You are on page 1of 11

:: Vol – 1 :: NOTICE INVITING E-TENDER ::

ELECTRO-MECHANICAL WORKS
LODHAMA – II SHEP (2 x 5 MW)
West Bengal, India

WEST BENGAL STATE ELECTRICITY DISTRIBUTION COMPANY


LIMITED
(A Govt. of West Bengal Enterprise)

Planning Investigation & Design Department (PIDD)


West Bengal State Electricity Distribution Company Limited
(A Government of West Bengal Enterprise)
Planning Investigation & Design Department
Vidyut Bhavan (5th Floor, Block-B), Bidhannagar, Block DJ, Sector-II, Kolkata-700091
Phone: 033-2334 5853/5821/5072, Fax : 033-2321 2584
Website: www.wbsedcl.in,
e-mail: wbsedclhpc@gmail.com, wbsedclpidd@yahoo.com
CIN : U40109WB2007SGC113473

NIeT No.: PIDD/56/ Dated: __/__/____

NOTICE INVITING e-TENDER

West Bengal State Electricity Distribution Company Limited (WBSEDCL), A Government of West Bengal
Enterprise, intends to develop Lodhama–II Small Hydro-electric Project (2 x 5 MW) in Darjeeling District,
West Bengal.
In this connection, the Chief Engineer, Planning Investigation & Design Department (PIDD), WBSEDCL
invites e-tender in two parts for the work of following Project from bona-fide, resourceful and technically sound
developers having experience in execution of similar nature of work as per qualification criteria mentioned in
this NIeT Document in the form of technical and financial proposals.

Name of the Work: Design, Engineering, Manufacturing, Procurement, Supply, Installation, Testing ,
Commissioning and maintenance for a period of 1(one) year (comprising of atleast
one complete peak season i.e. from July to October) of Civil, Hydro Mechanical and
Electro-mechanical Works at Lodhama–II Small Hydro-electric Project (2 x 5 MW)
in Darjeeling District, West Bengal

Location of the The Project area is located in the Darjeeling district in the state of West Bengal with
work Site: headworks near Lodhama village having latitude of 270 06’11” to 270 06’19” N and
longitude of 880 06’ 33” to 880 07’23” E.

Access to the The entire project area is well connected by a network of PUCCA ROADS. The
Project: headworks can be approached by access roads Siliguri-Rammam via Mirick-
Sukhiapokhri- Manebhanjan or via nearest railway station at Ghoom. The nearest
broad gauge railway station is New Jalpaiguri (NJP). Approximate Road distance
from NJP Railway Station to Ghoom via NH-55 is 78 km and that from Ghoom to
Lodhama by all weather road is 60 km. The nearest airport for the project is
Bagdogra.

Estimated Amount: Rs. 54.138 Cr/- (Rupees Fifty Four Crore only)

Tender Fee: Rs. 15000 plus 18% GST = Rs. 17,700.00 (Rupees seventeen thousand seven
(Non-refundable) hundred only)

Earnest Money / Rs. 2700000.00/- (Rupees Twenty Seven Lakhs only)


Bid Security:
Completion Time: Nine Hundred (900) Days [approx. Thirty (30) months] from the date of handing
over the site.

Validity of the One Hundred and Eighty (180) days after the date of opening of Technical Bid
Offer:

Page | 1
A. QUALIFICATION CRITERIA FOR PARTICIPATION IN THE BIDDING:

The qualification will be subject to bidder’s fulfilment of the qualification criteria as stipulated hereunder,
substantiated by authentic and relevant information and documents. Additional information in support of their
claims of achievements may also be furnished. The bidder(s) who wish to apply for this work must satisfy the
following qualifying criteria:

A.1. GENERAL EXPERIENCE

A.1.1. The bidder shall have the experience of executing Electro-mechanical Contract for Hydro-electric
Power Plant of aggregated capacity of minimum Fifteen (15) MW in last Fifteen (15) years as
PRIME CONTRACTOR*. Plants having successful operation record of minimum Two (02) years
from the date of final commissioning of the same shall only be eligible under this criterion.
In support of the above, the bidders shall submit the Letter of Award(s) (LOA) and/or Completion
Certificate(s) and/or Performance Certificate(s) for at least two (02) years of operation from the date
of final commissioning issued by the respective purchaser / owner of the plant.
A.1.2. The bidder shall have the experience of executing at least One (01) no. of Electro-mechanical
Contract for Hydro-electric Power Plant of value Rs. 17,60,00,000.00/- (Rupees Seventeen Crore
and Sixty Lakh only) or more in last Fifteen (15) years as PRIME CONTRACTOR*
Or,
Two (02) nos. of Electro-mechanical Contract for Hydro-electric Power Plant each of value Rs.
11,00,00,000.00/- (Rupees Eleven Crore only) or more in last Fifteen (15) years as PRIME
CONTRACTOR*
Or,
Three (03) nos. of Electro-mechanical Contract for Hydro-electric Power Plant each of value Rs.
8,80,00,000.00/- (Rupees Eight Crore and Eighty Lakh only) or more in last Fifteen (15) years as
PRIME CONTRACTOR*.
In support of above, bidder should provide NOTARIZED COPY OF SUPPLY ORDER ALONG
WITH COMPLETION CERTIFICATE.
* Prime Contractor means the Sole Contractor for qualification purpose.

A.1.3. A bidder will be considered technically eligible for Civil And Hydro-Mechanical if they have
experience of successfully completing the following Hydro Power or Water Resource Project work
anywhere in India or abroad:-

i. Development of Hydro Power or Water Resource Projects in EPC (Engineering, Procurement and
Construction)/ DBFOT (Design, Build, Finance, Operate & Transfer)/ BOO (Build, Own, Operate)
Mode/Turnkey mode/EPC mode during last 15 (fifteen) years
The bidder shall further fulfill the following criteria:

a) One completed work conforming to eligibility requirement as per Cl. No. A.2.3 i. above, each
with individual project installed capacity not less than the 5 MW and the amount greater
than equal to 50% of the estimated cost.
Or
b) Two completed work conforming to eligibility requirement as per Cl. No. A.2.3 i., above each
with individual project installed capacity not less than the 4 MW and the amount greater
than equal to 40% of the estimated cost.
Or
c) Three completed work conforming to eligibility requirement as per Cl. No. A.2.3 i., above
each with individual project installed capacity not less than the 3 MW and the amount

Page | 2
greater than equal to 30% of the estimated cost.

Or,

ii. Construction of major components like Dam, Intake/ Barrage, Diversion Structures, De-silting Basin,
Tunnel/ Channels, Forebay, Penstock, Gates and Power House etc. for development of Hydro Power or
Water Resource Projects, as applicable during last 20 (Twenty) years under Package Contract System.
The bidder shall further fulfill the following criteria:

a) Successful completion of two major components conforming to eligibility requirement as per


Cl. No. A.2.3 ii, above with the amount greater than equal to 50% of the estimated cost.
Or
b) Successful completion of three major components conforming to eligibility requirement as per
Cl. No. A.2.3 ii, above with the amount greater than equal to 40% of the estimated cost.

The executed projects should be in successful operation for minimum One Calendar Year as on the date of
notification of this bid. Bidders are to submit statement of similar type of works executed during last fifteen (15)
years/ ten (10) years as per ‘Form No.-III of Forms/ Pro-forma Section’ of this tender

A.2. SPECIFIC EXPERIENCE

Successful experience, either by the bidder company itself or by the proposed manufacturer(s), only in case
of Main Inlet Valve (MIV) who have given authorization to the bidder in required format, in design,
manufacturing, erection, testing & commissioning in preceding Fifteen (15) years for the following
electromechanical items and / or works shall be submitted along with the bid.

A.2.1. TURBINE

The bidder shall have the experience in Design & Engineering, Manufacture, Supply, Installation,
Testing and Commissioning of One (01) no. of Pelton Turbine (either horizontal shaft or vertical
shaft) having unit rated output of Four (04) MW or higher in last Fifteen (15) years
Or,
Two (02) nos. of Pelton Turbine (either horizontal shaft or vertical shaft) having unit rated output
of Two and Half (2.50) MW or higher in last Fifteen (15) years
Or,
Three (03) nos. of Pelton Turbine (either horizontal shaft or vertical shaft) having unit rated output
of Two (02) MW or higher in last Fifteen (15) years.

