You are on page 1of 15

INVITATION FOR BID

VOLUME 1, SECTION I

BANGALORE ELECTRICITY SUPPLY COMPANY LIMITED


SMART GRID & ELECTRIC VEHICLE CELL
INVITATION FOR BID Vol-1, Section I

Vol-1, Section I

Invitation for Bids (IFB)

BANGALORE ELECTRICITY SUPPLY COMPANY LIMITED, Corporate Office, K.R.


Circle, Bangalore-560 001 invites Electronic Bids from eligible Bidders for the work
mentioned below, under Competitive Bidding against enquiry number:

BESCOM/DGM (SG&EV)/BC-53/ 2021-22/ ENQ- 12 Dated: 04.01.2022

For

PROVDING EV CHARGING STATIONS AT BESCOM OWNED PREMISES


UNDER PPP MODEL.

Page 1 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

Contents
Invitation for Bids (IFB) ........................................................................................................................... 1
1. Introduction ................................................................................................................................ 3
2. Notice Inviting Tender (NIT) ........................................................................................................ 3
3. Issue of Bid Documents............................................................................................................... 4
4. Submission of Bid Documents .................................................................................................... 4
5. Eligible Bidders ............................................................................................................................ 5
6. Cost of Bidding ............................................................................................................................ 5
7. Project Description...................................................................................................................... 5
8. Scope of the Work ...................................................................................................................... 5
9. Additional Information................................................................................................................ 5
10. Tender Processing Fee and Earnest Money Deposit .............................................................. 6
11. Bid Details ............................................................................................................................... 7
12. Qualifying Requirements ........................................................................................................ 8
12.1. General requirements of the bidder from country sharing the land border with India . 8
12.2. The essential minimum qualifying requirements are as under: ................................... 10
12.3. Conditions for forming consortium............................................................................... 12
12.4. Documents to be uploaded by the bidder: ................................................................... 13
12.5. Important Information .................................................................................................. 13

Page 2 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

1. Introduction

The Deputy General Manager (Ele), Smart Grid & Electric Vehicle, Corporate
office, Bangalore Electricity Supply Company Limited (BESCOM), K.R circle,
Bangalore-560 001, on behalf of BESCOM, is inviting tender for Enquiry No.
BESCOM/DGM(SG&EV)/BC-53/2021-22/Enq-12 Dated: 04-01-2022
through e-procurement portal (www.eproc.karnataka.gov.in) for “Providing
EV Charging Stations at BESCOM owned premises under PPP model”.

2. Notice Inviting Tender (NIT)


BESCOM/DGM(SG&EV)/BC-53/2021-
1.0 Bid Enquiry No. 22/Enq-12 Dated: 04-01-2022
Providing EV Charging Stations at
2.0 Name of the BESCOM owned premises under PPP
work model
Type of tender
3.0 e-procurement portal – Two part tender

4.0 Refer e-procurement website


Tender processing fee
www.eproc.karnataka.gov.in
5.0 EMD Rs. 14,60,000/- Rupees Fourteen
Lakhs Sixty Thousand Only
Bids shall be valid for 180 (One
6.0 Validity of Bids Hundred Eighty) Days from the date
of opening of technical bids.

7.0 Calendar of Events

7.1 Availability of bid


documents in 12.01.2022 from 17:00 Hrs onwards
e-procurement portal
7.2 Last Date & Time for
Receipt/clarification of 20.01.2022 upto 17:00 Hrs
queries
7.3 Pre-bid meeting On 21.01.2022 at 11:00 Hrs
(Video Conference link
https://meet.google.com/apn-sski-kxw)

7.4 Last Date & Time for


Upto 11.02.2022, 17:00hrs
receipt of tenders
7.5 Date & Time for Opening of
On 14.02.2022, 11:00 Hrs
Technical Bids
8.0 Tender Processing Fee The eligible bidders who wish to
participate in the tender shall have
to pay the Non-refundable tender
Page 3 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

processing fee as specified in the e-


procurement portal:
www.eproc.karnataka.gov.in.
9.0 Currency Indian National Rupees only (INR)

As mentioned in the tender


10.0 Schedule of requirements
documents
General Terms and
11.0 Enclosed herewith
Conditions
12.0 Scope of the work Enclosed herewith

3. Issue of Bid Documents

Tender documents can be


downloaded from e-procurement portal
www.//eproc.karnataka.gov.in from 12.01.2022; 17:00 Hours Onwards
free of cost, under login for contractors. The prospective bidders are advised
to register their user ID, pass word, and Company ID from web site
https://eproc.karnataka.gov.in.

