tenders of TCIL for a period upto 5 years.

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.

1.5 BID SECURITY (EARNEST MONEY DEPOSIT)

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.

1.6 TENDER FEES

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.

1.8 WORK EXECUTION METHOD:

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.

1.9 VALIDITY PERIOD OF BID

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.

NAME OF IEMS WITH THEIR CONTACT DETAILS:


1) ShriPrabhash Singh, Independent External Monitor Email ID : srgmhrbpl@gmail.com
2) Shri S.K. Sarkar, Independent External Monitor E mail ID :sksarkar1979@gmail.com

NAME & CONTACT DETAILS OF NODAL OFFICER (IP) IN TCIL:


Mr. V. K. Sinha, Chief Vigilance Officer E-mail ID: vk.sinha@tcil.net.in

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.

1.11 INTEGRITY PACT [applicable for value of project above 5 Cr]

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

1.13 AUTHORIZATION LETTER/ BOARD RESOLUTION :

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.

1.15 SUBMISSION OF FORGED DOCUMENTS

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.

1.16 CLARIFICATION FROM BIDDERS

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.

1.17 REGISTRATION OF MSE VENDORS

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.

1.20 CONTACT INFORMATION

Tender Group Division:

1. General Manger (TG)


Ph. no. 011-26202506
Email: ch.ramakrishna@tcil.net.in

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

SECTION-2: GENERAL TERMS & CONDITIONS OF THE CONTRACT

2.1 FINANCING OF TRADE RECEIVABLES OF MSE’S THROUGH TRADE RECEIVABLES


DISCOUNTING SYSTEM (TREDS) PLATFORM

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.

2.2 PRICE PREFERENCE TO MICRO AND SMALL ENTERPRISES


(Price Preference to MSEs shall be extended as per GOI guidelines applicable from
time to time).

a) If items mentioned in EOI are non-splittable/non-dividable


The purchase/work order shall be given to L1 bidder (whether L1 is MSE or non-MSE)
b) If items mentioned in EOI are splittable/dividable and MSE is neither L1 nor within L1+15%
The purchase/work order shall be given to L1 bidder.
c) If the items mentioned in EOI are splittable/dividable and MSE is not L1 but within
L1+15%
25% of total procurement shall be made from MSE, subject to their matching of L1 price.
In case of more than such eligible MSEs who are within L1+15% range, procurement will
be shared equally among such MSEs with a minimum 5% procurement from SC/ST
MSEs, subject to their matching of L1 price. In event of failure of SC/ST MSEs to
participate in EOI process or meet EOI requirements and L1 price or none of these SC/ST
MSEs are in L1+15%, then this 5% sub-target shall be met from other MSEs. Minimum 3%
reservation within above mentioned 25% reservation shall be applicable for women-owned
MSEs.

2.3 PURCHASE PREFERENCE: MAKE IN INDIA (Purchase Preference to Make IN India


shall be given as per GOI guidelines applicable from time to time.)

a) Minimum local content: (100%)


b) Margin of purchase preference: 20%
c) If sufficient Local Capacity exists then, only Class-I local suppliers are eligible to bid.

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

 The purchase/work order shall be given to L1 bidder, if L1 is a Class-I local


supplier.
 If L1 is not a Class-I local supplier, the lowest bidder among the Class-I local
suppliers shall be invited to match the L1 price (subject to its price coming in
the margin of purchase preference) and purchase/work order shall be awarded
to such Class-I local supplier subject to matching the L1 price.
 If lowest Class-I local supplier fails to match the L1 price, the Class-I local
supplier with the next higher bid within the margin of purchase preference shall
be invited to match the price and so on and purchase/work order shall be
awarded accordingly.
 In case none of the Class-I local suppliers within the margin of purchase
preference matches the L1 price, the purchase/work order shall be awarded to
the L1 bidder.
ii. Items mentioned in EOI are splittable/dividable.

