You are on page 1of 74

NIeT No.

: WBSEDCL/ SPGD/ RTS/ Empanelment/ 2023-24/ NIT-


48 Date- 24.08.2023.

TENDER DOCUMENT

FOR

Empanelment of Agency and fixing of testing & supervision fees for


issuance of fitness certificate of Solar Power Generation System
(SPGS) at the consumer premises as per clause no 8.3(b) of
Procedure-C of WBSEDCL

WEST BENGAL STATE ELECTRICITY


DISTRIBUTION COMPANY LIMITED
(A Govt. of West Bengal Enterprise)
SOLAR POWER GENERATION DEPARTMENT
TABLE OF CONTENTS

Sl. Description Page


No. No.
1 Notice Inviting e-Tender 02-04
2 Instruction to Bidders 05-11

3 General Conditions of Contract 12-13


4 Special Conditions of Contract 14-15
5 Forms 16
a Form I: Check List 17-18
b Form II: Format of Letter of Bid 19
c Form III: Pro-forma For Undertaking to be submitted by the 20
Bidder
d Form IV: Statement of orders executed during last three 21
financial years
e Form V: Certificate regarding summary statement of annual 22
turnover
f Form VI: Format of Deviation Sheet 23
6 Annexure
a Annexure I : Application of Tender 24
b Annexure II : BRIEF VENDOR PROFILE 25
c Annexure III ; Proforma for Price Bid 26
d Annexure IV: Pro-forma of Contract Agreement 27
e Annexure V: Pro-forma Of Indemnity Bond 28-29

Page | 1
West Bengal State Electricity Distribution Company Limited
(A Government of West Bengal Enterprise)
Solar Power Generation Department
Data Centre Complex (3rd Floor), Action Area -I, AF Block, Street no. 41, New Town,
Kolkata-700163
e-mail: cesolar@wbsedcl.in
CIN: U40109WB2007SGC113473

NOTICE INVITING TENDER

NIeT No.: WBSEDCL/ SPGD/ RTS/ Empanelment/ 2023-24/ NIT-48 Date- 24.08.2023

The Chief Engineer, Solar Power Generation Department, WBSEDCL, Data Centre Complex (3 rd Floor),
Action Area -I, AF Block, Street no. 41, New Town, Kolkata-700163 invites e-tender (online Bid
submission) from experienced, eligible and resourceful bidders for Empanelment of Agency and fixing
of testing & supervision fees for issuance of fitness certificate of Solar Power Generation System (SPGS)
at the consumer premises as per clause no 8.3(b) of Procedure-C of WBSEDCL as detailed below:

Estimated Fees /Inverter


Description
(₹) (without GST)
For Single Phase Testing & supervision charges both 3000/-

For Single Phase supervision charges only 2000/-

For Three Phase Testing & supervision charges both 3500/-

For Three Phase supervision charges only 2500/-

(Payment to be made by the consumer to the enlisted agency as per actual rate obtained by tendering
which will be available at WBSEDCL’s website)

 Validity of Empanelment : Three (3) years from the date of empanelment.

Key - Dates for e-Tendering:

Sl. No. List of Activities Date & Time


1 Publishing Date 31.08.2023 at 10.00 hrs.
2 Document Download start date 31.08.2023 at 11.00 hrs.
3 Last date of Submission of queries for Pre-bid 07.09.2023 upto 15.00 hrs
4 meeting
Date of Pre-Bid Meeting 08.09.2023 at 11:00 hrs.
5. Bid submission (Technical & Financial) start date 11.09.2023 at 10.00 hrs.
6. End date of Bid submission (Technical & Financial) 18.09.2023 up to 14:00 hrs.

7. Technical Bid opening date 20.09.2023 14:00 hrs.


8. Financial Bid opening date To be notified later on.

Page | 2
Terms & Conditions of the Tender Notice:
1. Registration of Bidder: Intending eligible bidders desirous of participating in the tender will
have to be enrolled and registered with the Government e-Procurement System and may like
to log on to the website https://wbtenders.gov.in for the above tender.

2. Digital Signature Certificate (DSC): Bidders willing to take part in the process of e-tendering
are required to obtain Class 2 or Class 3 Digital Signature Certificate (DSC) in the name of person
who will sign the tender, from any authorized Certifying Authority (CA) under the Controller of
Certification Agencies (CCA), Govt of India. The bidders are required to register the fact of
possessing the Digital Signature Certificates through the Registration System available in the
website. Tenders shall be submitted online and intending bidders should download the tender
documents from the website stated above, directly with the help of the DSC. This is the only
mode of collection of tender documents. Details of submission procedure are given in
“Instructions to Bidders (ITB)”.

