[go: up one dir, main page]

0% found this document useful (0 votes)
176 views69 pages

01-RFP Doc Vol I InstructionstoBidders .Docx Darbhanga

RFP doc Vol1

Uploaded by

sudhir gautam
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
176 views69 pages

01-RFP Doc Vol I InstructionstoBidders .Docx Darbhanga

RFP doc Vol1

Uploaded by

sudhir gautam
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 69

Request for Proposal

for

MAJOR UPGRADATION OF DARBHANGA RAILWAY STATION OF


SAMASTIPUR DIVISION OF
EAST CENTRAL RAILWAY

ON

ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) MODE

(RFP No.: SPJ-GSU-SD-DBG dated 08.11.2023)

Bid Document
Volume-I: Instructions to Bidders (ITB)

SAMASTIPUR DIVISION, EAST CENTRAL


RAILWAY

November - 2023

Signature Not
Verified
Digitally signed by
ALOK KUMAR JHA
Date: 2023.11.28
13:49:44 IST
Reason: IREPS-CRIS
Location: New Delhi
TABLE OF CONTENTS

Section Contents Page No.


Request for Proposal 3
Disclaimer 4
Glossary 5
1 Introduction 6
1.1 Background 6
1.2 Brief description of Bidding Process 8
1.3 Schedule of Bidding Process 9

2 Instructions to Bidders 10
A General 10
2.1 General terms of Bidding 10
2.2 Eligibility and qualification requirement of Bidder 14
2.3 Proprietary Data 17
2.4 Cost of Bidding 17
2.5 Site visit and verification of information 18
2.6 Verification and Disqualification 18
B Documents 20
2.7 Contents of the RFP 20
2.8 Clarifications 20
2.9 Amendment of RFP 21
C Preparation and Submission of Bids 21
2.10 Format and Signing of Bid 21
2.11 Documents comprising Technical & Financial Bid 21
2.12 Bid Due Date 23
2.13 Late Bids 23
2.14 Procedure of e-tendering 23
2.15 Online opening of Bids 24
2.16 Rejection of Bids 24
2.17 Validity of Bids 24
2.18 Confidentiality 24
2.19 Correspondence with the Bidder 25
D Bid Security 25
2.20 Bid Security 25
2.21 Performance Security 26
3 Evaluation of Technical and Opening & Evaluation of financial Bids 27
3.1 Evaluation of Technical Bids 27
3.2 Opening and Evaluation of financial Bids 28
3.3 Selection of Bidder 28

1
Section Contents Page No.
3.4 Contacts during Bid Evaluation 29
3.5 Correspondence with the Bidder 29
4 Fraud and Corrupt Practices 30
5 Pre-Bid Conference 32
6 Miscellaneous 33
Appendices
IA Letter comprising the Technical Bid 34
IB Letter comprising the Financial Bid 38
Annexure of Appendix 1A
I Details of Bidder 39
II 40
Technical Capacity of the Bidder 42
III
Financial Capacity of the Bidder 44
IV
Details of Eligible Project 46
V
Statement
47 of legal 49
VI
Guidelines of the Department of Disinvestment 50
Restrictions under Rule GFR 2017 in respect of sharing of land
VII border 52

II Format for Power of Attorney for signing of Bid 53


III Format for Power of Attorney for Lead Member of Consortium/ 55
Joint Venture
IV Format for Joint Bidding Agreement for Consortium/Joint Venture 57

V Format for Bid Security 62


VI Format for Affidavit 66
VII List of Bid Specific Clause 68

2
REQUEST FOR PROPOSAL
Chief Project Manager (Gatishakti),
Office of DRM, Samastipur,
Bihar.

RFP No. SPJ-GSU-SD-DBG Dated: 08.11.2023

(RFP for Major Upgradation of Darbhanga Junction Railway station in Samastipur division
of East Central Railway on EPC mode)

The President of India represented by the office of the, Chief Project Manager
(Gatishakti), having its principal office at Office of DRM, Samastipur, Bihar is engaged in the
development of railways and related infrastructure, and as part of this endeavour, the
Authority has decided to undertake the Major Up-gradation of Railway station at
Darbhanga Junction (the “Project”) through Engineering, Procurement and Construction
(the “EPC”) contract and has decided to carry out an open and competitive e-Bidding
Process for selection of a Bidder to whom the Project may be awarded. A brief description
of the Project, including the existing situation and basic details of the Project components,
is provided as a part of this Request for Proposal.

The scope of work shall broadly cover survey, investigations, design and
development/ redevelopment of Railway Station including but not limited to undertaking
civil works and MEP works for station building. The brief particulars of the Project, bidding
process and the Estimated Project Cost is provided in Clause 1.1.2 of this RFP.

The complete Bid document can be viewed / downloaded from official portal of the
Indian Railway e-Procurement Portal (www.ireps.gov.in). Bidder must submit its Financial
Bid and Technical Bid at e-Procurement Portal on or before the Bid Due Date. Bids
received online shall be opened on the time as mentioned in the Key Information Table
(KIT) at Clause 1.1.2 of RFP.

Bid through any other mode shall not be entertained. However, Power of Attorney
and Joint Bidding Agreement etc. shall be submitted physically by the Bidder on or before
the time mentioned at Clause 1.1.2 of this RFP. Please note that the Authority reserves the
right to accept or reject all or any of the Bids without assigning any reason whatsoever.

Chief Project Manager (Gatishakti),


Office of DRM, Samastipur, Bihar
Phone/Fax - 9771462001
e-mail : adrm2spj@gmail.com
DISCLAIMER
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 advisor's, 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 [Project 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 advisor's make no representation or warranty and shall have
no liability to any person, including any 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 RFP.
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 the Bidder or
Contractor, as the case may be, for the Project and the Authority reserves the right to reject all
or any of the 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/ submission of the Bid, regardless of the conduct or outcome of the Bidding Process.

4
GLOSSARY

Agreement/EPC Agreement As defined in Clause 1.1.3


Authority As defined in Clause 1.1.1
Bank Guarantee As defined in Clause 2.20.1
Bid(s) As defined in draft EPC agreement
Bidders As defined in Clause 1.2.1
Bidding Documents As defined in Clause 1.1.6
Bid Due Date As defined in Clause 1.1.6
Bidding Process As defined in Clause 1.2.1
Bid Security As defined in Clause 1.2.4
Bid Price or Bid As defined in Clause 1.2.6
Contractor As defined in Clause 1.1.3
Construction Period As defined in Clause 1.2.6
Conflict of Interest As defined in Clause 2.2.1(c)
Defect Liability Period As defined in Clause 1.2.6
Eligible Projects As defined in Clause 2.2.2.1
EPC As defined in Clause 1.1.1
Estimated Project Cost As defined in Clause 1.1.4
Project Report As defined in Clause 1.2.3
Financial Capacity As defined in Clause 2.2.2.2
Government Government of India
Consortium/Joint Venture As defined in Clause 2.2.1(a)
Jt. Bidding Agreement As defined in Clause 2.1.11(f)
Lead Member As defined in Clause 2.1.11 (c)
Lowest Bidder As defined in Clause 1.2.6
LOA As defined in Clause 3.3.4
Net Worth As defined in Clause 2.2.2.5 (ii)
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 2.2.2.1
Tie Bids As defined in Clause 3.3.2

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.

5
CHIEF PROJECT MANAGER (GATISHAKTI),
OFFICE OF DRM,
SAMASTIPUR, BIHAR.
SECTION 1

INTRODUCTION
1.1 Background

1.1.1 The President of India represented by the office of the, Chief Project Manager
(Gatishakti), having its principal office at Office of DRM, Samastipur, Bihar and is
engaged in the development of railways and related infrastructure, and as part of this
endeavour, the Authority has decided to undertake the Major Up-gradation of
Railway station at Darbhanga (the “Project”) through Engineering, Procurement and
Construction (the “EPC”) contract and has decided to carry out an open and
competitive e-Bidding Process for selection of a Bidder to whom the Project may be
awarded.

1.1.2 The brief particulars of the Project and the Bidding Process are as follows in the Key
Information Table (KIT):
Sl.No. Particular Details
1. Name of the Work Major Upgradation of Darbhanga Railway
station of Samastipur division of East Central
railway on Engineering, Procurement and
Construction (EPC) mode.
2. Estimated Project Cost INR 314,26,18,274/-
(Rupees Three hundred Fourteen Crores
Twenty-Six Lakhs Eighteen Thousand Two
hundred Seventy-Four only)
3. Construction Period 36 months of Construction Period and 24
months of Defects Liability Period
4. Bid Due Date and time By 15:00 hrs on 26.12.2023
5. Physical submission of all Bid due date + 5 working days
documents listed in clause
No. 2.11.2
6. Date and Time of Opening of By 15:00 hrs on 31.12.2023
Bids
7. Mode of tendering Single stage two packet
8. Mode of submission of Bids Online submission on e-Procurement Portal

9. E-Procurement Portal www.ireps.gov.in


10. RFP document Fee NIL
11. Bid Security Rs. 1,00,00,000/- (One crore only)

12. Officer and Address to Submit CHIEF PROJECT MANAGER (GATISHAKTI),

6
the physical documents as OFFICE OF DRM,
per clause 2.11.4 of RFP SAMASTIPUR, BIHAR.
13. Validity of the Bid 120 days from the Bid Due Date
14. Pre-bid Conference Details Date Time Venue
23.11.2023 11.00 to 14.00 Hrs. Samastipur
15. Last date of receiving Queries 30.11.2023 upto 18:00 hrs
16. Reply of queries, if required 7.12.2023 upto 18:00 hrs
17. Performance Security 5% (Five percent) of Contract Price in terms of
Clause 2.21.1
18. Submission of Performance Within 30 days of issue of Letter of Award
Security (LOA)
19. Signing of Agreement Within 30 days of submission of Performance
Security.
20. Documents enclosed with the a) Draft EPC Agreement for the Project
RFP including all schedules.
b) Design Basis Report of the Project
c) Drawings
d) Soil exploration report

21. Technical Consultant of M/s ARINEM Consultancy Services Pvt


the Project Ltd, New Delhi

Note-In the event that the Project Completion Date occurs prior to the Scheduled Completion
Date, the Contractor shall be entitled to receive a payment of bonus equivalent to 0.03% (zero
point zero three per cent) of the Contract Price for each day by which the Project Completion
Date precedes the Scheduled Completion Date, but subject to a maximum of 5% (five per
cent) of the Contract Price. Provided, however, that the payment of bonus, if any, shall be
made only after the issue of the Completion Certificate. For the avoidance of doubt, the Parties
agree that for the purpose of determining the bonus payable hereunder, the Contract Price shall
always be deemed to be the amount specified in Clause 17.1.1, and shall exclude any revision
thereof for any reason.

