Request For Proposal
Request For Proposal
For
on
1
TABLE OF CONTENTS
1.1 Background 7
1.2 Brief description of Bidding Process 8
1.3 Schedule of Bidding Process 10
2 Instructions to Bidders 11
A General 11
2.1 General terms of Bidding 11
2.2 Eligibility and qualification requirement of Bidder 15
2.3 Proprietary Data 22
2.4 Cost of Bidding 22
2.5 Site visit and verification of information 23
2.6 Verification and Disqualification 23
B Documents 25
2.7 Contents of the RFP 25
2.8 Clarifications 25
2.9 Amendment of RFP 26
D BID Security 32
2.20 BID Security 32
2
3 Evaluation of Technical and Opening & Evaluation of financial Bids 35
3.1 Evaluation of Technical BIDs 35
3.2 Opening and Evaluation of financial Bids 36
3.3 Selection of Bidder 36
3.4 Contacts during BID Evaluation 37
3.5 Correspondence with the Bidder 37
4 Fraud and Corrupt Practices 38
5 PreBID Conference 39
6 Miscellaneous 40
Appendices
MoRTH circular No. NH 35014/20/2020H dated 12.08.2022 regarding electronic bank guarantee may
be adhere
3
4
5
Public Works Department Uttarakhand
Office of the Superintending Engineer
National Highway Circle, P.W.D., Haldwani, Distt. Nainital (Uttarakhand)
Strengthening from km 0.00 to 13.200 ( Majhola to Khatima) on NH731k on EPC mode under
Annual Plan 202425 in The State of Uttarkhand.
The Ministry of Road Transport & Highways through Superintending Engineer, NH Circle, PWD
Haldwani is engaged in the development of National Highways and as part of this endeavour, it has
been decided to undertake Strengthening from km 0.00 to 13.200 ( Majhola to Khatima) on NH731k
on EPC mode under Annual Plan 202425 in The State of Uttarkhand.
The Ministry of Road Transport & Highways through Superintending Engineer, NH Circle, PWD
Haldwani now invites bids from eligible contractors for the following project:
State NH Name of work Estimated cost Completion Maintenance
No. (Excluding GST) period period
The complete BID document can be viewed / downloaded from official portal of the CPPP
website https:// eprocure.gov.in/eprocure/app from 29.03.2025 to 21.05.2025 (upto 15:00 Hrs. IST).
Bidder must submit its Financial bid at https:// eprocure.gov.in/ eprocure/app and Technical Bid at
https://bims.gov.in on or before 21.05.2025 (upto 15:00 hours IST). Bids received online shall be
opened on 22.05.2025 (at 15:00 hours IST).
Bid through any other mode shall not be entertained. However, Bid Securing Declaration (on
Rs. 100/ non judicial Stamp paper), online receipt towards document, Power of Attorney and Joint
Bidding Agreement etc. shall be submitted physically by the Bidder on or before 22.05.2025 (at 11:00
hours IST) at Office of SE NH Circle PWD Haldwani. Please note that the Superintending Engineer, NH
Circle, PWD Haldwani the right to accept or reject all or any of the BIDs without assigning any reason
whatsoever.
Officer Incharge
Superintending Engineer
N.H. Circle, PWD,
Haldwani (Nainital)
Mob. +91 9756930039
Email : senhpwdhld@gmail.com
DISCLAIMER
6
The information contained in this Request for Proposal document (the “RFP”) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the
Authority or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions
set out in this RFP and such other terms and conditions subject to which such information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in making their financial offers (BIDs)
pursuant to this RFP. This RFP includes statements, which reflect various assumptions
and assessments arrived at by the Authority in relation to the Project. Such assumptions,
assessments and statements do not purport to contain all the information that each Bidder
may require. This RFP may not be appropriate for all persons, and it is not possible for
the Authority, its employees or advisors to consider the investment objectives, financial
situation and particular needs of each party who reads or uses this RFP. The assumptions,
assessments, statements and information contained in the Bidding Documents, especially
the [Feasibility Report], may not be complete, accurate, adequate or correct. Each Bidder
should, therefore, conduct its own investigations and analysis and should check the
accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments, statements and information contained in this RFP and obtain independent
advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may
depend upon interpretation of law. The information given is not intended to be an exhaustive account
of statutory requirements and should not be regarded as a complete or authoritative statement
of law. The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or
tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP
and any assessment, assumption, statement or information contained therein or deemed to form
part of this RFP or arising in any way for participation in this BID Stage.
The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.
The Authority may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the
Selected Bidder JV or Contractor, as the case may be, for the Project and the Authority reserves the right
to reject all or any of the Bidders or BIDs without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of
its BID including but not limited to preparation, copying, postage, delivery fees,expenses associated with
any demonstrations or presentations which may be required by the Authority or any other costs
incurred in connection with or relating to its BID. All such costs and expenses will remain with the Bidder
and the Authority shall not be liable in any manner whatsoever for the same or for any other costs or
other expenses incurred by a Bidder in preparation or submission of the BID, regardless of the conduct
or outcome of the Bidding Process.
7
GLOSSARY
8
LOA As defined in Clause 3.3.4
Net Worth As defined in Clause 2.2.2.9 (ii)
Performance Security As defined in Clause 2.21.1
Additional Performance Security As defined in Clause 2.21.1
Project As defined in Clause 1.1.1
Re. or Rs. or INR Indian Rupee
RFP or Request for Proposals As defined in the Disclaimer
Selected Bidder As defined in Clause 3.3.1
Technical Capacity As defined in Clause 2.2.2.2 (i)
Tie BIDs As defined in Clause 3.3.2
Threshold Technical Capacity As defined in Clause 2.2.2.2 (i)
The words and expressions beginning with capital letters and defined in this document shall,
unless repugnant to the context, have the meaning ascribed thereto herein.
The Ministry of Road Transport & Highways through Public Works Department (NH) Government of
Uttarkhand
9
SECTION 1
INTRODUCTION
1.1 Background
1.1.1 The Ministry of Road Transport & Highways through Superintending Engineer, NH
Circle, PWD, Haldwani (The Authority)is engaged in the development of National
Highways and as part of this endeavour, the Authority has decided to Strengthening from
km 0.00 to 13.200 ( Majhola to Khatima) on NH731k on EPC mode under Annual Plan
202425 in The State of Uttarkhand (the“Project”) through an Engineering, Procurement
and Construction (the “EPC”) Contract, and has decided to carry out the bidding process
for selection of a Bidder to whom the Project may be awarded. A brief description of the
project may be seen in the Information Memorandum of the Project at the CPPP website
https:// eprocure.gov.in/eprocure/app. Brief particulars of the Project are as follows:
1.1.2 The selected Bidder (the “Contractor”) shall be responsible for designing, engineering,
procurement and construction of the Project under and in accordance with the
provisions of an engineering, procurement and construction contract (the “EPC
Contract”) to be entered into between the Contractor and the Authority in the form
provided by the Authority as part of the Bidding Documents pursuant hereto. The
Contractor shall also be responsible for the maintenance of the project during the
Defect Liability Period.The scope of work will broadly include rehabilitation,
upgradation and augmentation of the existing carriageway to standards with
construction of new pavement, rehabilitation of existing pavement, construction of
culverts, road intersections, drains, Protection work etc. and maintenance of the
Project during the Defect Liability Period, which shall be 3 years.
1.1.3 The estimated cost of the Project (the “Estimated Project Cost”) has been specified in
the clause 1.1.1 above, which is exclusive of Goods and Service Tax (GST). The
assessment of actual costs, however, will have to be made by the Bidders.
1.1.4 The Agreement sets forth the detailed terms and conditions for award of the project to
the Contractor, including the scope of the Contractor’s services and obligations.
1.1.5 The Authority shall receive BIDs pursuant to this RFP in accordance with the terms
set forth in this RFP and other documents to be provided by the Authority pursuant to
this RFP (collectively the "Bidding Documents"), and all BIDs shall be prepared and
10
submitted in accordance with such terms on or before the BID due date specified in
Clause 1.3 for submission of BIDs (the “BID Due Date”).
1.2 Brief description of Bidding Process
1.2.1 The Authority has adopted a single stage two part system (referred to as the
"Bidding Process") for selection of the Bidder for award of the Project. Under this
process, the bid shall be invited under two parts. Eligibility and qualification of the
Bidder will be first examined based on the details submitted under first part
(Technical Bid) with respect to eligibility and qualifications criteria prescribed in this
RFP (the “Bidder”, which expression shall, unless repugnant to the context, include
the members of the Joint Venture). The Financial Bid under the second part shall be
opened of only those Bidders whose Technical Bids are responsive to eligibility and
qualifications requirements as per this RFP
[GOI has issued guidelines (see Annexure VII of Appendix1A of RFP) for qualification of
Bidders seeking to acquire stakes in any public sector enterprise through the process
of disinvestment. These guidelines shall apply mutatis mutandis to this Bidding
Process. The Authority shall be entitled to disqualify any Bidder in accordance with the
aforesaid guidelines at any stage of the Bidding Process. Bidders must satisfy themselves
that they are qualified to bid, and should give an undertaking to this effect in the form at
AppendixIA].
1.2.2 The Bid shall be valid for a period of 120 days from the date specified in Clause 1.3 for
submission of BIDs.
1.2.3 The complete Bidding Documents including the draft Agreement for the Project is
enclosed for the Bidders. The Feasibility Report / Detailed Project Report prepared by
the Authority/ consultants of the Authority (the "Feasibility Report/Detailed Project
Report") is also enclosed. The Feasibility Report / Detailed Project Report of the
Project is being provided only as a preliminary reference document by way of
assistance to the Bidders who are expected to carry out their own surveys, investigations
and other detailed examination of the Project before submitting their Bids. Nothing
contained in the Feasibility Report/Detailed Project Report shall be binding on the
Authority nor confer any right on the Bidders, and the Authority shall have no
liability whatsoever in relation to or arising out of any or all contents of the
Feasibility Report/Detailed Project Report. The aforesaid documents and any addenda
issued subsequent to this RFP Document, will be deemed to form part of the Bidding
Documents. However, Feasibility Report / Detailed Project Report prepared by the
Authority/ consultants of the Authority (the "Feasibility Report/Detailed Project
Report") is not required in case of maintenance works like PR/HIPR to be taken on EPC
mode.
1.2.4 A Bidder is required to submit, along with its BID, a BID Security of Rs. 49.80
lacs (the "BID Security"), refundable not later than 150 (One hundred & fifty) days from
11
the BID Due Date, except in the case of the Selected Bidder whose BID Security
shall be retained till it has provided a Performance Security and Additional
Performance Security (if any) as per the provision of this RFP and LOA. This Guarantee
shall be transmitted through SFMS Gateway to NHAI/MORTH/State
PWD/NHIDCL/BROs Bank. The Bidders shall also make payment of Rs.10,000/ towards
cost of tender document fees on https://www.bharatkosh.gov.in in favour of “Pay &
Accounts Officer, Ministry of Road Transport & Highways, New Delhi” and submit a
deposit receipt for the same. Details to be selected in Bharatkosh Portal for making
payment are as under:
.
1.2.5 Bidders are advised to examine the Project in greater detail, and to carry out, at their
cost, such studies as may be required for submitting their respective BIDs for award of
the contract including implementation of the Project.
1.2.6 BIDs will be evaluated for the Project on the basis of the lowest cost required by a Bidder
for implementing the Project (the "BID Price"), which is exclusive of Goods and Service
Tax (GST). The total time allowed for completion of construction under the Agreement
(the “Construction Period”) and the period during which the Contractor shall be liable
for maintenance and rectification of any defect or deficiency in the Project after
completion of the Construction Period (the “Defect Liability Period”) shall be
predetermined, and are specified in the draft Agreement forming part of the Bidding
Documents.
In this RFP, the term “Lowest Bidder” shall mean the Bidder who is quoting the lowest
BID price.
1.2.7 Generally, the Lowest Bidder shall be the selected Bidder. In case such Lowest Bidder
withdraws or is not selected for whatsoever reason except the reason mentioned in
Clause 2.1.12 (b) (4) & Clause 3.3.1, the Authority shall annul the Bidding Process and
invite fresh BIDs.
1.2.8 Other details of the process to be followed under this bidding process and the terms
thereof are spelt out in this RFP.
12
1.2.9 Any queries or request for additional information concerning this RFP shall be
submitted by email to the officer designated in Clause 2.11.4 below with
identification/ title: "Queries / Request for Additional Information: RFP for
Strengthening from km 0.00 to 13.200 ( Majhola to Khatima) on NH731k on EPC
mode under Annual Plan 202425 in The State of Uttarkhand.
1.2.10 A Bidder is required to submit, along with its technical BID, a self certification that the
item offered meets the local content requirement for 'Class I local Supplier' / 'Class Il local
Supplier', as the case may be. The selfcertification shall also have details of the location(s)
at which the local value addition is made. In case, bidder has not submitted the aforesaid
certification the bidder will be treated as 'Non Local Supplier'.
In the above pretext, the Class I Local Supplier, Class II Local Supplier and the Non Local
Supplier are defined as under:
(i) 'Class I local Supplier' means a supplier or service provider, whose goods, services or
works offered for procurement, meets the minimum local content as prescribed for 'Class
I local Supplier' under this RFP. The 'local content' requirement to categorize a supplier as
'Class I local Supplier' is minimum 50%.
(ii) 'Class Il local Supplier' means a supplier or service provider, whose goods, services or
works offered for procurement, meets the minimum local content as prescribed for 'Class
Il local Supplier' under this RFP. The local content' requirement to categorize a supplier as
'Class I local Supplier' is minimum 20%.
(iii) 'Non local Supplier' means a supplier or service provider, whose goods, services or
works offered for procurement, has local content less than that prescribed for 'Class Il local
supplier' under this RFP.
(iv) 'Local content' means the amount of value added in India which shall be the total value
of item procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total value, in
percent
In case of procurement for a value in excess of Rs. 10 crores, the 'Class I local supplier' /
'Class Il local supplier' shall provide a certificate from the statutory auditor or cost auditor
of the company (in case of companies) or from a practicing cost accountant or practicing
chartered accountant (in respect of suppliers other than companies) giving the percentage
of local content.
3. PreBID meeting at venue 2.11.4 (i) 15.04.2025 11:00 hrs at office of SE,
13
NH Circle, PWD, Haldwani
8. Opening of Technical BIDs at venue 2.11.4 (i) 22.05.2025 upto 15:00 hrs at office
of SE, NH Circle, PWD, Haldwani
12. Return of signed duplicate copy of LOA {82th day from date of NIT}
14. Submission of Performance Security (PS) and Within 30 days of receipt of LOA.
Additional Performance Security (APS), if any (The bidder has the option to
provide 50% of PS and APS, if any
within 30 days of receipt of LOA and
the remaining PS and APS, if any to
be provided within 30 days of
signing of agreement)
14
SECTION2
INSTRUCTIONS TO BIDDERS
A. GENERAL
2.1. General terms of Bidding
2.1.1 No Bidder shall submit more than one BID for the Project. A Bidder bidding
individually or as a member of a Joint Venture shall not be entitled to submit
another BID either individually or as a member of any Joint Venture, as the case
may be.
2.1.2 An International Bidder bidding individually or as a member of a Joint Venture
shall ensure that Power of Attorney is apostils by appropriate authority and
requirement of Indian Stamp Act is duly fulfilled.
2.1.3 Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft Agreement shall have overriding effect; provided, however,
that any conditions or obligations imposed on the Bidder hereunder shall
continue to have effect in addition to its obligations under the Agreement. Further,
the statements and explanations contained in this RFP are intended to provide a
better understanding to the Bidders about the subject matter of this RFP and
should not be construed or interpreted as limiting in any way or manner the scope of
services and obligations of the Contractor set forth in the Agreement or the
Authority’s rights to amend, alter, change, supplement or clarify the scope of work,
the work to be awarded pursuant to this RFP or the terms thereof or herein
contained. Consequently, any omissions, conflicts or contradictions in the
Bidding Documents including this RFP are to be noted, interpreted and applied
appropriately to give effect to this intent, and no claims on that account shall be
entertained by the Authority
2.1.4 The BID shall be furnished in the format exactly as per AppendixI i.e. Technical Bid
as per Appendix IA and Financial Bid as per Appendix IB. BID amount shall be
indicated clearly in both figures and words, in Indian Rupees in prescribed
format of Financial Bid and it will be signed by the Bidder’s authorised signatory.