3. Tender Fee: No fee is applicable for purchasing this tender document for the e-tender.

4. Earnest Money Deposit: NIL.

5. Bid Validity: The Tender and Offer shall remain valid for a minimum period of 180 days from
the date of opening of the Technical Bid. However, WBSEDCL, on the merit of the case, may
request extension of validity of the offer for a further suitable period without any change in
terms & conditions of the offer.

6. The bidder or their duly authorized representative should attend the Pre-bid Meeting at the
stipulated date and time as mentioned in the Key date’s schedule.

7. Any evidence of unfair Trade Practices including over charging, price fixing, cartelization etc.
as defined in various statutes, will automatically disqualify the bidders.

8. WBSEDCL is not bound to accept the lowest tender and reserves the right to cancel any or all
the tenders unilaterally without assigning any reason what-so-ever.

9. Other information as well as terms and conditions, which are not covered above, will be
available in Instructions to Bidders, General Conditions of Contract, Special Conditions of
Contract.

10. The Tender Inviting Authority reserves the right to modify, amend or supplement the Tender
Document. Any corrigendum, notification concerned to this tender will be published in the e-
tender portal https://wbtenders.gov.in and it will be treated as part and parcel of the
tender. The bidders are, therefore, advised to follow the website for such corrigendum,
notification etc.

11. All the important correspondence must be done through declared authorized email-id with
scanned copy of documents/letter in company’s letter head/pad.

Page | 3
12. Intending bidder should not quote more that estimated value. If intending bidder
quotes more than estimated value, his/her bid will be cancelled without any reason
thereof. Intending bidder also should not quote 80% below of estimated value. If
intending bidder quotes 80% below of estimated value, in such case also, his/her
bid will be cancelled without any reason thereof.

13. Any further information related to this tender may be had from the following office:
Office of the Chief Engineer
Solar Power Generation Department,
West Bengal State Electricity Distribution Company Limited (WBSEDCL) 3rd Floor, Data Centre
Complex, Street No. 41, Action Area-I, New Town, Kolkata – 700 163.
Website : www.wbsedcl.in
Contact
Tel. Nos.: +91 8900793309/10/29
Email id : cesolar@wbsedcl.in

Page | 4
INSTRUCTIONS TO BIDDERS
(ITB)

Page | 5
1. Name of the Work:
Empanelment of Agency and fixing of testing & supervision fees for issuance of fitness certificate of Solar Power
Generation System (SPGS) at the consumer premises as per clause no 8.3(b) of Procedure-C of WBSEDCL
2. Scope of Work:
A. To issue fitness certificate for Solar Power Generation System following tests to be done at site ( As per -
Procedure-C)-
01. Harmonic reports
02. Voltage fluctuation and flicker
03. DC current injection
04. Fault current contribution
05. Voltage and Frequency protection: As per CEA guidelines
06. Reconnection time settings: As per CEA guidelines
07. Reactive support test (At 240 volt (Nominal Voltage) to 245 Volt it should operate at unity power factor.
However, grid voltage reduces, inverter should operate in leading power factor with linearly increasing
trend up to 230 Volt, and then it becomes fixed with 0.95 lead (i.e. 30% capacitive). Similarly, for voltage
range from 245 to 255 Volt the Inverter should absorb reactive power gradually with maximum power
factor 0.95 (i.e. Inductive 30%).
B. Equipment required for the aforesaid tests-
Necessary equipment should be available with the successful vendor (if empaneled) for testing of the
Solar Power Generation System at consumer premises.

3. ELIGIBILITY CRITERIA FOR PARTICIPATION IN THE BIDDING:

3.1 General:
WBSEDCL’s enlisted contractor
or
Other agency who have executed any solar plant directly / as sub-vendor in
WBSEDCL/WBREDA/WBPDCL/WBSETCL/DPL area

3.2 Technical Eligibility Criteria


3.2.1 A declaration form is to be submitted by intending bidder that he is a working contractor
of WBSEDCL or he has executed any solar plant directly / as sub-vendor in
WBSEDCL/WBREDA/WBPDCL/WBSETCL/DPL area
3.2.2 No joint venture & consortium is allowed.