A.2.2. SYNCHRONOUS GENERATOR

The bidder shall have the experience in Design & Engineering, Manufacture, Supply, Installation,
Testing and Commissioning of One (01) no. of Synchronous Generator (either horizontal shaft or
vertical shaft) having unit rated output of Five (05) MVA or higher in last Fifteen (15) years
Or,
Two (02) nos. of Synchronous Generator (either horizontal shaft or vertical shaft) having unit rated
output of Three (03) MVA or higher in last Fifteen (15) years

Page | 3
Or,
Three (03) nos. of Synchronous Generator (either horizontal shaft or vertical shaft) having unit
rated output of Two and Half (2.50) MVA or higher in last Fifteen (15) years.
MAIN INLET VALVE (MIV) The Bidder Company itself or by the proposed manufacturer(s) (for
maximum 03 nos. of manufacturer), as the case may be, shall have the experience in Design &
Engineering, Manufacture, Supply, Installation, Testing and Commissioning of One (01) no. of
butterfly type Main Inlet Valve (MIV) of diameter 0.60 m or higher and designed for rated head
of 300 m or higher in last Fifteen (15) years
Or,
Two (02) nos. of butterfly type Main Inlet Valve (MIV) of diameter 0.50 m or higher and
designed for rated head of 250 m or higher in last Fifteen (15) years
Or,
Three (03) nos. of butterfly type Main Inlet Valve (MIV) of diameter 0.40 m or higher and
designed for rated Head of 200 m or higher in last fifteen (15) years.
In support of above, bidder should provide NOTARIZED COPY OF PERFORMANCE / SUCCESSFUL
OPERATION CERTIFICATE FOR AT LEAST TWO (02) YEARS FROM THE DATE OF
COMMISSIONING ISSUED BY PURCHASER / OWNER OF THE EQUIPMENT.
Note:
1. The beginning and the end date for general and specific technical experience should fall within the
preceding Fifteen (15) years reckoned from the date of this NIeT Publication.
2. Experience of supervision of erection / commissioning activities shall also be considered at par with
own experience of erection / commissioning of electro-mechanical works (applicable only for General
Experience Criteria).

A.3. FINANCIAL CAPACITY

A.3.1. TURN OVER

Average annual turnover of the bidder for last three (03) financial years should not be less than 30%
of the estimated cost
The necessary documents viz. Annual Report / Audited Balance Sheet / Profit & loss account for
calculation of the above should be submitted by the bidders.

A.3.2. NET WORTH

Net worth for the each of the last 03 (three) Financial Years (FY) should be positive. Net worth
means the sum total of the paid up capital and free reserves (excluding reserves created out of
revaluation) reduced by aggregate value of accumulated losses (including debit balance in profit
and loss account for current year) and intangible assets.

A.3.3. WORKING CAPITAL

The working capital of the bidder in the year, preceding the year of bid submission, shall not be less
than 30% of the estimated cost.

Page | 4
The working capital will be calculated as Current Assets minus Current Liabilities.
For this purpose, Current Assets and Current Liabilities will be considered as classified in the
audited balance sheet for the financial year immediately preceding the date of opening of bid. If the
Working capital calculated from the audited balance sheets is negative then such working capital
shall be treated as zero. In case there is a shortfall in the Working Capital as per the requirement
mentioned above, the unutilized Cash Credit Limits sanctioned to the bidder by the Banks /
Financial Institutions under Reserve Bank of India (RBI) jurisdiction shall be considered to meet
the shortfall.
Note:
 The statement displaying cash credit limits should not be more than three (03) months old as
on the last date for submission of bids.
 Other income shall not be considered for arriving at Annual Turnover.
 The Bidder’s financial evaluation vis a vis the requirement as stipulated above shall be done
on the basis of duly printed Annual Report for the immediately preceding three (03) years
submitted by the bidder along with the bid. Further, standalone audited Annual Financial
Statement of bidder shall be forming part of the Annual Report.
 In case, if the bidder does not submit the above Annual Report along with his bid, then a
certificate from CEO / CFO of the bidder shall be submitted along with the bid mentioning
that the requirement of Annual Report as per governing law of country is not mandatory. In
such cases duly notarized copies of Audited Printed Annual Financial Statement (Balance
Sheet, Profit & Loss Statement, cash flow statement, Auditor’s Report thereon including all
relevant Schedules / Annexure etc.) for the immediately preceding three (03) years be
submitted by the bidder along with the bid.
 In case where Audited financial results for the immediately preceding year are not available,
then a statement of account as on the closing date of the immediately preceding financial year
depicting the turnover, net worth, working capital (calculated as per laid down criteria) duly
certified by their Statutory Auditor / Certified Public Accountant (CPA) carrying out the
Statutory Audit shall be enclosed with the bid along with copy of appointment letter of the
Statutory Auditor / Certified Public Accountant (CPA).
 Wherever, the Annual Report / duly notarized copies of Audited Printed Annual Financial
Statement are in language other than English, then copy duly translated & printed into English
language and certified by approved / recognized English translator shall be submitted with the
bid.
 For comparing the bidder’s figures which could be in any other currency than INR, the
respective year figures of turnover & working capital from the Annual Statement shall be
converted to INR equivalent by adopting the exchange rate(s) prevailing on the last date of the
respective accounting year(s).