In the event of any difference between figures and words, the amount indicated in
words shall be taken into account.
2.1.5 The Bidder should submit a Power of Attorney as per the format at AppendixIII,
authorizing the signatory of the BID to commit the Bidder.
2.1.6 In case the Bidder is a Joint Venture, the Members thereof should furnish a Power
of Attorney in favour of the Lead Member in the format at AppendixIV. And joint
bidding agreement in the format at AppendixV
2.1.7 Any condition or qualification or any other stipulation contained in the BID shall
render the BID liable to rejection as a nonresponsive BID.
15
2.1.8 The BID and all communications in relation to or concerning the Bidding
Documents and the BID shall be in English language.
2.1.9 This RFP is not transferable.
2.1.10 Any award of Project pursuant to this RFP shall be subject to the terms of Bidding
Documents and also fulfilling the criterion as mentioned in clause 2.2.
2.1.11 In case the Bidder is a Joint Venture, it shall comply with the following additional
requirements:
(a) Number of members in a Joint Venture shall not exceed 3 (Three);
(b) subject to the provisions of clause (a) above, the Bid should contain the
information required for each Member of the Joint Venture;
(c) Members of the Joint Venture shall nominate one member as the lead member
(the “Lead Member”). Lead Member shall met at least 60% requirement of Bid
Capacity, Technical and Financial Capacity, required as per Clause 2.2.2.1,
2.2.2.2
(i) & 2.2.2.3. The nomination(s) shall be supported by a Power of Attorney, as per the
format at AppendixIII, signed by all the other Members of the Joint Venture.
Other Member(s) shall meet at least 20% requirement of Bid Capacity, Technical
and Financial Capacity required as per Clause 2.2.2.1, 2.2.2.2(i) & 2.2.2.3 and
the JV as a whole shall cumulatively/collectively fulfil the 100% requirement;
(D) THE BID SHOULD INCLUDE A BRIEF DESCRIPTION OF THE ROLES AND
RESPONSIBILITIES OF INDIVIDUAL MEMBERS, PARTICULARLY WITH
REFERENCE TO FINANCIAL, TECHNICAL AND DEFECT LIABILITY
OBLIGATIONS;
(e) the Lead Member shall itself undertake and perform at least 51(fifty one) per
cent of the total length of the Project Highway,
(F) MEMBERS OF THE JOINT VENTURE SHALL HAVE ENTERED INTO A
BINDING JOINT BIDDING AGREEMENT, SUBSTANTIALLY IN THE FORM
SPECIFIED AT APPENDIX V (THE “JT. BIDDING AGREEMENT”), FOR THE
PURPOSE OF MAKING THE APPLICATION AND SUBMITTING A BID IN THE
EVENT OF BEING PREQUALIFIED. THE JT. BIDDING AGREEMENT, TO BE
SUBMITTED ALONG WITH THE APPLICATION, SHALL, INTER ALIA:
(h) No Joint Venture up to Estimate Project Cost of Rs. 100 crores (One Hundred
Crores). However, Joint Venture for any Estimated Project Cost is permissible in
case of maintenance works to be taken up on EPC mode.
2.1.12 While bidding is open to persons from any country, the following provisions shall
apply:
(a) Where, on the date of the Application, not less than 50% (fifty percent) of the
aggregate issued, subscribed and paid up equity share capital in theL1 Bidder or its
Member is held by persons resident outside India or where a Bidder or its Member is
controlled by persons resident outside India, then the eligibility and award of the
project to such L1 Bidder shall be subject to approval of the competent authority from
national security and public interest perspective as per the instructions of the
Government of India applicable at such time. The decision of the authority in this
behalf shall be final and conclusive and binding on the Bidder.
(b) Further, where the LoA of a project has been issued to an agency, not covered under
the category mentioned above, and it subsequently wishes to transfer its share capital
in favour of another entity who is a resident outside India or where a Bidder or its
Member is controlled by persons resident outside India and thereby the equity capital
of the transferee entity exceeds 50% or above, any such transfer of equity capital shall
be with the prior approval of the competent authority from national security and public
interest perspective as per the instructions of the Government of India applicable at
such point in time.
(2) The holding or acquisition of equity control, as above shall include direct or
indirect holding, acquisition, including by transfer of the direct or indirect legal or
beneficial ownership or control, by persons acting for themselves or in concert and in
determining such holding or acquisition, the Authority shall be guided by the
principles, precedents and definitions contained in the Securities and Exchange Board
of India (Substantial Acquisition of Shares and Takeovers) Regulations, 2011, or any
substitute thereof, as in force on the date of such acquisition.
(3) The Bidder shall promptly inform the authority of any change in the
shareholding, as above, and failure to do so shall render the Bidder liable for
disqualification from the Bidding process.
17
(4) In case the L1 Applicant under (a) above is denied the security clearance, for
whatsoever reasons, then the applicants emerging as L2, L3 eligible Bidders (in that
order) may be given a counteroffer (one by one sequentially) to match the bid of L1
applicant/preferred Bidder. In the event of acceptance of the counteroffer by another
eligible Bidder, the project may be awarded to such Bidder. In case no applicant
matches the bid of the L1 applicant, the bid process shall be annulled and fresh bids
invited.
2.1.13 Notwithstanding anything to the contrary contained herein, in the event that the Bid
Due Date falls within three months of the closing of the latest financial year of a
Bidder, it shall ignore such financial year for the purposes of its Bid and furnish all its
information and certification with reference to the 5 (five) years or 1 (one) year, as the
case may be, preceding its latest financial year. For the avoidance of doubt, financial
year shall, for the purposes of a Bid hereunder, mean the accounting year followed by
the Bidder in the course of its normal business.
2.1.14 The Bidder, including an individual or any of its Joint Venture member, should not be
a nonperforming party on the bid submission date. The Bidder, including any Joint
Venture Member, shall be deemed to be a nonperforming party (not applicable to the
project whose contract is terminated by the Authority) if it attracts any or more of the
following parameters:
i. Fails to set up institutional mechanism and procedure as per contract.
ii. Fails to mobilize key construction equipment within a period of 4 months from
the Appointed Date.
iii. Failsto complete or has missed any milestone and progress not commensurate
with contiguous unencumbered project length I ROW available even after lapse
of 6 months from respective project milestone/Schedule Completion date,
unless Extension of Time has been granted due to Authority's Default or Force
Majeure.
iv. Fails to achieve progress commensurate with funds released from Escrow
Account (Equity+ Debt+ Grant) in BOT or HAM project and variation is more
than 25% in the last 365 days.
v. Fails to achieve the target progress or complete the project as per schedule
agreed at the time of sanctioning of funds under One Time Funds Infusion
(OTFI) or relaxations to contract conditions to improve cash flow solely on
account of Concessionaire's/ contractor's failure I default.
vi. Fails to complete rectification (excluding minor rectifications) as per time given
in nonconformity reports (NCR) in design/completed works/ maintenance or
reported in Inspection Reports issued by Quality Inspectors deployed by the
Authority or Officers of the Authority.
vii. Fails to complete minor rectifications exceeding 3 instances in a project as per
time given in non con for mity reports (NCR) in design/completed works I
maintenance.
viii. Fails to fulfil its obligations to maintain a highway in a satisfactory condition
in spite of two rectification notices issued in this regard.
18
ix. Damages/penalties recommended by Independent/ Authority's Engineer during
O&M Period and remedial works are still not taken up.
x. Fails to complete Punch list items even after lapse of time for completion of
such items excluding delays attributable to the Authority.
xi. Occurrence of minor failure of structures/highway due to construction defect
wherein no causalities are reported (causalities include injuries to human being
I animals.
xii. Occurrence of major failure of structures/ highway due to construction defect
wherein no casualties are reported (causalities include injuries to human being
I animals.
xiii. Occurrence of major failure of structures/highway due to construction defect
leading to loss of human lives besides loss of reputation etc. of the authority.
xiv. Fails to make premium payments excluding the current instalment in one or
more projects.
xv. Fails to achieve financial closure in two or more projects within the given or
extended period (which shall not be more than six months in any case).
xvi. Fails to submit the Performance Security within the permissible time period in
more than one project.
xvii. Rated as an unsatisfactory performing entity I nonperforming entity by an
independent third party agency and so notified on the website of the Authority.
xviii. Failed to perform for the works of Expressways, National Highways, ISC & El
works in the last 2(two) years, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitral award
against the Bidder, including in dividual or any of its Joint Venture Member, as
the case may be.
xix. Expelled from the contract or the contract terminated by the Ministry of Road
Transport & Highways or its implementing agencies for breach by such Bidder,
including individual or any of its Joint Venture Member; Provided that any such
decision of expulsion or termination of contract leading to debarring of the
Bidder from further participation in bids for the prescribedperiod should have
been orderedafteraffordingan opportunity ofhearingtosuch party.
xx. Fails tostarttheworksor causes delay in maintenance & repair/overlayof the
project.
19
2.2. Eligibility and qualification requirements of Bidder
2.2.1 For determining the eligibility of Bidder the following shall apply:
(a) The Bidder may be a single entity or a group of entities (the “Joint Venture”), coming
together to implement the Project. The term Bidder used herein would apply to both a
single entity and a Joint Venture. However, in case the estimated cost of the project
for which bid is invited is upto Rs. 100 Crore, then Joint Venture shall not be allowed.
(b) Bidder may be a natural person, private entity, or any combination of them with a
formal intent to enter into a Joint Venture agreement or under an existing agreement
to form a Joint Venture. A Joint Venture shall be eligible for consideration subject to
the conditions set out in Clause 2.1.11 above.
(c) A Bidder shall not have a conflict of interest (“Conflict of Interest”) that affects the
Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified
and liable for action as per stipulations in the Bid Security or Performance Security as
the case may be. A Bidder shall be deemed to have a Conflict of Interest affecting the
Bidding Process, if:
(i) the Bidder, its Joint Venture Member (or any constituent thereof) and any other
Bidder, its Member or any Member of its Joint Venture thereof (or any
constituent thereof) have common controlling shareholders or other ownership
interest; provided that this disqualification shall not apply in cases where the
direct or indirect shareholding of a Bidder, or its Joint Venture Member thereof
(or any shareholder thereof having a shareholding of more than 5% (five percent)
of the paid up and subscribed share capital of such Bidder, or its Joint Venture
Member, as the case may be), in the other Bidder, its Joint Venture Member is
less than 5% (five percent) of the subscribed and paid up equity share capital
thereof; provided further that this disqualification shall not apply to any
ownership by a bank, insurance company, pension fund or a public financial
institution referred to in section 4A of the Companies Act 1956. For the purposes
of this Clause 2.2.1(c), indirect shareholding held through one or more
intermediate persons shall be computed as follows: (aa) where any intermediary
is controlled by a person through management control or otherwise, the entire
shareholding held by such controlled intermediary in any other person (the
“Subject Person”) shall be taken into account for computing the shareholding of
such controlling person in the Subject Person; and (bb) subject always to
subclause (aa) above, where a person does not exercise control over an
intermediary, which has shareholding in the Subject Person, the computation of
indirect shareholding of such person in the Subject Person shall be undertaken
on a proportionate basis; provided, however, that no such shareholding shall be
reckoned under this subclause (bb) if the shareholding of such person in the
intermediary is less than 26% of the subscribed and paid up equity shareholding
of such intermediary; or
(iii) such Bidder, or any of its Joint Venture Member thereof receives or has received
any direct or indirect subsidy, grant, concessional loan or subordinated debt from
20
any other Bidder, or any of its Joint Venture Member thereof or has provided any
such subsidy, grant, concessional loan or subordinated debt to any other Bidder,
its Member or any of its Joint Venture Member thereof; or
(iv) such Bidder has the same legal representative for purposes of this Application as
any other Bidder; or
(v) such Bidder, or any of its Joint Venture Member thereof has a relationship with
another Bidder, or any of its Joint Venture Member thereof, directly or through
common third party/ parties, that puts either or both of them in a position to have
access to each others’ information about, or to influence the Application of either
or each other; or
(vi) such Bidder, or any of its Joint Venture Member thereof has participated as a
consultant to the Authority in the preparation of any documents, design or
technical specifications of the Project.
2.2.1(d) For determining the eligibility of Bidder from a country which shares a land border
with India the following shall apply:
(i) Any Bidder from a country which shares a land border with India will be eligible to
bid, only if the Bidder is registered with the Competent Authority, specified in
Annexure I of Order (Public Procurement No. 1) issued by Ministry of Finance,
Department of Expenditure Public Procurement Division vide F. No. 6/18/2019PPD,
dated 23rd July 2020, which shall form an integral part of RFP and DCA (Copy
enclosed).
(ii) "Bidder from a country which shares a land border with India" means:
a. An entity incorporated, established or registered in such a country, or
b. A subsidiary of in corporate, an entity incorporated, established or registered in
such a country; or
c. An entity substantially controlled through entities incorporated, established or
registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A Consortium or joint venture where any member of the consortium or joint
venture falls under any of the above.
(iii) Beneficial owner for the purpose of (ii) above means:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more judicial person,
has a controlling ownership interest or who exercises control through other means.
Explanation:
b) "Control" shall include the right to appoint majority of the directors or to control the
management or policy decisions including by virtue of their shareholding or
management rights or shareholding agreements or voting agreements;
21
2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
acting alone or together, or through one or one or more juridical person: has ownership
of entitlement to more than fifteen percent of capital or profits of the partnership;
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner
is the relevant natural person who holds the position of senior managing official;
(iv) An Agent is a person employed to do any act for another, or to represent another in
dealings with third person.
(v) The Selected Bidder shall not be allowed to subcontract works to any contractor from
a country which shares a land border with India unless such contractor is registered
with the Competent Authority. The definition of "contractor from a country which
shares a land border with India" shall be as in Clause 2.2.1(d) (ii) above.
"I have read the clause regarding restrictions on procurement from a bidder of a
country which shares a land border with India and on sub contracting to contractors
from such countries; I certify that this bidder is not from a country or, if from such
a country, has been registered with the Competent Authority as defined in Public
Procurement Order no. F.no.6/18/2019 PPD dated 23rd July 2020. I hereby certify
that this bidder fulfils all requirements in this regard and is eligible to be
considered."
It may be noted that in case the above certification is found to be false, this would
be a ground for immediate rejection of Bid/termination and further legal action in
accordance with law.
Validity of Registration:
In respect of RFP, registration should be valid at the time of submission of bids and
at the time of acceptance of bids. If the Bidder was validly registered at the time of
acceptance, registration shall not be a relevant consideration during contract
execution.
22
2.2.2 Qualification requirements of Bidders:
Bidders who interiliac meet the minimum qualification criteria will be qualified only
if their available BID capacity is more than the total BID value (value as per Clause
1.1.1). The available BID capacity will be calculated as per following, based on
information mentioned at Annexure VI of Appendix IA:
N= Number of years prescribed for completion of work for which Bid is invited.
B = Value (updated to the price level of the year indicated in table at Note3 below)
of existing commitments, works for which the bidder has emerged as the
winner of the bids or ongoing works to be completed during the period of
completion of the works for which BID is invited. For the sake of clarification,
it is mentioned that works for which bidder has emerged as the winner of the
bids but LOA has not been issued as on the day before opening the financial
bids shall also be considered while calculating value of B.
C = The amount of bonus received, if any, in EPC Projects during the last 5 years
(updated to the price level of the year indicated in table at Note3 below).
Note:
1. The Statement showing the value of all existing commitments, works for which
the contractor has emerged as the winner of the bid as given by bidder and ongoing
works as well as the stipulated period of completion remaining for each of the
works listed should be countersigned by the Client or its Engineer in charge not
below the rank of Executive Engineer or equivalent in respect of EPC Projects or
Concessionaire / Authorised Signatory of SPV in respect of BOT Projects and verified
by Statutory Auditor.
23
3. The factor for the year for updation to the price level is indicated as under:
4. The bid capacity status of the bidder to be updated as on the day before
opening the financial bids.
or
Provided that at least one similar work completed works costing not less than
amount equal to 35% each of Estimated Project Cost Rs. 8.72 crore ( Rs. Eight
Crore Seventy Two Lakhs only)] shall have been completed from the Eligible
1
5 years in case of normal highway projects and 10 years in case of Standalone specialized
projects(Major) Bridges/ ROB/Flyover/ Tunnel.