 The purchase/work order shall be given to L1 bidder, if L1 is a Class-I local


supplier.
 If L1 is not a Class-I local supplier, 50% of the order quantity shall be awarded
to L1 bidder. Thereafter, the lowest bidder among the Class-I local suppliers
shall be invited to match the L1 price (subject to its price coming in the margin
of purchase preference) for the remaining 50% quantity and purchase/work
order shall be awarded to such Class-I local supplier subject to matching the L1
price.
 If lowest eligible Class-I local supplier fails to match the L1 price or accepts
less than offered quantity, the next higher Class-I local supplier within the
margin of purchase preference shall be invited to match the L1 price and so on
and purchase/work order shall be awarded accordingly.
 In case some of the quantity is still left uncovered on local suppliers within the
margin of purchase preference, then purchase/work order for such balance
quantity shall be awarded to the L1 bidder.
e) Verification of local content:
i. In cases of procurement for a value less than Rs. 10 crores, the local
supplier(Class-I and Class-II), at the time of bidding, shall submit a self-certification
that the item offered meets the minimum local content and shall give details of the
location(s) at which the local value addition is made.
ii. In cases of procurement for a value in excess of Rs. 10 crores, the local
supplier(Class-I & Class-II) shall be required to provide a certificate from statutory
auditor or cost auditor of company (in case of companies) or from practicing cost
accountant or chartered accountant (in respect of suppliers other than companies)
giving percentage of local content in addition to self-certification at point(i)

2.4 RESTRICTIONS ON PROCUREMENT FROM A BIDDER OF A COUNTRY WHICH SHARES


A LAND BORDER WITH INDIA

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]

GUIDELINES FOR ELIGIBILITY OF A 'BIDDER FROM A COUNTRY WHICH SHARES A


LAND BORDER WITH INDIA':
As per Order dated 23.07.2020, issued by Department of Expenditure, Ministry of Finance,
Govt, of India in this regard, the following guidelines have been issued by DoE for tenders:-
1. 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.
Competent Authority for the purpose of registration shall be the Registration Committee
constituted by the Department for Promotion of Industry and Internal Trade (DPIIT), as
mentioned under Annex I of the Order (Public Procurement No.1) dated 23.07.2020.

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:-

i. 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 (s), 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;
ii. In case of a partnership firm, the beneficial owner is the natural personts) 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;

Page 12 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

iii. 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 such association or body of individuals;
iv. Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial
owner is the relevant natural person who holds the position of senior managing
official;
v. 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.
vi. An Agent is a person employed to do any act for another, or to represent another in
dealings with third person.

2.5 RISK PURCHASE

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.

2.6 GENERAL LIEN / SET-OFF

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

2.7 REPEAT/ADD-ON ORDER

a) In exceptional situation where the requirement is of an emergent nature, the purchaser


reserves the right to place repeat order up to 50% of the value of goods and services
contained in the running tender/contract 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) at the same rate or a
rate negotiated (downwardly) with the existing venders considering the reasonability of
rates based on prevailing market conditions and the impact of reduction in duties and
taxes etc.

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.

2.8 PURCHASERS RIGHT TO VARY QUANTITIES

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.

2.9 FORCE MAJEURE

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.”

2.11 FALL CLAUSE

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.

2.12 OFFLINE DOCUMENTS

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.

2.13 BANNING OF NON-PERFORMING VENDOR

In case any of the vendor‟s work/PO/agreement is cancelled/terminated by TCIL after


award, due to non-performance, the vendor may be banned/blacklisted upto 5 years or
action as deemed fit may be taken by TCIL

2.14 AMENDMENT TO 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.

2.15 BID PRICE

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.

2.16 MODIFICATION AND WITHDRAWAL OF BIDS

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.

2.17 CLARIFICATION OF BIDS

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.

2.18 TERMINATION FOR DEFAULT

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.

2.19 TERMINATION FOR INSOLVENCY :

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

SECTION-3: SPECIAL CONDITIONS OF CONTRACT

Note: In case clauses/ sub-clauses have any difference mentioned in this EOI at different places,
the conditions mentioned in this section shall prevail.