A.4. BID CAPACITY

The available Bid Capacity of the bidder at the time of submission of bid shall be calculated as
mentioned below. The available Bid Capacity should not be less than the estimated cost of this
work.
Available Bid Capacity = [(2 x A x N) – B]
Where;
A = Max. value of works executed in any one year during last three (03) years
N = Number of years prescribed for completion of the subject Contract Package i.e. (N = 30 / 12)
B = Value of existing commitments (as on bid submission date) and ongoing works to be completed
in the next ‘30/12’ years.

A.5. BIDDERS WITH MANUFACTURERS

Page | 5
Bidders are allowed to participate by associating the Main Inlet Valve (MIV) manufacturer i.e. specific
experience requirement can be met through proposed manufacturer’s experience. The criteria to be met by
such bidder company and the MIV manufacturer shall be as follows:
A.5.1. The bidder himself shall fully meet the following:
 General experience criteria specified in the document as per Sl. No. A.1 above
 Financial capacity as mentioned under Sl. No. A.3 above
 Bid capacity as mentioned under Sl. No. A.4 above
 Specific Experience criteria for the critical component works i.e. Turbine and Generator as
specified in Sl. No. A.2.1 and Sl. No. A.2.2 above
A.5.2. Maximum number of proposed manufacturers for MIV shall not exceed three (03) for meeting the
specific experience criteria.
A.5.3. The proposed manufacturer(s) shall individually meet specified criteria for the Main Inlet Valve
(MIV) as specified in Sl. No. A.2.3 above.
A.5.4. The proposed manufacturer(s) should issue separate undertakings that the manufacturers shall be
responsible for execution of that item of work i.e. for which they claim to have specific experience.
The bidder should submit the same with his bid.
A.5.5. Hence, the bidder and his proposed manufacturer(s) should collectively satisfy as a whole all the
specified experience requirements as per the above mentioned criteria.
A.5.6. Final approved / proposed MIV Manufacturer shall submit Performance Bank Guarantee equivalent
to 05% (five percent) of the price of MIV quoted by the bidder with his bid (i.e. sum of Sl. No. 1.2
of Schedule – 1 and Sl. No. 1.2 of Schedule – 2 of the Price Bid) in addition to the Performance
Bank Guarantee for whole contract submitted by the bidder within twenty eight (28) days from the
date of issuance of Letter of Intent (LOI) as per Cl. No. 26 of ITB & QF.