7
1.1.3 The Selected Bidder (the “Contractor”) shall be responsible for Engineering,
Procurement and Construction of the Project under and in accordance with the
provisions of an Engineering, Procurement and Construction agreement (the “EPC
Agreement”) to be entered into between the Selected Bidder and the Authority in the
form provided by the Authority as part of the Bidding Documents pursuant hereto.
The scope of work of EPC broadly comprises Design, Detailed Engineering, Surveys
(Pre-Engineering, Pre-Construction and Post-Construction), Procurement, Fabrication,
Transportation, Construction (Civil, Structural, Mechanical, Electrical, HVAC, Fire
Fighting and other related services) and Installation, Testing, Pre-commissioning,
Commissioning and handing over as per the terms of the EPC Contract. The detailed
scope is provided as part of Volume II: EPC Agreement of this RFP.
1.1.4 The estimated cost of the Project (the “Estimated Project Cost”) has been specified in
the Clause 1.1.2 above. The assessment of actual costs, however, will have to be
made by the Bidders.

1.1.5 The draft EPC 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.
1.1.6 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, as modified, altered, amended and clarified from time to time by the
Authority (collectively the "Bidding Documents"), and all Bids shall be prepared and
submitted in accordance with such terms on or before the Bid Due Date as
specified in the KIT a provided in Clause 1.1.2 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 packet system (referred to as the
"Bidding Process") for selection of the Bidder for award of the Project. The 1 st part
(the “Technical Bid”) of the process involves qualification (the “Qualification”) of
the interested parties/Consortium/Joint Venture who submits a Bid in accordance
with the provisions of this RFP (the “Bidder”, which expression shall, unless
repugnant to the context, include the members of the Consortium/Joint Venture).
The 2ndpart of the process involves opening of financial proposals (the “Financial
Bid”) of the bidders qualified in Technical Bid. The Technical and Financial Bid shall
collectively be referred as Bid (the “Bid”). The Bidder would be required to furnish
all information specified in this RFP. At the Qualification stage, the Technical Bids
of Bidders would be evaluated and only those Bidders that are qualified by the
Authority shall be eligible for the 2nd part of the Bidding Process comprising
opening and evaluation of their Financial Bids. GOI has issued guidelines (see
Annexure VI of Appendix-1A 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
Appendix-IA

1.2.2 The Bid shall be valid for the period as per the Key Information Table.

8
1.2.3 The Bidding Documents including the draft EPC Agreement for the Project is enclosed
for the Bidders. The feasibility prepared by the Authority/ consultants of the Authority
(the "Project Report) is also enclosed. The 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 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 Project Report. The aforesaid documents
and any addenda issued subsequent to this RFP document, will be deemed to form
part of the Bidding Documents.

1.2.4 A Bidder is required to submit, along with its Bid, a Bid Security of the amount as
mentioned in the KIT (the "Bid Security"), refundable to the unsuccessful bidder(s)
within seven days after issuance of LOA, 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. The
Bidder will have to provide Bid Security through {e-payment Gateway of Authority or
submitted as Bank Guarantee Bond from a scheduled commercial bank of India} the
Bank Guarantee bond shall be as per Appendix-VII and shall be valid for a period of 90
days beyond the bid validity period. The Bid shall be summarily rejected if it is not
accompanied by the prescribed amount of Bid Security.

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"). 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 rectification of any defect or
deficiency in the Project after completion of the Construction Period (the “Defect
Liability Period”) shall be pre-determined, and are specified in the draft EPC
Agreement forming part of the Bidding Documents.

In this RFP, the term “Lowest Bidder” shall mean the Bidder who qualifies the
Technical Bid criteria (Qualification Stage) and is quoting the lowest Bid Price, subject
to the provisions of Clause 1.2.7, the Project will be awarded to the Lowest Bidder.

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 (e), 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.

1.2.9 Any queries or request for additional information concerning this RFP shall be
submitted in writing by speed post/courier/special messenger or by e-mail,
through e-Procurement Portal, so as to reach the officer designated in Clause
2.11.4 by the specified date. The envelopes/ communication shall clearly bear the
following identification/ title:

9
"Queries / Request for Additional Information: RFP for Major upgradation of
Darbhanga Junction Railway station- Project".

1.3 Schedule of Bidding Process


The Authority shall endeavour to adhere to the schedule provided in the KIT at Clause
1.1.2:

SECTION-2

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.

2.1.2 A Bidder bidding individually or as a member of a Consortium/Joint Venture


shall not be entitled to submit another Bid either individually or as a member of
any Consortium/Joint Venture, as the case may be.

2.1.3 Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft EPC 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 Appendix-IA & IB i.e.,
10
Technical Bid as per Appendix IA and Financial Bid as per Appendix IB and it shall
be signed by the Bidder’s authorised signatory. The Bid Price shall be quoted
online at the e-Procurement Portal. 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 Appendix-II,
authorising the signatory of the Bid to commit the Bidder.

2.1.6 In case the Bidder is a Consortium/Joint Venture, the Members thereof should
furnish a Power of Attorney in favour of the Lead Member in the format at Appendix-
III and Joint Bidding Agreement in the format at Appendix-IV

2.1.7 Any condition or qualification or any other stipulation contained in the Bid shall
render the Bid liable to rejection as a non-responsive Bid.

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. The Bidding Documents including this RFP and all attached documents,
provided by the Authority are and shall remain or becomes the property of Authority
and are transmitted to the Bidders solely for the purpose of preparation and
submission of the 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 provision of this Clause 2.1.10 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, documents or any information provided along
therewith.

2.1.11 In case the Bidder is a Consortium/Joint Venture, it shall comply with the following
additional requirements:

(a) Number of members in a Consortium/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 Consortium/Joint Venture;

(c) Members of the Consortium/Joint Venture shall nominate one member as the
Lead Member (the “Lead Member”). Lead Member shall have minimum 51%
(fifty-one per cent) shareholding in Consortium/Joint Venture. The Technical
Capacity as per Clause 2.2.2.1 and/other Financial Capacity as per Clause
2.2.2.2 is to be satisfied by any member/s of Consortium/Joint Venture having
minimum 26% (twenty-six per cent) shareholding individually in
Consortium/Joint Venture. The nomination of Lead Member shall be
supported by a Power of Attorney, as per the format at Appendix-III, signed by
all the other members of the Consortium/Joint Venture. Consortium/Joint
Venture as whole shall cumulatively/collectively fulfil the 100% (One hundred
per cent) Technical Capacity as per Clause 2.2.2.1 and 100% (One hundred per
cent) Financial Capacity as per Clause 2.2.2.2.

11
(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 carry out works directly under its own supervision and
through its own personnel for at least 50% (fifty per cent) of the Bid Price in
accordance with provision of draft EPC Agreement.

(f) Members of the Consortium/Joint Venture shall have entered into a binding
Joint Bidding Agreement, substantially in the form specified at Appendix IV
(the “Jt. Bidding Agreement”), for the purpose of making the Bid. The Jt.
Bidding Agreement, to be submitted along with the Bid, shall, inter alia:
(i) Convey the commitment(s) of the Lead Member in accordance with this
RFP, in case the contract to undertake the Project is awarded to the
Consortium/Joint Venture; and clearly outline the proposed roles &
responsibilities, if any, of each member.
(ii) Include a statement to the effect that all members of the
Consortium/Joint Venture shall be liable jointly and severally for all
obligations of the Contractor in relation to the Project until the Defect
Liability Period is achieved in accordance with the draft EPC agreement;

(g) Approval for change of constitution of Consortium/Joint Venture shall be at


sole discretion of the Authority. The constitution of the Consortium/Joint
Venture shall not be allowed to be modified after submission of the Bid by the
Consortium/Joint Venture, except when modification becomes inevitable due
to Succession laws etc., provided further that there is no change in
qualification of minimum eligibility criteria by Consortium/JV. However, the
Lead member shall continue to be the Lead Member of the Consortium/Joint
Venture. Failure to observe this requirement would render the offer invalid.
Similarly, after the contract is awarded, the constitution of Consortium/Joint
Venture shall not be allowed to be altered during the currency of contract
except when modification becomes inevitable due to Succession laws etc.,
provided further that it does not change the minimum eligibility criteria.
Failure to observe this stipulation shall be deemed to be breach of contract
with all consequential penal action as per contract condition.

2.1.12 While Bidding is open to persons from any country, the following provisions shall
apply:

(a) Where, on the due date of the Bid, not less than 25% (twenty five Percent) of the
aggregate issued, subscribed and paid up equity share capital/capital
contribution/partnership contribution in the Lowest 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
Lowest 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
12
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 25% 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.

(c) 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.

(d) 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.

(e)In case the Lowest Bidder under (a) above is denied the security clearance, for
whatsoever reasons, then the Bidders emerging as second Lowest, third lowest
eligible Bidders (in that order) may be given a counter-offer (one by one
sequentially) to match the Bid of Lowest Bidder. In the event of acceptance of the
counter-offer by another eligible Bidder, the project may be awarded to such
Bidder. In case no Bidder matches the Bid of the Lowest Bidder, the Bid Process
shall be annulled and fresh Bids invited.

(f) Any bidder from the countries sharing a land border with India will be eligible to bid
in any procurement whether of goods, services (including consultancy services and
non-consultancy services) or works (including turnkey projects) only if the bidder is
registered with the Competent Authority. The Competent Authority for registration
will be the Registration Committee constituted by the Department for Promotion of
Industry and Internal Trade (DPIIT), Government of India. For interpretation of this
clause Department of Expenditure, Ministry of Finance, Government of India letter
F.No.6/18/2019-PPD dated 23/07/2020 shall be referred which is enclosed as
Annexure-VII of Appendix-IA

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 a) Any entity which has been barred by the Central Government or State
Government or any entity controlled by it, from participating in any project,
and the bar subsists as on the date of Bid, would not be eligible to submit an
Bid, either individually or as member of a Consortium/Joint Venture.

