You are on page 1of 34

Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification

Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

SECTION 3

QUALIFICATION INFORMATION
(All bidders are required to submit the information under the prescribed format given
here)

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

F-1 : Copy of Tender/Bid Document fee (Copy of payment receipt to be uploaded) Note : In case
of Consortium, Tender/Bid Document fee need to be submitted by Lead member of Consortium.

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

F-2 : Copy of Bid Security Declaration form


Note : In case of Consortium, Bid Security Declaration form need to be submitted by Lead member
of Consortium.
Bid Security Declaration form

To,

Chief Executive Officer,

Port Blair Smart Project Ltd

Indira Bhavan, Mohanpura, Port Blair-744101, India.

Subject: Submission of Bid Security Declaration Form- RFP No……………………….

We, the undersigned, declare that:

We understand that, according of conditions RFP, bids must be supported by a Bid-Securing


Declaration. We accept that we will automatically be blacklisted and Suspended from being eligible
for bidding in any contract with the Central Government/UT/State Government/PSU/Semi
Government or any other organisation where Government of India/State Government/UT is
involved for the period of time of 3 years from bid due date, if we are in breach of our obligation(s)
under the bid conditions, because we:

(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid; or

(b) having been notified of the acceptance of our Bid by the Bid inviting authority (PBSPL) during
the period of bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to
furnish the Performance Security, in accordance with ITB 38.

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon
the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii)
thirty days after the expiration of our Bid or further extended mutually as mutually agreed.

Signed:

(Authorised Representative)

Name:

Date:

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

[Note: In case of a Joint Venture/Consortium, the Bid-Securing Declaration must be in the name
of all partners to the Joint Venture/Consortium that submits the bid.]

(TO BE SUBMITTED BY SOLE BIDDER/ LEAD Member IN CASE OF Consortium)

FORM F-3

Bid Covering Letter

Date:

Dear Sir,

With reference to your Request for Proposal for “Design, Construction, Testing, Commissioning of
Potable Water Supply Network and Sewerage Collection Systems including Sewage Treatment
Plant with associated works for ABD Area on EPC Basis including 5 year of Operation and
Maintenance at Port Blair”, we………………………….. (name of the bidder, address and mention
if bid is submitted in JV along with JV partner name and address) hereby submit our Bid for the
same. We hereby declare that:

a. We hereby acknowledge and unconditionally accept that the PBSPL can at its absolute
discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in
the RFP and related documents, in short listing of Agency for providing services.
b. We have submitted Bid Security Declaration Form.
c. We hereby declare that all information and details furnished by us in the Bid are true and correct,
and all documents accompanying such application are true copies of their respective originals.
d. We agree to abide by our offer for a period of 180 days from the date bid due date or any further
extension of date mutually acceptable and that we shall remain bound by a communication of
acceptance within that time.

e. We have carefully read and understood the terms and conditions of the RFP and the conditions
of the contract applicable to the RFP. We do hereby undertake to provision as per these terms and
conditions.

f. In the event of acceptance of our bid, we do hereby undertake:

i. To supply the material and commence services as stipulated in the RFP document

ii. To undertake the project services for entire contract period as mentioned in the RFP document.

iii. We affirm that the prices quoted are inclusive of all plant, labour, supervision, materials,
equipment, transport, all temporary works, erection, maintenance, taxes and duties, Cess,
Royalties, contractor’s profit and establishment/overheads, together with preparation of design and
Port Blair Smart Projects Ltd
Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

drawings, third party proof checking, all general risks, insurance liabilities, compliance of labour
laws and obligations set out or implied in the contract.

g. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and notification of award of contract, shall constitute a binding
contract between us.

h. We understand that the PBSPL may cancel the bidding process at any time and that PBSPL is
not bound to accept any bid that it may receive without incurring any liability towards the bidder.

i. We fully understand and agree to comply that on verification, if any of the information provided
in our bid is found to be misleading the selection process, we are liable to be dismissed from the
selection process or termination of the contract during the project, if selected to do so

In case of any clarifications please contact ___________________ email at

___________________________________ _____________________

Thanking you,

Yours sincerely,

(Signature of the bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

(TO BE SUBMITTED BY SOLE BIDDER/ ALL MEMBERS INCLUDING LEAD IN CASE OF


Consortium)

FORM F-4

Undertaking from Bidder regarding On GoI Office Memorandum dated 23rd July’2020

I/We hereby confirm that, I/We have read the Office Memorandum number F.No. 6/18/2019-PPD
dated 23rd July 2020 issued by Ministry of Finance, Department of Expenditure, Public
Procurement division, Government of India and the clause regarding restrictions on procurement
from a bidder of a country which shares a land boundary with India, I/We hereby certify that this
bidder is not from such country or, if from such a country, has been registered with competent
authority . I/We hereby certify that this bidder fulfils all requirements in this regard and is eligible to
be considered.

