You are on page 1of 29

Central Warehousing Corporation

Commercial Division

Empanelment of Project Management Consultant for


monetization and modernization of warehousing and other
assets of Central Warehousing Corporation under Public Private
Partnership

Empanelment Notification No.: Comm-01


File Name & No. CWC CO-CD0COMM/79/2021-COMM
Dated. 20.07.2021

Issued by:
Central Warehousing Corporation,
Corporate Office, New Delhi.
Dated. 20.07.2021
Glossary
S.No Particulars Page No.
01 Notice 03
02 General Information 06
02 Disclaimer 09
03 Introduction and Background 10
04 Objective 10
05 Brief Scope of Work 11
06 Description of Process 11
07 Eligibility Criteria 12
08 Documents to be submitted 13
09 Submission of Bids 14
10 Evaluation of Bids 15
11 Procedure to be followed for obtaining missing 16
documents and specific clarification
12 Signing of Bids 16
13 Contact Person 18
14 Cover Letter (Annexure-I) 20
15 Bidders General Information (Annexure-II) 22
16 Format of Certificate to be issued by CA (Annexure- 23
III)
17 List of experts/ Key Persons on pay roll (Annexure-IV) 24
18 Power of Attorney to Authorized Signatory (Annexure- 25
V)
19 Terms for MSE’s (Annexure-VI) 26
20 Affidavit for sole proprietorship firm (Annexure-VII) 27
21 Undertaking on Genuineness of Documents/ 28
information submitted Annexure-VIII
22 Affidavit to be submitted by MSME-Annexure-IX 29
e- Tender Notice

Central Warehousing Corporation invites bids from professionally competent and financially
sound, interested parties for empanelment as Project Management Consultant for
monetization and modernization of warehousing and other assets of CWC under Public
Private Partnership mode.
Scope of work
Empanelment of Project management consultants for the monetization and
modernization of selected assets of CWC under Public Private Partnership
mode.
Notice The notice documents will be available on website, www.cewacor.nic.in.
Type Open
Document downloading date and time
(payment of processing and bid form fee 20.07.2021 & 1200 Hrs
Schedule of can be paid upto)
Notice
Last date and time of bid submission 16.08.2021 & 1459 Hrs

Date and time for opening of Technical bid 16.08.2021 & 1500 Hrs
Bid validity
90 days from the date of opening of Technical Bids
period
Cost of Rs. 500/- (Five hundred only) including 18% GST to be paid through e-
Document payment gateway of M/s ITI to Central Warehousing Corporation,
Corporate office, New Delhi upto 1200 Hrs. of 16.08.2021.
Rs. 885/- including GST (18%) is payable to M/s ITI Ltd By way of e-
Processing Fee Payment gateway. The payments shall be subject to realization by due date
(Non-refundable) and time i.e. before 1200 hrs of 16.08.2021 in M/s ITI Account (link will
be available on website).
Pre-Bid A pre bid meeting will be held on 02.08.2021 at 1500hrs through Video
meeting Conference (VC) to sort out any doubts or clarification sought by the
bidders. Any query/point of doubt may be submitted by 06.08.2021
through email addressed to GM(Commercial) for clarification during pre-
bid meeting.

This document is being published by the Central Warehousing Corporation (CWC). The
purpose of this document is to provide interested parties with the relevant information
regarding the project and understand the scope of the Project and invite feedback from
interested and eligible bidders. The bidders are advised to study this document
thoroughly and carefully before submitting their response to the Notice. The tender
/response from the participants to this document may be used for the empanelment of
Project Management Consultant who may be called for the financial bids for the projects
identified by the Corporation in the near future. This document is not transferable.

Note:
INFORMATION FOR ONLINE PARTICIPATION: -
A. All the bidders are requested to get themselves registered well in advance and
no extra time will be consider for the delay in online vendor registration for
any reason whatsoever, if any. In case, bidders wait till the last movement for
uploading tenders, and if any technical problem encountered at that time the
bid closing time may elapse. CWC shall not be responsible for such failures and
such unsuccessful attempts shall be treated as non-participation in the tender
without recourse to contesting the same. Payments shall be subject to
realization/confirmation on the e-tender portal by way of a unique transaction
3
reference number. Bids for which Tender Processing Fee has not been received
shall be rejected and the bidder will be out of race.

B. If any bidder wishes to participate in the Corporation tender’s bidder has to


register their firm in our website www.cwceprocure.com for online e-tendering
in consultation with our service provider M/s ITI.

C. The bidder shall require class III digital signature/digital security certificate
for participating in Corporation e-tendering process (for log in, downloading
and uploading of bid documents or for submitting the e-bid documents).
Digital signature can be obtained from any of the authorize agency of CCA
(Controller of Certifying authorities) for this a separate processing fee would
be payable to the authorized agency of CCA. However, if valid class III digital
signature is available with the bidder the same can be used.

D. The bidder has to register (if not registered earlier) by clicking on the
REGISTER ME link on the website www.cwceprocure.com. Central
Warehousing Corporation has waived off registration charges of Rs. 5000/-
with effect from 17.07.2018 for vendors and customers who intend to
participate in e-tender & auction portal www.cwceprocure.com.

The detailed procedure for registration is as under:

i) Go to the url:-www.cwceprocure.com
ii) Click on the REGISTER ME link.
iii) In the Vendor Registration form, vendor has to fill up the applicant details,
digital signature information, correct e-mail address and submit form.
iv) The user-id and password are generated in the form of Acknowledgement.

E. The person authorized to participate in the bidding on behalf of the bidder i.e.
authorized signatory can submit the bid under digital signature none other than
the one issued to him. Non compliance will lead to summarily rejection of the bid.

F. Enquiries/Clarification, if any may be submitted up to 1200 hrs on 06.08.2021 to


General Manager, CWC, CO, New Delhi, clarifications will be published on the
CWC website www.cewacor.nic.in, www.eprocure.gov.in and
www.cwceprocure.com

G. Downloading of Tender Document: -the tender document is available only in


electronic format which the tenderers can download free of cost from the above-
mentioned websites.