3.3 Financial Eligibility Criteria


3.3.1 The bidder should be a registered company incorporated in India under the Companies
Act, 1956 or 2013 (with amendment from time to time) or Partnership Firm registered as
per Partnership Act 1932 or Statutory Body or LLP Act 2008 and must submit Trade
license, Certificate of Company Incorporation / Registration Certificate, PAN Card, PF
Registration, Employees’ State Insurance Registration, Professional Tax Enrolment
Certificate, GST Registration (GSTIN), Labour License, Electrical Contractor License as per
the applicability.
3.3.2 The bidder should have a Minimum Average Annual Turnover Rs. 10 lakh during last 03
(three) consecutive financial years for participation in the bidding process
3.3.3 The bidder shall submit Income Tax Return for the last 03 (three) Assessment Years.

Page | 6
4. General guidance for e-Tendering:
Instructions/Guidelines for electronic submission of the tenders have been mentioned below
for assisting the bidders to participate in e-Tendering.

4.1 Registration of bidder:


Any bidder willing to take part in the process of e-Tendering will have to be enrolled &
registered with the e-Procurement system, through logging on to https://wbtenders.gov.in
4.2 Digital Signature certificate (DSC):
Each bidder is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC)
for submission of tenders.
The bidder can search and download NIT & Tender Documents electronically from the
website mentioned above using the Digital Signature Certificate. This is the only mode of
collection of Tender Documents.
4.3 Language of the Bid:
The offer prepared by the bidder and all correspondence and documents relating to the
bid exchanged by the bidder and WBSEDCL shall be written in English. The desired
documents and any other document submitted by the bidder shall be written in English.

5. Pre-Bid Meeting
The Pre-bid meeting will be held on scheduled date and time as mentioned NIeT at the office
of the Chief Engineer Solar Power Generation Department (SPGD), 3rd Floor, Data Centre
Complex, Street No. 41, Action Area-I, New Town, Kolkata – 700 163.

6. Submission of Bid:
6.1 General procedure of submission of Bids
Tenders are to be submitted online through the website https://wbtenders.gov.in. All the
documents uploaded by the Tender Inviting Authority form an integral part of the contract.
Bidders are required to upload all the tender documents along with the other documents, as
asked for in the tender, through the above website within the stipulated date and time as
given in the Tender.
Tenders are to be submitted in two folders –
a) one is Technical Proposal and
b) the other is Financial Proposal.
The bidder shall carefully go through the documents and prepare the required documents
and upload the scanned documents in Portable Document Format (PDF) to the portal in the
designated locations of Technical Bid.
The bidder needs to download the Forms / Annexure, fill up the particulars in the designated
Cell and upload the same in the designated location of Technical Bid. The bidder needs to
download the BOQ, fill up the rates in the BOQ in the designated Cell and upload the same in
the designated location of Financial Bid.
All the documents uploaded shall be virus scanned and digitally signed using the Digital
Signature Certificate (DSC). The bidders shall take note of all the addendum/ corrigendum
related to the tender and upload the latest documents as part of the tender.

6.2 Technical Proposal


The Technical Proposal shall contain scanned copies and/or declarations in the following
standardized formats in two covers (folders).
A. Statutory Cover

Page | 7
i. To be submitted in “Annexure” folder
a) Application for Tender (Vide Annexure – I)
b) Brief of vendor profile (Vide Annexure – II)

ii. To be submitted in “NIT” folder


a) Notice Inviting Tender (NIT) / Bid Documents with Company Stamp and Signature
b) Addenda/Corrigenda if published, Pre-bid Minutes with Company Stamp and Signature.
Note: Bidders are to keep track of all the Addendum/Corrigendum/ Pre-bid Minutes
issued with this tender and upload all the above digitally signed along with the
NIT. Tenders submitted without the Addendum/Corrigendum will be treated
as informal and liable to be rejected.

iii. To be submitted in “Forms” folder


a) Check List (Vide Form – I),
b) Format of Letter of Bid (Vide Form – II)
c) Proforma for Undertakings to be submitted by the Bidders (Form-III)
d) Format of Deviation Sheet (Vide Form – VI)
(Only downloaded copies of the above documents are to be uploaded, virus scanned
and digitally signed by the bidder)
Note: Tenders will be summarily rejected if any item in the statutory cover is
missing.