4. Submission of Bid Documents

All the bid documents shall be submitted through e-procurement portal on or


before last date of bid submission as mentioned in e-procurement portal. The
bids will be opened on 14.02.2022 at 11:00 Hrs as mentioned in the e-
procurement portal.

The bids shall be evaluated and successful bidders shall be awarded the
subject work.

a. Bids must be accompanied by required EMD which will be paid online


through e-procurement portal.

b. Bids must be electronically submitted (on-line through internet) within the


date and time published in e-procurement portal.

c. Any clarifications regarding the scope of work of the project can be had
from the undersigned during office hours.

d. Any clarifications about e-payment contact e-procurement help desk 080-


25501216 / 25501227 or e-mail to helpdesk.blr@gmail.com for any issue.

e. For clarifications regarding the scope of work of the bid enquiry can
contact: Deputy General Manager (SG & EV) - Email: dgmsg@bescom.co.in
/ dgmsgev@gmail.com.

f. BESCOM reserves the right to cancel the bid process or reject all bids
without assigning any reason thereof and will bear no liability whatsoever
consequent upon such a decision
Page 4 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

5. Eligible Bidders

This Invitation for Bids, issued by BESCOM (Employer) is open to all firms
including company/companies, Government recognized Research
Organization from all eligible source country, Government owned
Enterprises registered and incorporated in India under relevant ACT.

6. Cost of Bidding

The bidder shall bear all costs and expenses associated with preparation and
submission of bids including participation in pre-bid / post bid discussions,
Technical & other presentations. BESCOM (Employer) will under no
circumstances bear the expenditures or costs, regardless of the conduct or
outcome of the bidding process.

7. Project Description.

Government of Karnataka issued the Karnataka Electric Vehicle and


Energy Storage Policy 2017 (Government Order No: CI 117 SPI 2017,
Bengaluru dated 25.09.2017) which envisages a compelling vision of making
Benguluru the Electric Vehicle Capital of India besides attracting investment
to the tune of INR 31,000 crore and creating 55,000 new jobs by 2022.

In line with Electric Vehicle and Energy Storage Policy, BESCOM has created
a skeleton Electric Vehicle Charging Infrastructure in Bengaluru City on fast
track with 136 EV Chargers (106 AC Chargers and 30 DC Chargers).

Now, BESCOM desires to expand the present network of EV Charging Stations


across its jurisdiction in 08 districts and intends to have proposal from
competent Technology Company for “Providing EV Charging Stations at
BESCOM owned premises under PPP model”.

8. Scope of the Work

The scope of work under this tender is as defined in the Special Conditions of
Contract (SCC).

9. Additional Information

9.1. The interested eligible Bidders may obtain further information from the office
of, THE DEPUTY GENERAL MANAGER, SG&EV, 1st FLOOR, 2ND BLOCK,
Page 5 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

CORPORATE OFFICE, BENGALURU ELECTRICITY SUPPLY COMPANY


LIMTED (BESCOM), K.R. CIRCLE, BANGALORE-560 001.

9.2. Issues on which clarifications are sought by the Prospective Bidders shall be
submitted in writing to the THE DEPUTY GENERAL MANAGER, SG&EV, 1st
FLOOR, 2ND BLOCK, CORPORATE OFFICE, BENGALURU ELECTRICITY
SUPPLY COMPANY LIMTED (BESCOM), K.R. CIRCLE, BANGALORE-560 001
on or before the date and time as mentioned in the e-Procurement platform.

9.3. A pre-bid conference shall be held on 21.01.2022 at 11:00 Hours All the
interested bidders who require clarifications on any aspect of this Request for
Proposal (RFP), should send their queries in writing at least seven days before
the pre-bid conference.