24
Projects in Category 1 and/or Category 3 specified in Clause 2.2.2.5. Certificate(s)
from the concerned client(s) shall be required for the same. In case the
claimed project /(s) are subcontracting/ JV project in such a case Approval
from Govt. Authority I Client is required(restricted to allowable
subcontracting limit/ JV share in original contract).[D1] For this purpose, a
project shall be considered to be completed, if more than 90% of the value of work
has been completed and such completed value of work is equal to or more than the
above mentioned criteria in the last 5 (five) financial years preceding the Bid
Due Date or till the Bid Due Date.
Eligible projects shall include following:
(a)Widening/ reconstruction/upgradation works on NH/SH/Expressway or on
any category of road taken up under CRF, ISC/EI, SARDP, LWE
(b) Widening/reconstruction/upgradation works on MDRs with loan assistance
from multilateral agencies or on BOT basis
(c) Widening/reconstruction/upgradation work of roads in Municipal
corporation limits, construction of Bypasses
(d) Construction of standalone bridges, ROBS, tunnels
(e) Construction/reconstruction of linear projects like airport runways,
railways (construction/reconstruction of railway tracks, yards for keeping
containers etc.) metro rail and ports (including construction/reconstruction of
Jetties)
If any Major Bridge/ROB/Flyover/Tunnel is (are) part of the project, then the
Bidder shall necessarily demonstrate additional experience in construction of
Major Bridge/ROBs/Flyovers/Tunnel in the last 10 (Ten) financial years
preceding the Bid Due Date i.e. shall have completed at least one similar Major
Bridge/ROB/Flyover of following sizes:
(a) In case, longest span of bridge/ROB/flyover is less than or equal to 60m, no
additional qualification is required.
(b) when longest span is more than 60m: 50% of the longest span or 100 m
whichever is less, of the structure proposed in this project
(c) In case tunnel is a part of project having length less than or equal to 200m,
then no additional qualification is required.
(d) when length of tunnel more than 200m: 50% of the crosssectional area of
proposed tunnel or two lane highway tunnel cross sectional area, whichever is
less and 20% length of the tunnel to be constructed in this project or 2 km,
whichever is less. For the purpose of this requirement, tunnel may have single/
twin tubes for roads/ railways/ metro rail/ irrigation/ hydroelectricity projects,
etc.
25
(iii) For Standalone specialized projects:
(a) Major Bridges/ROB/Flyovers projects:
(a1) In case the cost of specialized project is less than or equal to Rs.
1,000 Cr: The Bidder shall have completed at least one similar Major
Bridge/ROB/Flyover project in the last 10 (Ten) financial years preceding
the Bid Due Date, having span equal to or greater than 50% of the longest
span or 100m, whichever is less of the structure proposed in this project
and also the cost of such similar project shall be atleast 20% of the
Estimated Project Cost. For this purpose, a project shall be considered to
be completed, if more than 90% of the value of work has been completed
and such completed value of work is equal to or more than 20%of the
Estimated Project Cost.
(a2) In case the cost of specialized project is more than Rs. 1,000 Cr:
The Bidder shall have completed at least one similar Major Bridge/ ROB/
Flyover project in the last 10 (ten) financial years preceding the Bid Due
Date, having span equal to or greater than 50% of the longest span of the
structure proposed in this project or 100m, whichever is less, and also the
cost of such similar project shall be atleast 20% of the Estimated Project
Cost or Rs. 1000Cr. whichever is less. For this purpose, a project shall be
considered to be completed, if more than 90% of the value of work has
been completed and such completed value of work is equal to or more than
20%of the Estimated Project Cost or Rs. 1000 Cr., whichever is less.
(b) Tunnel project: The Bidder shall have completed at least one tunnel project in
the last 10 (Ten) financial years preceding the Bid Due Date, consisting of
single or twin tubes (including tunnel(s) for roads/Railway/Metro
rail/irrigation/hydroelectric projects etc.) having at least 50% of the cross-
sectional area of the tunnel to be constructed or cross sectional area of 2 lane
highway tunnel, whichever is less and 20% length of the tunnel to be
constructed in this project or 2 km whichever is less and the cost of such project
shall be at least 20% of the Estimated Project Cost or Rs 1000 crore whichever
is less. For this purpose, a project shall be considered to be completed, if more
than 90% of the value of work has been completed and such completed value
of work is equal to or more than 20% of the Estimated Project Cost or Rs 1000
crore whichever is less.
(iv) The updation factor to update the price of the eligible projects for
the year indicated in table below:
(ii) The Bidder shall have a minimum Average Annual Turnover (updated to the
price level of the year based on factors indicated in table below)of [Rs 4.98 Cr.
(Four Crore Ninety Eight Lacs ) for the last 5 (five) financial years.
This amount should be 20% (Twenty percent) of the Estimated Project Cost of the
Project for which bids are being invited.
(i) Joint Venture would be taken into account for satisfying the above conditions
of eligibility. Further, Lead Member shall meet at least 60% requirement of
Bid Capacity, Technical and Financial Capacity as per Clause 2.2.2.1, 2.2.2.2(i)
and 2.2.2.3 and each of other JV members shall meet at least 20%
requirement of Bid Capacity, Technical and Financial Capacity individually as
per Clause 2.2.2.1, 2.2.2.2(i) and 2.2.2.3. For avoidance of doubt it is further
clarified that the Joint Venture must collectively and individually satisfy the
above qualification criteria i.e. JV shall cumulatively/collectively fulfil the
100% requirement.
(ii) For requirement of 2.2.2.2 (ii) & (iii), one similar work of 20% of Estimated
Project Cost should have been completed from the Eligible Projects in
Category 1 and/or Category 3 individually by any of the JV members as a single
work.
(i) Subject to the provisions of Clause 2.2.2 the following categories of experience
would qualify as Technical Capacity and eligible experience (the "Eligible
Experience") in relation to eligible projects as stipulated in Clauses 2.2.2.6 (i) & (ii)
(the "Eligible Projects"). In case the Bidder has experience across different
3
Net worth has been adopted as the criterion for assessing financial capacity since it is a comprehensive
indication of the financial strength of the Applicant.
4
This amount should be 5% (five percent) of the Estimated Project Cost of the Project for which bids
are being invited.
27
categories, the experience for each category would be computed as per weight of
following factors to arrive at its aggregated Eligible Experience:
Category Project / Construction experience on Eligible Projects Factors
1 Project in highways sector that qualify under 1
Clause 2.2.2.6 (i)
2 Project in core sector that qualify under 0.75
Clause 2.2.2.6 (i)
3 Construction in highways sector that qualify under Clause 1
2.2.2.6 (ii)
4 Construction in core sector that qualify under 0.75
Clause 2.2.2.6 (ii)
(b) core sector would be deemed to include civil construction cost of power
sector, commercial setups (SEZs etc.), airports, industrial parks/ estates,
logistic parks, pipelines, irrigation, water supply, sewerage, irrigation,
water supply, stadium, hospitals, hotel, smart city, warehouses/silos, oil &
gas and real estate development. Core sector will also include the projects
with the title of RIDF, PMGSY road, link road, city roads, rural road,
sector/ municipality road, real estate projects which demonstrate road
development/construction bridges or culverts.
29
subcontractor or other agent was appointed for the purposes of
construction.
(ii) For a project to qualify as an Eligible Project under Categories 3 and 4, the
Bidder should have received payments from its client(s) for construction works
executed, fully or partially,or work executed and certified by the
Engineerincharge/Independent Engineer/Authority’s Engineer during the 5
(five) financial years immediately preceding the Bid Due Date, and only the
amounts (gross) actually received/ work executed, during such 5 (five) financial
years shall qualify for purposes of computing the Experience Score. However,
receipts of or work executed amount less than [Rs. 2.49 Cr.(Two Crore Forty
Nine Lacs )]5 shall not be reckoned as receipts for Eligible Projects. For the
avoidance of doubt, construction works shall not include supply of goods or
equipment except when such goods or equipment form part of a turnkey
construction contract / EPC contract for the project. Further, the cost of land and
also cost towards preconstruction activities (like shifting of utilities etc.) shall
not be included hereunder.
(iii) The Bidder shall quote experience in respect of a particular Eligible Project
under any one category only, even though the Bidder (either individually or
along with a member of the Joint Venture) may have played multiple roles in
the cited project. Double counting for a particular Eligible Project shall not be
permitted in any form.
(iv) Experience for any activity relating to an Eligible Project shall not be claimed
by two or more Members of the Joint Venture. In other words, no double
counting by a Joint Venture in respect of the same experience shall be permitted
in any manner whatsoever.
5
This amount should not be less than 5% of the Estimated Project Cost
30
(i) The Technical Bid must be accompanied by the Audited Annual Reports of
the Bidder (of each Member in case of a Joint Venture) for the last 5 (five) financial
years, preceding the year in which the bid is submitted and also the bidder shall
upload financial details along with supporting financial documents (E.g., Audited
Annual Reports) on BIMS on a regular basis.
(ii) In case the annual accounts for the latest financial year are not audited
and therefore the Bidder cannot make it available, the Bidder shall give and upload
an undertaking to this effect on BIMS Portal and the statutory auditor shall certify
the same. In such a case, the Bidder shall provide the Audited Annual Reports for 5
(five) years preceding the year for which the Audited Annual Report is not being
provided.
(iii) The Bidder must establish the minimum Net Worth specified in Clause
2.2.2.3, and provide details as per format at AnnexIII of AppendixIA and upload the
relevant details on BIMS.
2.2.2.9 The Bidder shall enclose with its Technical Bid, to be submitted as per the format
at AppendixIA complete with its Annexes and also upload on BIMS portal, the
following:
(i) Certificate(s) from its statutory auditors$ or the concerned client(s) stating the
payments received or in case of a PPP project, the construction carried out by
itself, during the past 5 years, in respect of the Eligible Projects. In case a
particular job/ contract has been jointly executed by the Bidder (as part of a
Joint Venture), it should further support its claim for the payments received or
construction carried out by itself in PPP Projects as applicable the share in work
done for that particular job/ contract by producing a certificate from its
statutory auditor or the client; and
(ii) Certificate(s) from its statutory auditors specifying the net worth of the Bidder,
as at the close of the preceding financial year, and also specifying that the
methodology adopted for calculating such net worth conforms to the provisions
of this Clause 2.2.2.9 (ii). For the purposes of this RFP, net worth (the “Net
Worth”) shall mean the aggregate value of the paidup share capital and all
reserves created out of the profits and securities premium account, after
deducting the aggregate value of the accumulated losses, deferred expenditure
and miscellaneous expenditure not written off, as per the audited balance sheet,
$
In case duly certified audited annual financial statements containing explicitly the requisite details are
provided, a separate certification by statutory auditors would not be necessary in respect of Clause
2.2.2.9 (i). In jurisdictions that do not have statutory auditors, the firm of auditors which audits the
annual accounts of the Applicant may provide the certificates required under this RFP.
31
but does not include reserves created out of revaluation of assets, writeback of
depreciation and amalgamation.
2.2.2.10 Deleted.
2.3 Proprietary data
All documents and other information supplied by the Authority or submitted by a Bidder
to the Authority shall remain or become the property of the Authority and are
transmitted to the Bidders solely for the purpose of preparation and the
submission of a BID in accordance herewith. Bidders are to treat all information as strictly
confidential and shall not use it for any purpose other than for preparation and
submission of their Bid. The provisions of this Clause 2.3 shall also apply mutatis
mutandis to BIDs and all other documents submitted by the Bidders, and the Authority
will not return to the Bidders any BID, document or any information provided along
therewith.
2.4 Cost of Bidding
The Bidders shall be responsible for all of the costs associated with the
preparation of their BIDs and their participation in the Bidding Process. The
Authority will not be responsible or in any way liable for such costs, regardless of the
conduct or outcome of the Bidding Process.
2.5.3 The Authority shall not be liable for any omission, mistake or error in respect of any of
the above or on account of any matter or thing arising out of or concerning or relating
to RFP, including any error or mistake therein or in any information or data given by
the Authority.
2.6.3 In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of defect liability subsistence
thereof, that one or more of the eligibility and /or qualification requirements have not
33
been met by the Bidder, or the Bidder has made material misrepresentation or has given
any materially incorrect or false information, the Bidder shall be disqualified forthwith if
not yet appointed as the contractor either by issue of the LOA or entering into
of the Agreement, and if the Selected Bidder has already been issued the LOA or has
entered into the Agreement, as the case may be, the same shall, notwithstanding
anything to the contrary contained therein or in this RFP, be liable to be terminated, by
a communication in writing by the Authority to the Selected Bidder or the Contractor,
as the case may be, without the Authority being liable in any manner whatsoever to
the Selected Bidder or the Contractor. In such an event, the Authority shall be entitled
to take action as per the Bid Securing Declaration / forfeit and appropriate the Bid
Security or Performance Security, as the case may be, as Damages, without
prejudice to any other right or remedy that may be available to the Authority under
the Bidding Documents and / or the Agreement, or otherwise.
2.6.4. A Bidder shall be liable for disqualification and forfeiture of Bid Security, if any legal,
financial or technical adviser of the Authority in relation to the Project is engaged by the
Bidder, its Member or any Associate thereof, as the case may be, in any manner for
matters related to or incidental to such Project during the Bidding Process or subsequent
to the (i) issue of the LOA or (ii) execution of the Agreement. In the event any such
adviser is engaged by the selected Bidder or Contractor, as the case may be, after issue
of the LOA or execution of the Agreement for matters related or incidental to the project,
then notwithstanding anything to the contrary contained herein or in the LOA or the
Agreement and without Prejudice to any other right or remedy or the Authority,
including taking action as per the Bid Securing Declaration / the forfeiture and
appropriation of the Bid Security or Performance Security, as the case may be, which
the Authority may have there under or otherwise, the LOA or the Agreement, as the case
may be, shall be liable to be terminated without the Authority being liable in any manner
whatsoever to the Selected Bidder or Contractor for the same. For the avoidance or
doubt, this disqualification shall not apply where such adviser was engaged by the
Bidder, its Member or Associate in the past but its assignment expired or was terminated
6 (six) months prior to the date of issue of this RFP. Nor will this disqualification apply
where such adviser is engaged after a period of 3 (three) years from the date of
commercial operation of the Project.
34
B. DOCUMENTS
2.7.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as listed
below, and will additionally include any Addenda issued in accordance with
Clause 2.9.
Part –I
Invitation for BIDs
Section 1. Introduction
Section 2. Instructions to Bidders
Section 3. Evaluation of BIDs
Section 4. Fraud and Corrupt Practices
Section 5. Pre BID Conference
Section 6. Miscellaneous
Appendices
IA. Letter comprising the Technical BID including Annexure I to VII
IB. Letter comprising the Financial BID
II. Bank Guarantee for BID Security
III. Power of Attorney for signing of BID
IV. Power of Attorney for Lead Member of Joint Venture
V. Joint Bidding Agreement for Joint Venture
VI. Integrity Pact Format
VII. Form of Bank Guarantee (For Performance Security)
VIII. Format of LOA
Part –II
Agreement Document with schedules
Part – III
[Feasibility Report / Detailed Project Report provided by the authority]
35
2.7.2 The draft Agreement and the Feasibility / Detailed Project Report provided by the
Authority as part of the BID Documents shall be deemed to be part of this RFP.
2.8 Clarifications
2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing
by email in accordance with Clause 1.2.9. They should send in their
queries on or before the date mentioned in the Schedule of Bidding Process
specified in Clause 1.3. The Authority shall endeavour to respond to the queries
within the period specified therein, but no later than 15 (fifteen) days prior to the
BID Due Date. The responses will be sent by fax or email. The Authority will
forward all the queries and its responses thereto, to all Bidders without identifying
the source of queries.
2.8.2 The Authority shall endeavour to respond to the questions raised or clarifications
sought by the Bidders. However, the Authority reserves the right not to respond to
any question or provide any clarification, in its sole discretion, and nothing in this
Clause shall be taken or read as compelling or requiring the Authority to respond
to any question or to provide any clarification.
2.8.3 The Authority may also on its own motion, if deemed necessary, issue
interpretations & clarifications to all Bidders. All clarifications &
interpretations issued by the Authority shall be deemed to be part of the Bidding
Documents. Verbal clarifications and information given by Authority or its
employees or representatives shall not in any way or manner be binding on the
Authority.