B. Non-Statutory Cover (My Document)


i. Company Details:
a) Proof of Company Incorporation/ Trade Licenses
b) Power of Attorney, duly notarized, indicating that the person signing the bid has the
authority to sign.

ii. Copy of Certificates:


a) PAN Card.
b) Professional Tax (PT) Registration with current tax deposit Challan.
c) GST Registration Certificate (GSTIN).
Note: In case of any change in Company’s/ Firm’s name duly incorporated
under applicable Law in India, then Certificates in old company’s name along
with the Application for Change of Name of the Certificates duly acknowledged
by the Issuing Authority may also be considered.

iii. Technical Information:


a) list of key professionals
b) Statement of Order executed during last 5 years (Form-IV)

iv. Financial Information:


a) Income Tax Return for the last 03 (three) assessment years.
b) Summary statement of average annual turnover (Vide Form – V) for a period of the

Page | 8
last three financial years, certified by the Auditor. In case the bidder is not a company,
certificate of Tax Auditor may be submitted.

v. Credential:
Declaration is to be submitted.
Note:
 Failure of submission of any one of the above- m e n t i o n e d documents
will render the tender liable to summary rejection.
 The documents uploaded should be digitally signed using the Digital
Signature Certificate (DSC).

6.3 Financial Proposal


The financial proposal should contain the following documents in one cover (folder).

Bill of Quantities (BOQ)


The bidder shall have to quote the rate online in the space marked for offering their
rate in the BOQ vide Annexure –III (Pro-forma: – PRICE BID).
(Only downloaded copies of the above documents are to be uploaded, virus scanned
and digitally signed by the bidder)

7. Submission of documents:

7.1 No hard copy is required to be submitted

7.2 Place of submission if required during tendering process:


Solar Power Generation Department (SPGD), 3rd Floor, Data Centre Complex, Street No.
41, Action Area-I, New Town, Kolkata – 700 163.
7.3 Time of submission: Must be submitted physically at the office of the Chief Engineer,
Solar Power Generation Department (SPGD), WBSEDCL, under sealed cover super-
scribing the name of the work with NIeT no., name of the bidder etc. within the scheduled
date & time as specified in the NIT.

8. Clarification of Bidding Documents:


8.1 The bidder shall carefully examine the Tender Document and satisfy him about the nature
and character of the work against the contract. Should there be any discrepancy or,
obscurity in the meaning of any of the clauses of the Tender Document or if there be any
query of the intending Bidder, the Bidder shall set forth such discrepancies, doubt,
obscurity or queries and submit the same through email-id cesolar@wbsedcl.in or
physically the office of the Chief Engineer Solar Power Generation Department (SPGD), 3rd
Floor, Data Centre Complex, Street No. 41, Action Area-I, New Town, Kolkata – 700 163
on or before dates mentioned in Key-Dates for e- Tendering for necessary clarification
by WBSEDCL.
8.2 To assist in the examination, evaluation and comparison of Bids, WBSEDCL may ask the
bidder individually for a clarification of his Bid including break up of unit rates. The request
for clarification and the responses shall be in writing. But no change in the submitted Bid
document shall be sought, offered or permitted except as required to confirm the
correction of arithmetical errors discovered by WBSEDCL during the evaluation of the Bids.
9. Deviation:
This tender is a 'No Deviation' tender. Request for any deviation may only be considered if
pointed out by any firm in the Pre-Bid meeting. However, a no deviation statement as per Form
- VI shall have to be submitted.

Page | 9
10. Conditional and Incomplete Tender:
Conditional and/or incomplete tenders are not acceptable in any case.

11. Validity of Tender and Offer:


The offer shall remain valid for a minimum period of 180 days from the next day of opening of
the tender. However, WBSEDCL may, on the merit of case, request for extension of validity of
the offer for a further suitable period without any change in terms & conditions of the offer.

12. Earnest Money Deposit (EMD): NIL


13. Opening and evaluation of tender:
13.1 Opening of Technical Proposal
i. Technical proposals will be opened by the Tender Inviting Authority or his authorized
representative electronically from the website stated above, using their Digital Signature
Certificate.
ii. Intending bidders may remain present, if they so desire.
iii. Cover (Folder) for Statutory Documents will be opened first and if found in order, Cover
(Folder) for Non-statutory Documents will be opened. If there is any deficiency in the
Statutory Documents, the tender will summarily be rejected.
iv. Decrypted (transformed into readable formats) documents of the Statutory and Non-
statutory Covers will be downloaded for the purpose of evaluation.