9.4. The queries shall be dealt with at the pre-bid conference. Based on the
outcome of the pre-bid conference at any time prior to the deadline for
submission of the bid (technical and financial) or extended date, if deemed
necessary, BESCOM reserves the right to add/modify/delete any portion of
this document by issuing an amendment. The amendment will be issued in e-
procurement portal and such amendment will be binding on the bidders.

9.5. Letters seeking clarifications received subsequent to the mentioned date will
not be entertained. Interested Bidders may also submit online queries through
the e-Procurement platform and need to mention their firm credentials along
with online queries.

9.6. The Bids are invited and are to be submitted through Electronic Mode only.
The Bid Notification and the Bidding Documents are available on website
https://eproc.karnataka.gov.in. The Bidders can download the tender
documents from the e-procurement portal (www.eproc.karnataka.gov.in) from
12.01.2022 from 17:00 Hours (free of cost), last date & time for receipt of Bid
is 11.02.2022 Up to 17.00hrs and the techno commercial bid will be opened
on 14.02.2022 at 11.00 Hrs. In addition, when submitting bids via the e-
procurement portal, an e-procurement tender processing fee must be paid on
the e-procurement portal https://eproc.karnataka.gov.in.

10. Tender Processing Fee and Earnest Money Deposit

The bidder should pay the Earnest Money Deposit (EMD), Tender processing
Fee & Registration Fee in the e-Procurement portal
www.eproc.karnataka.gov.in using any of the following payment modes:
a. Instant Payments
i. Credit Card
ii. Debit Card
iii. Net banking
b. Deferred Payments
1. National Electronic Fund Transfer (NEFT)
Page 6 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

2. Remittance at the bank counter (ICICI bank only)/Over The


Counter (OTC) Payment

Any clarification in this regard may be obtained from the e- Procurement


portalwww.eproc.karnataka.gov.in.

The supplier/contractor’s bid will be evaluated only on confirmation of receipt


of the payment (EMD) in the Government of Karnataka central pooling a/c
held at ICICI Bank.

The bidder shall furnish Bank Guarantee for amount above 10 lakhs to
Deputy General Manager (SG&EV) on or before the last date of submission of
the bid documents in a sealed cover along with other documents as mentioned
in clause 19.6 of ITB (Section-II, Vol-1).

For details on e-Payment services refer to e-procurement portal for more


details on the process

Note: In e-Procurement Portal Contractor has the option of withdrawing the


Bid by digitally signing to withdraw/cancel bid before the bid submission time
/Date.

11. Bid Details

11.1 The bid submitted by the Bidder shall comprise the following documents and
upload in the e-procurement portal:

a. Bid Form duly completed and signed by the Bidder, together with all
Attachments.

b. Price Schedules duly completed by the Bidder.

11.2 Bids shall be submitted in two parts viz., (1) Techno -Commercial Bid and (2)
Price Bid both on Electronic Mode only. Manual bids will not be accepted.

11.3 Separate document Files have been specifically created for uploading the
qualifying documents such as Performance Certificate, Power of Attorney
(Annexure – 11) in favor of all the persons signing the documents, Audited
Financial statements, Valid Class-I, Certificate of Incorporation of all the
participating companies in case of Registered Companies/ Partnership deed
in case of Partnership Firm/ VAT registration or CST registration or KST
registration or Pan Card in case of Proprietorship Firm, No Deviation
Certificate(Annexure 6), Letter of Undertaking for Bid validity (Annexure 9),
EMD, techno-commercial sheets etc. These Qualifying documents are to be
uploaded to the respective files only, IF ANY OF DOCUMENTS ARE
UPLOADED TO THE FILE OTHER THAN THE SPECIFIED FILES, SUCH
DOCUMENTS WILL NOT BE CONSIDERERD FOR EVALUATION. If any the
documents are not applicable to a particular Bidder, then such Bidders have

Page 7 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

to upload a document stating “Not Applicable”. The other documents if any


which needs to be uploaded by the Bidder for which no specific files have
been created to substantiate or to meet the requirements of the Bids, such
additional documents may be uploaded in the folder named as “additional
documents” in the e-Procurement portal.

11.4 Bidders can upload the bids on to e-procurement portal before 17:00 Hrs of
IST on 11.02.2022.

11.5 The Techno-Commercial Bids will be opened at 11.00 Hrs of IST on


14.02.2022.