3.1 PAYMENT TERMS

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.

If in the instant contract, contractor 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.

3.2 PERFORMANCE SECURITY

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.

b) PBG to be submitted in the prescribed format from a SFMS enabled Scheduled


Commercial Bank through SFMS Platform as per details below:

Name of Beneficiary and Name Telecommunications Consultants India


its Details Limited
Address TCIL Bhawan, Greater Kailash-1, New
Delhi-110048
Name of Beneficiary Name ICICI Bank Limited
Bank and its Details Address 9-A PHELPS Building, Connaught Place,
New Delhi- 110001
IFS Code ICIC0000007

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).

d) The performance security will be discharged by TCIL after completion of supplier‟s


obligations, including any warranty obligations, under the contract.

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.

3.3 PRICE BASIS

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.

3.4 PAYING AUTHORITY

Deputy General Manager (F&A-IT & BD)


Telecommunications Consultants India Limited
TCIL Bhawan, Greater Kailash-I, New Delhi-110048

3.5 INSURANCE

This shall be on back to back basis as per the requirement of end client.

3.6 DELIVERY / IMPLEMENTATION SCHEDULE

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.

3.8 PERIOD OF CONTRACT

The rate contract shall be made for a period for a period of 3 years. The same shall be further
extend on mutual consent.

3.9 TERMINATION OF CONTRACT

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.

3.13 LIQUIDATED DAMAGES

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.

ii. Installation &Commissioning: Should the supplier fail to install and


commissioning the project with the stipulated time the purchaser shall be entitled to
recover Liquidated Damages, 0.5% of the value of the purchase order for each
week of delay or part thereof or a period upto 8 (Eight) weeks and thereafter @
1.0% of the value of the purchase order for each week of delay or part thereof or
another 8 (Eight) weeks of delay. In cases where the delay affects
installation/commissioning of only a part of the project and part of the equipment is
already in commercial use, then in such cases, LD shall be levied on the affected
part of the project.

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.

3.14 DELIVERY PERIOD EXTENSION :

a) DP extension beyond 16 weeks would not be generally allowed. The


extension beyond 16 weeks may be decided in most exceptional
circumstances on case to case basis, by the Tender approving authority,
stating reasons and justifications for grant of extension of delivery period
beyond 16 weeks.

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

LD charges shall be levied as above on the total value of the concerned


package of the Purchase Order.

c) Quantum of liquidated damages assessed and levied by the purchaser and


decision of the purchaser thereon shall be final and binding on the supplier,
further the same shall not be challenged by the supplier either before
Arbitration tribunal or before the court. The same shall stand specifically
excluded from the purview of the arbitration clause, as such shall not be
referable to arbitration.

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

SECTION- 4: SCOPE OF WORK & TECHNICAL SPECIFICATIONS

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.

S. No Item of Work (Particulars/Description of Items)


1 Supply, installation, testing and commissioning Solar LED Mini-Himast comprising
of 20W x 5 Luminary All in one LED fitting comprising of 50 Wp Module, 36Ah Li
PO4 integrated battery with Grade Octagonal Pole of 6 Mtrs height along with
brackets, foundation, earthling and necessary accessories with 5 Year Warranty

2 Supply, Installation, testing and commissioning of Solar Tree comprising of given


technical specification Panel :- 335 watt x 4, 20 Watt x 8 Integrated LED,
Structure: - "Y" Shape Structure of GI Hot Deep Galvanized 120 Micron.
Specification for Structure:- Height: Centre Pillar:- 3 Meter Left Pillar:- 4 Meter
Right Pillar:- 4.5 Meter Guage: Centre Pillar:- 4 mm thickness Left Pillar:- 4 mm
thickness Right Pillar:- 4 mm thickness Dia: Centre Pillar:- 300 mm Left Pillar:-
155 mm Right Pillar:- 155 mm Bike Charging Station Capacity of:- 1.0 Kw,
Battery:- LI PO4 150 Ahx2 Warranty:- 5 Years