H. Submission of Tender: e-tenderer shall submit their offer in electronic format on


the website www.cwceprocure.com, on or before the scheduled date and time as
mentioned above. No offer in physical form will be accepted and any such offer, if
received by central warehousing corporation will be outrightly rejected.

Tenders not accompanied with all Exhibits duly filled in and signed along with
scanned copies of supporting documents duly self-attested under valid digital
signature shall be liable to be ignored.

i. Checklist: A checklist as provided with the Template for Step-1: Pre- qualification
(Technical) Bid is also required to be duly filled and uploaded.

ii. Tenderers who wish to participate in e-tender enquiry need to fill data in pre- defined
forms of Pre-qualification (Technical) Bid only.

4
iii. After filling data in pre-defined forms, tenderers need to click on final submission link
to submit the encrypted bid.

iv. In the event of any document being found fabricated/forged/ tampered/ altered/
manipulate during verification, he/they himself/themselves, then he/they would be
liable to be disqualified for future participation in the tenders of Central Warehousing
Corporation for the next 05 (Five) years.

v. In case any of the uploaded documents is not legible then the Corporation reserves the
right to call for legible hard copies of the same and/or originals for scrutiny/
verification. In such a case the bidder must furnish the documents called for within
the stipulated time either by post/courier or in person.

Note: Tenderer should upload all the required documents with the tender under valid
digital signature.

For any clarification regarding online participation, contact:


M/s. ITI New Delhi.

For assistance in online-tendering, may call following helpline numbers:


011-49424365
GENERAL MANAGER (COMM.)
Corporate Office: Central Warehousing Corporation,
4/1, Siri Institutional Area, August Kranti Marg,
Hauz-Khas, New Delhi.
Phone:011-41012345
FAX:26967712
E-Mail: gmcomm@cewacor.nic.in :
Website: www.cewacor.nic.in

MODE OF PAYMENT OF DOCUMENT COST, PROCESSING FEE:-


1. The registration charges (if applicable) processing fees, have to be paid online through
e-payment gateway of M/s ITI Ltd. Only.
2. The Bidder must ensure that the payment towards processing fee, cost of the bid is
paid before the date and time set for closing i.e. for cost of bid due date and time is
upto 1200 Hrs. of 16.08.2021.

NOTE AND OTHER DETAILS:-


The Notice Document/form can be downloaded from the any of the websites
www.cewacor.nic.in, www.bidwizard.com/CWC and www.eprocure.gov.in. If any
Bidder wishes to participate in the CWC bids, bidder has to register their firm once
with annual registration fee on website www.bidwizard.com/CWC for online e-Biding
in consultation with our service provider M/s. ITI. Limited.

5
General Information
1. Bidders are requested to see clause no 6 & 7 of document for eligibility criteria
and documents required therein.

2. Bidder must upload scanned copies of documents as mentioned in clause no 7 of bid


document in support of their eligibility of bid. In the event of any document found
fabricated / forged / tampered / altered / manipulated during verification, then he
would disqualify for future participation in the bids of Central Warehousing
Corporation works for the next 05 (Five) years.

3. Micro & Small Enterprises (MSEs) registered with the prescribed agencies are
exempted from payment of EMD (if any) and cost of bid and should enclose the proof
of their being registered with agencies mentioned in the bid document (other conditions
as per Annexure-VI). Their registration should be valid as on last date of submission
of bid and they should also mention the terminal validity of their Registration, failing
which their offer shall not be considered for benefits detailed in MSE Notification of Govt.
of India dated 23.3.2012 or any other notification issued thereafter.

4. Bidders who wish to participate in the e-biding will have to procure valid digital
certificate of authorized signatory as per Information Technology Act, 2000. Bidders
can procure this certificate from any of the Government approved certifying agency
i.e., Consultancy Services. The digital signature certificate is normally issued within
two working days. The interested bidders are requested to apply for the same well in
advance. In case the validity of the digital signature certificate has expired, the bidders
are advised to get it renewed immediately.

5. DOWNLOADING OF DOCUMENT:- The document for this work is available only in


electronic format which bidder can download free of cost from the above mentioned
website.www.bidwizard.com/CWC, www.cewacor.nic.in,www.bidhome .com and cppp
portal.

6. SUBMISSION OF BID:-Bidder shall submit their offer in electronic format on the above
mentioned website on or before the scheduled date and time as mentioned above. No
offer in physical form will be accepted and any such offer, if received by Central
Warehousing Corporation will be out rightly rejected. Bidder can be asked to give
clarification within a specified period of time failing which his technical bid will be
rejected.

7. Internet site address for e-Biding activities will be www.bidwizard.com/cwc can be seen
and down loaded at CWC’s website www.cewacor.nic.in and www.bidhome.com and
CPPP portal.

8. Bidders who wish to participate in online bid have to register with the website through
the “new user registration” link provided on the home page. Bidder will create login
I.D. and Password on their own registration process.

9. The digital signature certificate is normally issued within two working days. The
interested bidders are requested to apply for the same well in advance.

10. In case the validity of the digital signature certificate has expired, the bidders are
advised to get it renewed immediately.
6
11. Bidders who wish to participate in e-bid need to fill data in pre-defined forms of
Technical Bid in Excel format only.

12. After filling data in pre-defined forms, bidder’s needs to click on final submission link
to submit their encrypted bid.

13. The bids are to be submitted in one part, Technical Bid containing document as
specified in clause 8 of the bid document through e-bid process only.

14. Intending bidders are advised to visit the place of operations for acquainting
themselves with the nature of work, infrastructure facilities and functioning of all
operations at the site in their own interest before submitting the bid.

15. No definite volume of work to be performed during the currency of the contract can be
guaranteed by Central Warehousing Corporation.

16. The Central Warehousing Corporation reserves the right to accept / reject the bids
without assigning any reason; the decision of the Corporation shall be final and
binding on bidder.

17. NIT is the part of Bid Document and therefore bidders are requested to read the
complete bid document and to comply all the conditions mentioned there in.