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

(TO BE SUBMITTED BY SOLE BIDDER/ LEAD Member IN CASE OF Consortium)

F-5: No Deviation Certificate

This is to certify that our offer is exactly in line with your tender enquiry/RFP (including
amendments) no. _________ dated __________. This is to expressly certify that our offer contains
no deviation either Technical (including but not limited to Scope of Work, Work Requirements,
Specifications, Functional Requirements) or Commercial in either direct or indirect form.

(Authorised Signatory)

Signature:

Name:

Designation:

Place :

Stamp

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

(TO BE SUBMITTED BY SOLE BIDDER/ LEAD Member IN CASE OF Consortium)

FORM F-6

Total Responsibility Certificate

This is to certify that we undertake the total responsibility for the defect and interruption free
operation of the work as per the requirement of the RFP for the duration mentioned in the RFP.

(Authorised Signatory)

Signature:

Name:

Designation:

Address:

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

(TO BE SUBMITTED BY SOLE BIDDER/ LEAD Member IN CASE OF Consortium)

FORM F-7

Anti-Collusion Certificate

We hereby certify and confirm that in the preparation and submission of our Bid for Request for
Proposal for Design, Construction, Testing, Commissioning of Potable Water Supply Network and
Sewerage Collection Systems including Sewage Treatment Plant with associated works for ABD
Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair for Port Blair
Smart Projects Ltd, We have not acted in concert or in collusion with any other Bidder or other
person(s) and also not done any act, deed or thing, which is or could be regarded as anti-
competitive. We further confirm that we have not offered nor will offer any illegal gratification in
cash or kind to any person or organization in connection with the instant bid.

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

FORM F-8

Format for Power of Attorney for signing the Bid


(On INR 100.00 Non judicial Stamp Paper and duly notarized)
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 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
application for qualification and submission of our bid for the work namely, “Design,
Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage
Collection Systems including Sewage Treatment Plant with associated works for ABD Area
on EPC Basis including 5 year of Operation and Maintenance at Port Blair” Proposed by
the Port Blair Smart Projects Ltd (PBSPL) (the “Employer”) including but not limited to
signing and submission of all applications, bids and other documents and writings,
participate in pre-bid meeting and other conferences and providing information/ responses
to the employer, representing us in all matters before the employer, signing and execution
of all contracts including the Agreement and undertakings consequent to acceptance of our
bid, and generally dealing with the employer 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 till the
entering into of the Agreement with the employer.
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 .
For

(Signature, name, designation, and address)

Witnesses:
1.

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

2.
Accepted
(Signature, Name, Title and Address of the Attorney)

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.
 In case the bid is signed by an authorized Director / Partner or Proprietor of the Bidder,
a certified copy of the appropriate board resolution / document conveying such
authorization to client may be enclosed in lieu of the Power of Attorney.

Port Blair Smart Projects Ltd


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

F-9

Format for Consortium Agreement (Number of consortium members shall


not be exceed 2 including Lead member.)
(On INR 100.00 Non judicial Stamp Paper and duly notarized)
This Consortium Agreement is entered into on this the ………… day of …………
2020
BETWEE
N
1. …………, a company 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. …………, a company having its registered office at ………… (hereinafter referred
to as the “Second Part” which expression shall, unless repugnant to the context
include its successors and permitted assigns).

The above-mentioned parties of the FIRST and SECOND are collectively referred to as
the “Parties” and each is individually referred to as a “Party”

WHEREAS,

Port Blair Smart Project Ltd (PBSPL) , represented by its Chief Executive Officer and
having its registered offices at Port Blair Smart Project Ltd, Indira Bhavan, Mohanpura,
Port Blair-744101, India (hereinafter referred to as the “Employer” which expression
shall, unless repugnant to the context or meaning thereof, include its administrators,
successors and assigns) has invited applications (the Applications”) by its Request
for Proposal (the “RFP”) for “for Design, Construction, Testing, Commissioning of
Potable Water Supply Network and Sewerage Collection Systems including Sewage
Treatment Plant with associated works for ABD Area on EPC Basis including 5 year of
Operation and Maintenance at Port Blair” (the “Works”).