13.2 Technical Evaluation of Tender


i. While evaluation, the Tender Inviting Authority or his authorized representative may
summon the participating bidders and seek clarification/information or additional
documents or original hard copy of any of the documents already uploaded and if the
same not be produced within the stipulated time frame, their proposals will be liable for
rejection.
ii. The summary list of participating bidders, whose bids will be found techno-commercially
eligible, will be uploaded in the web portals. Date of opening of financial bid will be
intimated to the techno-commercially qualified bidders.
13.3 Opening and evaluation of Financial Proposal
i. Financial proposals of the bidders declared techno-commercially eligible, will be opened
electronically by the Tender Inviting Authority from the web portal stated above on the
prescribed date.
ii. Financial evaluation will be done on the basis of item wise lowest bidder
iii. As the proposed work will be executed throughout the entire WBSEDCL area,
WBSEDCL may ask others unsuccessful bidders for price matching with L1 price
for distribution of work preferably district wise intending agencies. WBSEDCL’s
decision is final in this regard.
iv. After opening of the financial proposal, the preliminary summary result containing inter-
alia, name of bidders and the rates quoted by them will be uploaded.
v. The Tender Accepting Authority may ask any of the bidders to submit analysis to justify
the rate quoted by that bidder.
vi. Bids determined to be subsequently responsive will be checked by WBSEDCL for any
arithmetic errors in computation and summation. Errors will be corrected by WBSEDCL as
follows:
vii. Where there is discrepancy between amount in figures and in words, the amount in words
shall be considered.

Page | 10
viii. Where there is discrepancy between the unit rate and the total amount derived from the
multiplication of the unit rate and the quantity, the unit rate as quoted shall be considered.
13.4 Revision/withdrawal of Financial Proposal by the bidder after opening of Technical
Proposal of the tender will not be allowed if it is not sought for by the Tender Inviting
Authority.

14. Process to be Confidential


14.1 After the public opening of bids information relating to the examination, clarification,
evaluation of comparison of Bids and recommendations concerning the award of contract
shall not be disclosed to bidders or other person not officially concerned with such process
until the Award of the Contract to the successful bidder has been announced.
14.2 Any effort by a bidder to influence WBSEDCL in the process of examination, clarification
evaluation and comparison of Bids, and in decisions concerning the Award of contract may
result in the rejection of his Bid.

15. Acceptance of Tender


Lowest valid rate of the tender will be accepted. However, the Tender Accepting Authority does
not bind himself to do so and reserves the right to reject any or all the tenders without assigning
any reason what-so-ever.
16. Letter of Empanelment :
WBSEDCL will empaneled the list of vendors preferably district wise after price matching with
L1 rate and communicate to the successful vendor. The empaneled bidder shall submit the
Contract Agreement, Security Deposit, Indemnity Bond. The list of empaneled bidders
alongwith the testing charges will be available in WBSEDCL’s website for consumers.

17. Holiday Listing and Vendor Rating


Holiday Listing & Vendor Rating will be applicable according to the “Holiday Listing & Vendor
Rating” policies of the Revised Purchase Policy, which is posted in website of WBSEDCL
(www.wbsedcl.in).
Performance of the bidders, who supplied and installed materials/equipment to WBSEDCL
previously, will be evaluated for their Vendor Rating according to the said Vendor Rating policy
and their Vender Rating will be taken into consideration at the time of evaluation of Technical
and Financial Proposals of the tender.

18. Security Deposit :


WBSEDCL enlisted contractors do not require to deposit security money. Other agency who will
be empaneled shall submit a security money of Rs. 20,000/- (Twenty thousand only) in the form
of DD only in favour of WBSEDCL within 15 (Fifteen) days from the date of issuance of
empanelment list. Interest free security money will be returned to the agency after expiry of
validity period and no complain received from any consumer.
19. Forfeiture of Security money
Security money shall be forfeited if empaneled bidders is unable to execute the testing work and
complain received from any consumer regarding non performing the test.

Page | 11
GENERAL CONDITIONS OF CONTRACT

(GCC)

Page | 12
1. Testing Equipment
Empaneled agency should arrange all testing equipment at his own cost for conducting the test.
After getting order form the intending consumer, the awarded agency will conduct the test in
presence of WBSEDCL’s representative.