18. If the day fixed for opening of bid is subsequently declared a holiday, the bids will be
opened on the next working day following the Holiday but there will be no change in
the time for opening indicated above.

19. Bids to remain open for acceptance for 90 days inclusive of date of bid opening
(technical bid).

20. The General Manager (Commercial), CWC, Corporate Office, may at his discretion,
extend the initial validity, further by 30 (Thirty) days and such extension shall be
binding on the bids.

21. Any clarification regarding online participation, they can contact:-

M/s. ITI New Delhi.


For assistance in online-tendering, may call following helpline numbers:
011-49424365

DISQUALIFICATION CONDITIONS

a. Bidders who have been blacklisted or otherwise debarred by CWC, FCI or any
department of Central or State Government or any other Public Sector Undertaking
will be ineligible during the period of such blacklisting or a period of 5 years from
date of blacklisting/debarment, whichever is earlier.

b. Bidders whose EMD and/or SD was forfeited by CWC, FCI or any department of
Central or State Government or any other Public Sector Undertaking on serious /
grave ground i.e. submission of false / forged / tempered / fabricated /
manipulated documents / information at any occasion during last five years from
the last date of submission of the bid will be ineligible.

c. If the proprietor / any of the partners of the Bidder firm / any of the Director of
7
the Bidder company have been, at any time, convicted by a court of an offence and
sentenced to imprisonment for a period of three years or more, such Bidder will be
ineligible. However if on acquittal by the appellate court the Bidder will be eligible.

d. While considering ineligibility arising out of any of the above clauses, incurring of
any such disqualification in any capacity whatsoever (even as a proprietor,
partner in another firm, or as Director of a Company etc.) will render the Bidder
disqualified.

GENERAL MANAGER(COMM)
Corporate Office: Central Warehousing Corporation,
4/1, Siri Institutional Area, August Kranti Marg,
Hauz-Khas, New Delhi.
Phone:011-41012345
FAX:26967712
E-Mail: gmcomm@cewacor.nic.in :
Website: www.cewacor.nic.in

8
1. Disclaimer

This contains brief information about the Project/Scheme of CWC for


empanelment of Project Management Consultant for monetization and
modernization of warehousing and other assets of CWC under PPP mode. This
document is not an agreement or an offer by the purchaser/authority i.e CWC to
the bidder or any other person.

The purpose of the document is to provide the Bidders with information to assist
the formulation of their application or response to this Document (“the
Application”)

The information provided in this Document, to the Bidders is on a wide range of


matters, some of which depends upon interpretation of law. The Bidders may
conduct their own independent assessment, site visit, investigations and analysis
and check the reliability, accuracy and completeness of the information at their
end and obtain independent advice from relevant sources as required before
submission of their application.

Furthermore, the information provided in this Document is not intended to be an


exhaustive account of statutory or commercial requirements and should not be
regarded as a complete or authoritative statement of law. CWC shall have no
liability to any person including the Applicant under any law, statute or by any
rule and/or regulation made there under, tort, equity, principles of restitution,
unjust enrichment or otherwise for any loss, damage, costs or expenses which may
arise from or be incurred or suffered on account of anything contained in this
Document or otherwise, including the accuracy, adequacy, correctness, reliability
or completeness of the Document any assessment, assumption, statement or
information contained therein or deemed to form part of this Document or arising
in any way in this subject.

CWC shall incur no liability under any law, statute, rules or regulations as to the
accuracy or completeness of the Document. CWC reserves the right to change any
or all conditions/ information set in this Document by way of revision, deletion,
updation or annulment through issuance of appropriate addendum as the
organization may deem fit without assigning any reason thereof.

CWC will not entertain or be liable for any claim for costs and expenses in relation
to the preparation of the applications to be submitted in terms of this Document.
The information contained in this Document or subsequently provided to the
prospective Bidders, whether verbally or in documentary or any other form by or
on behalf of CWC or any of its employees or advisers, shall be considered
confidential and is not to be reproduced/ adopted/ displayed for any purpose what
so ever.
This Document is for informative purpose only and does not imply that CWC is
bound to select or short-list Bidders or to appoint the Bidder for the Project as the
case may be, it is on full discretion of CWC and CWC further reserves its absolute
right and discretion to terminate the process at any time without assigning any
reasons or explanations thereof.
2. Introduction and Background
9
The Central Warehousing Corporation (CWC) is a premier Schedule -A, Mini Ratna,
Public Sector Undertaking. It provides integrated warehousing logistics services. It
has diverse presence in storage of food grains, Container Freight Station
(CFS),Inland Container Depot (ICD), Custom Bonded Warehousing, Integrated
Check Post(ICP), Air cargo complexes, Container train operations (CTO), Rail-side
Warehousing, etc.

As a premier Warehousing Agency, CWC is operating 422 warehouses with a total


storage capacity of 130 lakh MT including 25 Container Freight Stations (CFSs)/
Inland Clearance Depots (ICDs), 2 Air Cargo Complexes (ACCs), 2 Inland Check
Posts (ICPs) at Petrapole and Attari and 1 Temperature Controlled Warehouses.
Warehousing activities of CWC includes food grain warehouses, industrial
warehousing, custom bonded warehouses, container freight stations, inland
clearance depots and air cargo complexes.
Apart from storage and handling, CWC also provides services in the area of clearing
& forwarding, handling & transportation, disinfestations, fumigation etc.
CWC also offers consultancy services/ training to different agencies for
construction of warehousing infrastructure.