11.6 The Price Bids of those Bidders whose Techno-Commercial Bids are found
Responsive, will only be opened at a later date under intimation to the
Qualified Bidders, either by regular mail or by e-mail.

NOTE: Price Bids of Non - Responsive Bidders will not be opened.

11.7 The Bidders shall provide proof of their credentials in support of their
Technical capacity, Financial Strength and Past Experience. All the
performance certificates shall be issued by an officer not below the rank of
an Executive Engineer of Govt Dept, Electrical Utility or Electricity
distribution company in India.

11.8 Bengaluru Electricity Supply Company Limited takes no responsibility for


delay, due to any cyber or any other computer related problems or postal
delay. Further, BESCOM reserves the right to reject any or all the Bids
without assigning any reasons thereof and shall bear no liability whatsoever
consequent upon such a decision.

12. Qualifying Requirements


12.1. General requirements of the bidder from country sharing the land
border with India

The bidder from a country which shares a land with India will be eligible to
bid in this tender only if the bidder is registered with the competent authority
as per Government order No: FD 455 Exp-12 2020 Bengaluru Dated
25.08.2020.
a. “Bidder” (including the term ‘tenderer’, consultant’ or’ service provider’ in
certain contexts) means any person or firm or company, including any
member of a consortium or joint venture (that is an association of several
persons, of firms or companies), every artificial juridical person not failing
in any of the descriptions of bidders stated hereinbefore, including any
agency branch or office controlled by such person, participating in a
procurement process.

Page 8 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

b. “Bidder from a country which shares a land border with India” for the
purpose of this order means:-
i. An entity incorporated, established or registered in such a
country; or
ii. A subsidiary of an entity incorporated, established or registered
in such a country; or
iii. An entity substantially controlled through entities
incorporated, established or registered in such a country; or
iv. An entity whose beneficial owner is situated in such a country;
or
v. An Indian (or other) agent of such an entity; or
vi. A natural person who is citizen of such a country ; or
vii. A consortium or joint venture where any member of the
consortium or joint venture falls under any of the above.
c. The beneficial owner for the purpose of above clause will be as
under:
i. In case of a company or limited Liability Partnership, the
beneficial owner is the natural persons (s), who, whether acting
alone or together, or through one or more juridical persons, has
a controlling ownership interest or who exercises control
through other means.
Explanation:-
a. “Controlling ownership interest” means ownership of or
entitlement to more than twenty-five percent of shares or
capital or profits of the company;
b. “Control” shall include the right to appoint majority of the
directors or to control the management or policy decisions
including by virtue of their shareholding or management
rights or shareholders agreements or voting agreements;
ii. In case of a partnership firm, the beneficial owner is the natural
person(s) who, whether acting alone or together, or through one
or more juridical person, has ownership of entitlement to more
than fifteen percent of capital or profits of the partnership.
iii. in case of an unincorporated association or body of individuals,
the beneficial owner is the natural person (s), who, whether
acting alone or together, or through one or more juridical
persons, has ownership of or entitlement to more that fifteen
percent of the property or capital or profits of such association
or body of individuals;
iv. Where no natural person is identified under (i) or (ii) or (iii)
above, the beneficial owner is the relevant natural person who
holds the position of senior managing official;
v. In case of a trust, the identification of beneficial owner(s) shall
include identification of the author of the trust, the trustee, the
beneficiaries with fifteen percent or more interest in the trust

Page 9 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

and any other natural persons exercising ultimate effective


control over the trust through a chain of control or ownership.
d. An agent is a person employed to do any act for another, or to represent
another in dealing with third person.
e. A certificate for having read the above clauses is required to be submitted
/ uploaded by the tenderer separately in the following format:
“I have read the clause regarding restrictions an procurement from a
bidder of a country which shares a land border with India; I certify that
this bidder is not from such a country or, if from such a country, has
been registered with the Competent authority. I hereby certify that this
bidder fulfils all requirements in this regard and is eligible to be
considered. (Where applicable, evidence of valid registration by the
competent Authority shall be attached).”