2. WBSEDCL’s Right to Terminate the empanelment

 If the empaneled agency fails to start the work within seven (07) days’ time from the date of
issue of order from consumer and upon getting complain from consumer, WBSEDCL shall have
the right to cancel the empanelment with forfeiture of security money.
 In that case, WBSEDCL shall engage other agency for testing. Extra cost, if incurred, to get the
work done through other agency, will be realized from his security money.

3. Approval

After completion of testing, the awarded agency will submit the test report alongwith calibration
report of testing instrument to WBSEDCL

4. Insurance

All Risk Execution Insurance: It is desired that the empaneled agency shall arrange for
insurance coverage for the testing equipment including man power etc. required for successful
completion of the testing.

5. Warranty

If any defect of installed plant arises due the faulty testing, the same will be rectified by awarded
agency within thirty (30) days from the date of defect at their own cost and responsibility.

6. Price

Estimated Price is exclusive of GST. Intending bidder should not quote more that estimated value.
If intending bidder quotes more than estimated value, his/her bid will be cancelled without any
reason thereof. Quoted rate will be fixed for the entire empanelment validity period.

7. Payment

Empaneled agency will charge to consumer as per approved rate.

8. Exclusion / inclusion in empanelment list

WBSEDCL may exclude the agency from the empanelment list if any adverse report is received
against him /her from the consumer / CCC of WBSEDCL.

WBSEDCL may further include suitable agency if required time to time during this contract period.

Page | 13
SPECIAL CONDITIONS OF CONTRACT

(SCC)

Page | 14
1. Calibration
All testing equipment will be duly calibrated.

2. Safety
All tests shall be done under the supervision of qualified persons.
First aid arrangements shall be maintained throughout the whole of working hours.

Reporting of Accident:
All accidents, major or minor, must be reported immediately to WBSEDCL/Consumer and the
empaneled agency will provide first aid to the injured person immediately. The injured person
shall report to the First Aid Station along with the ‘Injured on work’ form as per appropriate
Pro-forma, duly filled in quintuplicate and submit to the Medical Officer of the First Aid Station.

Serious Injuries:
In case of serious injuries, the following procedure shall be adopted by the contractor.

 To provide first aid at his own First Aid Station.


 To take the injured person to the hospital along with the ‘Injured on work’ form duly filled
in.
 To report the accident to WBSEDCL/Consumer.
Fatal Accident:
Fatal accidents must be reported immediately to WBSEDCL/Consumer as well as to the Police.

Penalty:
Failure to observe the Safety Rules will make the contractor liable to penalty by way of
suspension of work/termination of contract.
Adequate arrangement for proper lighting & guarding shall be made at the work site.

3. Tools & Tackles


The contractor shall provide all reliable tools & tackles for proper execution of testing.
WBSEDCL/Consumer, shall in no way, responsible for supply of any tools & tackles for
implementation of the work.

4. Accident Risk
WBSEDCL/Consumer shall not be responsible in connection with any sort of accident either
fatal or non- fatal which may occur during transportation of materials/equipment, testing of
the PV Power Plant. The Contractor shall have to provide safety precautionary arrangement
for his workmen to avoid any such incident/accident as per prevalent safety rules and
regulations.

5. Road Permits
The contractor shall arrange the waybills wherever required for this testing if required.

6. Legal Jurisdictional
All litigation matters between the parties if any shall be held in any Court in Kolkata under the
superintendence of High Court Calcutta.