3. Supply, Installation, testing and commissioning of Solar Tree comprising of given


technical specification Panel:- 440 watt x 2, 20 Watt x 4 Integrated LED,
Structure: - "Slight Curved" Shape Structure of GI Hot Deep Galvanized 120
Micron. Specification for Structure:- Height: Centre Pillar:- 5 Meter
Dia: Centre Pillar:- 300 mm Inverter Capacity :- 1.0 Kw, Mobile Charging Facility
Battery:- LIPO4 150 Ahx2 Warranty:- 5 Years

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

SECTION-5: PROJECT EXPERIENCE

S. No Item Details

General Information

1 Customer
Name/Government Department

2 Name of the Contact Person and Contact


details for the Project

Brief Description of scope of Project

Size of the Project

3 Contract Value of the Project (in crore)


excluding taxes

4 Contract Value of the Project (in crore)


including taxes

Project Details

5 Name of the Project

6 Start Date & End Date

7 Current Status (work in progress in %,


completed)

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

SECTION-6: PRICE BID SCHEDULE

To: [Head of Department]

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,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:
Address:

PRICE BID SCHEDULE


S. No Item of Work HSN/SAC Unit Price GST% Price inclusive
(Particulars/Description of Code (without of all taxes,
Items) taxes) levies & other
charges.
1 Supply, installation, testing and
commissioning Solar LED Mini-
Himast comprising of 20W x 5
Luminary All in one LED fitting
comprising of 50 Wp Module,
36Ah Li PO4 integrated battery
with Grade Octagonal Pole of 6
Mtrs height along with brackets,
foundation, earthling and
necessary accessories with 5
Year Warranty
2 Supply, Installation, testing and
commissioning of Solar Tree
comprising of given technical
specification Panel :- 335 watt x
4, 20 Watt x 8 Integrated LED,
Structure: - "Y" Shape Structure
of GI Hot Deep Galvanized 120
Micron.
Specification for Structure:-
Height: Centre Pillar:- 3 Meter
Left Pillar:- 4 Meter
Right Pillar:- 4.5 Meter Guage:
Centre Pillar:- 4 mm thickness
Left Pillar:- 4 mm thickness
Right Pillar:- 4 mm thickness
Dia: Centre Pillar:- 300 mm Left
Pillar:- 155 mm Right Pillar:-

Page 24 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

155 mm Bike Charging Station


Capacity of:- 1.0 Kw, Battery:-
LI PO4 150 Ahx2 Warranty:- 5
Years

3 Supply, Installation, testing and


commissioning of Solar Tree
comprising of given technical
specification Panel:- 440 watt x
2, 20 Watt x 4 Integrated LED,
Structure: - "Slight Curved"
Shape Structure of GI Hot Deep
Galvanized 120 Micron.
Specification for Structure:-
Height: Centre Pillar:- 5 Meter
Dia: Centre Pillar:- 300 mm
Inverter Capacity :- 1.0 Kw,
Mobile Charging Facility
Battery:- LIPO4 150 Ahx2
Warranty:- 5 Years
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.
Grand Total

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

SECTION-7: MANUFACTURER'S AUTHORISATION FORM

[Head of Department]
Telecommunications Consultants India Limited .
TCIL Bhawan, Greater Kailash-I
New Delhi-110 048 (INDIA)

Dear Sir,

Ref: Your [document No] _________dated __________


We, ____________________who are proven and reputable manufacturers of (name and
description of the factories at goods offered in the bid) having, hereby authorize M/s (name
and address of the agent) to submit a bid, process the same further and enter into a
contract with you against your requirement as contained in the above referred documents
for the above goods manufactured by us.
We also state that we are not participating directly in this bid for the following reason(s):
___________________________________________________________________
(Please provide reason here).

We further confirm that no supplier or firm or individual other than Messrs.