2.9.1 At any time prior to the BID Due Date, the Authority may, for any reason, whether at its
own initiative or in response to clarifications requested by a Bidder, modify the RFP by
the issuance of Addenda.
2.9.2 Any Addendum issued hereunder will be hosted on the GoI eTendering Portal
(https://eprocure.gov.in/cppp) and BIMS Portal (www.bims.gov.in)
2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into
account, or for any other reason, the Authority may, in its sole discretion, extend the
BID Due Date.
36
C. PREPARATION AND SUBMISSION OF BIDS
2.10.1 The Bidder shall provide all the information sought under this RFP. The Authority will
evaluate only those BIDs whose scanned copies of online receipt towards payment of
cost of Bid document, POA and Joint Bidding Agreement that are received online in the
required formats and have been applied to on BIMS. However, issuance of LOA shall be
done after submission of original documents by the successful bidder.
2.10.2 The BID shall be typed and signed in indelible blue ink by the authorised signatory of
the Bidder. All the alterations, omissions, additions or any other amendments made to
the BID shall be initialled by the person(s) signing the BID.
2.11.1 The Bidder shall first upload all the project details, net worth details, turnover details,
bridge and tunnel details and all other details required in this RFP on the BIMS portal
for technical qualification. The Bidder shall ensure that all the details are updated as on
the due date of submission of this bid.
The Bidder shall then apply for the RFP on the CPPP website https://
eprocure.gov.in/eprocure/appand BIMS portal (www.bims.gov.in)by submitting the
documents mentioned below along with the supporting documents which shall
comprise of the Technical BID on the CPPP portal
(https://eprocure.gov.in/eprocure/app) and BIMS portal(www.bims.gov.in):
Technical Bid
(a) Appendix-IA (Letter comprising the Technical Bid).
(b) Appendix-IB (Letter comprising the Financial BID)
(c) Annex-V Statement of Legal Capacity
(d) Original Power of Attorney for signing the BID as per format at Appendix-III;
(e) if applicable, Original Power of Attorney for Lead Member of Joint Venture as per
the format at Appendix-IV;
(f) if applicable, Original Joint Bidding Agreement for Joint Venture as per the format at
Appendix-V;
(g) BID Security of Bid Security (Rs 49.80 Lacs) in the form of Insurance Surety Bond
(in the format at Appendix – X issued by Insurance Company authorized by
Insurance Regulatory and Development Authority of India), Account Payee
Demand Draft or Fixed Deposit Receipt or Banker’s Cheque or Bank Guarantee
(including e-Bank Guarantee) in the format at Appendix-II from a Scheduled
Bank (scanned copy to be uploaded as well)
37
(h) Bidder shall comply with the provisions of NHAI/Policy
Guidelines/Vigilance/2020 Policy Circular No. 5. 8 dated 29th December
2020 issued by NHAI and its subsequent amendments if any, issued by
NHAI/MORT&H (Appendix-VI) regarding Integrity Pact (IP) and the
Integrity Pact (IP) duly signed by Authorised signatory shall be submitted
by the Bidder with the RFP Bid & shall be part of the Contract Agreement;
and
(i) An undertaking from the person having PoA referred to in Sub. Clause-(a) above that
they agree and abide by the Bid documents uploaded by MoRT&H/NHAI and
amendments uploaded, if any
(j) Copy of experience certificates apostille at foreign origin, if any
(k) Certificate regarding Compliance with Restrictions under Rule 144 (xi) of the General
Financial Rules (GFRs) as per format given in Appendix-XI shall be submitted by the
Bidder with the RFP Bid duly signed by Authorized signatory & shall be part of the
Contract Agreement; and
(l) Proof of Registration with the Competent Authority as defined in Public
Procurement Order No. F. No. 6/18/2019-PPD dated 23rd July 2020, if applicable
(to be submitted by the "Bidder from a country which shares a land border with
India").
Financial Bid
(h) AppendixIB (Letter comprising the Financial Bid) shall be submitted online
through eprocurement portal on or before 22.05.2025, 15:00. hrs IST
Self Certification:
Selfcertification by the Bidder that its Bid meets the Local Content requirement for
'Class I Local supplier'/ 'Class II Local supplier', as the case may be. The Self
certification shall also have details of the location(s) at which the local value addition is
made. In case, bidder do not submit the aforesaid Certification, the bidder will be
summarily treated as 'Non Local Supplier'.
In case of procurement for a value in excess of Rs. 10 crores, the 'Class –I Local supplier
/ 'Class II Local supplier' shall have to provide a Certificate from the Statutory Auditor
or Cost Auditor of the Company (in case of Companies) or from a practicing Cost
Accountant or practicing Chartered Accountant (in respect of Suppliers other than
Companies) giving the percentage of Local Content upon Construction of the Project.
2.11.2 The Bidder shall submit the scanned copies of the following documents along with the
Bid. However, the successful bidder shall submit the following documents in Original
before issuance of LOA.:
(a) Original Power of Attorney for signing the BID as per format at AppendixIII;
38
(b) if applicable, Original Power of Attorney for Lead Member of Joint Venture as
per the format at AppendixIV;
(c) if applicable, Original Joint Bidding Agreement for Joint Venture as per the
format at AppendixV;
(d) BID Security of Rs 49.80 Lacs in the form of Bank Guarantee in the format at
AppendixII from a Scheduled Bank (scanned copy to be uploaded as well);
(e) Copy of online receipt towards payment of cost of Bid document of Rs 10000 +
18% GST= Rs 11800.00 in favour of “Pay & Accounts Officer (NH), Ministry
of Road Transport and Highway, New Delhi” on
(f)Deleted;
(g) Bidder shall comply with CVC’s Circular No. 06/05/21 dated 03.06.2021 regarding
Standard Operating Procedure on Integrity Pact and the provisions of Office
Memorandum No. RW/NH37010/4/2010/PICEAP(Printing) dated 22.02.2016and
its subsequent amendments if any issued by MoRT&H (AppendixVI) regarding
Integrity Pact (IP) and the Integrity Pact (IP)duly signed by Authorised signatory
shall be submitted by the Bidder with the RFP Bid shall be part of the Contract
Agreement ;and
(h) An undertaking from the person having PoA referred to in Sub. Clause(a) above
that they agree and abide by the Bid documents uploaded by MoRT&H and
amendments uploaded, if any
2.11.3 The documents listed at clause 2.11.2 shall be placed in an envelope, which shall
be sealed. The envelope shall clearly bear the identification “BID for the Project
Strengthening from km 0.00 to 13.200 (Majhola to Khatima) on NH731k on EPC mode
under Annual Plan 202425 in The State of Uttarkhand and shall clearly indicate the name
and address of the Bidder. In addition, the BID Due Date should be indicated on the right
hand top corner of the envelope.
2.11.4 The envelope shall be addressed to the following officer and shall be submitted at the
respective address:
ATTN. OF: Mr. Anil Pangty
DESIGNATION Superintending Engineer
N.H. Circle, PWD
ADDRESS: Near Stadium, Badripura
Haldwani (Nainital)
PHONE/ Fax NO: 9756930039
EMAIL ADDRESS senhpwdhld@gmail.com
39
2.11.5If the envelope is not sealed and marked as instructed above, the Authority
assumes no responsibility for the misplacement or premature opening of the
contents of the BID submitted and consequent losses, if any, suffered by the
Bidder..
2.11.6 BIDs submitted by fax, telex, telegram or email shall not be entertained and shall
be summarily rejected.
2.14.1.1 It is mandatory for all the Bidders to have classIII Digital Signature Certificate
(DSC)(in the name of Authorized Signatory / Firm or Organization / Owner of the
Firm or Organization) from any of the licensed Certifying Agency (Bidders can see
the list of licensed CAs from the link www.cca.gov.in) to participate in etendering of
MoRT&H/ NHAI/NHIDCL/BRO/State Pwd.
DSC should be in the name of the authorized signatory as authorized in Appendix III
of this RFP or person executing/delegating such Appendix III in favour of Authorized
Signatory. It should be in corporate capacity (that is in Bidder capacity / in case of JV
in the Lead Member capacity, as applicable). The Bidder shall submit document in
support of the class III DSC. In other cases, the bid shall be considered Nonresponsive.
2.14.1.2To participate in the bidding, it is mandatory for the Bidders to get registered their firm
/ Joint Venture with eprocurement portal https:// eprocure.gov.in /eprocure/app to
40
have user ID & password which has to be obtained free of cost. Following may kindly
be noted:
(a) Registration with eprocurement portal should be valid at least up to the date of
submission of BID.
It is also mandatory for the Bidders to get their firms registered with etendering
portal and BIMS portal (www.bims.gov.in). The Bidders shall update their project
and other details on the portal on a regular basis and apply to the tenders via the
portal.
2.14.1.3 If the firm / Joint Venture is already registered with etendering service provider, and
validity of registration is not expired, then the firm / Joint Venture is not required a
fresh registration.
2.14.1.4 The complete BID document can be viewed / downloaded by the Bidder from
eprocurement portal https:// 29.03.2025 to 21.05.2025 (upto 15:00 hrs. IST).and
BIMS portal (www.bims.gov.in) from 29.03.2025 to 21.05.2025 (upto 15:00 hrs.
IST).
2.14.1.5 Deleted
2.14.2.1 The Bidder may submit his Bid online following the instructions appearing on the
screen. The detailed guidelines for eprocurement is also available on eprocurement
portal and BIMS portal (www.bims.gov.in).
2.14.2.2 The documents listed at clause 2.11.1 shall be prepared and scanned in different
files (in PDF or RAR format such that file size is not more than 30 MB) and
uploaded during the online submission of BID.
2.14.2.3 Bid must be submitted online only through eprocurement portal https://
eprocure.gov.in/eprocure/app using the digital signature of authorized
representative of the Bidder and the Bidder must apply on the BIMS portal
[www.bims.gov.in]on or before 21.05.2025 (upto15:00 hours IST).
2.14.3.1 The Bidder may modify, substitute or withdraw its e BID after submission prior to
the BID Due Date. No BID can be modified, substituted or withdrawn by the Bidder
on or after the BID Due Date & Time.
41
2.14.3.2 For modification of eBID, Bidder has to detach its old BID from eprocurement
portal and upload / resubmit digitally signed modified BID. For withdrawal of BID,
Bidder has to click on withdrawal icon at eprocurement portal and can withdraw its
eBID. Before withdrawal of a BID, it may specifically be noted that after
withdrawal of a BID for any reason, Bidder cannot resubmit eBID again. For
modification of the application mode (sole I JV), Bidder has to switch the mode
according to the guidelines provided in the aforementioned Bidder Manual
available on the BIM Sportal. For withdrawal of bid, the bidder can click on 'Delete
Participation' as mentioned in the guidelines in the Bidder Manual."
2.15.2 The Ministry/State PWD(NH) Uttarakhand shall online open Technical BIDs on
22.05.2025 at 15:00 hours IST, in the presence of the authorized representatives of the
Bidders, who choose to attend. Technical BID of only those Bidders shall be online
opened who have submitted their BIDs both on CPPP Portal and BIMS Portal. The
MoRT&H/State PWD(NH) uttarakhand will subsequently examine and evaluate the
BIDs in accordance with the provisions of Section 3 of RFP.
2.16.1 Notwithstanding anything contained in this RFP, the Authority reserves the right
to reject any BID and to annul the Bidding Process and reject all BIDs at any time
without any liability or any obligation for such acceptance, rejection or
annulment, and without assigning any reasons thereof. In the event that the
Authority rejects or annuls all the BIDs, it may, in its discretion, invite all eligible
Bidders to submit fresh BIDs hereunder.
2.16.2 The Authority reserves the right not to proceed with the Bidding Process at any time,
without notice or liability, and to reject any BID without assigning any reasons.
2.17Validity of BIDs
The BIDs shall be valid for a period of not less than 120 (one hundred and twenty) days
from the BID Due Date. The validity of BIDs may be extended by mutual consent of
the respective Bidders and the Authority.
2.18Confidentiality
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to acceptance or rejection of any BID.
However, the Authority would display the result of technical evaluation on the web
portal for 7 days including reasons for non responsiveness, if any, and the financial
bid will be opened thereafter.
D. BID SECURITY
2.20BID Security
2.20.1 The Bidder shall furnish as part of its BID, a BID Security referred to in Clause 1.2.4
herein above in the form of a bank guarantee issued by nationalised bank, or a
Scheduled Bank in India having a net worth of at least Rs. 1,000 crore (Rs. one thousand
crore), in favour of the Authority in the format at AppendixII (the “Bank Guarantee”)
and having a validity period of not less than 180 (one hundred eighty) days from the
BID Due Date, inclusive of a claim period of 60 (sixty) days, and may be extended
as may be mutually agreed between the Authority and the Bidder from time to
time. This Bank Guarantee shall be transmitted through SFMS Gateway to
[Ministry/NHAI/NHIDCL/State PWD/BRO]’s Bank. In case the Bank Guarantee is
issued by a foreign bank outside India, confirmation of the same by any nationalised
bank in India is required. For the avoidance of doubt, Scheduled Bank shall mean a
bank as defined under Section 2(e) of the Reserve Bank of India Act, 1934. A scanned
copy of the Bank Guarantee shall be uploaded on eprocurement portal while applying to
the tender.MoRTH circular No. NH 35014/20/2020H dated 12.08.2022 regarding
electronic bank guarantee may be adhere
2.20.2 Any BID not accompanied by the BID Security shall be summarily rejected
bytheAuthority as nonresponsive.
2.20.3 Deleted.
2.20.4 The Authority shall entitle to forfeit and appropriate the BID Security asDamages
inter alia in any of the events specified in Clause 2.20.5herein below. The Bidder, by
submitting its BID pursuant to this RFP, shall be deemed to have acknowledged and
confirmed that the Authority will suffer loss and damage on account of withdrawal of
43
its BID or for any other default by the Bidder during the period of BID validity as
specified in this RFP. No relaxation of any kind on BID
Security shall be given to any Bidder.
2.20.5 The BID Security shall be forfeited and appropriated by the Authority as damages
for, interalia, time cost and effort of the Authority without prejudice to any other right
or remedy that may be available to the Authority under the bidding documents and /
or under the Agreement, or otherwise, under the following conditions:
(a)Deleted
(b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice as specified in Section 4 of this RFP;
(c) If a Bidder withdraws its BID during the period of Bid validity as specified in this RFP
and as extended by mutual consent of the respective Bidder(s) and the Authority;
(d) In the case of Selected Bidder, if it fails within the specified/extended time limit by
Authority
(i) to sign and return the duplicate copy of LOA;
(ii) to furnish the Performance Security /Additional Performance Security
(if any) as per Clause 2.21; or
(iii) to sign the Agreement;
2.21Performance Security
2.21.1 Within 30 (thirty) days of receipt of Letter of Acceptance, the selected Bidder
shallfurnishtotheAuthorityanirrevocableandunconditionalguaranteefrom a Bank in the
form set forth in AnnexVII (the “Performance Security”) for an amount equal to 3%
(three percent)6of its Bid Price. In case of bids mentioned below, the Selected Bidder,
along with the Performance Security, shall also furnish to the Authority an irrevocable
and unconditional guarantee from a Bank in the same form given at AnnexVII towards
an Additional Performance Security (the “Additional Performance Security”) for an
amount calculated as under:
(i) If the Bid Price offered by the Selected Bidder is lower than 20% of the
estimated Project Cost/cost put to tender, the Additional Performance Security
shall be calculated @20% of the difference in the (i) Estimated Project Cost (as
mentioned in RFP) 20% of the Estimated Project Cost and (ii) the Bid Price
6
All tenders/Contract issued / concluded till 31.12.2021 shall have the provision of 3% Performance
Security. Thereafter, the performance security will be 5%.
44
offered by the selected Bidder.
(iv) Additional Performance security shall be taken only after approval of the
Secretary, Ministry of Road Transport & Highways, mentioning specific reasons
justifying the requirement of additional performance security along with track
record of the bidder.