A. The Parties are interested in jointly Bidding for the Works as members of the
Consortium and in accordance with the terms and conditions of the RFP document
and other Bid documents in respect of the Works, and
B. It is a necessary condition under the RFP document that the members of the
Consortium shall enter into a Consortium Agreement and furnish a copy thereof with
the Application.
a. 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
2.1 The Parties do hereby irrevocably constitute a consortium for the purposes of
36
Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

jointly participating in the Bidding Process for the Works.


2.2 The Parties hereby undertake to participate in the Bidding Process only through
this Consortium agreement and not individually and/ or through any other
consortium constituted for this Works, either directly or indirectly or through any
of their associate /parent/sister organization.
3. Covenants

The Parties hereby undertake that in the event the consortium is declared the
selected Bidder and awarded the Contract, the Consortium members shall enter
into a Contract Agreement with the Employer and, through its lead partner,
undertake to perform all its obligations in compliance with the Contract
Agreement for the Works.
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 and shall have the power of
attorney from all Parties for conducting all business for and on behalf of the
consortium during the Bidding Process and until the Contract Agreement is
entered into with the Employer; Party of the First Part shall be the responsible
for works ……………..
and (responsibility to be mentioned)
b. Party of the Second Part shall be the responsible for
works ..................................................... (responsibility to be mentioned)
5. Joint and Several Liabilities
The Parties do hereby undertake to be jointly and severally responsible for all
obligations and liabilities relating to the Works and in accordance with the terms
of the RFP, Bidding Document and the Contract Agreement.
Without prejudice to the joint and several liability of all the members of the
Consortium, the Lead Member shall represent all the members of the
Consortium and shall at all times be liable and responsible for discharging the
functions and obligations of the Contractor. The Contractor shall ensure that
each member of the Consortium shall be bound by any decision,
communication, notice, action or inaction of the Lead Member on any matter
related to this Agreement and the Employer shall be entitled to rely upon any
such action, decision or communication of the Lead Member. The Employer
shall have the right to release payments solely to the Lead Member and shall
not in any manner be responsible or liable for the inter se allocation of
payments among members of the Consortium.

6. Percentage Participation in the Consortium


6.1 The Parties agree that the proportion of percentage participation in works among
the Parties in the consortium shall be as follows: First Party (Lead Member):
[should have at-least 51% percentage participation] Second Party: [should
have at least 26% percentage participation]

6.2 The Parties undertake that they shall always collectively hold 100%
(hundred per cent) of the percentage participation of the Consortium
until the Completion of the Project.

37
Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

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 board resolution/ power of attorney
in favor of the person executing this Agreement for the delegation of
power and authority to execute this Agreement on behalf of the Consortium
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
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 associates 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 the Completion of the Project of the Works is achieved under and in
accordance with the Contract Agreement, in case the Contract is awarded to the
Consortium. However, in case the Consortium is either does not get selected for
award of the Contract, the Agreement will stand terminated in case the Applicant is

38
Design, Construction, Testing, Commissioning of Potable Water Supply Network and Sewerage Collection Section -3- Qualification
Systems including Sewage Treatment Plant with associated works for ABD Area on EPC Basis including 5
year of Operation and Maintenance at Port Blair Information

not pre-qualified or upon return of the Bid Security by the Employer to the Bidder, as
the case may be.

9. GUARANTEES AND BONDS


9.1 The Performance Guarantee/additional Performance Guarantee, if any shall be
submitted by the Lead member on behalf of the consortium in favour of CEO, Port
Blair Smart Project Limited. However, Submission of Performance Guarantee Security
by Lead member on behalf of the consortium shall in no way dilute their Joint & Several
responsibility. If in case, Employer decides to forfeit the Performance
Guarantee/additional Performance Guarantee submitted by Lead member due to
reasons stated in the RFP, all member shall abide the decision of employer.

10. Miscellaneous
10.1 This Consortium Agreement shall be governed by laws of India.
10.2 The Parties acknowledge and accept that this Agreement shall not be
amended by the Parties without the prior written consent of the Employer.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND


DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

For and on behalf of

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

LEAD MEMBER by: SECOND MEMBER by:


Name : Name :
Designation Designation
Signature Signature

Witness:

i.
ii.