13
(b) A Bidder including any member or Associate should, in the last 3 (three) years,
have neither failed to perform on any contract, as evidenced by imposition of a
penalty or damages by a judicial authority or a judicial pronouncement against
the Bidder, member or Associate, as the case may be, nor has been expelled
from any project or contract by any public entity nor have had any contract
terminated by any public entity for breach by such Bidder, member or
Associate.

(c) If Bidder’s any constituent is entity incorporated in a country, where an entity


incorporated in India does not have similar rights of bidding for contracts.
The Authority reserves the right to reject an otherwise eligible Bidder on the basis of
the information provided under this Clause 2.1.14. The decision of the Authority in
this case shall be final.

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 “Consortium” or the
“Joint Venture”), coming together to implement the Project. The term Bidder used
herein would apply to both a single entity and a Consortium/Joint Venture.

(b) Bidder may be a natural person, private entity, or any combination of them with a
formal intent to enter into a Consortium/Joint Venture agreement or under an
existing agreement to form a Consortium/Joint Venture. A Consortium/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 forfeiture of 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 Consortium/Joint Venture member (or any constituent
thereof) and any other Bidder, its member or any member of its
Consortium/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 Consortium/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
Consortium/Joint Venture member, as the case may be), in the other Bidder,
its Consortium/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
14
company, pension fund or a public financial institution referred to in section
4A of the Companies Act 2013. 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 sub-clause (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 sub-clause (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

(ii) A constituent of such Bidder is also a constituent of another Bidder; or

(iii) such Bidder, or any of its Consortium/Joint Venture member thereof receives
or has received any direct or indirect subsidy, grant, concessional loan or
subordinated debt from any other Bidder, or any of its Consortium/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 Consortium/Joint Venture member thereof; or

(iv) such Bidder has the same legal representative for purposes of this RFP as any
other Bidder; or

(v) such Bidder, or any of its Consortium/Joint Venture member thereof has a
relationship with another Bidder, or any of its Consortium/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 other’s information
about, or to influence the Bid of either or each other; or

(vi) such Bidder, or any of its Consortium/Joint Venture members thereof has
participated as a consultant to the Authority in the preparation of any
documents, design or technical specifications of the Project. The consultants
engaged by the Authority for this Project are mentioned in the KIT.

2.2.2 Qualification requirements of Bidders: To be eligible for Qualification an individual


Bidder or a Consortium/Joint Venture as whole as per Clause 2.1.11(c), shall fulfil
the following conditions of eligibility:

2.2.2.1 Technical Capacity- For demonstrating Technical Capacity and experience (the
“Technical Capacity”), the Bidder shall, over the past 5 (five) Financial Years
preceding the Bid Due Date, received payments for construction of Eligible Project(s)
such that the amount is at least;

(a) 60% (sixty percent) of Estimated Project Cost from One Eligible Project,
OR,

15
(b) 40% (forty percent) of Estimated Project Cost from each of the Two Eligible
Projects
OR,
(c) 30% (thirty percent) of Estimated Project Cost from each of the Three
Eligible Projects

For the purpose of Technical Capacity, the projects shall qualify as Eligible Projects,
the “Eligible Projects” if they meet both of the following criteria;

1) Projects where works contract are directly given to the Bidder by a Govt.
Department; or by a Public listed company having average annual turnover of
Rs.500 Crores and above in last 3 financial years excluding the current financial
year, listed on National Stock Exchange or Bombay Stock Exchange, registered at
least 5 years back from the date of submission of Bid by the Bidder to the
Authority.

AND,
2) Projects where the Bidder have received payments for not less than 75% (seventy-
five) percent value of awarded project cost of such project as per the original
agreement under the following categories:
(i) Passenger terminals shall mean having a minimum passenger handling
capacity of 5000 persons /day in railway stations, metro stations, airport
terminals (with or without related airport infrastructure works), ports,
integrated check posts, and bus terminals;
or
(ii) Social and Commercial infrastructure shall mean:
(a) Commercial real estate project (such as educational institution, hospital,
hotel, convention centre, mall/shopping complex, sports complex, office
complex) at a single site with a minimum built up area of 15,000 (Fifteen
thousand) square metres;
or
(b) Residential real estate project /residential township at a single site with a
minimum built up area of 30,000 (Thirty thousand) square metres;

2.2.2.2 Financial Capacity: The Bidder shall have a minimum Net Worth (the “Financial
Capacity”) of 15% (Fifteen percent) of the Estimated Project Cost at the close of the
preceding Financial Year.

2.2.2.3 Submission in support of Technical Capacity

(i) The Bidder should furnish the details of Eligible Projects for the last 5 (five)
Financial Years immediately preceding the Bid Due Date.

(ii) The Bidder must provide the necessary information relating to Technical
Capacity as per format at Annex-II of Appendix-IA.

16
(iii) The Bidder should furnish the required Project-specific information and
evidence in support of its claim of Technical Capacity, as per format at Annex -
IV of Appendix-IA.

2.2.2.4 Submission in support of Financial Capacity

(i) The Technical Bid must be accompanied by the Audited Annual Reports of
the Bidder (of each member or Associate/s thereof, whose Technical Capacity
or Financial Capacity is being claimed, in case of a Consortium/Joint Venture)
for the last 5 (five) Financial Years, preceding the year in which the Bid is
submitted.

(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 an
undertaking to this effect 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 2.2.2.2,
and provide details as per format at Annex-III of Appendix-IA.

2.2.2.5 The Bidder shall enclose with its Technical Bid, to be submitted as per the format
at Appendix-IA, complete with its Annexes, the following:
(i) Certificate(s) from its statutory auditors$ or the concerned client(s) stating the
payments received 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 Consortium/Joint Venture), it should further support its claim for the
payments received as per 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(including Associates, if any), 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 2.2.2.5 (ii). For the
purposes of this RFP, net worth (the “Net Worth”) shall mean the
capital/aggregate value of the paid-up 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, write-back
of depreciation and amalgamation.

2.2.2.6 In computing the Technical Capacity and Net Worth of the Bidder/ Member of
Consortium/Joint Venture under Clauses 2.2.2.1 and 2.2.2.2, the Technical Capacity
and Net Worth of their respective Associates would also be eligible hereunder. For
purposes of this RFP, Associate means, in relation to the Bidder/ Member of
$
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 2.2.2.5 (i). In
jurisdictions that do not have statutory auditors, the firm of auditors which audits the annual accounts of the
Bidder provide the certificates required under this RFP.

17
Consortium/Joint Venture, a person who controls, is controlled by, or is under the
common control with such Bidder/member (the “Associate”). As used in this
definition, the expression “control” means, with respect to a person which is a
company or corporation, the ownership, directly or indirectly, of more than 50%
(fifty per cent) of the voting shares of such person, and with respect to a person
which is not a company or corporation, the power to direct the management and
policies of such person by operation of law.

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 Site visit and verification of information
2.5.1 Bidders are encouraged to submit their respective Bids after visiting the Project
site and ascertaining for themselves the site conditions, traffic, location,
surroundings, climate, availability of power, water & other utilities for
construction, access to site, handling and storage of materials, weather data,
applicable laws and regulations, and any other matter considered relevant by
them. Bidders are advised to visit the site and familiarise themselves with the Project
within the stipulated time of submission of the Bid. No extension of time is likely to be
considered for submission of Bids.
2.5.2 It shall be deemed that by submitting a Bid, the Bidder has:

(a) made a complete and careful examination of the Bidding Documents, Schedules
annexed to draft EPC agreement;

(b) received all relevant information requested from the Authority;


(c) accepted the risk of inadequacy, error or mistake in the information provided
in the Bidding Documents or furnished by or on behalf of the Authority relating
to any of the matters referred to in Clause 2.5.1 above. No claim shall be
admissible at any stage on this account.

(d) satisfied itself about all matters, things and information including matters
referred to in Clause 2.5.1 hereinabove necessary and required for
submitting an informed Bid, execution of the Project in accordance with the
Bidding Documents and performance of all of its obligations thereunder;

18
(e) acknowledged and agreed that inadequacy, lack of completeness or
incorrectness of information provided in the Bidding Documents or ignorance
of any of the matters referred to in Clause 2.5.1 hereinabove shall not be a
basis for any claim for compensation, damages, extension of time for
performance of its obligations, loss of profits etc. from the Authority, or a
ground for termination of the Agreement by the Contractor;

(f) acknowledged that it does not have a Conflict of Interest; and

(g) agreed to be bound by the undertakings provided by it under and in terms


hereof.

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 Verification and Disqualification


2.6.1 The Authority reserves the right to verify all statements, information and
documents submitted by the Bidder in response to the RFP and the Bidder shall,
when so required by the Authority, make available all such information, evidence
and documents as may be necessary for such verification. Any such verification, or
lack of such verification, by the Authority shall not relieve the Bidder of its
obligations or liabilities hereunder nor will it affect any rights of the Authority
thereunder.

2.6.2 The Authority reserves the right to reject any Bid and appropriate the Bid Security if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Bidder does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the Bid.
Such misrepresentation/ improper response shall lead to the disqualification of the
Bidder. If the Bidder is a Consortium/Joint Venture, then the entire
Consortium/Joint Venture and each member of the Consortium/Joint Venture may
be disqualified/ rejected. If such disqualification/rejection occurs after the Bids have
been opened and the lowest Bidder gets disqualified / rejected, then the Authority
reserves the right to annul the Bidding Process and invites fresh Bids.

2.6.3 In case it is found during the evaluation or at any time before signing of the
EPC 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 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.

19
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 draft EPC 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
EPC 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 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.

B. DOCUMENTS

2.7 Contents of the RFP

2.7.1 This RFP comprises the Disclaimer set forth herein above, the contents as listed
below, and will additionally include any Addenda issued in accordance with
Clause 2.9.

Volume –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. Power of Attorney for signing of Bid
III. Power of Attorney for Lead Member of Consortium/Joint Venture
IV. Joint Bidding Agreement for Joint Venture/Consortium

20
V Bid Security
VI Affidavit to be uploaded by the Bidder along with the Bid

Volume –II
Draft EPC Agreement Document with schedules

Volume – III
Project Report.