A.6. BIDS BY MERGED / ACQUIRED / SUBSIDIARY COMPANIES

In case of a Bidder Company, formed after merger and / or acquisition of other companies, past experience
and other antecedents of the merged / acquired companies will be considered for qualification of such Bidder
Company provided such Bidder Company continues to own the requisite assets and resources of the
merged / acquired companies needed for execution and successful implementation of this work.
If the Bidder Company is a subsidiary company and applies for qualification on the unconditional technical
(general & specific) and financial strength of the Parent / Holding Company, the same shall be considered,
provided the Parent / Holding Company commits to sign a separate agreement with West Bengal State
Electricity Distribution Company Limited (as per enclosed Form – 13 of Volume – 8: Forms & Proforma)
confirming full support for the general, specific and financial requirements of the Subsidiary Company and
commits to take up the works itself in case of non-performance by the Subsidiary Company in the event of
award of the works issued to the Bidder Subsidiary Company. An undertaking by the Parent / Holding
Company to this effect shall be submitted along with the bid (as per Form – 12 of Volume – 8: Forms &
Proforma). A Subsidiary Company intending to qualify on the strength of Parent / Holding Company shall
not be allowed to participate as a ‘Sub-Contractor / Manufacturer’ for this job.
For the purpose stated herein above in this clause, ‘Parent Company’ shall mean the ‘Holding Company’
owning majority (more than 50%) shares of such Bidder (Subsidiary) Company. Similarly by extensions of
this interpretation, if “A” is owned by a ‘Holding Company’ “B” which in turn is owned by another
‘Holding Company’ “C”, then “C” is construed as the ‘Parent Company’ of “A” as well as “B” and so on.
An apex ‘Parent Company’ may own number of independent Subsidiary / Group Companies and if any of
these Subsidiary / Group Company commits assured support and unhindered access to its assets and
resources to another Subsidiary / Group Company (Bidder in this case) under the same apex ‘Parent
Company’ then experience and other credentials of such Subsidiary / Group Company shall be considered
for qualification of the Bidder Subsidiary Company provided such commitment is evidenced / authorized
and guaranteed by the apex ‘Parent Company’.

Page | 6
In case Bidder Company (Subsidiary Company) gets qualified and notified vide Letter of Intent (LOI), the
Parent / Holding Company, besides entering into a separate Agreement (as per enclosed Form – 13 of
Volume – 8: Forms & Proforma) with the Employer, will be required to furnish an additional performance
bank guarantee of value equivalent to 05% (five percent) of the composite Contract Price of First and
Second Contract (as per Form – 14 of Volume – 8: Forms & Proforma), in addition to normal Performance
Bank Guarantee to be submitted by the Bidder Company to the Employer within Twenty Eight (28) days
from the date of issuance of Letter of Intent (LOI) as per Cl. No. 26 of ITB & QF.
The experience of subsidiary companies of the Parent / Holding Company will be considered experience of
the Parent / Holding Company.
However, for fulfilment of financial eligibility criteria as stipulated in Sl. No. A.3 above, financial
evaluation shall be done on the basis of consolidated printed Annual Report for the immediately preceding
three (03) years of the Parent Company / Apex Parent Company submitted by the Bidder along with his Bid.

A.7. OTHER QUALIFICATION CRITERIA

 The bidder should not have been banned / de-listed / black listed / debarred from business by any PSU /
Govt. Department during last five (05) years. Self-declaration in this regard is to be submitted as per
Proforma enclosed at Attachment – 6 to Form – 1 of Volume – 8: Forms & Proforma.
 To improve transparency and fairness in tendering process the Employer is implementing Integrity Pact
as depicted in Cl. No. 31 of ITB & QF. The bidder must submit duly signed pre-contract Integrity Pact
as per Attachment – 8 to Form – 1 of Volume – 8: Forms & Proforma executed on plain paper. The
employer will sign the same on the date of opening of technical bid. Copy of the Pre-contract Integrity
Pact signed by both parties will be sent to the respective bidder(s) within three (03) days from the date of
opening of technical bid.
The successful bidder (Contractor) shall submit duly executed integrity Pact on Non-judicial Stamp
Paper of appropriate value prior to issuance of Letter of Award (LOA).
Competent authority / department of WBSEDCL will oversee the compliance of obligation under the
Integrity Pact.
Bids of only those Bidders who are meeting the Eligibility Criteria specified above will be considered for
evaluation and award of the Contract. Bidders will submit requisite supporting documents and testimonials with
their Bids to prove their credentials and claim of meeting the Eligibility Criteria.
Note:
 Mere downloading of Bid document by prospective bidder shall not be construed that such a bidder
automatically fulfils the prescribed eligibility criteria. Whether the bidder meets the specific eligibility
criteria or not, shall be checked or ascertained after opening their bids by scrutinizing documentary
evidences furnished by them along with their bid.
 The Employer reserves the right to:
 Amend the scope of work to be tendered.
 Reject or accept any bid for reasons including national defence and security consideration; and
 Cancel the bidding process and reject all bids, without assigning any reasons thereof.
The Employer will not be liable for any such actions. However, the bidder(s), who wish to seek reasons
for such decision of cancellation / rejection, shall be informed of the same by Employer unless its
disclosure reasonably could be expected to affect the sovereignty and integrity of India; the security,
strategic, scientific or economic interest of the State; relation with foreign state or lead to incitement of
an offence.