Enc: board resolution/ power of attorney in favour of the person executing this Agreement

39
Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

F-10 Format for Power of Attorney for Lead member of


Consortium (To be issued by other member to the Lead member)
[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
company who is issuing the power of attorney]

Whereas has invited RFP response for (Name of the Project)


Whereas the Members of the Consortium comprising of M/s. _, M/s.
and
M/s…………, (the respective names and addresses of the registered offices to be
given) are interested in bidding for the Project and implementing the same in
accordance with the terms and conditions contained in the RFP Documents.
Whereas, it is necessary for the members of the Consortium to designate one of
them as the lead member with all necessary power and authority to do, for and
on behalf of the Consortium, all acts, deeds and things as may be necessary in
connection with the Consortium’s RFP response for the Project.
NOW THIS POWER OF ATTORNEY WITNESSETH THAT
We, M/s. hereby designate M/s.
being one of the members of the Consortium, as the lead member of the
Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or
things necessary or incidental to the Consortium’s RFP response for the Project,
including submission of the RFP response, participating in meetings, responding
to queries, submission of information or documents and generally to represent the
Consortium in all its dealings with Client or any other Government Agency or any
person, in connection with the Project until culmination of the process of bidding
till the Project Agreement is entered into with Client and thereafter till the expiry
of the Project/contract 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 and shall always be deemed to have been
done by us or Consortium.
Dated this the day of 2020 (Signature)
(Name in Block Letter of Executant) [Seal of Company]
Witness 1 Witness 2
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.

Port Blair Smart Projects Ltd 2-1


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-1

GENERAL INFORMATION

All Bidders are requested to complete the information in this form. Nationality
information to be provided for all owners or Bidders who are partnerships or
individually owned firms.

Nationality of Owners (*)

Name Nationality

1.

2.

3.

(*) To be completed by all owners of partnerships or individually owned firms. POA/Board


resolution copy/or any other document which shows the signatory has the
power to submit the bid to be submitted.

1. Name of firm

2. Head office Address

3. Telephone Contact

4. Fax E-mail

5. Place of incorporation / Year of incorporation registration


registration

Port Blair Smart Projects Ltd 2-2


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-2
(To be submitted by Sole Bidder/ All Member including lead in case of
Consortium)

STRUCTURE & ORGANISATION

1. Name & Address of the Bidder

2. Telephone No. /Telex No. /Fax No.

3. Permanent Account No.

(Attached Copy of PAN.)

4 GST Registration No of the state:

(attach copy)

(If the bidder has not obtained GST registration in the State in which the work
is to be taken up, or as required by GST authorities then in such a case the
bidder shall scan and upload following under taking along with other bid
documents. “lf work is awarded to me, I/we shall obtain GST registration
Certificate of the State, in which work is to be taken up, within one month from
the date of receipt of award letter or before release of any payment by the
Employer, whichever is earlier, failing which I/We shall be responsible for any
delay in payments which will be due towards me/us on a/c of the work
executed and/or for any action taken by Employer or GST department in this
regard)

4. Employees Provident Fund Account No.

(attach copy)

5. Legal status of the Bidder

(Attached copies of original Document defining the legal status).

a) An Individual

b) A proprietary firm

c) A firm in partnership

d) A limited company or Corporation

Port Blair Smart Projects Ltd 2-3


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

6. Particulars of registration with various Government bodies (attach


registration copies).

Organization/Place of registration No.


Registration No. & Date

7. Names and Titles of Directors & Officers with


designation to be concerned with this work.

8. Designation of individuals authorized to act for


the organization.

9. Whether the Bidder is a shareholder or partner


of any firm enlisted in PBSPL.
10. Whether the Bidder or any of his partners or
shareholders is / are members of the Indian
Parliament or any State Legislature or relative
of any of officers in PBSPL. If Yes, name and
particulars of such officer along with the
relationship to the Bidder / partner.

11. Name of partners with their respective shares in


the firms (attested copy of partnership deed
to be enclosed) and affidavit of sole
proprietorship in case of individual Bidder.

12. Was the Bidder ever required to suspend


construction for a period of more than six
months continuously after you commenced the
construction? If so, give the name of the project,
Duration and reasons of suspension of work.

13. Has the Bidder or any constituent partner in


case of partnership firm, ever abandoned the
awarded work before its completion? If so, give
name of the project, year and reasons for
abandonment.

14. Has the Bidder or any of his constituent


partners or shareholders has ever been black-
listed or removed from the approved list of
contractors, or demoted to a lower class or
orders passed banning / suspending business
with the applicant etc. by any Govt.
Department/Public Sector Undertaking in the
past. If so give details including year.

15. In which field of construction the Bidder has


specialization and interest?