2.8 Clarifications

2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing
by e-mail in accordance with Clause 1.2.9. They should send in their
queries on or before the date mentioned in the KIT. The Authority shall endeavour to
respond to the queries within the period specified therein, but no later than 7 (seven)
days prior to the Bid Due Date. The responses shall be uploaded on the e-
Procurement Portal 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 Amendment of RFP

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 e-Procurement Portal

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 Date1.

C. PREPARATION AND SUBMISSION OF BIDS

2.10 Format and Signing of Bid

2.10.1 The Bidder shall provide all the information sought under this RFP. The Authority
will evaluate only those Bids that are received online in the required formats and

1
While extending the Bid Due Date on account of an addendum, the Authority shall have due regard for the time
required by Bidders to address the amendments specified therein. In the case of significant amendments, at least 7
(seven) days shall be provided between the date of amendment and the Bid Due Date .
21
complete in all respects and Original Copy of Power of Attorney and Joint Bidding
Agreement etc. are received in hard copies within time mentioned in KIT at Clause 1.1.2
of this RFP.

2.10.2 The Bid shall be typed and signed 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 Documents comprising Technical and Financial Bid

2.11.1 The Bidder shall first upload all the project details including Technical Capacity,
Financial Capacity, Net Worth details, turnover details, and all other details required
in this RFP 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 by submitting the documents mentioned
below along with the supporting documents which shall comprise of the Technical Bid
on thee-Procurement Portal:

Technical Bid
(a) Appendix-IA (Letter comprising the Technical Bid) including Annexure I-V and
supporting certificates / documents.
(b) Power of Attorney for signing the Bids as per the format at Appendix-II;
(c) if applicable, Power of Attorney for Lead Member of Consortium/Joint Venture
as per the format at Appendix-III;
(d) if applicable, Joint Bidding Agreement for Consortium/Joint Venture as per the
format at Appendix-IV;
(e) Bid Security through e-payment Gateway of e-Procurement Portal of the
Authority OR in the form of Bank Guarantee in the format at Appendix-V from
a Bank (to be submitted physically as well);
(f) Deleted;
(g) An undertaking from the person having Power of Attorney referred to in Sub.
Clause-(b) above that they agree and abide by the Bid Documents uploaded by
Authority and amendments uploaded, if any in the format at Appendix-VI; and
(h) Copy of Memorandum and Articles of Association, if the Bidder is a body
corporate, and if a partnership then a copy of its partnership deed.
(i) Copies of duly audited complete annual accounts of the Bidder or of each
member (in case of Joint Venture/Consortium) for preceding 5 years.

Financial Bid

(l) Appendix-IB (Letter comprising the Financial Bid) shall be submitted online
through e-Procurement Portal on or before the Bid Due Date
2.11.2 The Bidder shall submit the following documents physically within time as mentioned
in Clause 1.3 :
(a) Original Power of Attorney for signing the Bid as per format at Appendix-II;
(b) if applicable, Original Power of Attorney for Lead Member of Consortium/Joint
Venture as per the format at Appendix-III;
(c) if applicable, Original Joint Bidding Agreement for Consortium/Joint Venture
as per the format at Appendix-IV;

22
(d) Bid Security in the form of Original Bank Guarantee in the format at Appendix-
V from a Bank;
(e) Original Affidavit in the format at Appendix VI.

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 Major
Upgradation of Darbhanga Junction Railway Station of East Central Railway” 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 officer and address as mentioned in the KIT:

2.11.5 If 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 e-mail shall not be entertained and shall
be summarily rejected.

2.12 Bid Due Date

Bid comprising of the documents listed at Clause 2.11.1 of the RFP shall be
submitted online through e-Procurement Portal on or before the Bid Due Date
and Documents listed at Clause 2.11.2 of the RFP shall be physically
submitted on or before the day mentioned in the KIT at the address provided
in Clause 2.11.4 in the manner and form as detailed in this RFP. A receipt thereof
should be obtained from the person specified at Clause 2.11.4..

2.13 Late Bids

e-Procurement Portal shall not allow submission of any Bid after the prescribed
date and time at KIT in Clause 1.1.2. Physical receipt of documents listed at
Clause 2.11.2 of the RFP after the prescribed date as mentioned in the KIT at
Clause 1.1.2 shall not be considered and the Bid shall be summarily rejected.

2.14 Procedure for e-tendering

2.14.1 Accessing/ Purchasing of Bid Documents

2.14.1.1 It is mandatory for all the Bidders to have class-III 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 e-tendering.
DSC should be in the name of the authorized signatory as authorized in Appendix II
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
Consortium/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
Non-responsive.

23
2.14.1.2 To participate in the Bidding, it is mandatory for the Bidders to get registered their
firm / Consortium/Joint Venture with e-Procurement Portal to have user ID &
password which has to be obtained free of cost. Following may kindly be noted:
(a) registration with e-Procurement Portal should be valid at least up to the date
of submission of Bid.
(b) Bids can be submitted only during the validity of registration.
It is also mandatory for the Bidders to get their firms registered with e-tendering
portal. 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 / Consortium/Joint Venture is already registered with e-tendering


service provider, and validity of registration is not expired, then the firm /
Consortium/Joint Venture is not required a fresh registration.

2.14.1.4 The complete Bid Document can be viewed / downloaded by the Bidder from e-
Procurement Portal.

2.14.2 Preparation & Submission of Bids:

2.14.2.1 The Bidder may submit his Bid online following the instructions appearing on the
screen. The detailed guidelines for e-procurement are also available on e-
Procurement Portal.

2.14.2.2 The documents listed at Clause 2.11.1 shall be prepared and scanned in different
files/sub files (in PDF such that file size is not more than 3.75MB) and uploaded
during the on-line submission of Bid

2.14.2.3 Bid must be submitted online only through e-Procurement Portal using the
digital signature of authorized representative of the Bidder on or before the Bid
Due Date.

2.14.3 Modifications/ Substitution/ withdrawal of Bids

2.14.3.1 The Bidder may modify, substitute or withdraw its 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.

2.14.3.2 For modification of Bid, Bidder has to detach its old Bid from e-procurement
portal and upload / resubmit digitally signed modified Bid. For withdrawal of Bid,
Bidder has to click on withdrawal icon at e-Procurement Portal and can withdraw
its Bid. Before withdrawal of a Bid, it may specifically be noted that after
withdrawal of a Bid for any reason, Bidder cannot re-submit Bid again.

2.15 Online Opening of Bids.

2.15.1 Opening of Bids will be done through online process.

2.16 Rejection of Bids

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
24
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.

2.17 Validity of Bids

The Bids shall be valid for a period of not less than the period specified in the KIT. The
validity of Bids may be extended by mutual consent of the respective Bidders and the
Authority.

2.18 Confidentiality

Information relating to the examination, clarification, evaluation and


recommendation for the Bidders shall not be disclosed to any person who is not
officially concerned with the process or is not a retained professional advisor
advising the Authority in relation to, or matters arising out of, or concerning the
Bidding Process. The Authority will treat all information, submitted as part of the Bid,
in confidence and will require all those who have access to such material to treat the
same in confidence. The Authority may not divulge any such information unless it is
directed to do so by any statutory entity that has the power under law to require its
disclosure or is to enforce or assert any right or privilege of the statutory entity
and/ or the Authority or as may be required by law or in connection with any
legal process.

2.19 Correspondence with the Bidder

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.

D. BID SECURITY

2.20 Bid Security

2.20.1 The Bidder shall furnish as part of its Bid, a Bid Security, referred to in Clause 1.2.4
hereinabove through e-payment Gateway of Authority OR in form of Bank
Guarantee in favour of authority from a Bank as per format at Appendix VII. A
scanned copy of the e-payment receipt OR Bank Guarantee, as the case may be, shall be
uploaded on e-Procurement Portal while applying to the tender. The bank hereby confirm
that it is on the SFMS (structured financial messaging system) and shall invariably send
the advice of this bank guarantee to the following bank detail: -

IFSC CODE SBIN000RAIL

IFSC TYPE BRANCH

BANK NAME STATE BANK OF INDIA

BRANCH NAME RAIL

25
CITY NAME NAVI MUMBAI

ADDRESS SECTOR-11, CBD BELAPUR, NAVI MUMBAI

DISTRICT NAVI MUMBAI

STATE MAHARASHTRA

BG ENABLED YES

2.20.2 Any Bid not accompanied by the Bid Security shall be summarily rejected by the
Authority as non-responsive.

2.20.3 The Selected Bidder’s Bid Security will be returned, without any interest, upon the
Bidder signing the Contract Agreement and furnishing the Performance Security in
accordance with the provisions thereof. The Authority may, at the Selected Bidder’s
option, adjust the amount of Bid Security in the amount of Performance Security
to be provided by him in accordance with the provisions of the Agreement.

2.20.4 The Authority shall be entitled to forfeit and appropriate the Bid Security inter
alia in any of the events specified in Clause 2.20.5 herein 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 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, inter-alia,
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) 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;

(b) 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;
(c) 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 as per Article 7 of draft EPC Agreement;
or
(iv) to sign the EPC Agreement within the timeline mentioned in the KIT;

2.20.6 In case, submission of Bid Security in the form of Bank Guarantee, following shall be
ensured:
i. A scanned copy of the Bank guarantee shall be uploaded on e-Procurement Portal
www.ireps.gov in applying to the tender.
ii. The original Bank Guarantee should be delivered in person to the official nominated
as indicated in the tender document within 5 working days of deadline of submission
of bids.

26
iii. Non submission of scanned copy of Bank Guarantee with the bid on e-Procurement
Portal www.ireps.gov and / or Non submission of original Bank guarantee within the
specified period shall lead to summary rejection of bid.
iv. The Bid Security shall remain valid for a period of 90 days beyond the validity period
for the Tender.
v. The details of the BG, physically submitted should match with the details available in
the scanned copy and the data entered during bid submission time, failing which the
bid will be rejected.
vi. The Bank guarantee shall be placed in an envelope, which shall be sealed. The
envelope shall clearly bear the identification “Bid for the Major Upgradation of
Darbhanga Junction Railway station Project” 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.
vii. The envelope shall be addressed to the officer and address as mentioned in the
tender document.
viii. If the envelope is not sealed and marked as instructed above, Railway 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.