Note: Government order No: FD 455 Exp-12 2020 Bengaluru Dated


25.08.2020 and its amendment dated 29.03.2021 are annexed as
Annexure-13 (a) & 13 (b).

12.2. The essential minimum qualifying requirements are as under:


Sl Requirement Description Documents to be Uploaded
No
Technical Requirements
1 The Lead Bidder & Consortium Valid certificate of registration /
partner shall be a firm registered incorporation certificate
under Companies act/ Partnership
act/ Proprietorship act / LLP
2 The Lead Bidder / Consortium 1) Company’s profile of Bidder.
partner should be 2) In case of authorized representative /
a. Original Equipment Manufacturer dealer / re-seller / agent an authorization
(OEM) OR letter issued by the OEM(s) to the bidder.
b. an authorised representative/
dealer/re-seller/ agent/ Channel
partners of the OEM of the EVSEs
OR
c. Charge Point Operator (CPO) of
public charging stations in India OR
d. Battery Swapping Operator (BSO)
in India OR
e. any DISCOM in India OR
f. any PSUs under Central
Government/State Governments in
India.
3 The lead bidder or consortium a. For OEMs/ authorised representative/
partner must fulfil the following dealer/re-seller/ agent/ Channel
eligibility criteria: partners of the OEM – Purchase Order
(PO) / Work Award and Satisfactory
Performance certificate against each
Page 10 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

a. OEMs shall have successfully purchase order / work award issued by


installed and commissioned at least Client in Client Letter head.
50 nos of EVSEs in India and the
same shall be operational for at least b. For Charge Point Operator (CPO) of
01 year as on date of NIT. public charging stations or Battery
OR Swapping Operator, Self-declaration of
b. Charge point operator operation of the minimum required
(CPO)/DISCOMs/PSUs should be charging points or battery swapping
operating at least 50 nos of EVSEs facilities along with (i) monthly session
in India and the same shall be reports of the stations / no. of battery
operational for at least 01 year as on swaps in the stations and (ii) monthly
date of NIT. availability reports of the stations for
OR Calendar Year 2021.
c. Battery Swapping Operator should
be operating at least 10 Battery c. For DISCOMs/PSUs, Self-declaration of
Swapping Docks in India. installation and operation of the
minimum required charging points
certified by officer not below rank of
Executive Engineer.

4 The Lead bidder should not have A self-declaration by the Lead Bidder
been defaulted and blacklisted by and consortium partner as per format
any Government agencies / Utilities. specified to be submitted.
Financial Requirements
5 The annual turnover of the lead Certified copies of audited financial
bidder must be at least Rs. 15 Cr in statements providing the turnover details
at least any one of 5 preceding for the five preceding financial years (FY
financial years (FY 2016-17 FY 2016-17 FY 2017-18, FY 2018-19, FY
2017-18, FY 2018-19, FY 2019-20, 2019-20, FY 2020-21). The audited
FY 2020-21). financial statement should be in Indian
rupees.

6 Liquid assets as on 04.01.2022 or The cash at bank, term deposits with


later consisting of cash at Bank + bank and availability of fund-based
Term Deposit + availability of fund- credit facility as on 04.01.2022 or later
date but before opening of technical bid
based credit facility in any
shall be supported by certificate issued
Nationalized/scheduled commercial by any Nationalized / scheduled
Bank shall not be less than Rs. 7.5 commercial bank with whom the bidder
Cr. has the banking facility.

Note:
1. The date of NIT for the reference is 04th January 2022.
2. The work completion certificate shall be preferably as per format in
Annexure-12.
3. Even though the Bidder meets above qualifying criteria, as per their
statement they are subject to be disqualified if they have:
Page 11 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

a. Made misleading or false representation in statements and documents


submitted as proof of qualification requirement.
b. Record of poor performance such as not properly completing the
contract, inordinate delay, completion or financial failure, etc., in any of
their previous projects.
4. The bidder can either participate as OEM or through an authorized dealer
only. If the OEM is found to participate both as bidder and through an
authorized dealer, both the bids are liable to be rejected.