________________________________ (name and address of the above agent) is
authorized to submit a bid, process the same further and enter into a contract with you
against your requirement as contained in the above referred EOI documents for the above
goods manufactured by us.
We also hereby extend our full warranty, CAMC as applicable as per Client‟s [tender No.]
and [tender name], read with modification, if any, for the goods and services offered for
supply by the above firm against this EOI document.
We also hereby confirm that we would be responsible for the satisfactory execution of
contract placed on the authorized agent and the spares for the equipment shall be available
for at least 10 years from the date of supply of equipment.

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

SECTION-8: BID SECURITY DECLARATION FORMAT

We, the undersigned, declare that:

We , M/s.……………………………..(herein referred as bidder) understand that, according to


bid clause No. ………………, bids may be supported with a Bid Securing Declaration,
therefore rather than submitting the Earnest Money Deposit, bidder render the declaration
that:-

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.

b) In case of a successful Bidder, if the Bidder fails to sign the Agreement in


accordance with the terms and conditions (including timelines for execution of the
Agreement) of this tender or fails to furnish the Performance Bank Guarantee in
accordance with the terms and conditions (including timelines for furnishing PBG) of
this tender.

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

SECTION-9: INTEGRITY PACT

[As per format given in TCIL Website – Link


https://www.tcil.net.in/public/pdf/integrity_pact.pdf

END OF SECTION-9

Page 29 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

SECTION-10: AUTHORIZATION LETTER

Format for Authorization letter to be submitted by Bidder

Know all men by these presents that we (name of Company) _______________


______________, incorporated in India under the Companies Act, 1956 and having its
Registered Office at ____________________________. (India) ("Hereinafter called the
Company") DOTH hereby nominate, constitute and appoint (Name, Designation)
__________________________, S/o _________________ to be true and lawful authorized
signatory in fact and at law of the Company for and in the name and on behalf of the
Company, to do, execute and perform all or any of the following acts, deeds, matters and
things namely:-

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.

In witness whereof (Name , Designation) ____________, ______________of the


Company acting for and on behalf of the Company under the authority conferred by the
Board of Directors of the Company in its _________ meeting held on (Date) _________
has signed this Authorization Letter at (place)_________on this (Date)
_____________________.

The signatures of (Name , Designation) _______________________ given below are


hereby certified.
Signature: ________________________

_____________________________________

SIGNATURES OF (Name , Designation) _______________________

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

SECTION-11: CALCULATION OF LOCAL CONTENT:

Basic Rate W/0 Tax Total Cost W/0 Tax


(INR) (INR)
Domestic
Imported Domestic Imported
(Excludin
Sl. Descripti (Including (Excludin (Including Domesti
Qt Uni g net
No on of the All g net All c
y t Domestic
. Item Custom Domestic Custom +Importe
indirect
Duties) indirect Duties) d
Taxes)
Taxes)
a b c d=a*b e=a*c f=d+e
Item 1 No
Descriptio s
n
1

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

SECTION-12: NO-CONVICTION CERTIFICATE

[To be submitted on the Letterhead of the Bidder]

Offer No.: ____________________________________ Date:


_____________
To
[Head of Department]
Telecommunications Consultants India Limited,
TCIL Bhawan, Greater Kailash-I,
New Delhi-110 048 (INDIA)

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].

In accordance with the above, we declare that:


a. We are not involved in any major litigation that may have an impact of affecting or
compromising the delivery of goods / services as required under this [EOI No] dated
[EOI date].
b. We are neither banned/ debarred/ blacklisted/ put on holiday list nor action for
banning / debarment / blacklisting / holiday listing has been initiated by any Central/
State Government/ agency of Central/ State Government of India or any other
country in the world/ Public Sector Undertaking/ any Regulatory Authorities in India or
any other country in the world for any kind of fraudulent activities on any ground
including but not limited to indulgence in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice as on date of
submission of the Bid.

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

SECTION-13: BID SUBMISSION FORM

Offer No.: Date:

To: [Head of Department], TCIL

Dear Sir,
In response to your Tender No. ___________________________, we hereby submit our
offer herewith.

