Professional Documents
Culture Documents
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)
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.
To,
(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid; or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:
[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.]
FORM F-3
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.
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
___________________________________ _____________________
Thanking you,
Yours sincerely,
Printed Name
Designation
Seal
Date:
Place:
Business Address:
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.
Printed Name
Designation
Seal
Date:
Place:
Business Address:
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
FORM F-6
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:
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.
Printed Name
Designation
Seal
Date:
Place:
Business Address:
FORM F-8
Witnesses:
1.
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.
F-9
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:
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.
6.2 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
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.
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.
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
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.
Name Nationality
1.
2.
3.
1. Name of firm
3. Telephone Contact
4. Fax E-mail
FORM T-2
(To be submitted by Sole Bidder/ All Member including lead in case of
Consortium)
(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)
(attach copy)
a) An Individual
b) A proprietary firm
c) A firm in partnership
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.
FORM T-4
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.
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.
FORM T-5
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.
1 2 3 4 5 6 7 8 9 10 11
--
*** 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.
FORM T-6
RESOURCES PROPOSED FOR THE PROJECT- PLANTS & EQUIPMENTS
The figures indicated below are the minimum number of equipment required.
4) Water Tank 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
Signature of Bidder
Name of Firm
Date
FORM T-7
FORM T-8
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________________________.
This certificate is issued without any guarantee or responsibility on the Bank or any of
its Officers.
(Signature)
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.
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
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.
FORM T-10
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:-
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.
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:
1.1 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.
Note:
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
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