2.21.2 The Performance Security shall be valid until 60(sixty) days after the Defects
Liability Period. The Additional Performance Security shall be valid until 28 (twenty
eight) days after Project Completion Date. MoRTH circular No. NH 35014/20/2020H
dated 12.08.2022 regarding electronic bank guarantee may be adhere
2.21.3 The Selected Bidder has the option to provide 50% of the Performance Security
and 50% of the Additional Performance Security, if any, within 30 (thirty) days of
receipt of Letter of Acceptance, in any case before signing of the Contract
Agreement and the remaining Performance Security and Additional Performance
Security, if any, shall be submitted within 30 days of signing of the agreement.
2.21.4 In the event the Selected Bidder fails to provide the remaining Performance
Security and Additional Performance Security, if any, as prescribed herein, it may
seek extension of time for a further period upto 60 days by paying the Damages
upfront along with the request letter seeking the extension. The Damages shall be
the sum calculated at the rate of 0.01% (zero point zero one per cent) of the Bid
Price offered by the Selected Bidder for each day until the Performance Security
and Additional Performance Security, if any, is provided in full as prescribed herein.
The damages at full rate as given above shall be applicable even if a part of the
Performance Security and the Additional Performance Security is provided.
45
2.22 The agreement will be executed within 10 days of receipt of 50% Performance Security
and 50% of Additional Performance Security, if any, as per subclause 2.21 above.
46
SECTION3
EVALUATION OF TECHNICAL BIDS AND OPENING & EVALUATION OF FINANCIAL BIDS
3.1.1 The Authority shall open the BIDs received physically 22.05.2025 at 11:00 hours IST &
online at 22.05.2025 at 15:00 hours IST at the place specified in Clause 2.11.4(i); and
in the presence of the Bidders who choose to attend. The Authority shall prepare
minutes of the BID opening, including information disclosed to those present at the time
of BID opening.
3.1.2 Technical Bids of those Bidders who have not submitted their Bid online on both CPPP
Portal and BIMS Portal, shall not be considered for opening and evaluation.
3.1.4 To facilitate evaluation of Technical BIDs, the Authority may, at its sole discretion,
seek clarifications in writing from any Bidder regarding its Technical BID. Such
clarification(s) shall be provided within the time specified by the Authority for this
purpose. Any request for clarification(s) and all clarification(s) in response thereto shall be
in writing. The bids will be examined and evaluated on the BIMS portal in accordance with
the provisions set out in this Section 3. The Authority will subsequently flag issues, if any
with the data updated by the Bidders.
3.1.5 If a Bidder does not provide clarifications sought under Clause 3.1.4 above within the
prescribed time, its Bid may be liable to be rejected. In case the Bid is not rejected, the
Authority may proceed to evaluate the Bid by construing the particulars requiring
clarification to the best of its understanding, and the Bidder shall be barred from
subsequently questioning such interpretation of the Authority.
3.1.6.1 As a first step towards evaluation of Technical BIDs, the Authority shall determine
whether each Technical BID is responsive to the requirements of this RFP. A Technical
BID shall be considered responsive only if:
(a) Technical BID is received online as per the format at AppendixIA including Annexure
I, IV, V and VI(Bid Capacity format);
(b) Scanned copies of Documents listed at clause 2.11.2 are received on BIMS or
CPPP as mentioned;
47
(c) Technical Bid is accompanied by the BID Security as specified in Clause 1.2.4 and 2.20;
(d) The Power of Attorney is uploaded on eprocurement portal and BIMS portals
specified in Clauses 2.1.5;
(e) Technical Bid is accompanied by Power of Attorney for Lead Member of Joint
Venture and the Joint Bidding Agreement as specified in Clause 2.1.6, if so
required;
(f) Technical Bid contains all the information (complete in all respects);
(g) Technical Bid does not contain any condition or qualification; and
(h) Copy of online receipt towards payment of cost of Bid document of Rs 10000.00+
18 % GST= 11800.00 in favour of “Pay & Accounts Officer (NH), Ministry of Road
Transport and Highway, New Delhi” on https://www.bharatkosh.gov.in.
3.1.6.2 The Authority reserves the right to reject any Technical BID which is nonresponsive and
no request for alteration, modification, substitution or withdrawal shall be entertained
by the Authority in respect of such BID.
3.1.7 In the event that a Bidder claims credit for an Eligible Project, and such claim is determined
by the Authority as incorrect or erroneous, the Authority may reject / correct such claim
for the purpose of qualification requirements.
3.1.8 The Authority will get the BID security verified from the issuing authority and after due
verification, the Authority will evaluate the Technical BIDs for their compliance to the
eligibility and qualification requirements pursuant to clause 2.2.1 & 2.2.2 of this RFP.
3.1.9 The BIDs will be evaluated by the Authority. After evaluation of Technical Bids, the
Authority will publish a list of Technically Responsive Bidders whose financial bids shall be
opened. The Authority shall notify other bidders that they have not been technically
responsive. The Authority will not entertain any query or clarification from Applicants who
fail to qualify. The Authority shall publish/upload the list of technically eligible bidders on
the BIMS portal / CPPP Portal and provide seven days for receipt of comments from
bidders. Once the technical evaluation has been finalized, the Authority shall use the CPPP
portal for opening the financial bids of the technically qualified bidders, and for
determination of the L1 bidder
48
shall prepare a record of opening of Financial Bids.
3.3 Selection of Bidder
3.3.1 Subject to the provisions of Clause 2.16.1, the Bidder whose BID is adjudged as
responsive in terms of Clause 3.1.6. The bidder shall be declared as the selected
Bidder (the "Selected Bidder") in pursuance to the procedure defined hereunder:
(i) Among all the responsive bidder, the lowest bidder will be termed as L1. If L1 is 'Class
I Local Supplier', the contract will be awarded to L1.
(ii) If L1 is not 'Class I local supplier', the lowest bidder among the 'Class I local supplier',
will be invited to match L1 price subject to Class I local supplier's quoted price falling
within the margin of purchase preference, and the contract will be awarded to such
'Class I local supplier' subject to matching the L1 price.
(iii) In case such lowest eligible '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 L1 price and so on and contract shall be awarded
accordingly. In case none of the 'Class I local supplier' within the margin of purchase
preference matches the L1 price, the contract shall be awarded to the L1 bidder.
'Margin of purchase preference' means the maximum extent to which the price
quoted by a 'Class I local supplier' may be above the L1 for the purpose of purchase
preference. The margin of purchase preference shall be 20%.
3.3.2 In the event that two or more Bidders quote the same BID Price (the "Tie BIDs"),
the Authority shall identify the Selected Bidder by draw of lots, which shall be
conducted, with prior notice, in the presence of the Tie Bidders who choose to attend.
3.3.3 In the event that the Lowest Bidder is not selected for any reason except the reason
mentioned in Clause 2.1.12 (b) (4), the Authority shall annul the Bidding Process and
invite fresh BIDs. In the event that the Authority rejects or annuls all the BIDs, it may,
in its discretion, invite all eligible Bidders to submit fresh BIDs hereunder.
3.3.4 After selection, a Letter of Acceptance (the “LOA”) shall be issued in the format set
forth in AppendixVIII, in duplicate, by the Authority to the Selected Bidder and the
Selected Bidder shall, within 7(seven) days of the receipt of the LOA, sign and return
the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate
copy of the LOA duly signed by the Selected Bidder is not received by the stipulated
date, the Authority may, unless it consents to extension of time for submission
thereof, appropriate the BID Security of such Bidder as Damages on account of failure
of the Selected Bidder to acknowledge the LOA.
49
3.3.5 After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall cause
the Bidder to submit Performance Security and Additional Performance Security (if
any)within the period prescribed/extended by Authority and then execute the
Agreement within the period prescribed in Clause 1.3. The Selected Bidder shall not
be entitled to seek any deviation, modification or amendment in the Agreement.
3.3.6 Authority shall return Bid Security of all bidders except L1 and L 2 within 7 working days
from opening of financial Bid subject to provision of Clause 2.1.12 (4). The bid security
of L2 bidder shall be returned within 7 working days of issue of LOA. The Authority shall
be responsible to return the Bid Security, as above, and the bidders shall not be
required to ask for the same.
BIDs shall be deemed to be under consideration immediately after they are opened and
until such time the Authority makes official intimation of award/ rejection to the
Bidders. While the BIDs are under consideration, Bidders and/ or their representatives
or other interested parties are advised to refrain, save and except as required under
the Bidding Documents, from contacting by any means, the Authority and/ or their
employees/ representatives on matters related to the BIDs under consideration.
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to the acceptance or rejection of any Bid.
3.6 Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the
Project is subsequently awarded to it on the basis of such information.
50
SECTION4
4.1 The Bidders and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process and subsequent to
the issue of the LOA and during the subsistence of the Agreement. Notwithstanding
anything to the contrary contained herein, or in the LOA or the Agreement, the
Authority may reject a BID, withdraw the LOA, or terminate the Agreement, as the
case may be, without being liable in any manner whatsoever to the Bidder, if it
determines that the Bidder, directly or indirectly or through an agent, engaged in
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice in the Bidding Process. In such an event, the Authority shall be
entitled to forfeit and appropriate the Bid Security or Performance Security, as the
case may be, as Damages, without prejudice to any other right or remedy that
may be available to the Authority under the Bidding Documents and/ or the
Agreement, or otherwise.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the
rights and remedies which the Authority may have under the LOA or the
Agreement, or otherwise if a Bidder or Contractor, as the case may be, is found by
the Authority to have directly or indirectly or through an agent, engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Bidding Process, or after the issue of the LOA or the
execution of the Agreement, such Bidder shall not be eligible to participate in any
tender or RFP issued by the Authority during a period of 2 (two) years from the date such
Bidder, or Contractor, as the case may be, is found by the Authority to have directly
or indirectly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practices, as
the case may be.
4.3 For the purposes of this Section 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a) “corrupt practice” means the offering, giving, receiving or soliciting of anything of value,
pressurizing to influence the action of a public official in the process of tendering and
execution of the project;
(d) “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by the Authority with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the Bidding
51
Process; or (ii) having a Conflict of Interest; and
52
SECTION5
PREBID CONFERENCE
5.1 PreBID conference of the Bidders shall be convened at the designated date, time
and place. A maximum of two representatives of prospective Bidders shall be
allowed to participate on production of authority letter from the Bidder.
5.2 During the course of PreBid conference(s), the Bidders will be free to seek
clarifications and make suggestions for consideration of the Authority. The
Authority shall endeavour to provide clarifications and such further information as it
may, in its sole discretion, consider appropriate for facilitating a fair, transparent and
competitive Bidding Process.
53
SECTION6
MISCELLANEOUS
6.1 The Bidding Process shall be governed by, and construed in accordance with, the
laws of India and the Courts at Nainital, Uttarakhand shall have exclusive jurisdiction
over all disputes arising under, pursuant to and/ or in connection with the
Bidding Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or
supplement the Bidding Process or modify the dates or other terms and
conditions relating thereto;
(b) consult with any Bidder in order to receive clarification or further
information;
(c) retain any information and/ or evidence submitted to the Authority by, on
behalf of, and/ or in relation to any Bidder; and/ or
(d) independently verify, disqualify, reject and/ or accept any and all
submissions or other information and/ or evidence submitted by or on
behalf of any Bidder.
6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully
and finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/ or
performance of any obligations hereunder, pursuant hereto and/ or in connection
with the Bidding Process and waives, to the fullest extent permitted by applicable
laws, any and all rights and/ or claims it may have in this respect, whether actual or
contingent, whether present or in future.
54
APPENDIX IA
LETTER COMPRISING THE TECHNICAL BID
(Refer Clause 2.1.4, 2.11 and 3.1.6)
[The Chief Engineer of the concerned Project Zone / Chief Engineer (NH) PWD]
Sub: BID for Project “Strengthening from km 0.00 to 13.200 (Majhola to Khatima) on
NH731k on EPC mode under Annual Plan 202425 in The State of Uttarkhand”
Dear Sir,
With reference to your RFP document dated *** **$, I/we, having examined the Bidding
Documents and understood their contents, hereby submit my/our BID for the aforesaid
Project. The BID is unconditional and unqualified.
3. This statement is made for the express purpose of our selection as EPC Contractor for
the development, construction, rehabilitation and augmentation of the aforesaid
Project and maintenance of the Project during the Defect Liability Period.
4. I/ We shall make available to the Authority any additional information it may find
necessary or require to supplement or authenticate the BID.
5. I/ We acknowledge the right of the Authority to reject our BID without assigning
any reason or otherwise and hereby waive, to the fullest extent permitted by
applicable law, our right to challenge the same on any account whatsoever.
6. I/ We certify that in the last two years, we/ any of the JV partners have neither failed
to perform for the works of Expressways, National Highways, ISC &EI works,, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against us, nor been expelled or
terminated by Ministry of Road Transport & Highways or its implementing agencies for
55
breach on our part.
7. I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding Documents, including
any Addendum issued by the Authority; and
(b) I/We do not have any conflict of interest in accordance with Clauses 2.2.1 (c)
and 2.6.4 of the RFP document; and
(c) I/We have not directly or indirectly or through an agent engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice, as defined in Clause 4.3 of the RFP document, in
respect of any tender or request for proposal issued by or any Agreement
entered into with the Authority or any other public sector enterprise or any
government, Central or State; and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity
with the provisions of Section 4 of the RFP, no person acting for us or on
our behalf has engaged or will engage in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice; and
(e) the undertakings given by us along with the Application in response to the
RFP for the Project and information mentioned for the evaluation of the BID
Capacity in Annexure VI were true and correct as on the date of making the
Application and are also true and correct as on the BID Due Date and I/we shall
continue to abide by them.
8. I/ We understand that you may cancel the Bidding Process at any time and that
you are neither bound to accept any BID that you may receive nor to invite the
Bidders to BID for the Project, without incurring any liability to the Bidders, in
accordance with Clause 2.16.2 of the RFP document.
9. I/We believe that we/our Joint Venture satisfy(s) the Threshold Technical
Capacity, Net Worth criteria and meet(s) the requirements as specified in the RFP
document.
10. I/ We declare that we/ any Member of the Joint Venture or our/Joint Venture member,
are not a Member of any other Joint Venture submitting a BID for the Project.
11. I/ We certify that in regard to matters other than security and integrity of the
country, we/ any Member of the Joint Venture or any of our/their Joint venture
member have not been convicted by a Court of Law or indicted or adverse orders
passed by a regulatory authority which could cast a doubt on our ability to undertake
the Project or which relates to a grave offence that outrages the moral sense of the
community.
12. I/ We further certify that in regard to matters relating to security and integrity of the
56
country, we/ any Member of the Joint Venture or any of our/their Joint venture
member have not been chargesheeted by any agency of the Government or convicted
by a Court of Law.
14. I/ We further certify that we are not disqualified in terms of the additional criteria
specified by the Department of Disinvestment in their OM No. 6/4/2001DDII dated
13.7.01, a copy of which forms part of the RFP at Annexure VII of AppendixIA
thereof.
15. I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of
the guidelines referred to above, we shall intimate the Authority of the same
immediately.
16. I/We further acknowledge and agree that in the event such change in control occurs
after signing of the Agreement upto its validity. It would, notwithstanding anything
to the contrary contained in the Agreement, be deemed a breach thereof, and the
Agreement shall be liable to be terminated without the Authority being liable to us
in any manner whatsoever.
17. I/ We hereby irrevocably waive any right or remedy which we may have at any stage
at law or howsoever otherwise arising to challenge or question any decision taken by
the Authority in connection with the selection of the Bidder, or in connection
with the Bidding Process itself, in respect of the above mentioned Project and the
terms and implementation thereof.
18. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into
a Agreement in accordance with the draft that has been provided to me/us prior to
the BID Due Date. We agree not to seek any changes in the aforesaid draft and
agree to abide by the same.
19. I/ We have studied all the Bidding Documents carefully and also surveyed the
[project highway and the traffic]. We understand that except to the extent as
expressly setforthin the Agreement, we shall have no claim, right or title arising out of
any documents or information provided to us by the Authority or in respect of any
matter arising out of or relating to the Bidding Process including the award of
Agreement.
20. I/ We offer a BID Security of Rs. **** (Rupees **** only) to the Authority in accordance
with the RFP Document.
22. The documents accompanying the Technical BID, as specified in Clause 2.11.1 of the
57
RFP, have been submitted in separate files.
23. I/ We agree and understand that the BID is subject to the provisions of the Bidding
Documents. In no case, I/we shall have any claim or right of whatsoever nature if the
Project / Contract is not awarded to me/us or our BID is not opened or rejected.