3. Objective
CWC is willing to monetize and modernize its assets with the help of Private
Investment under the PPP mode with the best possible commercials to CWC and
for the same CWC has to empanel the Project Management Consultants for
entrusting the projects/assignments in future after calling the financial bids and
proposals for the particular asset.
The objective to this assignment will be to prepare a clear roadmap for CWC for
monetization and modernization of warehousing and other assets of CWC with an
objective of raising/leveraging private/ longterm institutional investment and
bringing in private sector efficiencies in management of warehousing
infrastructure.
1. The bidder will be responsible for planning, designing, guiding and ensuring
the implementation of all aspects required for successful completion of
Monetization and modernization of warehousing and other assets of CWC by
following all norms as prescribed by the Government of India/ State
Governments and regulatory framework of Reserve Bank Of India, SEBI or any
other statutory or regulatory authority.
2. The Current CWC infrastructure is to be assessed by the consultant on
whether the existing infrastructure can be utilized as it is or modified to match
the requirement for monetization.
3. Help in finding best possible long term private investment with best
commercials to CWC.
4. Proposed marketing and operational strategy for the business.
5. Proposed resource plan.
6. Proposed Rollout Plan with proper implementation schedule statutory
requirements.
7. Listing out expected risks, benefits with proper SWOT analysis of the project.
8. Action plan for taking up of project by CWC.

10
4. BROADER SCOPE OF WORK:
CWC has identified business verticals and plans to launch these projects
under PPP mode for which PMC consultant services shall be required.
a) Creation of modern silo capacities.
b) Development of rail linked infrastructure.
c) Development of facilities on BOT/BTS basis.
d) Development of integrated facilities, logistics hubs/ parks.
e) Leveraging partnership with other PSUs/ Customers.
f) Providing value addition in supply chain management.

4.1 General Consultancy-


a. Techno-Economic Feasibility Report (TEFR)/Study: Key activities under
TEFR phase will be-
I. Project Site Analysis.
II. Market Assessment
III. Project Concept Design & Broad Technical Specifications
IV. Review of Technical Requirements & Cost Estimation
V. Financial Feasibility & sensitivity Analysis.
VI. Project Structuring and PPP/Concessionaire Options Analysis.
VII. Institutional Analysis.
VIII. Risk & Responsibility Analysis.

b. Transaction Advisory: Key activities that will be covered under Transaction


Advisory are:

I. Bid Process Design (Stages/Timelines)


II. Finalization of qualification Criteria & Output Parameters
III. Prepare Bid Documents (NIT, RFQ, RFP, PIM, Technical Schedules,
Concession Agreement etc.)
IV. Manage & support Bidding Process.
V. Select the PPP Partner Concessionaire for Project Development &
Operations

c. Owners Engineer services: The bidder will assist the SPV/CWC during the
project implementation with technical & engineering services. The services
will include:

I. Review & approval of design & drawings.


II. Review of QA/QC plan of the project.
III. Schedule monitoring for project completion within the planned timelines
and cost.
IV. Schedule monitoring for project completion within the planned timelines
and cost.
V. Contract management for realizing of stage wise payments.
VI. Ensuring receipt of statutory approvals and permissions
VII. Witnessing testing and commissioning of plant and machinery.

5. Description of Process:
5.1. The process is undertaken for finding the most efficient, credible and
financially sound and technically capable Project Management
Consultants for empanelment.
5.2. The empanelled consultants may be asked for the financial bids at a
later stage for a particular project (s). The detailed terms, scope of work,
11
agreement, payment schedule, timelines etc. will be decided at the time
of calling Financial Bid.
5.3. CWC does not, in any manner what so ever, warrant or represent that it
will subsequent proceed to such projects or initiate the financial bidding
process for any project.
5.4. CWC in its absolute discretion may cancel, change, alter or replace the
Calling Financial bid, Stage of the Bidding Process and/or the Project
itself, without according any reason thereof or providing any prior notice
to any person including the Bidder or Bidders, as the case maybe.

6. Eligibility Criteria

01 General Criteria The Bidder should be either a Registered Company/PSU/


statutory body/ Registered Partnership Firm/
Proprietorship/Limited liability Partnership firm/
Cooperative society, providing project consultancy in
the field of warehousing, supply chain, logistics for
developing infrastructure & marketing the facilities.

02 Technical Criteria a)
The Applicant shall have, over the past 5(five) years
preceding the Proposal Due Date (PDD), undertaken a
minimum of 3(three) projects out of which one project
should be of at least Rs. 50 Lakhs and other two of at
least Rs. 20 Lakhs per assignment/project, related to
creating & marketing the Warehousing, Supply chain,
Logistics infrastructure and services as per scope of this
Document, of which at least 2(two) should be PPP
Projects and
b) Minimum of 2 (two) Specific Assignments as wherein
monetization of assets through Public Private
Partnership has been successfully under taken
amounting Rs. 50 Lakhs in the past 5(five) years.
03 Financial a) The Applicant shall have a minimum turnover of
Capacity: Rs.10 Cr. (Ten Crores only)per annum through the
PMC services as professional fees during each of the
last 3 (three) financial years i.e. 2017-18,2018-19 &
2019-20.For the avoidance of doubt, professional
fees here under refers to fees received by the
Applicant for providing advisory or consultancy
services to its clients.
b) The Net worth shall be Positive during last three FY
i.e.2017-18,2018-19 & 2019-20.
04 Availability of Key The Applicant shall offer and make available all Key
Personnel: Personnel meeting the requirements specified as below.

a) One Team • CA/CFA/MBA (Finance) from a recognized


Leader cum University or Institution.
Financial Expert • Minimum 15 years of professional experience and
should have led the Team in a minimum of 03
Eligible Assignments and 02 Specific Assignments (
As defined above in Technical criteria).
• Engineering and MBA from a recognized University
b) At least Two or Institution
Warehousing
12
& Logistics • Minimum10 years of professional experience in
Sector warehousing and/or logistics sector
Experts • Should have worked as a Warehousing/Logistics
Expert in a minimum of 03 Assignments ( As defined
above in Technical criteria).
c) At least One • Expert should have a Bachelor’s Degree in Law from
Legal Expert a recognized University
• Minimum10 years of professional experience
• Should have been Legal Expert in a minimum of 02
Assignments (As defined above in Technical criteria).

The bidder can bid as Consortium or Joint Venture. Hence required eligibility
conditions can be met independently by a single bidder or jointly in consortium
with other members.