2.21 Performance Security

2.21.1 Within 30 (thirty) days of issue of LOA, the selected Bidder shall furnish to the
Authority an irrevocable and unconditional Bank Guarantee from a Bank in the
form set forth in draft EPC agreement (the “Performance Security”) for an
amount as mentioned in the KIT. The Performance Security e-BG should be
submitted; while issuing the BG applicant must mention receiver's details as “FA &
CAO/Hajipur, ECR”.

2.21.2 For detailed provisions of Performance Security refer Article 7 of draft EPC
agreement.

27
SECTION-3

EVALUATION OF TECHNICAL BIDS AND OPENING & EVALUATION OF FINANCIAL BIDS

3.1 Evaluation of Technical Bids

3.1.1 The Authority shall open the Bids received online as per the timeline mentioned in the
KIT, 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, shall not be
considered for opening and evaluation.

3.1.3 If any information furnished by the Bidder is found to be incomplete, or contained in


formats other than those specified herein, the Authority may, in its sole discretion,
exclude the relevant information for consideration of eligibility and Qualification of the
Bidder.

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 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 Tests of responsiveness

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 Appendix-IA including
Annexure I, II, III, IV, V and Appendix-VI;
(b) All Documents listed at Clause 2.11.2 are received physically within time as
mentioned in the KIT;
(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 e-Procurement Portal as specified in
Clauses 2.1.5;
(e) Technical Bid is accompanied by Power of Attorney for Lead Member of
Consortium/Joint Venture and the Joint Bidding Agreement as specified in
Clause 2.1.6, if so required;
(f) Technical Bid is accompanied by Affidavit as specified in 2.11.1;
(g) Technical Bid contains all the information (complete in all respects);
28
(h) Technical Bid does not contain any condition or qualification; and

3.1.6.2 The Authority reserves the right to reject any Technical Bid which is non-responsive
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 evaluate the Technical Bids for their compliance to the eligibility and
qualification requirements pursuant to Clauses 2.2.1 & 2.2.2 of this RFP.

3.1.9 After evaluation of Technical Bids, the Authority will notify the 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 Bidders who fail to qualify.

3.2 Opening and Evaluation of Financial Bids

The Authority shall inform the venue and time of online opening of the Financial Bids
to the technically responsive Bidders through e-Procurement Portal and e-mail. The
Authority shall open the online Financial Bids of the technically responsive Bidders
only on scheduled date and time in the presence of the authorised
representatives of the Bidders who may choose to attend. The Authority shall
publicly announce the Bid Prices quoted by the technically responsive Bidder.
Thereafter, the Authority 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 and who quotes lowest price shall be declared as
the selected Bidder (the “Selected Bidder”).

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 (e), the Authority shall annul the Bidding Process and invite
fresh Bids.

3.3.4 After selection, a Letter of Acceptance (the “LOA”) shall be issued 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 and
Original copy of Joint Venture/Consortium Agreement is/or 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.
29
3.3.5 After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall cause
the Bidder to submit Performance Security within the period prescribed/extended by
Authority and then execute the Agreement within the period prescribed in the KIT.
The Selected Bidder shall not be entitled to seek any deviation, modification or
amendment in the Agreement.

3.3.6 The Bid security of other than Selected 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. The amount
received through e-payment Gateway shall be returned to the same bank account of
the unsuccessful bidder.

3.3.7 In case, Selected Bidder is Consortium, then Selected Bidder have to deposit the
original copy of Consortium Agreement duly registered as per prevailing Law to
the Authority before the execution of the Agreement.

3.3.8 In case, Selected Bidder is a Joint Venture, then on issue of LOA, the Joint
Venture Agreement between members of the Joint Venture to whom work has
been awarded, with the same shareholding pattern as was declared in the Joint
bidding agreement document submitted along with RFP, shall be got registered
before the Registrar/Sub- Registrar under “The Indian Company Act-2013 (in
case of Company) or before the Registrar/Sub- Registrar under the “ The Indian
Partnership Act-1932 (in case of Partnership firm) or under LLP Act-2008 ( in
case of LLP) and deposit the Original copy of Joint Venture Agreement to the
Authority before the execution of the Agreement.

3.4 Contacts during Bid Evaluation

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.

3.5 Correspondence with Bidder

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.

30
SECTION-4

FRAUD AND CORRUPT PRACTICES

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 up to 5 (five)
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 (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected
with the Bidding Process (for avoidance of doubt, offering of employment to, or
employing, or engaging in any manner whatsoever, directly or indirectly, any
official of the Authority who is or has been associated in any manner, directly or
indirectly, with the Bidding Process or the LOA or has dealt with matters
concerning the EPC Contract or arising there from, before or after the execution
thereof, at any time prior to the expiry of one year from the date such official
resigns or retires from or otherwise ceases to be in the service of the Authority,
shall be deemed to constitute influencing the actions of a person connected with
the Bidding Process); or (ii) save and except as permitted under Clause 2.6.4,
engaging in any manner whatsoever, whether during the Bidding Process or after
the issue of the LOA or after the execution of the EPC Contract, as the case may
be, any person in respect of any matter relating to the Project or the LOA or the
EPC Contract, who at any time has been or is a legal, financial or technical adviser
of the Authority in relation to any matter concerning the Project;

(b) “Fraudulent practice” means a misrepresentation or omission of facts or


31
suppression of facts or disclosure of incomplete facts, in order to influence the
Bidding Process;

(c) “coercive practice” means impairing or harming, or threatening to impair or


harm, directly or indirectly, any person or property to influence any person’s
participation or action in the Bidding Process;

(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 Process; or (ii) having a Conflict of Interest; and

(e) “restrictive practice” means forming a cartel or arriving at any


understanding or arrangement among Bidders with the objective of
restricting or manipulating a full and fair competition in the Bidding Process.

32
SECTION-5

PRE-BID CONFERENCE

5.1 Pre-Bid conference of the Bidders shall be convened at the designated date, time
and place as specified in the KIT. A maximum of two representatives of
prospective Bidders shall be allowed to participate on production of authority
letter from the Bidder.

5.2 A site visit may be conducted by Bidder at the Railway Station area and gather
sufficient information and details for the purposes of bidding for the Project. During
the course of Pre-Bid 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.

33
SECTION-6

MISCELLANEOUS

6.1 The Bidding Process shall be governed by, and construed in accordance with, the
laws of India and the Courts at Patna 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.

34
APPENDIX –IA

LETTER COMPRISING THE TECHNICAL BID


(Refer Clause 2.1.4, 2.11 and 3.1.6)

Chief Project Manager (Gatishakti),


Office of DRM, Samastipur,
Bihar.

Sub: Bid for Major Up-gradation of Darbhanga Junction Railway Station in Samastipur
Division of East Central Railway

Dear Sir,

With reference to your RFP document with respect to RFP Notice No. SPJ-GSU-SD-
DBG Dated: 08.11.2023, 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.

2. I/ We acknowledge that the Authority will be relying on the information provided


in the Bid and the documents accompanying the Bid for selection of the
Contractor for the aforesaid Project, and we certify that all information provided
in the Bid and it’s the Annexure I to VII along with the supporting documents are true
and correct; nothing has been omitted which renders such information misleading;
and all documents accompanying the Bid are true copies of their respective originals.

3. This statement is made for the express purpose of our selection as EPC Contractor for
the development, construction of the aforesaid Project and rectification of defects in
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 three years, we/ any of the {Consortium/Joint Venture}
partners have neither failed to perform for the works of Railways, 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 Railway or its implementing agencies for 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 documents; and

35
(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 Bid in response to the
RFP for the Project were true and correct as on the date of making the Bid
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 {Consortium/Joint Venture} satisfy(s) the 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 {Consortium/Joint Venture} or


our/{Consortium/Joint Venture member}, are not a member of any other
Consortium/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 {Consortium/Joint Venture} or any of our/their {
Consortium/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
country, we/ any member of the { Consortium/Joint Venture} or any of our/their {
Consortium/Joint Venture}member have not been charge-sheeted by any agency of
the Government or convicted by a Court of Law.
13. I/ We further certify that no investigation by a regulatory authority is pending
either against us/any member of {Consortium/Joint Venture} or against our CEO
or any of our directors/ managers/ employees.

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. 3/9/2016-DoD-II-B dated
28.09.2017, a copy of which forms part of the RFP at Annexure VI of Appendix-IA
thereof.

15. I/ We undertake that in case due to any change in facts or circumstances during the

36
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 up to 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 an Agreement in accordance with the draft EPC Agreement that has been
provided to me/us prior to the Bid Due Date. We agree not to seek any changes
in the aforesaid draft EPC agreement and agree to abide by the same.

19. I/ We have studied all the Bidding Documents carefully and also surveyed the
[project]. We understand that except to the extent as expressly set forth in 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. 1,00,00,000/- (Rupees One Crore only) to the
Authority in accordance with the RFP Document.

21. The Bid Security in the form of e-payment receipt / scanned copy of Bank
Guarantee is attached.

22. The documents accompanying the Technical Bid, as specified in Clause 2.11.1 of the
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 EPC 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. I/We, the {Consortium/Joint Venture} agree and undertake to be jointly and
severally liable for. all the obligations of the EPC Contractor under the
Contract Agreement}.

37
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 for undertaking the aforesaid Project in accordance
with the terms of the RFP document and the draft EPC Agreement.

29. I/We have read the clause regarding restriction on procurement from a bidder of a
country which shares a land border with India and certify that I/We am/are not from
such a country or, if from such a country, has been registered with the competent
Authority. I/We hereby certify that I/we fulfils all the requirements in this regard and
am/are eligible to be considered (evidence of valid registration by the competent
authority is enclosed).

In witness thereof, I/we submit this Bid under and in accordance with the terms of the
RFP document.

Yours faithfully,

Date: (Signature, name and designation


Place: of the Authorised signatory)

Name & seal of Bidder/Lead Member

Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to
it, and ‘Deleted’ may be indicated there

38
APPENDIX – IB

Letter comprising the Financial Bid


(Refer Clauses 2.1.4, 2.11 and 3.1.6)
Dated:
Chief Project Manager (Gatishakti),
Office of DRM, Samastipur,
Bihar.