24. The BID Price has been quoted by me/us after taking into consideration
all the terms and conditions stated in the RFP, draft Agreement, our own estimates of
costs and after a careful assessment of the site and all the conditions that may affect
the project cost and implementation of the project.
25. I/ We agree and undertake to abide by all the terms and conditions of the RFP
document.
26. {We, the Joint Venture agree and undertake to be jointly and severally liable for. all
the obligations of the EPC Contractor under the Contract Agreement}.
27. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the BID
Due Date specified in the RFP.
28 I/ We hereby submit our BID and offer a BID Price as indicated in Financial Bid for
undertaking the aforesaid Project in accordance with the Bidding Documents and the
Agreement.
In witness thereof, I/we submit this BID under and in accordance with the terms of the
RFP document.
Yours faithfully,
Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to
it, and ‘Deleted’ may be indicated there
58
APPENDIX IB
Letter comprising the Financial BID
(Refer Clauses 2.1.4, 2.11 and 3.1.6)
Dated:
[The Superintending Engineer
NH Circle PWD
Near Badripura Stadium
Haldwani
59
Date: (Signature, name and designation of
the
Place:Authorised Signatory )
Name & seal of Bidder/Lead Member:..........
Class III DSC ID of Authorised Signatory:.............
60
Appendix IA
AnnexI
ANNEXI
Details of Bidder
1. (a) Name:
(b) Country of incorporation:
(c) Address of the corporate headquarters and its branch office(s), if any, in
India:
(d) Date of incorporation and/ or commencement of business:
2. Brief description of the Bidder including details of its main lines of
business and proposed role and responsibilities in this Project:
3. Details of individual(s) who will serve as the point of contact/ communication for
the Authority:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) EMail Address:
(g) Fax Number:
4. Particulars of the Authorised Signatory of the Bidder:
(a) Name:
(b) Designation:
(c) Address:
(d) Phone Number:
(e) Fax Number:
(f) Class III Digital Signature Certificate ID number
5. In case of a Joint Venture:
(a)The information above (14) should be provided for all the Members of the Joint
Venture.
61
(b) A copy of the Jt. Bidding Agreement, as envisaged in Clause 2.1.11(f) should be
attached to the Application.
(c)Information regarding the role of each Member should be provided as per table
below:
1.
2.
3.
Sl.
Criteria Yes/No
No.
6(a) I/ We certify that in the last two years, we/ any of the JV partners have neither failed
to perform for the works of Expressways, National Highways, ISC & EI works, as evidenced
by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement
$
All provisions contained in curly parenthesis shall be suitably modified by the Applicant to reflect
the particulars relating to such Applicant.
62
or arbitral award against us, nor been expelled or terminated by Ministry of Road Transport
& Highways or its implementing agencies for breach on our part.
(b) I/ We certify that we/ any of the JV partners do not fall in any of the categories of
being a NonPerforming entity given at Clause 2.1.14 of Instructions to Bidders in the
projects of Expressways, National Highways, ISC and EI works of Ministry of Road Transport
& Highways or its implementing agencies and furnished the complete details.
63
(vi) Failstocomplete rectification(excludingminor rectifications)as per
time given in nonconformity reports(NCR) in design/completed
works/maintenanceor reported in InspectionReports issued by
Quality Inspectors deployed by the Authorityor Officers of the
Authority.
(vii) Fails to complete minor rectificationsexceeding3 instances in a
projectas per time given innonconformity reports (NCR) in
design/completed works I maintenance.
(viii) Fails to fulfil its obligations to maintaina highway in a
satisfactoryconditionin spite of two rectification notices issued
in this regard.
(ix) Damages/penalties recommended by Independent/ Authority's
Engineer during O&M Period and remedial works are stillnot
taken up.
(x) Failsto completePunch list items even after lapse of time for
completion ofsuchitems excludingdelaysattributable to the
Authority.
(xi) Occurrenceof minorfailure of structures/highway due to
construction defect wherein no causalities are reported
(causalities include injuries to human being I animals.
(xii) Occurrenceof majorfailure of structures/ highway due to
construction defect wherein no casualties are reported(causalities
include injuries to human being I animals.
(xiii) Occurrence of majorfailure of structures/highwaydue to
construction defectleadingto loss of humanlives besides loss of
reputation etc.of the authority.
(xiv) Failstomake premium payments excluding the current
installmentinone or more projects.
(xv) Fails to achieve financial closure in two or moreprojects within
the given or extended period(whichshall notbemore than six
months in any case).
(xvi) Fails tosubmit the Performance Security within the
permissibletime periodin more than one project.
(xvii) Rated as an unsatisfactory performing entity I nonperforming
entity by an independent thirdpartyagency and so notifiedonthe
websiteof the Authority.
64
(xviii) Failed to performfor the works of Expressways,National Highways,
ISC & Elworksin the last2(two)years,asevidenced by impositionof
a penalty by an arbitralor judicialauthorityor a
judicialpronouncementor arbitral award againstthe Bidder,
includingindividualor anyofits JointVenture Member, as the case
may be.
(xix) Expelled from the contract or thecontract terminated by the
Ministry of RoadTransport & Highways or itsimplementing
agencies for breach by such Bidder,including individual or any of
its Joint Venture Member; Provided that any such decisionof
expulsionor termination of contract leadingto debarringof the
Bidder from further participationin bids for the prescribedperiod
should have been orderedafteraffordingan opportunity
ofhearingtosuch party.
(xx) Fails tostarttheworksor causes delay in maintenance &
repair/overlayof the project.
I/ We certify that the list is complete and covers all the projects of Expressways, National
Highways, ISC and EI works of Ministry of Road Transport & Highways or its implementing
agencies and that we/ any of the JV partners do not fall in any of the above categories of
being a NonPerforming entity.
65
AnnexII
ANNEXII
Single entity a
Bidder or Lead
b
Member
including other c
members of
d
the Joint
Venture e
@ Provide details of only those projects that have been undertaken by the Applicant, or its
Lead member including members in case of joint venture, under its own name separately
and/ or by a project company eligible under Clause 2.2.2.6(i)(b). In case of Categories 1 and
2, include only those projects which have an estimated capital cost exceeding the amount
specified in Clause 2.2.2.6(i)(c) and for Categories 3 and 4, include only those projects where
the payments received exceed the amount specified in Clause 2.2.2.6(ii). In case the Bid Due
Date falls within 3 (three) months of the close of the latest financial year, refer to Clause
2.1.13.
** Construction shall not include supply of goods or equipment except when such goods or
equipment form part of a turnkey construction contract/ EPC contract for the project. In no
case shall the cost of maintenance and repair, operation of Highways and land be included
while computing the Experience Score of an Eligible Project.
66
$$ For
conversion of US Dollars to Rupees, the rate of conversion shall be Rupees ** (**)7 to a
US Dollar.
£.In the case of an Eligible Project situated in an OECD country, the Experience Score so
arrived at shall be further multiplied by 0.5, in accordance with the provisions of Clause
2.2.2.5(ii) and the product thereof shall be the Experience Score for such Eligible Projects.
NOTE:In case of a Joint Venture, information in AnnexII and AnnexIV of AppendixI shall be
provided separately for other Members so as to establish that each such Member has 20
percent or more of the Threshold Technical Capacity. (Refer Clause 2.2.2.4).
AnnexIII
ANNEXIII
TOTAL
7
The conversion rate of USD into Rupees shall be the daily representative exchange rates published
by the Reserve Bank of India for the relevant date. Where relevant date should be as on the date 28
(twenty eight) days prior to the Application Due Date.
67
1 2 3 4 5 6 7 8 9 10 11 (2x3+4x5+6x
7+8x9+10x1
1)/5
3. Net Worth (the “Net worth”) shall meansthe aggregate value of the paidup share
capital and all reserves created out of the profits and securities premium account,
after deducting the aggregate value of the accumulated losses, deferred
expenditure and miscellaneous expenditure not written off, as per the audited
balance sheet, but does not include reserves created out of revaluation of assets,
writeback of depreciation and amalgamation.
68
4. Year 1 will be the latest completed financial year, preceding the bidding. Year 2
shall be the year immediately preceding Year 1 and so on. In case the Bid Due Date
falls within 3 (three) months of the close of the latest financial year, refer to Clause
2.1.13.
5. In the case of a Joint Venture, a copy of the Jt. Bidding Agreement shall be
submitted in accordance with Clause 2.1.15 (g) of the RFP document.
6. The Bidder shall also provide the name and address of the Bankers to the Bidder.
7. The Bidder shall provide an Auditor’s Certificate specifying the net worth of the
Bidder and also specifying the methodology adopted for calculating such net
worth in accordance with Clause 2.2.2.9 (ii) of the RFP document.
69
Appendix IA
AnnexIV
ANNEXIV
Category 5
Yearwise 6
(a) payments received for construction or work
executed and certified by the Engineer in
charge/Independent Engineer/Authority’s Engineer,
and/or
(b) revenues appropriated for self construction under
PPP projects
Location
Project cost 8
Instructions:
1. Bidders are expected to provide information in respect of each Eligible Projects in
this Annex. The projects cited must comply with the eligibility criteria specified in
Clause 2.2.2.6 (i) and 2.2.2.6 (ii) of the RFP, as the case may be. Information provided
in this section is intended to serve as a back up for information provided in the
Application. Applicants should also refer to the Instructions below.
2. The Project Codes would be a, b, c, d etc.
3. A separate sheet should be filled for each Eligible Project.
70
4. In case the Eligible Project relates to other Members, write “Member”.
5. Refer to Clause 2.2.2.5 of the RFP for category number.
6. The total payments received and/or revenues appropriated for self construction for
each Eligible Project are to be stated in AnnexII of this AppendixI. The figures to be
provided here should indicate the breakup for the past 5 (five) financial years. Year 1
refers to the financial year immediately preceding the Bid Due Date; Year 2 refers to
the year before Year 1, Year 3 refers to the year before Year 2, and so on (Refer Clause
2.1.13). For Categories 1 and 2, expenditure on construction of the project by the
Applicant itself should be provided, but only in respect of projects having an
estimated capital cost exceeding the amount specified in Clause 2.2.2.6(i)(c). In case
of Categories 3 and 4, payments received only in respect of construction should be
provided, but only if the amount received exceeds the minimum specified in Clause
2.2.2.6(ii). Receipts for construction works should only include capital expenditure,
and should not include expenditure on maintenance & repair and operation of
Highways.
7. In case of projects in Categories 1and 2, particulars such as name, address and
contact details of owner/ Authority/ Agency (i.e. concession grantor, counter party
to concession, etc.) may be provided. In case of projects in Categories 3 and 4, similar
particulars of the client need to be provided.
8. Provide the estimated capital cost of Eligible Project. Refer to Clauses 2.2.2.6(i) and
2.2.2.6(ii)
9. For Categories 1 and 2, the date of commissioning of the project, upon completion,
should be indicated. In case of Categories 3 and 4, date of completion of construction
should be indicated. In the case of projects under construction, the likely date of
completion or commissioning, as the case may be, shall be indicated.
10. For Categories 1 and 2, the equity shareholding of the Bidder, in the company owning
the Eligible Project, held continuously during the period for which Eligible Experience
is claimed, needs to be given (Refer Clause 2.2.2.6(i)).
11. Experience for any activity relating to an Eligible Project shall not be claimed twice.
In other words, no double counting in respect of the same experience shall be
permitted in any manner whatsoever.
12. Certificate from the Bidder’s statutory auditor$ or its respective clients must be
furnished as per formats below for each Eligible Project. In jurisdictions that do not
have statutory auditors, the auditors who audit the annual accounts of the Bidder
may provide the requisite certification.
$
In case duly certified audited annual financial statements containing the requisite details are pro-
vided, a separate certification by statutory auditors would not be necessary.
71
13. 13. If the Bidder is claiming experience under Categories 1 & 2£, it should provide
a certificate from its statutory auditor in the format below as per Clause 2.2.2.6 (i)
(d) :
£
Refer Clause 2.2.2.5 of the RFP.
Φ Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate, if
necessary. Statutory auditor means the entity that audits and certifies the annual accounts of the
company.
€
Refer instruction no. 10 in this Annex-IV.
¥
In case the project is owned by the Applicant company, this language may be suitably modified to
read: “It is certified that …………….. (name of Applicant) constructed and/ or owned the ………….. (name
of project) from ……………….. (date) to ………………… (date).”♣ Refer Clauses 2.2.2.5 and 2.2.2.6(ii)of the
RFP.
72
14. If the Bidder is claiming experience under Category 3 & 4♣,as per Clauses 2.2.2.5 and
2.2.2.6(ii)of the RFP, it should provide a certificate from its Statutory
Auditor/client/Engineerin charge/ Independent Engineer/Authority’s Engineer in the
format below:
Based on its books of accounts and other published information authenticated by it,
This is to certify that ……………………..(name of the Bidder) was engaged by
………………..(title of the project company) to execute ……………… (name of project) for
…………………. (nature of project). The construction of the project commenced on
…………..(date) and the project was/ is likely to be commissioned on …………… (date, if
any). It is certified that Bidder received payments from its Clients for Construction
Works executed by them or work executed and certified by the
Engineerincharge/Independent Engineer/Authority’s Engineer, in the aforesaid
construction works.
We further certify that the total estimated capital cost of the project is Rs. …… cr.
(Rupees …………………crore), of which the Applicant received or has executed the work
as certified by the Engineerincharge/Independent Engineer/Authority’s Engineer Rs.
……… cr. (Rupees ……………………… crore), during the past five financial years as per
yearwise details noted below:
………………………
………………………
It is further certified that the receipts indicated above are restricted to the share of
the Applicant who undertook these works as a partner or a member of joint
venture.♠
♣
Refer Clauses 2.2.2.5 and 2.2.2.6(ii)of the RFP.
Φ
Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate, if necessary.
Statutory auditor means the entity that audits and certifies the annual accounts of the company.
However, in case the work of other member(s) is also executed by the applicant, then this fact should
also be certified by the Statutory Auditor and accordingly the language may be suitably modified.
♠
This certification shouldbe strike out in case of jobs/ contracts, which are executed a sole firm. The
payments indicated in the certificate should be restricted to the share of Applicant in such
partnership/ joint venture. This portion may be omitted if the contract did not involve a partnership/
joint venture. In case where work is not executed by partnership/ joint venture, this paragraph may
be deleted.
73
We further certify that applicant has a share of _____% in the Joint
Venture/Consortium.
(Authorized Signatory)
Date:
15. It may be noted that in the absence of any detail in the above certificates, the
information would be considered inadequate and could lead to exclusion of the
relevant project in computation of Experience.
74
Appendix IA
AnnexV
ANNEXV
Statement of Legal Capacity
(To be forwarded on the letterhead of the Applicant/ Lead Member of Joint Venture)
Ref. Date:
To,
***********
***********
Dear Sir,
We hereby confirm that we/ our members in the Joint Venture (constitution of which has
been described in the application) satisfy the terms and conditions laid out in the RFP
document.
We have agreed that …………………… (insert member’s name) will act as the Lead Member of
our Joint Venture.*
We have agreed that ………………….. (insert individual’s name) will act as our representative/
will act as the representative of the Joint Venture on its behalf* and has been duly authorized
to submit the RFP. Further, the authorised signatory is vested with requisite powers to
furnish such letter and authenticate the same.
Thanking you,
Yours faithfully,
75
Appendix IA
AnnexureVI
Information required to evaluate the BID Capacity under clause 2.2.2.1:
To calculate the value of “A” and “C”
1. A table containing value of Civil Engineering Works in respect of EPC Projects
(Turnkey projects / Item rate contract/ Construction works) undertaken by the Bidder
during the last 5 years is as follows (the amount of bonus received, if any, shall be
indicated separately):
2.
Sl. Year Value of Civil Engg. Works Amount of Net Value
No. undertaken w.r.t. EPC bonus (Rs. excluding
Projects including bonus, if in Crores) bonus (Rs. in
any (Rs. in Crores) Crores)
1 2024-25
2 2023-24
3 2022-23
4 2021-22
5 2020-21
3. Maximum value of projects that have been undertaken during the F.Y. ________ out
of the last 5 years and value excluding amount of bonus thereof is Rs._____Crores
(Rupees__________________________). Further, value updated to the price level of
the year indicated in Appendix is as follows:
Rs. ______ Crores x _____(Updation Factor as per Appendix) = Rs. _______ Crores
(Rupees______________________________________)
4. Amount of bonus received, if any, in EPC Projects during the last 5 years (updated to
the price level of the year indicated in Appendix):
Sl. F.Y. / Calendar Amount of Updation Updated Amount of
Year Bonus Factor Bonus (Rs. in
No. (Rs. in Crores)
Crores)
1 2024-25 1.00
2 2023-24 1.05
3 2022-23 1.10
4 2021-22 1.15
5 2020-21 1.20
Total (C)=
………………………… ……………………..