7. Accommodation
The accommodation of the contractor’s personnel at the work site is to be arranged by the
contractor.

Page | 15
FORMS

CONTENTS

Form – I CHECK LIST

Form – II Format of Letter of Bid

Form – III PROFORMA FOR UNDERTAKING TO BE SUBMITTED BY THE BIDDER

Form – IV STATEMENT OF ORDERS EXECUTED DURING LAST THREE FINANCIAL YEARS


Form – V SUMMARY STATEMENT OF AVERAGE ANNUAL TURNOVER

Form – VI FORMAT OF DEVIATION SHEET

16
Form – I

CHECK LIST

List of Documents
Sl. Name of To be submitted in Submitted
No. (Scanned Copy of Documents to be folder cover (Y/N)
uploaded by main bidder only)
Statutory cover
1 Earnest Money Deposit (Scanned copy) Drafts
(Technical
proposal)
Statutory cover
2 Application for Tender (Annexure – I) Annexure
(Technical
proposal)
Statutory cover
3 Brief Vendor Profile (Annexure II) Annexure
(Technical
proposal)
Statutory cover
4 Notice Inviting Tender / Tender NIT
(Technical
Documents
proposal)
Addenda / corrigenda / Pre-bid minutes, Statutory cover
5 NIT
if published (Technical
proposal)
Statutory cover
6 Check List (Form – I) Forms
(Technical
proposal)
Statutory cover
7 Format of Letter of Bid (Form – II) Forms
(Technical
proposal)
Statutory cover
8 Deviation Sheet (Form – VI) Forms
(Technical
proposal)
Pro-forma for undertaking to be Statutory cover
9 Forms
submitted by the Bidders (Form – III) (Technical
proposal)
Proof of Company Incorporation / Trade Company Non-Statutory
10 cover
License Details
(Technical
proposal)
Power of Attorney Company Non-Statutory
11 cover
Details
(Technical
proposal)
PAN Card details Non-Statutory
12 Certificates cover
(Technical
proposal)
Current Professional Tax clearance Non-Statutory
13 Certificates cover
certificate and GST registration
certificate (Technical
proposal)
17
Statement of orders executed (Form – Technical Non-Statutory
14
IV) info cover (Technical
proposal)
Income Tax return for the last 03 (three) Non-Statutory
15 Financial
Assessment Years and Income Tax cover (Technical
Info
Clearance Certificate for the last proposal)
Assessment year
Summary statement of average annual Non-Statutory
16 Financial
turnover (Form – V) cover (Technical
Info
proposal)
Non-Statutory
17 Declaration Credential
cover (Technical
proposal)
Declaration Non-Statutory
18 List of Orders in hand
cover (Technical
proposal)
Others: Any other documents found Non-Statutory
19 Declaration
necessary cover (Technical
proposal)
20 BOQ vide Annexure –III (Pro-forma
Bill of
PRICE BID) Financial Proposal
Quantities
(BOQ)

SIGNATURE OF THE TENDERER WITH OFFICE SEAL

18
Form – II

FORMAT OF LETTER OF BID

LETTER HEAD OF BIDDER (AS ENROLLED ONLINE ON e-Tendering PORTAL OF NIC)

To
The Chief Engineer,
Solar Power Generation Department,
West Bengal State Electricity Distribution Company Limited (WBSEDCL) 3rd Floor, Data Centre
Complex, Street No. 41, Action Area-I, New Town, Kolkata – 700 163.

Sub: Letter of Bid for the work


Ref: 1. NIT No dated
2. Tender Id No.

Dear Sir,

We offer to execute the work as per terms & conditions of the TENDER document as available in
the website.

This Bid and your subsequent empanelment Order shall constitute a binding contract between us.

We hereby confirm our acceptance of all terms and conditions of the NIT document
unconditionally.

Dated----------------------- SIGNATURE OF THE TENDERER WITH SEAL

19
Form – III

PROFORMA FOR UNDERTAKING TO BE SUBMITTED BY THE BIDDER

(For genuineness of the information furnished on-line and authenticity of the documents
produced before Tender Committee for verification in support of his eligibility)

I ----------------------------------------------, Partner/Legal Attorney/ Accredited


Representative of M/s / Lead Member of the JV/
Consortium (strike out which one is not applicable), solemnly declare that:

1. We are submitting Tender for the Work -------------------------------------------------------


against Tender Notice No. dated

2. None of the Partners of our firm/JV/Consortium is relative of employee of West Bengal State
Electricity Distribution Company Limited.

3. All information furnished by us in respect of fulfilment of eligibility criteria and qualification


information of this Tender is complete, correct and true.

4. All documents/ credentials submitted along with this Tender are genuine, authentic, true and
valid.

5. If any information and document submitted is found to be false / incorrect any time,
department may cancel my Tender and action as deemed fit may be taken against us,
including termination of the contract, forfeiture of all dues including EMD BG/Performance BG
and banning / delisting of our firm and all partners of the firm etc.