B. SUBMISSION OF BID:

Bids are to be submitted online through the website https://wbtenders.gov.in. All the documents uploaded by the
Tender Inviting Authority form an integral part of the tender document. Bidders are required to upload the entire
tender document along with the other required documents through the above website within the stipulated date
and time as given in the NIeT.

Page | 7
The bid shall comprise of two parts and to be submitted simultaneously – One is Technical Proposal (Techno-
commercial Bid) and other is Financial Proposal (Financial Bid).
The bidders need to download the documents, fill up the particulars in the designated cell and upload the same
in PDF in the designated location of the Techno-commercial Bid.
The bidders need to download the Price Bid & Price Break up schedule as uploaded with this tender in .xls
format, fill up the same and upload the filled up document in the designated location of the Financial Bid.
All The documents uploaded should be digitally signed using Digital Signature Certificate (DSC). Bidders
should take note of all the addendum / corrigendum related to the bid and upload the latest documents as part of
the bid.
The bidders shall submit a hard copy of their TECHNO-COMMERCIAL BID ONLY within the stipulated
last date of offline submission of the technical bid as per Cl. No. 11.3 of ITB & QF.
Bidders are requested to go through Cl. No. 2.2 of ITB & QF to understand the online bidding process.

C. KEY DATES & TIME:

Date of uploading of NIeT documents (online): __/__/____ at __:__ Hrs


Documents download start date: __/__/____ after __:__ Hrs
__/__/____ to __/__/____ from
Site visit:
__:__ Hrs to __:__ Hrs
Last date for submission of Pre-bid queries, if any: __/__/____ up to __:__ Hrs
Date of pre-bid meeting: __/__/____ at __:__ Hrs
Bid submission (technical & financial) beginning date: __/__/____ after __:__ Hrs
Bid submission (technical & financial) closing date: __/__/____ up to __:__ Hrs
Last date of offline submission of required documents: __/__/____ up to __:__ Hrs
Date for opening of technical bid: __/__/____ at __:__ Hrs
To be informed after evaluation of
Date for opening of financial bid:
technical bid

D. IMPORTANT TERMS & CONDITIONS:

D.1. The bidders or their authorized representatives are requested to attend the Pre-bid Meeting at the
stipulated date and time. Pre-bid queries, if any, shall be submitted on or before __/__/____ up to
__:__ Hrs through email to wbsedclhpc@gmail.com.
D.2. To participate in this tender, bidder(s) will be required to submit the cost of the bidding document
amounting Rs. 17,700/- (Rupees Seventeen Thousand Seven hundred only) payable in the form of
Banker’s Cheque / Demand Draft drawn in favour of “WEST BENGAL STATE ELECTRICITY
DISTRIBUTION COMPANY LIMITED” payable at Kolkata. Whatever may be the outcome of this
invitation of the bids, the cost of Bidding Document submitted by the bidder is ‘NON-
REFUNDABLE’.
No bidders will be allowed for exemption of cost of bidding document.
D.3. Bidder(s) shall submit Earnest Money amounting Rs. 27,00,000/- (Rupees Twenty Seven Lakhs only)
in the form of, Banker's Cheque / Bank Guarantee [as per given format] / Demand Draft to be drawn
in favour of “WEST BENGAL STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED”
payable at Kolkata. Bid security shall remain valid for a period of Thirty (30) days beyond the
original bid validity period, and beyond any extension subsequently requested as mentioned in Cl.
No. 17 of ITB & QF. No interest shall be payable by the Employer on the above Bid Security.
Exemption on earnest money / bid security will not be allowed to any bidder(s).