…………………………. ……………………..
76
Name of the Statutory Auditor’s firm: Signature, name and designation of Authorised
Signatory
Seal of the audit firm: (Signature, name and
:
Date:
Place:
77
To calculate the value of “B”
A table containing value of all the existing commitments and ongoing works to be completed
during the next ** years is as follows:
Sl. Name Percentage of Dater of Construction Value of Value of Balance Anticipated Balance value of
of participation start / period as per contract work value of date of work at
No. Project/ of Bidder in appointed Agreement/ as per completed work to be completion 202122/2021pri
Work the project date of LOA Agreemen completed ce level
project t /LOAβ
1 2 3 4 5 6 7 8= (67) 9 10(3x 8x #)
1 2024-25 1.00
2 2023-24 1.05
3 2022-23 1.10
4 2021-22 1.15
5 2020-21 1.20
The Statement showing the value of all existing commitments, anticipated value of work to
be completed in the period of construction of the project for which bid is invited and ongoing
works as well as the stipulated period of completion remaining for each of the works
β
In case balance period of construction is less than the value of period of construction of the
project for which bid is invited, then full value of contract as per Agreement/LOA to be mentioned,
else, anticipated value of work to be completed in the period of construction of the project for
which bid is invited is to be mentioned. In the absence of the anticipated value of work to be
completed, the proportionate value shall be considered while evaluating the Assessed Available Bid
Capacity.
78
mentioned above is verified from the certificate issued that has been countersigned by the
Client or its Engineerincharge not below the rank of Executive Engineer or equivalent in
respect of EPC Projects or Concessionaire / Authorised Signatory of SPV in respect of BOT
Projects. No awarded / ongoing works has been left in the aforesaid statement which has
been awarded to M/s………………individually / and other member M/s ……………….. and M/s
………………., as on bid due date of this RFP.
…………………….. …………………………
…………………….. ………………………….
Date:
Place:
Date:
Place:
79
APPENDIXIA
Annexure VII
Guidelines of the Department of Disinvestment
(Refer Clause1.2.1)
No. 6/4/2001DDII
Government of India
Department of Disinvestment
Block 14, CGO Complex
New Delhi.
Dated 13th July, 2001.
OFFICE MEMORANDUM
Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector
Enterprises through the process of disinvestment
Government has examined the issue of framing comprehensive and transparent guidelines
defining the criteria for Bidders interested in PSE disinvestment so that the parties selected
through competitive bidding could inspire public confidence. Earlier, criteria like net worth,
experience etc. used to be prescribed. Based on experience and in consultation with
concerned departments, Government has decided to prescribe the following additional
criteria for the qualification/ disqualification of the parties seeking to acquire stakes in public
sector enterprises through disinvestment:
(a) In regard to matters other than the security and integrity of the country, any
conviction by a Court of Law or indictment/ adverse order by a regulatory
authority that casts a doubt on the ability of the Bidder to manage the public
sector unit when it is disinvested, or which relates to a grave offence would
constitute disqualification. Grave offence is defined to be of such a nature
that it outrages the moral sense of the community. The decision in regard to
the nature of the offence would be taken on case to case basis after
considering the facts of the case and relevant legal principles, by the
Government of India.
(b) In regard to matters relating to the security and integrity of the country, any
chargesheet by an agency of the Government/ conviction by a Court of Law
80
for an offence committed by the bidding party or by any sister concern of the
bidding party would result in disqualification. The decision in regard to the
relationship between the sister concerns would be taken, based on the
relevant facts and after examining whether the two concerns are
substantially controlled by the same person/ persons.
(c) In both (a) and (b), disqualification shall continue for a period that
Government deems appropriate.
(d) Any entity, which is disqualified from participating in the disinvestment
process, would not be allowed to remain associated with it or get associated
merely because it has preferred an appeal against the order based on which
it has been disqualified. The mere pendency of appeal will have no effect on
the disqualification.
(e) The disqualification criteria would come into effect immediately and would
apply to all Bidders for various disinvestment transactions, which have not
been completed as yet.
(f) Before disqualifying a concern, a Show Cause Notice why it should not be
disqualified would be issued to it and it would be given an opportunity to
explain its position.
(g) Henceforth, these criteria will be prescribed in the advertisements seeking
Expression of Interest (EOI) from the interested parties. The interested
parties would be required to provide the information on the above criteria,
along with their Expressions of Interest (EOI). The Bidders shall be required to
provide with their EOI an undertaking to the effect that no investigation by a
regulatory authority is pending against them. In case any investigation is
pending against the concern or its sister concern or against its CEO or any of
its Directors/ Managers/ employees, full details of such investigation
including the name of the investigating agency, the charge/ offence for which
the investigation has been launched, name and designation of persons
against whom the investigation has been launched and other relevant
information should be disclosed, to the satisfaction of the Government. For
other criteria also, a similar undertaking shall be obtained along with EOI.
sd/
(A.K. Tewari)
Under Secretary to the Government of India
81
Appendix IA
AnnexureVIII
Details of ongoing works (Ref Clause 10.3 (iv) of Draft EPC Agreement)
S. Name of the Contract Price Appointed Original Likely Date of Reason for
No. work (INR Cr) Date Scheduled Completion Delay#
Completion Date
1
2
3
…
(In the event that the Bidder had failed to achieve the Completion of any project within a
period of 90 (ninety) days from the Schedule Completion Date of the project, unless such
failure had occurred due to Force Majeure or for reasons solely attributable to the Authority,
the Bidder shall be deemed to be ineligible for bidding this project (under bidding), both as
the sole party or as one of the parties of Joint Venture/ Consortium, if any, during the period
from Scheduled Completion Date to issuance of Completion Certificate for that project. This
restriction is applicable if the contract value of the delayed project was not less than Rs. 300
Crore.)
#To be supported with valid certificate issued from Independent Engineer / Authority’s
Engineer / Supervision Consultant / Engineerincharge
I / We certify that all the information furnished above is true in all respects.
1. In consideration of you, ****, having its office at ****, (hereinafter referred to as the
“Authority”, which expression shall unless it be repugnant to the subject or context
thereof include its, successors and assigns) having agreed to receive the BID of
…………………… and having its registered office at ……………………… (and acting on behalf
of its JV) (hereinafter referred to as the “Bidder” which expression shall unless it
be repugnant to the subject or context thereof include its/their executors,
administrators, successors and assigns), for the*** ** Project on EPC basis (hereinafter
referred to as “the Project”) pursuant to the RFP Document dated …………… issued in
respect of the Project and other related documents including without
limitation the draft contract Agreement (hereinafter collectively referred to as
“Bidding Documents”), we (Name of the Bank) having our registered office at
………………… and one of its branches at …………………….. (hereinafter referred to as the
“Bank”), at the request of the Bidder, do hereby in terms of Clause 1.2.4 read with Clause
2.20 of the RFP Document, irrevocably, unconditionally and without reservation
guarantee the due and faithful fulfilment and compliance of the terms and
conditions of the Bidding Documents (including the RFP Document) by the said
Bidder and unconditionally and irrevocably undertake to pay forthwith to the
Authority an amount of Rs. *** ** (Rupees *** ** only) (hereinafter referred to as
the “Guarantee”) as our primary obligation without any demur, reservation,
recourse, contest or protest and without reference to the Bidder if the Bidder shall
fail to fulfil or comply with all or any of the terms and conditions contained in the
said Bidding Documents.
2. Any such written demand made by the Authority stating that the Bidder is in default
of the due and faithful fulfilment and compliance with the terms and conditions
contained in the Bidding Documents shall be final, conclusive and binding on the Bank.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable
under this Guarantee without any demur, reservation, recourse, contest or protest and
without any reference to the Bidder or any other person and irrespective of
whether the claim of the Authority is disputed by the Bidder or not, merely on the first
demand from the Authority stating that the amount claimed is due to the Authority by
reason of failure of the Bidder to fulfil and comply with the terms and conditions
contained in the Bidding Documents including failure of the said Bidder to keep its BID
open during the BID validity period as set forth in the said Bidding Documents for
any reason whatsoever. Any such demand made on the Bank shall be conclusive as
83
regards amount due and payable by the Bank under this Guarantee. However, our liability
under this Guarantee shall be restricted to an amount not exceeding Rs. ***
**(Rupees *** ** only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one
hundred and eighty) days from the BID Due Date inclusive of a claim period of 60 (sixty)
days or for such extended period as may be mutually agreed between the Authority and
the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all
amounts under this Guarantee have been paid.
5. We, the Bank, further agree that the Authority shall be the sole judge to decide as
to whether the Bidder is in default of due and faithful fulfilment and compliance
with the terms and conditions contained in the Bidding Documents including,
inter alia, the failure of the Bidder to keep its BID open during the BID validity period
set forth in the said Bidding Documents, and the decision of the Authority that the
Bidder is in default as aforesaid shall be final and binding on us, notwithstanding
any differences between the Authority and the Bidder or any dispute pending before
any Court, Tribunal, Arbitrator or any other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding
up of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder
or the Bank with any other person.
7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the
Bank as the principal debtor. The Authority shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee from time to time to
vary any of the terms and conditions contained in the said Bidding Documents or to
extend time for submission of the BIDs or the BID validity period or the period for
conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said Bidding
Documents by the said Bidder or to postpone for any time and from time to time
any of the powers exercisable by it against the said Bidder and either to enforce
or forbear from enforcing any of the terms and conditions contained in the said
Bidding Documents or the securities available to the Authority, and the Bank shall not
be released from its liability under these presents by any exercise by the Authority of the
liberty with reference to the matters aforesaid or by reason of time being given to the said
Bidder or any other forbearance, act or omission on the part of the Authority or any
indulgence by the Authority to the said Bidder or by any change in the constitution of
the Authority or its absorption, merger or amalgamation with any other person or any
other matter or thing whatsoever which under the law relating to sureties would but for
this provision have the effect of releasing the Bank from its such liability.
84
8. Any notice by way of request, demand or otherwise hereunder shall be
sufficiently given or made if addressed to the Bank and sent by courier or by
registered mail to the Bank at the address set forth herein.
10. It shall not be necessary for the Authority to proceed against the said Bidder
before proceeding against the Bank and the guarantee herein contained shall be
enforceable against the Bank, notwithstanding any other security which the
Authority may have obtained from the said Bidder or any other person and which
shall, at the time when proceedings are taken against the Bank hereunder, be
outstanding or unrealised.
11. We, the Bank, further undertake not to revoke this Guarantee during its currency
except with the previous express consent of the Authority in writing.
12. The Bank declares that it has power to issue this Guarantee and discharge the
obligations contemplated herein, the undersigned is duly authorised and has full
power to execute this Guarantee for and on behalf of the Bank.
13. For the avoidance of doubt, the Bank’s liability under this Guarantee shall be
restricted to Rs. *** crore (Rupees *** ** crore only). The Bank shall be liable to
pay the said amount or any part thereof only if the Authority serves a written
claim on the Bank in accordance with paragraph 9 hereof, on or before [***
(indicate date falling 180 days after the BID Due Date)].
14. This guarantee shall also be operatable at our……………….. Branch at New Delhi, from
whom, confirmation regarding the issue of this guarantee or extension / renewal
thereof shall be made available on demand. In the contingency of this guarantee
being invoked and payment thereunder claimed, the said branch shall accept such
invocation letter and make payment of amounts so demanded under the said
invocation.
15. The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging
System) platform & shall invariably send an advice of this Bank Guarantee to the
designated bank of [Ministry/NHAI/NHIDCL/State PWD/BRO], details of which is as
under:
85
S. No. Particulars Details
86
APPENDIXIII
87
(Signature)
(Name, Title and Address of the Attorney) (Notarized)
Person identified by me/ personally appeared before me/
Attested/ Authenticated*
(*Notary to specify as applicable)
(Signature Name and Address of the Notary)
88
APPENDIXIV
Whereas the Ministry of Road Transport & Highways (“the Authority”) has invited BIDs for
the ***** Project(the “Project”).
Whereas, it is necessary for the Members of the Joint Venture to designate one of them as
the Lead Member with all necessary power and authority to do for and on behalf of the Joint
Venture, all acts, deeds and things as may be necessary in connection with the Joint
Venture’s BID for the Project and its execution.
We, …… having our registered office at ……., M/s. ….. having our registered office at …, M/s.
… having our registered office at ….., and ….. having our registered office at ………,
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate,
nominate, constitute, appoint and authorize M/S ……. having its registered office at ……….,
being one of the Members of the Joint Venture, as the Lead Member and true and lawful
attorney of the Joint Venture (hereinafter referred to as the “Attorney”). We hereby
irrevocably authorize the Attorney (with power to subdelegate) to conduct all business for
and on behalf of the Joint Venture and any one of us during the bidding process and, in the
event the Joint Venture is awarded the contract, during the execution of the Project and in
this regard, to do on our behalf and on behalf of the Joint Venture, all or any of such acts,
deeds or things as are necessary or required or incidental to the prequalification of the Joint
Venture and submission of its BID for the Project, including but not limited to signing and
submission of all applications, BIDs and other documents and writings, participate in pre BID
and other conferences, respond to queries, submit information/ documents, sign and
execute contracts and undertakings consequent to acceptance of the BID of the Joint
Venture and generally to represent the Joint Venture in all its dealings with the Authority,
and/ or any other Government Agency or any person, in all matters in connection with or
relating to or arising out of the Joint Venture’s BID for the in all respect Project and/ or upon
award thereof till the EPC Contract is entered into with the Authority & Compelled.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed
to have been done by us/ Joint Venture.
89
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS …………………. DAY OF ………. 2..…
Witnesses:
1.
2.
Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executants(s) and
when it is so required, the same should be under common seal affixed in accordance with the
required procedure.
Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney in
favour of the person executing this Power of Attorney for the delegation of power hereunder
on behalf of the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney
is being issued. However, the Power of Attorney provided by Bidders from countries that have
signed theHague Legislation Convention 1961 are not required to be legalized by the Indian
Embassy if it carries a conforming Apostle certificate.
90
APPENDIX V
THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of ………… 20…
AMONGST
1. {………… Limited, and having its registered office at ………… } (hereinafter referred to
as the “First Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)
AND
2. {………… Limited, having its registered office at ………… }and (hereinafter referred to
as the “Second Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)
AND
3. {………… Limited, and having its registered office at …………} (hereinafter referred to
as the “Third Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)
The above mentioned parties of the FIRST, {SECOND and THIRD} PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”
WHEREAS,
(A) [THE MINISTRY OF ROAD TRANSPORT & HIGHWAYS, represented by its Chief
Engineer cum Regional Officer and having its office at Room No508 & 509, Konkan
Bhavan,5th Floor, Sector6, C.B.D, Belapur, Navi Mumbai 400614] (hereinafter
referred to as the “Authority” which expression shall, unless repugnant to the
context or meaning thereof, include its administrators, successors and assigns) has
invited bids (the Bids”) by its Request for Proposal No. ………… dated …………(the
“RFP”) for award of contract for rehabilitation and augmentation of***** Project
(the “Project”) through an EPC Contract.
(B) The Parties are interested in jointly bidding for the Project as members of a Joint
Venture and in accordance with the terms and conditions of the RFP document and
other bid documents in respect of the Project, and
91
(C) It is a necessary condition under the RFP document that the members of the Joint
Venture shall enter into a Joint Bidding Agreement and furnish a copy thereof with
the Application.
In this Agreement, the capitalised terms shall, unless the context otherwise requires,
have the meaning ascribed thereto under the RFP.
2. Joint Venture
2.1 The Parties do hereby irrevocably constitute a Joint Venture (the “Joint Venture”) for
the purposes of jointly participating in the Bidding Process for the Project.
2.2 The Parties hereby undertake to participate in the Bidding Process only through this
Joint Venture and not individually and/ or through any other Joint Venture
constituted for this Project, either directly or indirectly.