7. Documents to be submitted by the bidder.

S.No Documents Remarks If Any


01 1)For Registered Company/PSU/
statutory body
i)Copy of Certificate of Incorporation
ii)Copy of Memorandum of Association
iii)Copy of Articles of Association
iv) Current list of Directors.

2)For Registered Partnership Firm


i)Copy of the partnership deed
ii)List of partners
iii) Copy of registration of Partnership deed

3)For Proprietorship
i)Declaration of Proprietorship/Sole
Proprietorship as per Appendix-V
compulsory ink signed
4) For LLP
i)Copy of Limited Liability Partnership
Agreement
ii)Copy of certificate of registration
iii) Current list of partners

5) For Cooperative society


i Bye-Laws ( for co. operative Society )
ii Registered Co-op. Societies should
furnish the proof of Registration with
Registrar of Co-op. Societies or Taluk
Co-op. Officer along with a resolution
passed by the Society to participate in
the bid enquiry.
6) For Others
I) Notarized Copy of Certificate of
Incorporation

02 Self attested copies of experience certificates/ As per Technical Criteria


Relevant Documents showing experience in
these fields.
13
03 Self attested copies of Work orders received As per Financial Criteria
from clients.
04. Duly filled in Annexure-IV alongwith Attested As per Eligibility of Key
(By Authorized Representative) copies of Personnel
relevant Documents in support.
05. Declaration by bidder regarding Cover letter as per
understanding of document and his Annexure-I duly ink
compliance of requirements as stated in signed.
document.

06. Bidders General Information Duly filled, stamped and


signed by authorized
signatory of the
company/ firm as per
format (Annexure-II) of
this bid documents
07. For evaluating the Financial Criteria Certificate from a
chartered accountant as
per Annexure-III and copy
of audited balance sheet
and Profit and loss
account for last three
financial years till 2020-
21.
08.
PANP PAN Number Copy of PAN Card
09.
GSTGGST Number Copy of valid GST
registration
10. Proof of Address of the firm/company Self attested and stamped
copy
11. Undertaking regarding submission of Duly filled Annexure-
authentic/genuine documents/ information VIII(Compulsory ink
duly attested by notary. signed)
12. Aadhar Card and PAN Card Copy of Authorized Self attested copy
representative
13. MSME Registration Certificate (In case of Self attested copy
MSME)

Apart from above documents tender document all pages signed and stamped by the
Authorized representative in each page to confirm that the bidder agrees with the
terms & conditions of the tender along with all the applicable Annexure from
Annexure-I to Annexure-IX duly filled and signed as stipulated in them as per
applicability.

8. SUBMISSION OF BIDS

Bidder shall submit their offer in electronic format on the above mentioned website
on or before the scheduled date and time as mentioned above. No offer in physical
form will be accepted and any such offer, if received by Central Warehousing
Corporation will be out rightly rejected. Bidders have to submit bid cost through
e-payment gateway mode only as per the above mentioned scheduled date and
time.

The Bidder can be asked to give clarification and missing documents, to be


submitted within a specified period of time and in case of failure of bidder to
14
give such clarification and missing documents, his technical bid is liable to
be rejected.
The instructions to be followed for submitting the bid are set out below:
I. Information about bidders :
The bidders must furnish full, precise and accurate details in respect of
information asked for in Annexure II attached to the form of bid. Same
should be scanned and uploaded.
II. Uploading/Signing of bids :
Person or persons uploading/signing the bid shall be authorized to do so as
per Annexure-V. The bid should be uploaded by the authorized signatory
as defined in Annexure-V under his own digital signature.

9. Evaluation of Bids

9.1 Preliminary scrutiny of bids

The Corporation will scrutinize the bids received to see whether they meet
the basic requirements as incorporated in the bid document. The bids
which do not meet the basic requirements shall be treated as unresponsive
and ignored. The following are grounds due to which a bid may be declared
as unresponsive and will be ignored during the initial scrutiny:
(i) The bid is unsigned (where the bid documents have been uploaded
using the digital signatures of the person authorized to sign, the same
shall be treated as duly signed);
(ii) The bid is not legible;
(iii) Required Cost of bid has not been received;
(iv) The bid validity period mentioned by the bidder in the bid document is
for a shorter period than the period required and stipulated in the bid
document.
(v) The bidder has not agreed to the essential conditions i.e. scope of
supply, warranty/guarantee clause, liquidated damages / penalty
clause, security deposit / performance bank guarantee and dispute
resolution mechanism.

Only the bids which are not unresponsive shall be taken up for further
evaluation.

9.2 Further evaluation of Technical Bid


(a) Corporation shall evaluate the technical bids to determine whether they
are complete, whether the required documents as asked for have been
submitted and whether the technical bid is generally in order as per the
qualifying conditions of the bid.
(b) The Corporation, if necessary may ask the bidder for any specific
information/ clarification relating to qualifying document/condition or
can seek missing document(s). The required clarification and missing
documents must be uploaded within specified time subject to maximum
of 15 days on the same portal as per the procedure prescribed below i.e.
in clauses 9.3.

The missing documents to be submitted should not be of a date later than


the date of submission of original bid, Affidavit of Proprietary Firm as per
Annexure-VII, Affidavit regarding certification of genuineness &
authenticity of documents as per Annexure-VIII submitted as missing
documents can be of a date after the date of submission of original bid.
The missing documents sought are allowed to be submitted only by
uploading on the bid website through which same has been asked.
15
(c) Corporation well within its rights to waive minor infirmity or non-
conformity or irregularity like spelling mistake(s), signature missing on
any page which does not constitute a material deviation.
(d) The bidder has the option to respond or not to respond to these queries.
(e) The request for clarification and missing document(s) by the Corporation
and the response of the bidder shall be in writing and no change in price
or substance of the bid shall be sought, offered or permitted.
(f) If the bidder fails to respond, within the stipulated time period or the
clarification(s) and missing document(s) submitted is non-conforming to
requirement of bid conditions, no further time will be given for
submitting the same and the bid will be summarily rejected.
(g) All the responses to the clarifications and missing documents will be part
of the Proposal of the respective bidder and if the clarifications and
missing documents are in variance with the earlier information in the
proposal, the information provided in later stages will also be the part of
the evaluation process for technical qualification.