16. Number of years in the construction Industry.

Port Blair Smart Projects Ltd 2-4


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

17. Any other information considered necessary


but not included above.
18. Whether the Bidder or his constituent partners
or shareholders are in any capacity near
relatives (*) of any employee in PBSPL. If Yes,
name and designation of officer in PBSPL to
whom the Bidder or his constituent partners or
shareholder is a near relative.
19 Whether Bidder is associated, directly or
indirectly, with the Consultant or any other
entity that has prepared the tender design,
specifications and other documents for the
Project or being proposed as Project
Manager/Engineer for the Contract
(*) That includes wife, husband, parents, grand-parents, children, grand-children,
brothers, sisters, uncles, aunts, cousins, and their corresponding in-laws.

Port Blair Smart Projects Ltd 2-5


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-3
(To be signed by Chartered Accountant)
(To be submitted by Sole Bidder/ All Member including lead in case of Consortium)

Name of Bidder:
5. ANNUAL FINANCIAL DATA
Financial
Details
Financial Year
(in Indian
Rupees) 2018-19* 2017-18 2016-17 2015-14 2014-15 2013-14 2012-13

Turnover from
Construction
work only

Net worth

Profit/loss

* In case audited balance sheet for 2019-20 is available, bidder may submit data
for 2019-20.
Note:
1. Certificate from Chartered Accountant certifying turnover from construction
works out of total turnover shall be submitted (as per the format provided above).
2. In case of turnovers in foreign currency, the figures are to be given in
relevant currency and Figures in INR may be worked out as per SBI BC selling
rates prevalent at that time, clearly indicating the calculations.
3. The bidder should not have incurred any loss in more than two years during
available last five consecutive balance sheets, duly certified and audited by the
Chartered Accountant.

Port Blair Smart Projects Ltd 2-6


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-4

Demonstrate Experience of Particular Experience (Refer Clause 1.2 of Annexure -1 under


Qualifying Criteria)

Name of Bidder.
Bidder should provide information to demonstrate that they meet the requirements
stated in the Qualification/Evaluation Criteria.
Use separate sheet(s) for each Contract as per following format.

1. Contract Number of Contract


Name of Contract
Country
2. Name of Employer
3. Employer’s address (Give telephone and fax no.)
4. Nature of works and special features relevant to the Contract for which
the Applicant wishes to Bid

5. Work executed as:(tick one)

Prime contractor Partner in a Joint Venture


6. a) Value of the total contract

b) Amount of work sub-contracted by the firm


7. Value of similar work, if the similar work, as described in bid document,
is only a part of a bigger project :
Certificate from Employer indicating the cost of similar work out of the
total project cost of bigger project.
8. Date of award
9. Scheduled Date of Completion
10. Contract duration (years and months)

----------- years ---------- months


11. Actual Date of Completion
12. Narrative Description of Project: Type of project, Length, Capacity

13. Time Overrun, if any and whether without levy of compensation/penalty,


with levy of compensation/penalty or levy of compensation/penalty not
decided

Port Blair Smart Projects Ltd 2-7


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

14 Name, Address, Contact No. of any officer of Employer(not below the


rank of Executive Engineer/Project Manager) to whom any reference may
be made

NOTE:

The Bidder should submit completion certificate Issued by the Client, clearly indicating
the nature / scope of work done, actual completion cost, actual date of completion.
Qualifying Parameters as stated in clause 1.2 of Annexure -1 (Qualifying Criteria)
should be provided by the bidder along with supporting documents like Completion
Certificate. Work Order Copy also to be provided.

Port Blair Smart Projects Ltd 2-8


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-5

Summary Sheet: Current Contract commitments / works in progress

Name of Bidder

Bidder should provide information on their current commitments on all contracts that have
been awarded, or for which a letter of intent or acceptance has been received, or for
contracts approaching completion, but for which an unqualified, final completion certificate
has yet to be issued.

Name of Contract Percent Percent Name and Contract * ** *** Estimate


the No. & age and age Address value d
S.
contract Date amount and of Client completi
, /Date of of amount /Employer on date
Location Start particip sub- (incl. Tel./
ation of contract Fax no.)
and firm in ed by
Nature the the firm
of the project
work

1 2 3 4 5 6 7 8 9 10 11

--

*Stipulated date of completion

** Value of outstanding work

*** Value of outstanding work to be completed during next 31 (Thirty One) months starting
from Date of opening of technical bid

Note:

. Documentary proof in form of copy of agreement, value of work executed etc., in support of
information given above must be submitted for each project.

Port Blair Smart Projects Ltd 2-9


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-6
RESOURCES PROPOSED FOR THE PROJECT- PLANTS & EQUIPMENTS

The figures indicated below are the minimum number of equipment required.