3. Covenants
The Parties hereby undertake that in the event the Joint Venture is declared the
selected Bidder and awarded the Project, it shall enter into an EPC Contract with the
Authority for performing all its obligations as the Contractor in terms of the EPC
Contract for the Project.
The Parties hereby undertake to perform the roles and responsibilities as described
below:
(a) Party of the First Part shall be the Lead member of the Joint Venture and shall have
the power of attorney from all Parties for conducting all business for and on behalf
of the Joint Venture during the Bidding Process and for performing all its obligations
as the Contractor in terms of the EPC Contract for the Project;
(b) Party of the Second Part shall be {the Member of the Joint Venture; and}
(c) Party of the Third Part shall be {the Member of the Joint Venture.}
The Parties do hereby undertake to be jointly and severally responsible for all
obligations and liabilities relating to the Project and in accordance with the terms of
92
the RFP and the EPC Contract, till such time as the completion of the Project is
achieved under and in accordance with the EPC Contract.
The Parties agree that the proportion of construction in the EPC Contract to be
allocated among the members shall be as follows:
First Party:
Second Party:
{Third Party:}
Further, the Lead Member shall itself undertake and perform at least 51 (fifty one)
per cent of the total length of the project highway if the Contract is allocated to the
Joint Venture.
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organized, validly existing and in good standing under the
laws of its incorporation and has all requisite power and authority to enter
into this Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has
been authorized by all necessary and appropriate corporate or governmental
action and a copy of the extract of the charter documents and board
resolution/ power of attorney in favour of the person executing this
Agreement for the delegation of power and authority to execute this
Agreement on behalf of the Joint Venture Member is annexed to this
Agreement, and will not, to the best of its knowledge:
(ii) violate any Applicable Law presently in effect and having applicability
to it;
93
such Party is a party or by which such Party or any of its properties or
assets are bound or that is otherwise applicable to such Party; or
(c) this Agreement is the legal and binding obligation of such Party, enforceable
in accordance with its terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge,
threatened to which it or any of its Affiliates is a party that presently affects
or which would have a material adverse effect on the financial condition or
prospects or business of such Party in the fulfillment of its obligations under
this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force
and effect until Project completion (the “Defects Liability Period”) is achieved under
and in accordance with the EPC Contract, in case the Project is awarded to the Joint
Venture. However, in case the Joint Venture is either not prequalified for the Project
or does not get selected for award of the Project, the Agreement will stand
terminated in case the Applicant is not prequalified or upon return of the Bid Security
by the Authority to the Bidder, as the case may be.
9. Miscellaneous
9.2 The Parties acknowledge and accept that this Agreement shall not be amended by
the Parties without the prior written consent of the Authority.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS
AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.SIGNED, SEALED AND DELIVERED
94
LEAD MEMBER by: SECOND PART THIRD PART
(Signature) (Signature) (Signature)
(Name) (Name) (Name)
(Designation) (Designation) (Designation)
(Address) (Address) (Address)
In the presence of:
Notes:
1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents
and documents such as resolution / power of attorney in favour of the person executing this
Agreement for the delegation of power and authority to execute this Agreement on behalf
of the Joint Venture Member.
3. For a Joint Bidding Agreement executed and issued overseas, the document shall be
legalised by the Indian Embassy and notarized in the jurisdiction where the Power of
Attorney has been executed.
95
APPENDIX VI
INTEGRITY PACT FORMAT
(To be executed on plain paper and submitted along with Technical Bid/Tender documents
for tenders having a value of Rs. 5 cr or above for Consultancy projects and 100 cr. or above
for Construction projects. To be signed by the Bidder and same signatory competent/
authorized to sign the relevant contract on behalf of the MoRTH)
Preamble
Whereas, the Principal has floated the Tender {NIT No……….dt…………………..} (hereinafter
referred to as “Tender/Bid”) and intends to award, under laid down organizational
procedure, contract/s for {Name of the work}(hereinafter referred to as the “Contract”).
And Whereas the Principal values full compliance with all relevant laws of the land, rules of
land, regulations, economic use of resources and of fairness/ transparency in its relations
with its Bidder(s) and/ or Contractor(s)/Concessionaire(s)/Consultant(s).
And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this
Integrity Pact (hereafter referred to as “Integrity Pact” or “Pact”) the terms and conditions
of which shall also be read as integral part and parcel of the Tender documents and contract
between the parties.
Now, therefore, in consideration of mutual covenants contained in this pact, the parties
hereby agree as follows and this pact witnesses as under:
96
Article1:Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
(a) No employee of the Principal, personally or through family members, will in
connection with the Tender for, or the execution of a Contract, demand, take a
promise for or accept, for self, or third person, any material of immaterial
benefit which the person is not legally entitled to.
(b) The Principal will, during the Tender process treat all Bidder(s) with equity
and reason. The Principal will in particular, before and during the Tender
process, provide to all Bidder(s) the same information and will not provide to
any Bidder(s) confidential/ additional information through which the Bidder(s)
could obtain an advantage in relation to the tender process or the contract
execution.
(c) The Principal will exclude all known prejudiced persons from the process,
whose conduct in the past has been of biased nature.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a
substantive suspicion in this regard, the Principal will inform the Chief Vigilance
Officer and in addition can initiate disciplinary actions as per its internal laid down
Rules/Regulations.
Article – 2: Commitments of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s).
The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) commit himself to
take all measures necessary to prevent corruption. He commits himself to observe the
following principles during his participation in the tender process and during the contract
execution.
(a) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not, directly or
through any other person or firm, offer, promise or give to any of the Principal’s
employees involved in the tender process or the execution of the contract or to any
third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the tender
process or during the execution of the contract.
(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with
other Bidders into any undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications, certifications, subsidiary
contract, submission or nonsubmission or bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.
(c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit any
offence under the relevant IPC/PC Act and other Statutory Acts; further the
Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s) will not use improperly, for
purposes of completion or personal gain, or pass on to others, any information or
97
document provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.
(d) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of foreign origin shall
disclose the name and address of the Agents/ Representatives in India, if any.
Similarly, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian
Nationality shall furnish the name and address of the foreign principle, if any.
(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when presenting
his bid, disclose any and all payments he has made, is committed to or intends to make
to agents, brokers or any other intermediaries in connection with the award of the
contract. He shall also disclose the details of services agreed upon for such payments.
(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate third
persons to commit offences outlined above or be an accessory to such offences.
(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any
outside influence through any Govt. bodies/quarters directly or indirectly on the
bidding process in furtherance of his bid.
Article 3 Disqualification from tender process and exclusion from future contracts.
(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or
during execution has committed a transgression through a violation of any provision
of Article2, above or in any other form such as to put his reliability or credibility in
question, the Principal is entitled to disqualify the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) from the tender process.
(2) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)has committed a
transgression through a violation of Article2 such as to put his reliability or credibility
into question, the Principal shall be entitled to exclude including blacklist and put on
holiday the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)for any future
tenders/ contract award process. The imposition and duration of the exclusion will be
determined by the severity of the transgression. The severity will be determined by
the Principal taking into consideration the full facts and circumstances of each case
particularly taking into account the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) and the amount of the damage. The exclusion will
be imposed for a maximum of 3 years.
(3) A transgression is considered to have occurred if the Principal after due consideration
of the available evidence concludes that “On the basis of facts available there are no
material doubts”.
(4) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)with its free consent
and without any influence agrees and undertakes to respect and uphold the Principal’s
absolute rights to resort to and impose such exclusion and further accepts and
undertakes not to challenge or question such exclusion on any ground, including the
lack of any hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal advice.
(5) The decision of the Principal to the effect that a breach of the provisions of this
Integrity Pact has been committed by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
98
Consultant(s)shall be final and binding on the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s), however, the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) can approach IEM(s) appointed for the purpose of
this Pact.
(6) On occurrence of any sanctions/ disqualification etc arising out from violation of
integrity pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)shall not
be entitled for any compensation on this account.
(7) Subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) could be revoked by the Principal if
the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)can prove that he has
restored/ recouped the damage caused by him and has installed a suitable corruption
prevention system in his organization.
Article – 4: Compensation for Damages.
(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Arcticle3, the Principal shall be entitled to forfeit the Earnest
Money Deposit/ Bid Security or demand and recover the damages equivalent to
Earnest Money Deposit/ Bid Security apart from any other legal right that may have
accrued to the Principal.
(2) In addition to 1 above, the Principal shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor/
Concessionaire/Consultant’s Default. In such case, the Principal shall be entitled to
forfeit the Performance Bank Guarantee of the Contractor/ Concessionaire/ Consultant
and/ or demand and recover liquidated and all damages as per the provisions of the
contract/concession agreement against Termination.
Article – 5: Previous Transgressions
(1) The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any
country conforming to the anticorruption/ Transparency International (TI) approach
or with any other Public Sector Enterprise/ Undertaking in India or any Government
Department in India that could justify his exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or action for his exclusion can be taken as mentioned under Article3
above for transgressions of Article2 and shall be liable for compensation for damages
as per Article4 above.
Article – 6: Equal treatment of all Bidders/ Contractors/ Concessionaires/ Consultants/
Subcontractors.
(1) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) undertake(s) to
demand from all subcontractors a commitment in conformity with this Integrity Pact,
and to submit it to the Principal before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders/ Contractors/ Concessionaires/ Consultants and subcontractors.
99
(3) The Principal will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.
Article – 7: Criminal charges against violating Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s)/ Subcontractor(s).
If the Principal obtains knowledge of conduct of a Bidder/ Contractor/ Concessionaire/
Consultant or subcontractor, or of an employee or a representative or an associate of a
Bidder/ Contractor/ Concessionaire/ Consultant or Subcontractor, which constitutes
corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the same to the Chief Vigilance Officer.
Article 8: Independent External Monitor (IEM)
(1) The Principal has appointed Shri. R.S. Gujral as Independent External Monitor (herein
after referred to as “Monitor”) for this Pact. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Director General
(Road Development) & Special Secretary.
(3) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)accepts that the
Monitor has the right to access without restriction to all project documentation of the
Principal including that provided by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s). The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)will also
grant the Monitor, upon his request and demonstration of a valid interest, unrestricted
and unconditional access to his project documentation. The same is applicable to
Subcontractors. The Monitor is under contractual obligation to treat the information
and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the Principal and the Contractor. The parties offer
to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Management of the Principal and request the Management to
discontinue or take corrective action, or to take other relevant action. The monitor can
in this regard submit nonbinding recommendations. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from action
or tolerate action.
(6) The Monitor will submit a written report to the Director General (Road Development)
& Special Secretary within 8 to 10 weeks from the date of reference or intimation to
him by the Principal and, should the occasion arise, submit proposals for correcting
problematic situations.
(7) If the Monitor has reported to the Director General (Road Development) & Special
Secretary, a substantiated suspicion of an offence under relevant IPC/PC Act, and the
Director General (Road Development) & Special Secretary has not, within the
reasonable time taken visible action to proceed against such offence or reported it to
100
the Chief Vigilance Officer, the Monitor may also transmit this information directly
to the Central Vigilance Commissioner.
(8) The word 'Monitor' would include both singular and plural.
Article – 9 Pact Duration
This Pact begins when both parties have legally signed it (in case of EPC i.e. for projects
funded by Principal and consultancy services). It expires for the Contractor/ Consultant 12
months after his Defect Liability Period is over or 12 months after his last payment under the
contract whichever is later and for all other unsuccessful Bidders 6 months after this
Contract has been awarded. (In case of BOT Projects) It expires for the concessionaire 24
months after his concession period is over and for all other unsuccessful Bidders 6 months
after this Contract has been awarded.
If any claim is made/ lodged during his time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged/ determined by
Director General (Road Development) & Special Secretary.
(For & On behalf of the Principal) (For & On behalf of the Bidder/ Contractor/
Concessionaire/ Consultant )
101
(Office Seal )
Place________
Date_________
Witness 1 : (Name & Address):
JV Partner}
102
AppendixVII
(See Clauses 2.21)
FORM OF BANK GUARANTEE
[Performance Security/Additional Performance Security]
To
_____________________________________ [name of Authority]
_____________________________________ [address of Authority]
AND WHEREAS the Contract requires the Contractor to furnish an{Performance Security/
Additional Performance Security} for due and faithful performance of its obligations, under
and in accordance with the Contract, during the {Construction Period/ Defects Liability
Period and Maintenance Period} in a sum of Rs….. cr. (Rupees ………..….. crore) (the
“Guarantee Amount”8).
8
Guarantee Amount for Performance Security and Additional Performance Security shall be
calculated as per Contract.
103
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably,
guarantees and affirms as follows:The Bank hereby unconditionally and
irrevocably guarantees the due and faithful performance of the Contractor’s
obligations during the {Construction Period/ Defects Liability Period and
Maintenance Period} under and in accordance with the Contract, and agrees
and undertakes to pay to the Authority, upon its mere first written demand,
and without any demur, reservation, recourse, contest or protest, and
without any reference to the Contractor, such sum or sums up to an
aggregate sum of the Guarantee Amount as the Authority shall claim,
without the Authority being required to prove or to show grounds or
reasons for its demand and/or for the sum specified therein.
1. A letter from the Authority, under the hand of an officer not below the
rank of [Superintending Engineer of Ministry of Road Transport &
Highways], that the Contractor has committed default in the due and
faithful performance of all or any of its obligations under and in
accordance with the Contract shall be conclusive, final and binding on
the Bank. The Bank further agrees that the Authority shall be the sole
judge as to whether the Contractor is in default in due and faithful
performance of its obligations during and under the Contract and its
decision that the Contractor is in default shall be final and binding on
the Bank, notwithstanding any differences between the Authority and
the Contractor, or any dispute between them pending before any
court, tribunal, arbitrators or any other authority or body, or by the
discharge of the Contractor for any reason whatsoever.
104
3. In order to give effect to this Guarantee, the Authority shall be entitled
to act as if the Bank were the principal debtor and any change in the
constitution of the Contractor and/or the Bank, whether by their
absorption with any other body or corporation or otherwise, shall not in
any way or manner affect the liability or obligation of the Bank under this
Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity,
for the Authority to proceed against the Contractor before presenting to the
Bank its demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner
the liability of the Bank under this Guarantee, to vary at any time, the terms
and conditions of the Contract or to extend the time or period for the
compliance with, fulfillment and/ or performance of all or any of the
obligations of the Contractor contained in the Contract or to postpone for
any time, and from time to time, any of the rights and powers exercisable
by the Authority against the Contractor, and either to enforce or forbear
from enforcing any of the terms and conditions contained in the Contract
and/or the securities available to the Authority, and the Bank shall not be
released from its liability and obligation under these presents by any
exercise by the Authority of the liberty with reference to the matters
aforesaid or by reason of time being given to the Contractor or any other
forbearance, indulgence, act or omission on the part of the Authority or of
any other matter or thing whatsoever which under any law relating to
sureties and guarantors would but for this provision have the effect of
releasing the Bank from its liability and obligation under this Guarantee and
the Bank hereby waives all of its rights under any such law.
11. This Guarantee shall come into force with immediate effect and shall
remain in force and effect for up to the date specified in paragraph 8 above
or until it is released earlier by the Authority pursuant to the provisions of
the Contract.
(Signature)
$
Insert date atleast 2 (two) years from the date of issuance of this Guarantee (in accordance with
Clause 2.21 of the RFP).The Contractors can submit the BG for periods of two years at one time and keep
on renewing the same till the DLP is over if they have problems in getting the BG in one go for the entire DLP.
106
(Name)
(Designation)
(Code Number)
(Address)
107
AppendixVIII
(See Clauses 3.3.4)
Format of LOA
No.________________________
Government of India
Ministry of Road Transport & Highways
(____________ Section)
Transport Bhawan, 1, Parliament Street, New Delhi – 110001
Dated,
To,
Sir,
This is to notify you that your Bid dated ………… for execution of the {project
description}, at your quoted bid price amounting to Rs. ……………./ {amount in words} has
been determined to be the lowest evaluated bid and is substantially responsive and has
been accepted.
2. You are requested to return a duplicate of the LOA as an acknowledgement and sign the
Contract Agreement within the period prescribed in Clause 1.3 of the RFP.
108
days time period, the award shall be deemed to be cancelled and action shall be initiated
by the Authority as per Clause 2.21 of the RFP.
“Accepted by
109