Sub: Bid for Major Up-gradation of Darbhanga Junction Railway Station in Samastipur
Division of East Central Railway.
Dear Sir,
With reference to your RFP document with respect to RFP Notice No. SPJ-GSU-SD-
DBG Dated: 08.11.2023,, I/we, having examined the Bidding Documents and understood
their contents, hereby submit my/our Financial Bid for the aforesaid Project. The Bid is
unconditional and unqualified.
2. I/ We acknowledge that the Authority will be relying on the information provided
in the Bid and the documents accompanying the Bid for selection of the
Contractor for the aforesaid Project, and we certify that all information provided
in the Bid are true and correct; nothing has been omitted which renders such
information misleading; and all documents accompanying the Bid are true copies of
their respective originals.
3. The Bid Price has been quoted by me/us after taking into consideration
all the terms and conditions stated in the RFP, draft EPC 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.
4. 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.
5. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter
into an 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.
6. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the Bid
Due Date specified in the RFP.
7. I/ We have quoted Bid Price on e-Procurement Portal for undertaking the aforesaid
Project in accordance with the terms of the RFP document and the draft EPC
Agreement.
Yours faithfully,

Date: (Signature, name and designation of the Authorised Signatory)


Place: Name & seal of Bidder/Lead Member:..........
Class III DSC ID of Authorised Signatory:.............

39
Appendix IA
Annex-I
ANNEX-I
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) E-Mail 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 {Consortium/Joint Venture}:


(a) The information above (1-4) should be provided for all the Members of the
{Consortium/Joint Venture}
(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:

………contd

40
Shareholding of members in
Role*
Sl. Name of Member Consortium/Joint Venture
{Refer Clause 2.1.11(d)}$
{Refer Clauses 2.1.11(a), (f) }
1.
2.
3.
* The role of each member, as may be determined by the Bidder, should be
indicated.
(d) The following information shall also be provided w.r.t Para 2.1.14 for each
member of the {Consortium/Joint Venture}:

Name of Bidder/ member of Consortium/Joint Venture:

Sl.
Criteria Yes/No
No.
1. Has the Bidder/ constituent of the {Consortium/Joint Venture}
been barred by the Ministry of Railway or its implementing
agencies for the works of Railway, from participating in Bidding.
2 If the answer to 1 is yes, does the bar subsist as on Bid due date.

6 (a) I/ We certify that in the last three years, we/ any of the {Consortium/Joint
Venture} partners have neither failed to perform for the works of Railways as
evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitral award against us, nor been expelled or
terminated by Ministry of Railway or its implementing agencies for breach on our
part.

(b) I/ We certify that we/ any of the {Consortium/Joint Venture} partners do not fall
in any of the categories of being a non-Performing entity given at Clause 2.1.14 of
Instructions to Bidders in the projects of Ministry of Railways or its implementing
agencies and furnished the complete details.

7 (a) I/ We further certify that no investigation by a regulatory authority is pending


either against us/any member of {Consortium/Joint Venture} or our sister
concern or against our CEO or any of our directors/managers/employees.

(b) I/ We further certify that no investigation by any investigating agency in India or


outside is pending either against us/ any member of {Consortium/Joint Venture}
or our sister concern or against our CEO or any of our directors/managers/
employees.

$
All provisions contained in curly parenthesis shall be suitably modified by the Bidders to reflect the
particulars relating to such Bidder.

41
I/ We certify that the list is complete and covers all the projects of Ministry of Railways or
its implementing agencies and that we/ any of the {Consortium/Joint Venture} partners
do not fall in any of the above categories of being a Non-Performing entity.

(Signature, name and designation of the authorised signatory)


For and on behalf of……………………………………..

Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to
it, and ‘Deleted’ may be indicated there

42
Appendix IA
Annex-II
ANNEX-II

Technical Capacity of the Bidder@


(Refer to Clauses 2.2.2.1, 2.2.2.3 and 2.2.2.6 of the RFP)

Bidder type Project % Construction Experience** Technical capacity£


# Code* Share (Rs. crore)$$

Payments received for construction


of Eligible Projects
(1) (2) (3) (4) (5)=3*(4 )
Single a
entity
Bidder b
or
c
Members of
the d
Consortium
/ Joint e
Venture
f

Aggregate Technical capacity =

@ Provide details of only those Eligible Projects that have been undertaken by the Bidder,
or its member in case of Consortium/Joint Venture, under its own name and/ or by an
Associate specified in Clause 2.2.2.6. 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. For the Eligible
Projects please refer Clause 2.2.2.1
# In case credit is claimed for an Associate, necessary evidence to establish the
relationship of the Bidder with such Associate, in terms of Clause 2.2.2.6, shall be
provided.
* Refer Annex-IV of this Appendix-IA. Add more rows if necessary.
** Construction shall not include supply of goods or equipment except when such goods
or equipment form part of a turn-key construction contract/ EPC contract for the
project. In no case shall the cost of land be included while computing the Technical
Capacity from an Eligible Project.
$$ The conversion rate of USD into Rupees shall be the daily representative exchange rates
published by the Reserve Bank of India or entity authorized by RBI to do so for the
relevant date. Where relevant date should be as on the date 60 (Sixty) days prior to the
Bid Due Date. In case of any other currency, the same shall first be converted to US
Dollars as on the date 60 (sixty) days prior to the Bid Due Date, and the amount so
derived in US Dollars shall be converted into Rupees at the aforesaid rate. The
43
conversion rate of such currencies shall be the daily representative exchange rates
published by the International Monetary Fund for the relevant date.

NOTE: i) In case of a {Consortium/Joint Venture}, information in Annex-II of Appendix-IA


shall be provided separately for all members so as to establish Technical Capacity.
(Refer Clause 2.1.11 (c).

ii) Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to
it, and ‘Deleted’ may be indicated there.

44
Appendix IA
Annex-III
ANNEX-III
Financial Capacity of the Bidder
(Refer to Clauses 2.2.2.2, 2.2.2.5(ii), 2.2.2.4(iii) of the RFP)
(In Rs. crore$)
Bidder type $$ Net Cash Accruals Net Worth£
Year 1 Year 2 Year 3 Year 4 Year 5 Year 1
Single entity Bidder or Member of the
Consortium/Joint Venture
TOTAL

NOTE: In case of a {Consortium/Joint Venture}, information in Annex-III of Appendix-IA shall


be provided separately for all Members so as to establish the Financial Capacity.
(Refer Clause 2.1.11 (c).

Name & address of Bidder’s Bankers:

$ For conversion of other currencies into rupees, see note below Annex-II of Appendix-IA.
$$ In case credit is claimed for an Associate, necessary evidence to establish the relationship of
the Bidder with such Associate, in terms of Clause 2.2.2.6, shall be provided.
£ The Bidder should provide details of its own Financial Capacity or of an Associate specified in
Clause 2.2.2.6.

Instructions:

1. The Bidder shall attach copies of the balance sheets, financial statements and
Annual Reports for 5 (five) years preceding the Bid Due Date. The financial
statements shall:
(a) reflect the financial situation of the Bidder and its Associates where the Bidder
is relying on its Associate’s financials;
(b) be audited by a statutory auditor;
(c) be complete, including all notes to the financial statements; and
(d) correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).

2. Net Cash Accruals shall mean Profit after Tax + Depreciation.

3. Net Worth (the “Net worth”) shall mean the aggregate value of the paid-up 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

45
balance sheet, but does not include reserves created out of revaluation of assets,
write-back of depreciation and amalgamation.

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 {Consortium/Joint Venture}, a copy of the Jt. Bidding Agreement


shall be submitted in accordance with Clause 2.1.11 (f) 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 2.2.2.5 (ii) of the RFP document.

46
Appendix IA
Annex-IV
ANNEX-IV
Details of Eligible Projects
(Refer to Clauses 2.2.2.1, 2.2.2.3 and 2.2.2.6 of the RFP)

Project Code:
Entity: Bidder/Member(including associates if any) of Consortium/Joint Venture

Item Refer Particulars of the Project


Instruction
(1) (2) (3)
Title & nature of the project
Deleted 5
Year-wise payments received 6
for construction
Entity for which the project was 7
constructed2
Location
Project cost
Date of commencement of
project/ contract
Date of completion/ 9
commissioning
Equity shareholding 10
(with period during which equity
was held)
Whether credit is being taken 16
for the Eligible Project of an
Associate (Yes/ No)

Note: In case of a {Consortium/Joint Venture}, information in Annex-IV of Appendix-IA shall be


provided separately for all Members so as to establish the Technical Capacity. (Refer
Clause 2.1.11 (c).

Instructions:

1. Bidders are expected to provide information in respect of each Eligible Projects in this
Annex. Information provided in this section is intended to serve as a backup for
information provided in the Bid. Bidders 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.

2
Please refer Clause 2.2.2.1 for Eligible Project in reference to the Client being Govt. department or private firm
47
4. In case the Eligible Project relates to an Associate, write “Associate”.

5. Deleted

6. The total payments received are to be stated for each Eligible Project in Annex-II of this
Appendix-IA. The figures to be provided here should indicate the break-up 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). Receipts for construction works should only
include capital expenditure, and should not include expenditure on repairs and
maintenance.

7. Deleted

8. Deleted

9. Deleted

10. Deleted

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/
Associate may provide the requisite certification.

13. Deleted

14. If the Bidder is claiming construction experience , it should provide a certificate from its
statutory auditors or the client in the format below:

Certificate from the Statutory Auditor/ Client regarding construction works 

Based on its books of accounts and other published information authenticated by it, {this is to certify that
…………………….. (name of the Bidder/ Associate) 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 ……………. (name of the Bidder/ Associate) received Rs. ……….. cr. (Rupees …………………………… crore)
by way of payment for the aforesaid construction works.

$
In case duly certified audited annual financial statements containing the requisite details are provided, a
separate certification by statutory auditors would not be necessary.