S. Type of equipment Minimum No. of Units of equipment


No. required for the work required for the work Availability Owned/ Age and
Leased/
With the condition of
Bidder
the Plants and
Equipment
1) Dozer 1

2) Front end Loader 1

3) Smooth Wheeled Roller 1

4) Water Tank 3

5) Bar Cutting Machine 4

6) Bar Bending Machine 3

7) Welding Machine 4

8) Well-equipped Laboratory 1
facility for
quality Test
9) Transit Mixer with 1
pumping
arrangement
10) Steel Prop For 2000 Sqm

11) Concrete Batching Plant 1


(20 cum / hour)
12) Steel Plate with fitting For 2000 Sqm

13) Staging pipe with fitting For 2000 Sqm

14) Dewatering Pump (7.5 3 No


HP)

Signature of Bidder
Name of Firm
Date

Port Blair Smart Projects Ltd 2-10


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-7

PROPOSED SITE ORGANISATION

A. SITE ORGANISATION CHART

B. NARRATIVE DESCRIPTION OF SITE ORGANISATION CHART

C. DESCRIPTION OF RELATIONSHIP BETWEEN HEAD-OFFICE AND


*SITE MANAGEMENT

* Indicate clearly distribution of authority and responsibility between Head


Office and Site Management.
Port Blair Smart Projects Ltd 2-11
Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-8

CREDIT FACILITY AND SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that
M/s___________ or Shri____________ a customer of our Bank is respectable and can
be treated as good for any engagement up to a limit of
Rs.____________(Rupees________________________.

We also certify that, If the contract of the work namely……………………is awarded to


the above firm, we shall be able to provide overdraft/credit facilities to the extent of
Rs……….meet their working capital requirements for executing to the above contract
during the contract period.

This certificate is issued without any guarantee or responsibility on the Bank or any of
its Officers.

(Signature)

for the Bank.

Note:

1. This certificate may be issued on the letterhead of the Bank and should
not more than six-month-old from one day before the last date of
submission of bid.

Port Blair Smart Projects Ltd 2-12


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-9

Litigation/Arbitration History
Name of Bidder
Bidder, should provide information on any history of litigation or arbitration resulting from
contracts executed in the last seven years or currently under execution

Award Name of Name of client, Disputed Actual


FOR or Project cause of amount Awarded
Year AGAINST litigation/ (current Amount
Bidder value)
Arbitration and
matter in dispute

Note: 1. In case of amounts in foreign currency, the figures are to be given in relevant
currency and Figures in INR may be worked out as per SBI BC selling rates
prevalent at that time.

Port Blair Smart Projects Ltd 2-13


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-10

INFORMATION REGARDING CURRENT LITIGATION, DEBARRING / EXPELLING


OF BIDDER OR ABANDONMENT OF WORK BY BIDDER
1 (a) Does the Bidder has consistent history of litigation/ …..Yes/No
arbitration awarded against him.
(b) If yes, give details

2 (a) Has the Bidder been debarred/blacklisted by any …..Yes/No


Govt. Department/Public Sector Undertaking in India
as on the date of application, except on account of
reasons other than non-performance, such as
rescinding of joint venture due to most experienced
partner of joint venture pulling out, court directions
leading to breaking up of a joint venture before start of work.
(b) If yes, give details

3 (a) Has the Bidder abandoned any contract work in …..Yes/No


India
(a) If yes, give details

4 (a) Has the Bidder has suffered bankruptcy/insolvency or


in the process of winding-up or there is a case of insolvency
pending before any Court
…..Yes/No
(b) If yes, give details, including present status
5. (a) Has the Bidder been debarred by ….Yes/No
Government/Semi Government Organization as on the
date of application for bidding
(b) If yes, give details

Note: If any information in this schedule is found to be incorrect or concealed, Bid


will summarily be rejected.

Port Blair Smart Projects Ltd 2-14


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

FORM T-11
AFFIDAVIT*
I,________________ S/o Sh. ______________ authorized representative of M/s
_________ with its office at ________________ solemnly affirm and declare as under
on behalf of the firm:-

1. I/We is/are submitting Bid for _________ _________ (Name of Work)

2. I/We, the undersigned, do hereby certify that all the statements as contained in
the Bid and annexure thereto are true and correct.
3. I/We, the undersigned, also hereby certify that neither our firm M/s
_________________ nor any of its constituent partners have abandoned any
work/ contract awarded to us for which the reasons are attributable to the non-
performance of the contractor.
4. I/We, the undersigned, also hereby certify that no criminal proceedings are
pending/ ongoing in any court of law regarding any project executed by our firm.
5. I/We, the undersigned, also hereby certify that our firm has not been debarred/
blacklisted by any Government or Semi Government Organization.