1. Bidder Name :
___________________________________

2. Website Address :
___________________________________

3. Email Address
:___________________________________

4. Address for Communication :


___________________________________
________________________________
____
________________________________
____

5. Telephone Number :
___________________________________

6. Fax/Telefax Number :
___________________________________

7. Authorised Person - Name


:____________________________________
Designation
:____________________________________
Mobile No.
:____________________________________
Email ID :
___________________________________

8. Alternate Person Name:


:____________________________________
Designation
:____________________________________
Mobile No.
:____________________________________
Email ID :
___________________________________

9. PAN Number :
___________________________________

10. GST Regn. No. with Address :


___________________________________

Page 34 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

________________________________
________________________________
______

11. Beneficiary‟s complete Bank Details.


Bank Account No. :
___________________________________
IFSC / NEFT Code :
___________________________________
Name of the Bank :
___________________________________
Address of the Branch :
___________________________________

12. Particulars of EMD


Amount : Rs.
________________________________
Mode of Payment (DD/BG) :
___________________________________
DD/BG No. :
___________________________________
Date :
___________________________________
Name of the Bank :
___________________________________
Address of the Bank :
___________________________________
Validity of BG :
___________________________________

13. Particulars of Tender Fee


Amount :
Rs._________________________________
DD No.
:___________________________________
Date :
___________________________________
Name of the Bank :
___________________________________
Address of the Bank :
___________________________________

14. Turnover of the Bidder in last 3 years:-

Year Year Annual Report Turnover in Rs. (Lakh)


attached at Page No.

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

16. If you are MSME, is it owned by SC/ST Entrepreneurs or Women Entrepreneurs? If


Yes, please specify the Name of the Owner who is SC or ST or Women Entrepreneur
(as applicable).
___________________________________________________________________
____

17. Following Documents are submitted to substantiate other eligibility criteria.

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.

Place: Signature of Authorised Signatory with


Seal
Date: Name:
Designation:

END OF SECTION -13

Page 36 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

SECTION-14: MAKE IN INDIA UNDERTAING

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)"

S# Description of Items / Make Model location(s) at which the


Products / services local value addition is
made

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.

"We____________________ the statutory auditor of M/s._______________________


(name of the bidder) hereby certify that M/s._______________________(name of bidder)
meet the mandatory Local Content requirements of the Project Work under this Tender
i.e. equal to or more than 50% (for Class-I) / greater than 20% and less than 50% (for
Class-II) (in value terms) quoted vide offer No.______________ dated________ against
TCIL Tender No. ----------- dated ---- by M/s._________________(Name of the bidder).

(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

SECTION-15: DOCUMENTS/CHECKLIST TO BE SUBMITTED

1. ELIGIBILITY CRITERIA:-

SN QUALIFICATION CRITERIA DOCUMENTS REQUIRED


1.2 (a) As per GOI Order No. P-45021/2/2017- PP(BE- Undertaking regarding the
II), dated 16-09-2020 for Make in India only [Class same on the bidder‟s
I local supplier if local capacity exists]/[Class-I Letter Head.
local supplier & Class-II local supplier if local And Local Content
capacity doesn‟t exist and value of work is less Calculation Sheet.
than 200 crores] are eligible to bid for this EOI [not
applicable for global EOIs or if approval has been
taken from Competent Authority.].

(Mandatory Undertaking for Purchase Preference


to MAKE In INDIA to be submitted along with this
EOI. The bidder needs to submit calculation of
local content as per format attached in Section-
11.The detailed clause is mentioned at Clause 2.3
in Section-2 of this EOI and the documents
required for verification of local content needs to
be submitted as per this Clause.)
1.2 (b) The bidder should be an Indian Registered Copy of Certificate of
Company under Companies Act 1956 or 2013/ Incorporation/ Registration/
Proprietorship /Partnership Firm. Copy of Partnership Deed or any
Certificate of Incorporation/ Registration/ other relevant document,
Partnership Deed or any other relevant document, as applicable
as applicable, should be submitted along with a
copy of address proof.

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.