9.3 Procedure to be followed for obtaining missing documents and


specific clarification:
(a) An Icon for clarification and missing documents shall appear on “Bid
details” page (in front of each of the bidder’s name) at Corporation’s end
after opening of Technical Bid.
(b) Corporation shall click on clarification and missing documents icon for
the desired bidder and enter the details of clarifications and missing
documents sought within the prescribed time.
(c) After entering the details of clarification and missing documents sought
by the Corporation, same icon is to be clicked at bidder’s end for replying
to the particular clarification and missing documents sought by the
Corporation. The system will also send the alert to the bidder at his
registered e-mail address about the clarification and missing documents
sought by the Corporation.
(d) Bidder will click on clarification icon and will reply to the same and
upload the required clarification and missing document (optional) in
support of clarification sought and also submit missing document, if
any, within the prescribed time. Bidder cannot ask for any clarification
from the Corporation.
(e) Once the prescribed time expires, the reply button of clarification and
missing documents screen from bidder side shall also disappear
automatically.
(f) After expiry of prescribed time, Corporation shall download the
clarification and missing documents submitted by the bidder.
(g) Bidder to refer clarification and missing document manual available on
e-portal (www.bidwizard.com)/CWC or seek assistance from the Help desk.

10. SIGNING OF BID

Person or persons signing the bid shall state in what capacity he/they is/are
signing the bid e.g. as a sole proprietor of a firm or as a secretary / manager /
Director etc. of a body corporate. In case of partnership firms, the name of all the
partners should be disclosed and the bid shall be signed by all the partners or
their duly constituted attorney, having authority to bind all the partners in all
matters pertaining to the contract. The attested copy of the partnership deed
should be furnished along with the bid. In case of a limited company, the names
of the Directors shall be mentioned and power of attorney through board resolution
is to be given in favour of the person signing the bid who is empowered to do so,

16
on behalf of the limited company. A copy of the Memorandum and Articles of
Association of the Company shall be attached to the bid. In case of PSU/Govt.
bodies bid should be signed by authorized officer of the organization.

11. PERIOD OF EMPENALMENT

The initial period for the empanelment is 05 years, which may be further extended
for 02 years, on same terms & conditions. The list of empanelment may be
increased or decreased as per the discretion of CWC.

12. LIABILITY OF CONTRACTOR/BIDDER FOR PERSONNEL ENGAGED

All personnel employed by the bidder shall be engaged by him as his own
employees / workmen in all respects implied or expressed. Team Leader selected
to lead the project should be mutually acceptable to CWC and the consultant If
the General Manager (Commercial), Central Warehousing Corporation, Corporate
Office, New Delhi is not satisfied with the work of any person engaged by the bidder
or whose antecedent are doubtful, the bidder shall not employ such person for any
work relating to this contract and shall remove him from the employment
forthwith.

13. AMICABLE RESOLUTION:

i) Any dispute, difference or controversy of whatever nature howsoever


arising under, out of or in relation to the Agreement between the Parties
and so notified in writing by either Party to the other (the "Dispute") in
the first instance shall be attempted to be resolved amicably in
accordance with the conciliation procedure set forth in sub-clause (ii)
below.

ii) A Joint Committee with equal number of representative (those not


directly involved in the day-to-day business operations of either party at
the Facility) from CWC and M/s ABC (Successful Bidder) shall be
constituted for the administration of agreement. Any disputes arising out
of the implementation of the agreement shall be looked into by this Joint
Committee for Resolution.

iii) The Joint Committee comprising three authorized representatives


including concerned Regional Manager of CWC and equal number of
authorized representatives of M/s ABC concerned shall be authorized,
after going into all pros and cons without jeopardizing the financial
interest of CWC, as contained in the agreement, to amend the terms and
conditions for smooth and hassle-free operation so long as the overall
structure of this agreement does not change.

iv) In the event of any Dispute between the Parties, other Party may require
such Dispute to be referred to the Managing Director of CWC and the
Chairman of the M/s ABC or such persons nominated by them, for the
time being for amicable settlement.

v) Upon such reference, the said two persons shall meet not later than 7
days of the date or such request to discuss and attempt to amicably
resolve the Dispute. If such meeting does not take place within the said
period or the Dispute is not amicably settled within 15 days of such
meeting between the said two persons, either party may refer the
17
dispute to arbitration.

14. ARBITRATION:

Any dispute which is not resolved by Amicable Resolution as mentioned above


shall be referred to Arbitration which shall be according to the Indian Arbitration
and Conciliation Act, 1996 as amended from time to time.
Any Party desirous of initiating arbitration shall give notice to the other party of its
intention (“Arbitration Notice”). Each Party shall, within 15 days of the receipt of
the Arbitration Notice, appoint an arbitrator of its choice. Within 15 days of their
appointment, the two arbitrators shall appoint a third arbitrator who shall preside
over the arbitration proceedings.
The venue of arbitration shall be New Delhi, India and all arbitration proceedings
shall be conducted in English.

15. ADDRESS FOR COMMUNICATION AND NOTICES

Bid will furnish his full communication address with telephone / mobile / fax and
email details in Annexure-II.

16. CONTACT PERSON


Interested parties can contact the officer in case of any doubt/clarification
regarding bid conditions.
Name: Naveen Kumar, Asstt. Gen. Manager(G), Commercial Division
Contact details: 011-26566107 ext 202
Email: nav.kumar@cewacor.nic.in

17. ACCEPTANCE OF BIDS:-

i) The successful bidder will be advised of the acceptance of his bid by letter/e-
mail/fax/phone. The successful bidder shall be empanelled for the
consultancy works specified in the scope and will be asked to quote for the
work later on as and when required as may be specified by the General
Manager (Commercial), Central Warehousing Corporation, New Delhi.

ii) The General Manager (Commercial), Central Warehousing Corporation, New


Delhi for and on behalf of the Corporation reserves the right to reject any or
all the bids without assigning any reason thereof, and does not bind itself
to accept the lowest or any other bid.