6. The undersigned hereby authorize(s) and request(s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested by
Employer/Engineer to verify this statement or regarding my (our) competence and
general reputation.
7. I/We, the undersigned, understand and agree that further qualifying information
may be requested, and agrees to furnish any such information at the request of
Employer/Engineer.
[Deponent]
Signed by an Authorized Officer of the Bidder
Title of Officer
Name of Bidder
Date
VERIFICATION
I/We, the above-named deponent do hereby solemnly affirm that the information
contained in para 1 to 7 above are true and correct as per my knowledge and records
and nothing material has been concealed there from.
Verified on ______ , 2020 at ________.
[Deponent]
* To be given on Non-judicial stamp paper of Rs.10/- duly notarized.

Port Blair Smart Projects Ltd 2-15


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

Annexure -1

QUALIFYING CRITERIA

The evaluation of Technical Bid will be based on Bidders meeting all the following
minimum pass/fail criteria regarding their General, Particular experience and
Financial experience along with other relevant information furnished by the Bidder:

1 Qualifying Criteria/ Experience

1.1 General

(i) This Bid is a National competitive bidding and open to bidders who are
registered according to the provisions of the Companies’ Act 1956 or the Limited
Liability Partnership Act 2008 or the Partnership Act 1932 or any other appropriate
law engaged applicable for construction work or any amendments thereof.
However, it may be noted that any “bidder from a country which shares a
land boundary with India” will be eligible to bid in this RFP only if the bidder
is registered with the “competent authority”.

Definition of “Bidder from a country which shares a land boundary with India” and
“Competent authority” would be in accordance with the Office Memorandum
number F.No. 6/18/2019-PPD dated 23rd July 2020 issued by Ministry of Finance,
Department of Expenditure, Public Procurement division, Government of India. A
copy of Office Memorandum is attached for bidder’s reference.

JV is allowed of maximum three members.

1.2. Particular Construction Experience

i. Experience of Design, Build & Commissioning, of at least ONE Sewage Treatment


Plant (STP) having any technology of minimum capacity 8 MLD in One Single
Contract/Project during the last 7 years
ii. Experience of Design, Build & Commissioning, of at least ONE Sewage Pumping
Station (IPS/MPS) having minimum capacity of 8 MLD in One Single Contract/
Project during the last 7 years
iii. Experience of Design, Build & Commissioning, of Sewerage Network of minimum
Length of 35 Km in a Single Contract/Project during the last 7 years
iv. Experience of Design, Build & Commissioning, of Potable Water Network of
minimum Length of 54 Km in a Single Contract/Project during the last 7 years

Note:

Port Blair Smart Projects Ltd 2-16


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

1. Domain Experience of Design, Build & Commissioning and Operation &


Maintenance may be from same project or from separate project subjected
to fulfilment of all other conditions and requirements as define in the complete
Tender Documents.
2. The Bidder should submit completion certificate Issued by the Client duly
signed by Authorized Signatory not below the rank of Executive Engineer or
equivalent or Authorised representative in case of public listed company,
clearly indicating the nature / scope of work done, actual completion cost and
actual date of completion.
3. Work experience certificate issued by Public listed company having average
annual turnover of Rs. 500 crore and above in last 3 financial years excluding
the current financial year, listed on National Stock Exchange or Bombay stock
Exchange, incorporated/ registered at least 5 years prior to the date of opening
of RFP, shall also be considered provided the work experience certificate has
been issued by a person authorized by the Public listed company to issued
such certificates.

In case Bidder submits work experience certificate issued by public listed


company, the tenderer shall also submit along with work experience certificate,
the relevant copy of work order, bill of quantities, bill wise details of payment
received duly certified by Chartered Accountant, TDS certificates for all
payments received and copy of final/last bill paid by company in support of
above work experience certificate.

In case the similar work, as described above, is only a part of a composite/bigger


project, the certificate from Employer should also indicate the cost of similar work
out of the total project cost & scope of composite/bigger project.

Base Year and Escalation


The following enhancement factors have to be used for updating the cost of works
executed to bring to a common base:
Year before Multiplying Factor

Base year (2018-19) 1.00


One 1.07
Two 1.14
Three 1.23
Four 1.31
Five 1.40
Six 1.50
Seven 1.61

Applicant should incorporate the above enhancement factors to the actual amount
of the works executed by them clearly indicating the calculations.