1.2 (d) Experience of having successfully completed Purchase Order / Work


similar works/supplies during the last 7 years for Order & its Completion
ending last day of month previous to the one in certificate issued by client.
which EOIs are invited should be either of the
following:-

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

Page 38 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

SN QUALIFICATION CRITERIA DOCUMENTS REQUIRED


Startup) excluding taxes.

Similar work implies “Supply, Installation,


Testing, Maintenance of Solar Hi mast, Solar
Tree, solar street lights, solar roof top etc.

„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.

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

SN QUALIFICATION CRITERIA DOCUMENTS REQUIRED


(in case of Consortium all the Consortium
Partners) are not from such a country or their
beneficial owner is not from such a country or we
will not sub-contract any work to a contractor from
such countries, if from such a country, have been
registered with the Competent Authority.
We hereby certify that we (in case of Consortium
all the Consortium Partners) fulfill all requirements
in this regard and are eligible to be considered.
[Where applicable, evidence of valid registration
by the Competent Authority shall be attached.]”.
1.2 (j) The bidder needs to submit un-priced BOQ along Unpriced BoM should be
with their technical bid submitted
1.2 (k) The bidder needs to submit an Undertaking Undertaking regarding the
stating that: Vendors, whose Purchase Order(s) same on the bidder‟s
for any Project of TCIL was/were cancelled on risk Letter Head.
& cost basis for non-performance or non-
submission of performance guarantee in last 5
years, are not eligible to participate in this tender.
1.2 (l) Proof of PF registration to be submitted by the Submit PF Proof of
bidder. Registration.
1.2(m) The bidder should have Local Office where work Undertaking regarding the
is to be executed. Else, he should give an same on the bidder‟s
undertaking that he will open Local office after Letter Head.
Award of Work.
1.2(n) LABOUR LAWS (wherever applicable): Undertaking regarding the
The Bidder should have compliance to Labour same on the bidder‟s
laws, Payment of Minimum Wages Act, Letter Head.
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.
1.2 (o) Consortium Agreement (wherever applicable) Submit Consortium
Agreement.
The User Division may include any other Eligibility Relevant Documents
Criteria on back to back basis with Client)

END OF SECTION-15

Page 40 of 48
EOI NO: TCIL/DT/63/1/1/2022/N/2384 Date: 13/04/2022

SECTION-16: EOI CHECKLIST

Sr. No. Company Profile and Documents Details, if any Documents


Registration Details Submitted (Yes/No)
Company Registration Document
1.1 Certificate of Incorporation Incorporation Date & No.
1.2 PAN No., GST No.
1.3 Authorization letter/ Board
Resolution
Bid Security & PBG
1.4 Bid Security Declaration Offline Document
1.5 PBG Undertaking NA
1.6. Turnover
Sr. No. Turnover in Crore (INR) Audited Accounts
Statement attached (Yes/No)
FY 2018-19 2019-20 2020-21
Turnove
r
Net-
Worth
Undertakings/ Certificates/ Declaration
1.2 (a) MAKE IN INDIA Undertaking
1.2 (b) Certificate of Incorporation/ Registration/ Partnership Deed or any other
1.2 (c) financial criteria
1.2 (d) Experience Criteria
1.2 (e) Pan & GST
1.2 (f) MAF
1.2 (g) Insolvent Undertaking
1.2 (h) No-Conviction Certificate
1.2 (i) Land Border Sharing Declaration
1.2 (j) Unpriced BOQ
1.2 (k) Undertaking from Vendors for non-cancellation of Purchase Order(s) on
risk and cost on risk & cost basis or non-performance.
1.2 (l) PF Registration
1.2(m) Local Office Undertaking
1.2(n) Labor Laws Compliance Undertaking
1.2 (o) Consortium Agreement Not applicable
1.3 Genuine Documents Undertaking/Clause-by Clause Compliance
1.4 No-Deviation Certificate
The User Division may include any other Eligibility Criteria on back to
back basis with Client)
1.11 Integrity Pact
Authorized Signatory
Name : _______________________________
Designation: ___________________________
Office Seal: ____________________________