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.
48
We further certify that the payment for the aforesaid construction works is for not less than 75 (seventy-five) per
cent value of awarded project cost as per the original agreement of such project.
We further certify that the estimated capital cost as per the original agreement of the project is Rs. …… cr.
(Rupees …………………crore), of which the Bidder/ Associate received Rs. ……… cr. (Rupees ……………………… crore), in
terms of Clauses 2.2.2.1 of the RFP, during the past five Financial Years as per year-wise details noted below:
……………………….
………………………
{It is further certified that the receipts indicated above are restricted to the share of the Bidders who undertook
these works as a partner or a member of Consortium/Joint Venture.}

Name of the audit firm:


Seal of the audit firm: (Signature, name and designation of the authorised signatory).
Date:

15. In the event that credit is being taken for the Eligible Project of an Associate, as defined in Clause
2.2.2.6, the Bidder should also provide a certificate in the format below:

Certificate from Statutory Auditor/ Company Secretary regarding Associate $

Based on the authenticated record of the Company, this is to certify that more than 50% (fifty per cent) of the
subscribed and paid up voting equity of ……………… (name of the Associate) is held, directly or indirectly£, by
……………….. (name of Bidder). By virtue of the aforesaid share-holding, the latter exercises control over the
former, who is an Associate in terms of Clause 2.2.2.6 of the RFP.
A brief description of the said equity held, directly or indirectly, is given below:

{Describe the share-holding of the Bidder in the Associate}

Name of the audit firm:


Seal of the audit firm: (Signature, name and designation of the authorised signatory).
Date:

16. 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 Technical
and Financial capacity.


This certification should only be provided in case of jobs/ contracts, which are executed as part of a
partnership/ Consortium. The payments indicated in the certificate should be restricted to the share of
Bidder in such partnership/ Consortium/Joint Venture. This portion may be omitted if the contract did not
involve a partnership/ Consortium/Joint Venture”. In case where work is not executed by partnership/
Consortium/Joint Venture, this paragraph may be deleted.
$
In the event that the Bidder/Consortium/Joint Venture members exercises control over an Associate by
operation of law, this certificate may be suitably modified and copies of the relevant law may be enclosed
and referred to.
£
In the case of indirect share-holding, the intervening companies in the chain of ownership should also be
Associates i.e., the share-holding in each such company should be more than 50% in order to establish
that the chain of “control” is not broken.
49
Appendix -IA
Annex-V

ANNEX-V
Statement of Legal Capacity

(On the letterhead of the Bidder/Lead Member of {Consortium/Joint Venture})

Ref. Date:

To,
***********
***********

Dear Sir,

We hereby confirm that we/ our members in the {Consortium/Joint Venture} (constitution of
which has been described in the Bid) 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 {Consortium/Joint Venture}.*

We have agreed that ………………….. (insert individual’s name) will act as our representative/ will
act as the representative of the {Consortium/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,

(Signature, name and designation of the authorised signatory)

For and on behalf of……………………………..

*Please strike out whichever is not applicable.

Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to
it, and ‘Deleted’ may be indicated there

50
APPENDIX-IA
Annexure VI

ANNEX-VI

Guidelines of the Department of Disinvestment


(Refer Clause1.2.1)

No. 3/9/2016-DoD-II-B
Government of India
Department of Investment & Public Asset Management
Block 14, CGO Complex
New Delhi.

Dated: 28th September, 2017.

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. ‘Grave
Offence’ would include the below noted cases:
a. Only those orders of SEBI are to be treated as coming under the category of ‘Grave
Offences’ which directly relate to ‘Fraud’ as defined in the SEBI Act and / or
regulations.
b. Only those orders of SEBI that cast a doubt on the ability of the bidder to manage the
public-sector unit, when it is disinvested, are to be treated as adverse.
c. Any conviction by Court of Law.
d. In cases in which SEBI also passes a prosecution order, disqualification of the bidder
should arise only on conviction by the Court of Law.
51
(b) In regard to matters relating to the security and integrity of the country, any charge-sheet
by an agency of the Government/ conviction by a Court of Law for an offence committed
by the bidding party or its Associate Company as defined in Companies Act, 2013 would
result in disqualification. The decision in regard to the relationship inter se between the
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 bidder, 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 bidder, 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) 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, which if decided against the bidder, may disqualify
the bidder in terms of (a) & (b) above or the eligibility criteria prescribed in the EOI, is
pending against them. In case any investigation is pending in case which if decided against
the bidder, may disqualify the bidder in terms of (a) & (b) above on the eligibility criteria
prescribed in the EOI against the bidder or the concern in which the bidder has substantial
interest or against its CEO or any of its Directors/Managers/, 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 filed
along with EOI.

sd/-
(Aseem Kumar Jha)
Under Secretary to the Government of India

52
APPENDIX-IA
Annexure VII
ANNEX-VII
RESTRICTIONS UNDER RULE 144 OF GFR 2017

Note: The Bidder is advised to get detailed Memorandum/ Notification/ Circular on the subject
with upto date corrections/ amendments from the official website of Department of
Expenditure, Ministry of Finance, Govt. of India (doe.gov.in).

53
APPENDIX-II

Format for Power of Attorney for signing of Bid


(Refer Clause 2.1.5)
Know all men by these presents, We……………………………………………. (name of the firm and
address of the registered office) do hereby irrevocably constitute, nominate, appoint and
authorize Mr./ Ms (name), …………………… son/daughter/wife of ……………………………… and
presently residing at …………………., who is presently employed with us/ the Lead Member of
our { Consortium/Joint Venture} and holding the position of ……………………………. , as our true
and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our
behalf, all such acts, deeds and things as are necessary or required in connection with or
incidental to submission of our Bid for the Project proposed or being developed by the East
Central Railway (the “Authority”) including but not limited to signing and submission of all
Bids and other documents and writings, participate in Pre-Bid and other conferences and
providing information/ responses to the Authority, representing us in all matters before the
Authority, signing and execution of all contracts including the EPC agreement and
undertakings consequent to acceptance of our Bid, and generally dealing with the Authority in
all matters in connection with or relating to or arising out of our Bid for the said Project and/
or upon award thereof to us and/or until the entering into of the EPC Contract with the
Authority.
AND we 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.
IN WITNESS WHEREOF WE, ………………., THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2…..
For …………………………..
(Signature, name, designation and address)
of person authorized by Board Resolution
(in case of Firm/ Company)/ partner in case of
Partnership firm
Witnesses:
1.
2.
Accepted
……………………………
(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)
Seal of the Notary
Registration No. of the Notary
Date:………………
54
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 executant(s) and when
it is so required, the same should be under common seal affixed in accordance with the
required procedure.
 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
favor 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 the Hague Legislation Convention 1961 are not required to be legalized by the Indian
Embassy if it carries a conforming Appostille certificate.

Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to
it, and ‘Deleted’ may be indicated there

55
APPENDIX-III

Format for Power of Attorney for Lead Member of {Consortium/Joint Venture}

(Refer Clause 2.1.6)

Whereas the East Central Railway (the “Authority”) has invited Bids for the ***** Project (the
“Project”).

Whereas, …………………….., …………………….., and …………………….. (collectively the


“{Consortium/Joint Venture}”) being Members of the {Consortium/Joint Venture} are
interested in Bidding for the Project in accordance with the terms and conditions of the
Request for Proposal (RFP) and other Bid documents including agreement in respect of the
Project, and

Whereas, it is necessary for the Members of the {Consortium/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 {Consortium/Joint Venture}, all acts, deeds and things as may be necessary in connection
with the {Consortium’s/Joint Venture}Bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

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 {Consortium/Joint Venture}, as the Lead Member and true and lawful
attorney of the Consortium/Joint Venture (hereinafter referred to as the “Attorney”). We
hereby irrevocably authorize the Attorney (with power to sub-delegate) to conduct all
business for and on behalf of the { Consortium/Joint Venture} and any one of us during the
Bidding process and, in the event the {Consortium/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
{ Consortium/Joint Venture}, all or any of such acts, deeds or things as are necessary or
required or incidental to the pre-qualification of the { Consortium/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, signing bank Guarantee for (Bid security OR Bid
security Declaration 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 { Consortium/Joint Venture} and generally to
represent the { Consortium/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 {Consortium/Joint Venture}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/ {Consortium/Joint Venture}.

56
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS …………………. DAY OF ………. 2..…

For …………………….. For …………………….. For ……………………..


(Signature) (Signature) (Signature)
………………….. ………………….. …………………..
(Name & Title) (Name & Title) (Name & Title)
(Executants)
(To be executed by all the Members of the {Consortium/Joint Venture})

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 executant(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 Legislation Convention 1961 are not required to be legalized by the Indian Embassy if it
carries a conforming Appostille certificate.

Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to
it, and ‘Deleted’ may be indicated there

57
APPENDIX IV

Format for Joint Bidding Agreement for {Consortium/Joint Venture}

(Refer Clause 2.1.11)

(To be executed on Stamp paper of appropriate value)

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 President of India represented by the Ministry of Railways,


******************** (hereinafter referred to as the “Authority” which expression
shall, unless repugnant to the context or meaning thereof, include its administrators,
successors and assigns) (the “Authority”), having its principal office at
___________________________________, India” is engaged in the development of
railways and related infrastructure, and as part of this endeavour, has invited Bids (the
Bids”) by its Request for Proposal No. ………… dated …………(the “RFP”) for award of
contract for undertaking the Major Upgradation of Darbhanga Junction Railway Station
of East Central Railway (the “Project”) through an Engineering, Procurement and
Construction (the “EPC”) Contract.

(B) The Parties are interested in jointly Bidding for the Project as members of a {
Consortium/Joint Venture} and in accordance with the terms and conditions of the RFP
document and other Bid documents in respect of the Project, and
58
(C) It is a necessary condition under the RFP document that the members of the
{Consortium/Joint Venture} shall enter into a Joint Bidding Agreement and furnish a
copy thereof with the Application.

NOW IT IS HEREBY AGREED as follows:

1. Definitions and Interpretations

In this Agreement, the capitalized terms shall, unless the context otherwise requires,
have the meaning ascribed thereto under the RFP.

2. {Consortium/Joint Venture}

2.1 The Parties do hereby irrevocably constitute a Consortium/Joint Venture (the


“{Consortium/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
{Consortium/Joint Venture} and not individually and/ or through any other
{Consortium/Joint Venture} constituted for this Project, either directly or indirectly.

3. Covenants

The Parties hereby undertake that in the event the {Consortium/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.

4. Role of the Parties

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 {Consortium/Joint Venture} and
shall have the power of attorney from all Parties for conducting all business for and on
behalf of the {Consortium/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 Consortium/Joint Venture}; and
(c) Party of the Third Part shall be {the member of the Consortium/Joint Venture.}

5. Joint and Several Liability

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

59
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.