In case the financial figure and value of completed works are in foreign currency,
the above enhanced factors will not be applied. Instead, actual amount in the

Port Blair Smart Projects Ltd 2-17


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

foreign currency shall have to be converted into equivalent Indian Rupees (INR)
at the State Bank of India BC selling rate as on the date two weeks prior to the
last date of submission, clearly indicating the calculations.

1.3 Turnover
The bidder should have achieved Minimum average annual turnover of INR 187
Crore during last seven Financial years The turnover will be indexed at the rate of
10% for a year to the 2018-2019 level.
1.4 Financial capability
1.4.1 Availability of Credit Facility and Solvency
The bidder shall demonstrate by submitting along with its bid, a banker’s certificate on
the prescribed format that it has available cash credit facility equivalent to minimum INR
47 crore and solvency of INR 30 crore.
1.4.2 Net Worth
The bidder should have positive net worth and should not have incurred any loss (Profit
after Tax) in more than three years during available last seven consecutive balance
sheets duly certified and audited by the Chartered Accountant
1.4.3 Bidding Capacity
The Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity is more than the available bid capacity. The bid capacity shall be
computed according to the formula provided below and as per following and it shall need
to be more than amount put to tender:
Assessed available bid capacity = A * N * 3 - B,
Whereas, A = Maximum value of civil engineering works in respect of Projects executed
in any one year during the last seven Financial years
N = Stipulated Execution period of the Contract as per the tender notice
B = Value ($updated to the price level of the year indicated in the table above) of
existing commitments and ongoing works to be completed during the next 2(Two) years
Note: a. For the purpose of verification of compliance of qualification criteria, financial
figures shall be escalated by using multiplying factor as provided clause 1.2 above to
bring them to year 2018-2019 price level. All financial figures provided by Bidders must
be certified by a Charted Accountant.
b. The statements showing the value of existing commitments and on-going works as
well as the stipulated period of completion remaining for each of the works listed should
be countersigned by the Engineer in charge, not below the rank of an Executive Engineer
or equivalent for the respective works..
1.5 Personnel capabilities
The Bidder shall supply general information on the management structure of the
firm and shall make provision for suitably qualified personnel to fill the key

Port Blair Smart Projects Ltd 2-18


Design, Construction, Testing, Commissioning of Potable Water Supply Network and Section -3- Qualification information
Sewerage Collection Systems including Sewage Treatment Plant with associated works for
ABD Area on EPC Basis including 5 year of Operation and Maintenance at Port Blair

positions/support staff/office staff as required during contract period for timely


implementation of works.

1.6 Equipment capabilities


The Bidder is required to own or have assured access through hire or lease to the
key items of equipment required during contract period for timely implementation
of works.
1.7 Disqualification
Even though the Bidder meets the above criteria, he is subject to be disqualified if
Bidder has:
- made misleading or false representation in the forms, statements and attachments
submitted; or
- any criminal proceedings are pending/ ongoing in any court of law regarding any
project executed by the Bidder.
- has been debarred/blacklisted by any Government/Semi Government
Organization/funding agencies/PSU/ IFI/ Funding Agency such as World Bank,
ADB, JICA etc. at any time till last date for submission of bid, ,except in cases
where such blacklisting/ banning has been withdrawn by Competent Authority or
reasons other than non-performance, such as rescinding of joint venture due to
most experienced partner of joint venture pulling out or debarment/blacklisting
has ceased on the deadline for submission of the bids, for which satisfactory
evidence is to be produced.
- The bidder or any of its constituents has suffered bankruptcy/insolvency or it is in
the process of winding-up or there is a case of insolvency pending before any
Court on the deadline of submission of bids or thereafter till finalization of bids.
- records of poor performance such as abandoning the work, rescinding of contract
for which the reasons are attributable to the non-performance of the Bidder,
inordinate delays in completion, consistent history of litigation / arbitration awarded
against the Bidder or any of its constituents or financial failure due to bankruptcy,
etc.
- any near relative posted in PBSPL in any capacity (any breach of this condition by
the bidder would render him liable to be debarred for taking up works in PBSPL).
The near relatives include wife, husband, partners, grand-parents, children,
grandchildren, brothers, sisters, uncles, aunts, cousins, and their corresponding
in-laws.
- Bidder is associated, directly or indirectly, with the Consultant or any other entity
that has prepared the tender design, specifications and other documents for the
Project or being proposed as Project Manager/Engineer for the Contract/Work
- Is under a declaration of ineligibility for corrupt or fraudulent practice

Port Blair Smart Projects Ltd 2-19

You might also like