18. UPDATED NEWS/CORRIGENDUM/ADDENDUM

Any further Addenda / Corrigenda / Extension of dates / Clarifications /


Responses to bidders’ queries in respect of the above bid shall only be posted on
the websites www.cewacor.nic.in, www.bidwizard.com/CWC and no separate
notification shall be issued in the press. Bidders are, therefore, requested to
regularly visit above websites to keep themselves updated in this connection.

19. PRE-BID MEETING

A pre-bid meeting is scheduled on 02.08.2021 at 1500 Hrs in the CWC, Corporate


Office. All the interested parties are requested to attend the above meeting in order
to clarify any doubts regarding scope of work, bid conditions etc. if any.

GENERAL MANAGER (COMMERCIAL)


18
Central Warehousing Corporation,
4/1, Siri Institutional Area,
August Kranti Marg, Hauz Khas,
New Delhi-110016

ANNEXURE-I

Format for the Bidders to fill in the details

Format A_1: Cover Letter


dd/mm/yyyy
19
To,
The General Manager (Comm)
Central Warehousing Corporation
Corporate Office, 4/1, Siri Institutional Area, August Kranti Marg, Hauz Khas, New
Delhi

Subject: Submission of for Appointment of Project Management Consultant for


monetization and modernization of warehousing and other assets of CWC

Dear Sir/ Madam,

Having examined the document, the receipt of which is hereby duly acknowledged,
I/We offer to submit the document for the Project along with the Application Form
(duly filled, stamped & signed by authorized signatory of the Company/firm).

I/We hereby confirm that I/we have gone through and understood the Bid
Document and our bid complies with the requirements / terms and conditions of
the Bid Document and subsequent addendum / corrigendum (if any), issued by
CWC, without any deviation / exception / comments / assumptions.

I/We agree and understand that the document and this document is non-binding
and non- committal. Further, I/we confirm that neither CWC nor any of its
employees, associates, affiliates or its agents shall be liable to me/us for any
liability arising directly or indirectly from our participation in the Process.

I/We further agree, understand and fully comprehend that CWC may in its
absolute and exclusive discretion at any time change, alter, replace, remove and/or
cancel any or all part of the Document or the Project. CWC may also abandon, call-
off, alter, replace, revise the Project. Furthermore, CWC is under no obligation or
compulsion in any manner whatsoever to release or publish the RFP/initiate
Financial Bid process or identify any project for the same, it may also change or
replace or cancel any or all part of the bidding process.

I/We submit here to my/our bid as per the requirements and details specified in
the Document. I/We confirm that the information contained in these submissions
or any part thereof, including the appendices, and other documents and
instruments delivered or to be delivered to CWC, are true, accurate, verifiable and
complete. These submissions include all information necessary to ensure that the
statements therein do not in whole or in part mislead CWC in its Process.
I/We fully understand and agree to comply that on verification, if any of the
information provided here is found to be misleading during the Process, I/we are
liable to be disqualified from the Process.

I/We agree for unconditional acceptance of all the terms and conditions set out in
the Document.
I/We agree that you are not bound to accept any interest you may receive. I/We
also agree that you reserve the right in absolute sense to reject all or any of the
interest/bids received as per the Document and Advertisement.

20
Further, I/we shall sign and stamp each page of the Bid Document as token of
acceptance and as part of contract in the event of award of contract to us.

It is hereby confirmed that I/We am/are entitled to act on behalf of my/our firm
and empowered to submit this document as well as such other documents, which
may be required in this connection.

Signature of Authorized Signatory


Name of the Authorized Signatory ………………….
Address of the Applicant………………….
Telephone & Fax of the Applicant...
E-mail address of the Applicant………………….

ANNEXURE-II
(Compulsory inked signed)
BIDDERS GENERAL INFORMATION

Name of the Company / Firm


Firm type (Sole Prop/
Partnership/ Company)
Registered office
Location & Address
21
Email Id of Authorized
signatory
Registration No.
PAN no. of firm / Company
GST Registration No.
Name of Authorized
signatory along with
designation
Mobile Number of
Authorized signatory
Bank Account Number
Branch and address of Bank
Bank IFSC Code

Financial Details (Rs. In Lakhs)


Particulars FY 2020-21 FY 2019-20 FY 2018-19
Yearly turnover
Profit After Tax
(PAT )
Net worth

Experience Details

Details of consultancy/advisory assignments granted by the government,


regulatory commission, Public Sector Undertaking or any other statutory authority
in respect of preparation of revenue model and/or preparation of transaction/ bid
documents and other similar assignments in relation to the bidding process or
other transactions, as the case may be.

S.No Name Of the Project Name of Client Estimated capital


cost of Project (in
Rs.)

Signature
(Capacity in which signing)

ANNEXURE-III

Format of certificate to be issued by Chartered Accountant

To,

The General Manager


Central Warehousing Corporation
Corporate Office
New Delhi
E-Mail: gmcomm@cewacor.nic.in.
22
We hereby certify that M/s................................ having registered office
at....................................... and their turnover and net worth for the last three
preceding financial years from the above business is as per details given below :-

For (Name of the Chartered Company /Firm)

(Name of the Signing Authority)


Designation
Membership No.
Mobile No.:-

Place of Issue :
Date of Issue :

Annexure-IV

List of experts/ Key Persons on pay roll


S.No Name Designation Qualification Relevant Experience
01
02
03
04
23
Signature of the applicant
Full name of applicant
Stamp & Date

24
ANNEXURE-V

FORMAT FOR POWER OF ATTORNEY TO AUTHORIZED SIGNATORY


POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in


accordance with relevant Stamp Act. The stamp paper to be in the name of
the firm/ company who is issuing the Power of Attorney).