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

SECTION-18: PERFORMANCE BANK GUARANTEE (PBG Format)

(TO BE ISSUED BY A DELHI BRANCH)


M/s Telecommunications Consultants India Ltd.,
TCIL Bhawan, Greater Kailash-I
New Delhi – 110 048 (INDIA)
(With due stamp duty if applicable)
OUR LETTER OF GUARANTEE No. : ______________
In consideration of TELECOMMUNICATIONS CONSULTANTS INDIA LIMITED, having its
office at TCIL Bhawan, Greater Kailash-I, New Delhi – 110 048 (INDIA) (hereinafter referred
to as “TCIL” which expression shall unless repugnant to the content or meaning thereof
include all its successors, administrators and executors) and having entered into an
agreement dated ___________/issued Purchase Order No.
___________________________________ dated _______ with/on M/s
_________________________________________________ (hereinafter referred to as
“The Supplier” which expression unless repugnant to the content or meaning thereof, shall
include all the successors, administrators, and executors).

WHEREAS the Supplier having unequivocably accepted to supply the materials/Services as


per terms and conditions given in the Agreement dated ________ /Purchase Order No.
__________________________ dated ___________ and TCIL having agreed that the
Supplier shall furnish to TCIL a Performance Guarantee for the faithful performance of the
entire contract, to the extent of 10% (ten percent) of the value of the Purchase Order i.e. for
_______________________.

We, __________________________________________ (“The Bank”) which shall include


OUR successors, administrators and executors herewith establish an irrevocable Letter of
Guarantee No. ____________ in your favour for account of __________________________
(The Supplier) in cover of performance guarantee in accordance with the terms and
conditions of the Agreement/Purchase Order.

Hereby, we undertake to pay upto but not exceeding ___________ (say


____________________________ only) upon receipt by us of your first written demand
accompanied by your declaration stating that the amount claimed is due by reason of the
Supplier having failed to perform the Agreement and despite any contestation on the part of
above named supplier.

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

SECTION-19: MEMORANDUM OF UNDERSTANDING

(*Format when backend partner is a single bidder)

This Memorandum of Understanding (MoU) is made on ___th day of ___________ at New


Delhi by and between:

M/s Telecommunications Consultants India Limited, a Company registered under the


Indian Companies Act 1956, with its registered and corporate office at TCIL Bhawan,
Greater Kailash-1, New Delhi – 110048, hereinafter referred to as “TCIL”, which expression
shall include its successors and its permitted assigns, of one part.

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.

“TCIL” and “_________”are individually referred to as “Party” and collectively as “Parties”.

WHEREAS TCIL, a Government of India Enterprise under the Ministry of Communications


and Information Technology, is a leading company in Telecommunications and Information
Technology and has to its credit successful execution of many consultancy and turnkey
projects in the fields of Telecom, IT and Civil both in India and abroad and it also acts as
procurement consultant/agent/executing agency/implementing agency for number of
Government of India enterprises/undertaking.

WHEREAS___________ (vendor name) is in the business


of______________________________.
WHEREAS ___________ (Client Name) (herein after called “________”) issued TENDER
No. ________ dated ________ for „__________, hereinafter referred to as “________
(Client Name) tender” /”Work”/”Project”.

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.

Now, therefore, it is agreed between the Parties as under:

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).

9. Notwithstanding anything contained in any other agreement, document, correspondence,


arrangement between the parties in respect of _________(Client name) Tender/ Works /
Projects, the _________ (vendor name) understands, agrees and undertakes that:

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.

(For Telecommunications (For __________ Consultants India Ltd.)


Private Limited)

Signature: Signature:
Name: Name:
Designation: Designation:
Date: Date:
Witness: Witness:

END OF SECTION-19

Signature Not Verified


Digitally signed by CH. RAMAKRISHNA
Date: 2022.04.13 16:14:14 IST
Page 48 of 48 Location: eProcurement System for
Central PSUs

You might also like