12.3. Conditions for forming consortium


12.3.1. In case of Consortium the following conditions shall be precedent:
i. The consortium can have a maximum of two constituents including the
lead bidder.
ii. One of the partners shall be nominated as Lead bidder, and the Lead
bidder shall be authorized to incur liabilities and receive instructions
for and on behalf of any and all partners of the consortium, and the
entire execution of the Contract shall be done with the Lead bidder and
payment under the contract shall be received by the Lead bidder on
behalf of the consortium as per power conferred to him in the Power of
Attorney. The authorization shall be evidenced by submitting a Power
of Attorney signed by legally authorized signatory of the partners as
per Performa in bidding document. Separate requests from other
consortium members shall not be entertained.
iii. Consortium may be formed in such a manner so that the complete
technical qualification criteria is met cumulatively.
iv. The qualification criteria under the financial capabilities should be met
individually by the lead bidder of the consortium.
v. The bid shall be signed by all the member of the consortium so as to be
legally binding, jointly and severally. A copy of the consortium
agreement on Non – Judicial 200/- stamp paper satisfying the above
conditions shall be submitted with the bid indicating role and duties of
all consortium members.
vi. In case of Successful bid the contract performance guarantee shall be
submitted by the Lead bidder.
vii. The contract agreement between BESCOM and consortium shall be
signed by all the members of the consortium.
viii. There shall be no conditional offer in the consortium agreement with
regard to the project.
ix. A consortium partner shall not be partner for more than one bidder in
this tender. In that case, both or all such offers will be rejected.
x. The bidder and its consortium partners should have PF, ESI and GST
issued by competent authority and proof of such registration shall be
enclosed along with the bid.
xi. Consortium formed for the purpose of the tender shall be valid
throughout the period of lease agreement.
xii. The consortium agreement shall be as per format in Annexure-5.

Page 12 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

12.4. Documents to be uploaded by the bidder:


The bidders must upload all documents required to prove as required in
Qualification Criteria Clause 12.2 and in addition to above, the following
documents must be uploaded for further evaluation of Technical Proposal:
i. Company Profile document of Bidder Partner.
ii. Copy of Permanent Account Number (PAN) Card of Lead bidder.
iii. Copy of consortium agreement.
Note: If the above information to be furnished by the bidder is found to be
false or is not furnished by the bidder before last date of submitting the bids,
BESCOM reserves all rights to disqualify the bidder.
12.5. Important Information
12.5.1. Bidders shall note that BESCOM may not award the work to the successful
bidders, if in the opinion of BESCOM based on its experience the firm may
not perform well in execution of work and may delay in execution because
of its existing works on hand.
12.5.2. If in the event of the information furnished by the bidders is found to be
false at any stage of tendering, BESCOM at its discretion may take action
against such Bidders and may forfeit the EMD, disqualifying the offer of
such Bidders and black list the firm. If in the event of information furnished
by Bidder is found to be false during the execution stage, then BESCOM at
its liberty may take action to cancel the works awarded besides forfeiting
the performance guarantee executed against the contract and may black
list the firm and recover the losses and levy liquidated damages.
12.5.3. If after negotiations, no award has been given to other bidders, then
BESCOM reserves the right to take appropriate decision regarding the
award.
12.5.4. BESCOM reserves the right to reject any or all of the bids, without assigning
any reason thereof.
12.5.5. COMMISSIONING PERIOD: The entire assigned Work shall be completed &
commissioned in 06 months from the date of issue of work award.
12.5.6. The Bidders shall be fully responsible for providing all Equipment,
Materials, System and Services specified in their Scope or otherwise which
are required to complete the Construction and successful Commissioning
of the work in all respects in this Tender.
12.5.7. Notwithstanding anything stated above or elsewhere in the Tender
specifications, BESCOM reserves the right to assess the Capability /
suitability of the Bidder to perform the overall Contract should the
circumstances warrant such assessment in the overall interest of BESCOM.

BESCOM reserves its right to vary or modify any of the tender


condition for reasons to be recorded, in case it becomes necessary.
Note: Please refer Instructions to bidders for documents to be uploaded.

Sd/-
Deputy General Manager,
Smart Grid & Electric Vehicle Cell,
Page 13 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12
INVITATION FOR BID Vol-1, Section I

BESCOM

Page 14 of 14
BESCOM/BC-53/DGM(SG&EV)/2021-220/Enq-12

You might also like