We, M/s. _______________ (name of the firm/ company with address of the
registered office) hereby constitute, appoint and authorize Mr./Ms. _______________
(Name and residential address) who is presently with us and holding the position
of ____________ and whose signature is given below as our Attorney to do in our
name and our behalf all or any of the acts, deeds or things necessary or incidental
to our bid for the work ___________________ (name of work), including signing and
submission of application/ bid / proposal, participating in the meetings,
responding to queries, submission of information/ documents and generally to
represent us in all the dealings with CWC or any other Government Agency or any
person, in connection with the works until culmination of the process of bidding,
till the Contract Agreement is entered into with CWC and thereafter till the expiry
of the Contact Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said
Attorney pursuant to this Power of Attorney and that all acts, deeds and things
done by our aforesaid Attorney shall always be deemed to have been done by us.

(Signature and name of authorized signatory being given Power of Attorney)

____________________

(Signature and name in block letters of Proprietor / All the partners of the
firm / Authorized Signatory for the Company)(Strike out whichever is not
applicable)

Seal of the Proprietorship firm / Partnership firm/ Company

Witness 1 : Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:

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.

- Power of Attorney is to be attested by Notary.

- This format is for the purpose of guidance only and deviation in the
wording can be accepted.

25
ANNUXURE- VI

Terms for Micro & Small Enterprises


(a) Bid document shall be provided free of cost to Micro & Small enterprises
(MSEs).
(b) MSEs registered with the agencies for the item/s bided will be exempted
from payment of Earnest Money Deposit(EMD) if any.
(c) MSEs who are interested in availing themselves of these benefits and
preferential treatment will enclose with their offer the proof of their being
registered for goods produced and services rendered with any of the
agencies mentioned in the notification of Ministry of MSME indicated
below along with the bid.
i. District Industries Centers
ii. Khadi and Village Industries Commission
iii. Khadi and Village Industries Board
iv. Coir Board.
v. National Small Industries Corporation
vi. Directorate of Handicraft and Handloom
vii. Any other body specified by Ministry of MSME.

(d) The MSEs must also indicate the terminal validity date of their registration
which should be valid as on last date of submission of bid. MSEs seeking
exemption and benefits should enclose a attested / self-certified copy of
valid registration certificate, giving details such as validity, stores /
services etc. failing which they run the risk of their bid being passed over
as ineligible for the benefits applicable to MSEs.
(e) The benefit as stated above to MSE, shall be available only for goods /
services produced & provided by MSEs for which they are registered.
(f) In case the MSE does not fulfill the criteria at Sr. No(c), (d) and (e) above,
such offers will not be liable for consideration of benefits detailed in MSE
notification of Government of India dated 23.03.12 and any other
notification issued thereafter.
(g) As per Public procurement policy on MSE, considering that this is a non
divisible bid, an MSE quoting in the price band of L1+15% will be awarded
for full/complete work of bid subject to bringing down of price to L1 rate
after negotiation if any, by the MSE concerned considering the spirit of
policy for enhancing the government procurement from MSEs.

26
ANNUXURE-VII

(Compulsorily Ink signed)


AFFIDAVIT
(For Sole Proprietary Firm)
I,………………………………………………..R/o……………………………….....................
................ …………………………………………………………………………… do hereby
solemnly affirm and declare as under :‐
1. That I am Sole Proprietor of ………………………………………………… (Sole
Proprietor Firm Name)

2. That the office of the firm is situated at


……………………………………………………..
………………………………………………………………………….

Place: DEPONENT
Date:

VERIFICATION
Verified that the contents of my above said affidavit are true and correct to the best
of my knowledge and belief and nothing has been concealed there from.

Place: DEPONENT
Date:

27
ANNEXURE-VIII

(Compulsory ink signed and duly notarized)


UNDERTAKING

I, S/o D/o _________________, resident of ___________ EMPLOYED AS


____________________ WITH ................................................. HAVING OFFICE
AT.......................... PIN............................ I,do hereby solemnly affirm state and
undertakes as under:-
1. That I am the authorized representative and signatory of M/s.......................
2. That the document(s) submitted, by M/s ......................are authentic,
genuine, copies of their originals and have been issued by the issuing authority
mentioned above and no part of the document(s) is false, forged or fabricated.
4. That no part of this undertaking is false and that this undertaking and the
above declaration in respect of genuineness of the documents has been made
having full knowledge of (i) the provisions of the Indian Penal Code in respect of
offences including, but not limited to those pertaining to criminal breach of
trust, cheating and fraud and (ii) provisions of Bid conditions which entitle the
CWC to initiate action in the event of such declaration turning out to be a
misrepresentation or false representation.
5. I undertake accordingly.

Authorized Signatory

28
ANNEXURE-IX

(Compulsory ink signed and duly notarized)


AFFIDAVIT
To be submitted on a stamp paper (of Rs 10/- minimum) duly attested by Notary
public (duly affixed with notarial revenue stamp; and with Notary seal and Notary
registration number etc.)
I ______________________ S/o / D/o / W/o ______________________ Managing
Director * / Director*/ Proprietor*/ Partner* of M/s _____________________________
located at ________________________________
Do hereby solemnly affirm and declare as under:
1. The company is a micro /Small Enterprise as per the Govt. of India
definition; and has been functional at the time of bar code registration.
2. The company continues to be a Micro/Small enterprise and functional as
on date.
3. As per books of accounts, the total investment (original purchase value) in
plant and Machinery in the company as on the date of submission of bids
is Rs _________________ which is within the limit prescribed in MSME Act.
4. i) Udyog Aaadhar Memorandum (UAM) number of our company is
_____________.
ii) We hereby confirm that we have declared the UAM number on Central
Public Procurement Portal (CPPP).
iii) We are aware that non-declaration of UAM number on CPPP will make us
ineligible to enjoy the benefits as per Public Procurement Policy for
MSEs order, 2012.

Signed on ______________ DEPONENT


Verification:
Verified that the contents of this affidavit are true to the best of my Knowledge and
belief.
DEPONENT
Place:
Date:
NOTE:- *Strike out whichever is not applicable.

29

You might also like