6. Share of work in the Project

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 50 (fifty) per cent
of the works as per the draft EPC Agreement if the Contract is allocated to the
{Consortium/Joint Venture}

7. Representation of the Parties

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 {Consortium/Joint Venture} Member is annexed to this Agreement, and
will not, to the best of its knowledge:

(i) require any consent or approval not already obtained;

(ii) violate any Applicable Law presently in effect and having applicability to
it;

(iii) violate the memorandum and articles of association, by-laws or other


applicable organizational documents thereof;

(iv) violate any clearance, permit, concession, grant, license or other


governmental authorization, approval, judgment, order or decree or any
mortgage agreement, indenture or any other instrument to which 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

60
(v) create or impose any liens, mortgages, pledges, claims, security
interests, charges or Encumbrances or obligations to create a lien,
charge, pledge, security interest, encumbrances or mortgage in or on
the property of such Party, except for encumbrances that would not,
individually or in the aggregate, have a material adverse effect on the
financial condition or prospects or business of such Party so as to
prevent such Party from fulfilling its obligations under this Agreement;

(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
{Consortium/Joint Venture} However, in case the {Consortium/Joint Venture} is either
not pre-qualified for the Project or does not get selected for award of the Project, the
Agreement will stand terminated in case the Bidder is not pre-qualified or upon return
of the Bid Security by the Authority to the Bidder, as the case may be.

9. Miscellaneous

9.1 This Joint Bidding Agreement shall be governed by laws of {India}.

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.

61
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS
AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.SIGNED, SEALED AND DELIVERED
For and on behalf of
LEAD MEMBER by: SECOND PART THIRD PART
(Signature) (Signature) (Signature)
(Name) (Name) (Name)
(Designation) (Designation) (Designation)
(Address) (Address) (Address)
In the presence of:

1………………. 2.............................
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
executants(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 {Consortium/Joint Venture} Member.
3. For a Joint Bidding Agreement executed and issued overseas, the document shall be legalized
by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney has been
executed.

62
APPENDIX-V

BID SECURITY
Bank Guarantee Bond from any scheduled commercial bank of India
(On Non-judicial stamp paper, which should be in the name of the Executing Bank)

Name of the Bank:


President of India,
Acting through:
Chief Project Manager (Gatishakti),
Office of DRM, Samastipur, Bihar.
Beneficiary: East Central Railway
Date:

Bank Guarantee Bond No.: Date:

In consideration of the President of India acting through Chief Project Manager (Gatishakti),
having its principal office at Office of DRM, Samastipur, Bihar having invited the bid for Major
upgradation of Railway station at Darbhanga Junction through Notice inviting tender (NIT)
No. SPJ-GSU-SD-DBG Dated: 08.11.2023we have been informed that …….{Insert name of the
Bidder} …….(hereinafter called “the Bidder”) intends to submit its bid (hereinafter called “the
Bid”).

WHEREAS the Bidder is required to furnish Bid Security for the sum of {Insert required Value
of Bid Security}. in the form of Bank Guarantee, according to conditions of Bid.
AND
WHEREAS, ……. {Insert Name of the Bank}, with its Branch ………{Insert Address} having its
Headquarters office at….. {Insert Address}, hereinafter called the Bank, acting through
………{Insert Name and Designation of the authorised Persons of the Bank}, have, at the
request of the Bidder, agreed to give guarantee for Bid Security as hereinafter contained, in
favour of the Railway:

demand made on the Bank shall be conclusive as 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).

1. KNOW ALL MEN that by these present that I/we the undersigned {Insert name(s) of
authorized representatives of the Bank}, being fully authorized to sign and incur
obligations for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally
63
and irrevocably guarantee to pay to the Railway full amount in the sum of |Insert
required value of Bid security| as above stated.
2. The Bank undertakes to immediately pay on presentation of demand by the Railway any
amount up to and including aforementioned full amount without any demur, reservation
or recourse. Any such demand made by the Railway on the Bank shall be final, conclusive
and binding, absolute and unequivocal on the bank notwithstanding any disputes raised/
pending before any Court, Tribunal, Arbitration or any Authority or any threatened
litigation by the Bidder or Bank.
3. The Bank shall pay the amount as demanded immediately on presentation of the demand
by Railway without any reference to the Bidder and without the Railway being required to
show grounds or give reasons for its demand of the amount so demanded.
4. The guarantee hereinbefore shall not be affected by any change in the constitution of the
Bank or in the constitution of the Bidder.
5. The bank agrees that no change, addition, modifications to the terms of the Bid document
or to any documents, which have been or may be made between the Railway and the
Bidder, will in any way absolve the Bank from the liability under this guarantee: and the
Bank, hereby, waives any requirement for notice of any such change, addition or
modification made by Railway at any time.
6. This guarantee will remain valid and effective from……|Insert date of issue| till
……….{insert date, which should be minimum 90 days beyond the expiry of validity of
Bid}. Any demand in respect of this Guarantee should reach the Bank within the validity
period of Bid Security.
7. The Bank Guarantee is unconditional and irrevocable.
8. The expressions Bank and Railway herein before used shall include their respective
successors and assigns.
9. The Bank hereby undertakes not to revoke the guarantee during its currency, except with
the previous consent in writing of the Railway. This guarantee is subject to the Uniform
Rules for Demand Guarantees, ICC Publication No. 758.
10. The Bank hereby confirms that it is on the SFMS (Structured Financial Messaging System)
and shall invariably send the advice of this Bank Guarantee to the following Bank details:-

Particulars Details
BANK NAME ICICI Bank
IFSC CODE ICIC0000007
ADDRESS Connaught Place, Delhi
DISTRICT Delhi
STATE Delhi
BRANCH NAME Connaught Place, Delhi

64
11. The Guarantee shall be valid in addition to and without prejudice to any other security
Guarantee(s) of Bidder in favour of the Railway. The Bank, under this guarantee, shall be
deemed as Principal Debtor of the Railway.

Date: ………………. Bank’s Seal and authorized signature(s)


{Name in Block letters}………………………
{Designation with code No.} …………….
{P/Attorney} No.

Place: ……….

Witness:
1. Signature, Name & Address & Seal
2. Signature, Name & Address & Seal Bank’s Seal

{P/Attorney} No.

65
APPENDIX-VI

FORMAT FOR AFFIDAVIT TO BE UPLOADED BY BIDDER ALONG WITH THE BID


(To be executed in presence of public notary on non-judicial stamp paper of the value of
[Rs.100/-]. The stamp paper has to be in the name of the Bidder)**.

I ………………………. (Name and designation)** appointed as the attorney/authorized signatory


of the Bidder (including its constituents), M/s. ___________________________ (herein after
called the Bidder) for the purpose of the Bidding documents for the work of
__________________________________ as per the RFP No._________________ of (------------
- Railway), do hereby solemnly affirm and state on the behalf of the Bidder including its
constituents/Associates as under :

1. I/We the Bidder(s), am/are signing this document after carefully reading the contents.
2. I/We the Bidder(s) also accept all the conditions of the tender and have signed all the
pages in confirmation thereof.
3. I/We hereby declare that I/We have downloaded the Bidding documents from Indian
Railway website www.ireps.gov. I/we have verified the content of the document from the
website and there is no addition, no deletion or no alteration to the content of the Bidding
document. In case of any discrepancy noticed at any stage i.e., evaluation of bids,
execution of work or final payment of the contract, the master copy available with the
Authority shall be final and binding upon me/us.
4. I/We declare and certify that I/We have not made any misleading or false representation
in the forms, statements and attachments in proof of the qualification requirements.
5. I/We also understand that my/our offer will be evaluated based on the
documents/credentials submitted along with the offer and same shall be binding upon
me/us.
6. I/We declare that the information and documents submitted along with the bid by me/us
are correct and I/We are fully responsible for the correctness of the information and
documents submitted by us.
7. I/We undersigned that if the certificates regarding eligibility criteria submitted by us are
found to be forged/false or incorrect at any time during process for evaluation of bids, it
shall lead to forfeiture of the Bid Security3 besides banning of business for a period upto 5
(five) years. Further, I/We (insert name of the Bidder)**____________ and all my/our
constituents understand that my/our Bid shall be summarily rejected.

8. I/We also understand that if the certificates submitted by us are found to be false/forged
or incorrect at any time after the award of the contract, it will lead to termination of the

3
Please retain as applicable
66
contract, along with forfeiture of Bid Security and Performance Security besides any other
action provided in the contract including banning of business for a period upto 5 (five)
years on entire Indian Railways.

DEPONENT
SEAL AND SIGNATURE OF THE BIDDER
VERIFICATION

I/We above named Bidder do hereby solemnly affirm and verify that the contents of my/our
above affidavit are true and correct. Nothing has been concealed and no part of it is false.

DEPONENT
SEAL AND SIGNATURE OF THE BIDDER

Place :
Dated

**The contents in Italic are only for guidance purpose. Details as appropriate, are to be filled
in suitably by the Bidder. Attestation before Magistrate/Notary Public.

67
APPENDIX-VII

LIST OF BID-SPECIFIC CLAUSES$


A. Clauses and appendices with non-numerical footnotes

1. Deleted
2. Clause 2.2.28: Qualification requirement
3. Appendix IA: Letter Comprising the Bid for –Qualification.
4. Appendix IA, Annex-I
5. Appendix IA, Annex-II
6. Appendix IA, Annex-III
7. Appendix IA, Annex-IV& V
8. Appendix II,& III
9. Appendix IV& V
10. Appendix VI

B. Clauses and appendices with curly brackets

1. Appendix IA: Letter Comprising the Bid for Qualification: Para’s6, 9, 10, 11, 12, 13, 26
2 Appendix IA, Annex I
3. Appendix IA Annex-II, III, IV and V

C. Clauses and appendices with blank spaces

1. RFP
2. 1.2.9, 2.11.3, 2.12, 2.14.1.2, 2.14.2.3
2. Appendix IA, Annex-I, IV, V.
3. Appendix IB, II, III, IV, V, VI

$
This Appendix-VII contains a list of clauses and appendices that would need to be suitably modified for
reflecting applicant-specific provisions. This Appendix-VII may, therefore, be included in the RFP
document to be issued to prospective Bidders. The blank spaces in Appendices may be filled up by the
Bidders and the footnotes may be deleted when it submits its Bid.
68

You might also like