Page | 8
D.4. Financial proposals of the bidders, declared techno-commercially eligible, will be opened
electronically by the Tender Inviting Authority from the e-tender portal stated above on the
prescribed date. The decision of the Tender Inviting Authority will be final and absolute in this
respect.
D.5. The intending bidder(s) shall quote their rates online only in their Financial Bid as per specified
format / BOQ provided with this NIeT Document. No price information for this tender shall be
mentioned in the Techno-commercial Bid.
D.6. Conditional offers are liable for rejection.
D.7. The Tender Inviting Authority reserves the right to modify, amend or supplement this Tender
Document. Any corrigendum, notification concerned to this NIeT will be published in the e-tender
portal https://wbtenders.gov.in. The bidders are therefore advised to follow the e-portal regularly for
such corrigendum, notification etc.
D.8. All documents, as submitted, will be property of WBSEDCL & will not be returned to the bidders
under any circumstances. However, the EMD of the unsuccessful bidders will be returned within 45
(forty five) days after finalization of this contract for which a request letter shall be initiated by the
concerned unsuccessful bidders.
D.9. Any evidence of unfair Trade Practices including over charging, price fixing, cartel formation etc. as
defined in various statutes, will automatically disqualify the bidders as per terms and conditions of
this bidding document.
D.10. For detailed information and terms and conditions of this tender, Bidders are requested to go through
Instruction to Bidders & Qualification Forms (ITB & QF), Information for Bidders (IFB), General
Conditions of Contract (GCC), Special Conditions of Contract (SCC), Technical Specifications,
Tender Drawings and Forms and Proformas provided with this tender.
D.11. Issuance of Bid documents will not be construed to mean that such Bidders are automatically
considered qualified. WBSEDCL will not be bound to award the job to the lowest bidder.
D.12. Registration of Bidder: Intending eligible bidders, desirous of participating in the tender will have to
be enrolled and registered with the Government of West Bengal e-procurement system and may
download the tender document from the website https://wbtenders.gov.in directly with the help of
Digital Signature Certificate (DSC). The tender can be searched by typing WBSEDCL in the search
engine provided in the above mentioned website.
D.13. Digital Signature Certificate (DSC): Bidders willing to take part in the process of e-tendering are
required to obtain Class-II or Class-III Digital Signature Certificate (DSC) in the name of person who
will sign the tender, from any authorized Certifying Authority (CA) under the Controller of
Certification Agencies (CCA), Govt. of India. The bidders are required to register the fact of
possessing the digital signature certificates through the registration system available in the website.
Tenders shall be submitted online and intending bidders should download the tender documents from
the website stated above, directly with the help of the DSC. This is the only mode of collection of
tender documents.

D.14. The Tender Inviting Authority reserves the right to reject any or all the offers without assigning any
reason whatsoever at any time prior to the Award of Contract, without thereby incurring any liability
to the affected Bidder or bidders.
However, the bidder(s), who wish to seek reasons for such decision of cancellation / rejection, shall
be informed of the same by the Tender Inviting Authority unless its disclosure reasonably could be
expected to affect the sovereignty and integrity of India; the security, strategic, scientific or economic
interest of the State; relation with foreign state or lead to incitement of an offence.

E. CONTACT PERSON:

The Chief Engineer


Planning Investigation & Design Department (PIDD),
West Bengal State Electricity Distribution Company Limited (WBSEDCL)

Page | 9
Vidyut Bhavan, 5th Floor, B – Block, Block – DJ, Sector – II,
Salt Lake, Kolkata – 700091, West Bengal, India
Corporate Identification No (CIN): U40109WB2007SGC113473
Website : www.wbsedcl.in
Contact No. : +913323197584 / +917449300381
Email id : wbsedclhpc@gmail.com

Sd/-
(A. Sen)
Chief Engineer
Planning Investigation & Design Department (PIDD)

NIeT No.: PIDD/56/ Dated: __/__/____


Copy forwarded to:
1. The Director (Generation), WBSEDCL, Vidyut Bhavan
2. The Chief Engineer (Hydel), WBSEDCL, Siliguri
3. The Chief Engineer (HPC), WBSEDCL, Siliguri
4. The AM (F&A), PIDD, WBSEDCL, Vidyut Bhavan
5. The AM (HR&A), PIDD, WBSEDCL, Vidyut Bhavan
6. Office Copy

Chief Engineer
Planning Investigation & Design Department (PIDD)

Page | 10

You might also like