Dated----------------------- SIGNATURE OF THE TENDERER WITH SEAL

20
Form – IV

STATEMENT OF ORDERS EXECUTED DURING LAST THREE FINANCIAL YEARS


Ordered Performanc
Name of Order Name
e report of
Sl. the Installed Financia No. of Quantity value/ Quantity
No. Plants/ l year Owner ordered
Time installed installed Remarks
and systems
(extended (scanned
Project /order time, if copy of
date
issuing any) of certificate
to be
authorit Completion submitted)
y

……………………………………………………………………
SIGNATURE OF THE TENDERER WITH OFFICE SEAL

21
Form – V

CERTIFICATE REGARDING SUMMARY STATEMENT OF ANNUAL TURNOVER

This is to certify that the following statement is the summary of the audited Balance Sheet
arrived in favour of for the three consecutive financial years or for such period since
inception of the Firm, if it was set in less than such three year's period.

Annual Turnover rounded up to Rupees in


Sl. Financial Year lakh (two digits after decimal) Remarks
No.

2020-21

2021-22

2022-23

Total

Average Turnover (Rupees in lakh):

…………………………………………………………………………………………
SIGNATURE OF THE TENDERER WITH OFFICE SEAL

22
Form – VI

DEVIATION SHEET

(To be filled in and signed by the Bidder)

1. If the proposal has got any deviation from the Technical Specification, the Bidder
shall tabulate those deviations here clause by clause.

Sl. No. Clause No. Description Deviation Offered Remarks

2. If the proposal has got any deviation from the Commercial terms specified, the
Bidder shall tabulate those deviations here clause by clause.

Sl. No. Clause No. Description Deviation Offered Remarks

Dated-------------------- SIGNATURE OF THE TENDERER


WITH SEAL

Note: 1. When there is no deviation, this sheet is to be submitted with the offer duly
signed with an endorsement indicating "No Deviation".
2. Deviations not indicated here will not be taken into consideration

23
ANNEXURE – I
APPLICATION FOR TENDER
To,
The Chief Engineer
Solar Power Generation
Department
West Bengal State Electricity
Distribution Company Limited
(WBSEDCL) 3rd Floor, Data
Centre Complex, Street
No. 41, Action Area-I,
New Town, Kolkata – 700 163.

NIT No: -

Dear Sir,

Having examined the Statutory, Non-statutory & NIT documents, I/we hereby like to
state that I/we willfully accept all your conditions and offer to take up the work as per NIT
No. stated above. I/We also agree to guarantee to replace or repair any defect, whenever it
is detected, in the equipment/materials to the satisfaction of the consumer in conformity with
the conditions of contract and addenda.

Dated this day of 2023


Full name of applicant:
Signature:
In the capacity of:
Duly authorized to sign bids
For & on behalf of (Name of Firm):
(In block capitals or typed)

Office address:
Telephone no(s) (office):
Mobile No:
Fax No: _
E mail ID:

………………………………………………………………
SIGNATURE OF THE TENDERER WITH OFFICE SEAL

24
ANNEXURE- II
BRIEF VENDOR PROFILE

1. Name of the Firm/Company

2. Year Established

3. Address of Office

4. Telephone No.

5. Fax No.

6. E-mail Address

7. Website

8. Sectors’ in which the company/firm has successfully commission SPV power plant against the
work order of Govt. / PSU/ Agencies in India

9. No. of full-time personnel currently under employment

10. No. of years of proven experience of providing similar Services

11. Certifications (ISO 9001:2000, if any)

……………………………………………………………
Authorized Signatory (Company Seal)

25
ANNEXURE –III
Sample PROFORMA of PRICE BID
(To be completed & submitted online only by the vendor with the Financial Proposal)

Quoted Fees /Inverter (₹)


Description
(without GST)
For Single Phase Testing & supervision charges both To be quoted in BOQ

For Single Phase supervision charges only To be quoted in BOQ

For Three Phase Testing & supervision charges both To be quoted in BOQ

For Three Phase supervision charges only To be quoted in BOQ

** Intending bidder should not quote more that estimated value. If intending bidder
quotes more than estimated value, his/her bid will be cancelled without any reason
thereof.
1. GST shall be allowable over and above the quoted price/Rate at the prevailing rate.
2. Price quoted for testing charges shall be fixed and firm in all respect and inclusive of all
taxes duties and levies but excluding GST.

…………………………………………………………………………………………..
SIGNATURE OF THE TENDERER WITH OFFICE SEAL

26
ANNEXURE –IV
PROFORMA OF CONTRACT AGREEMENT
(To be executed on Non-Judicial Stamp Paper of Rs. 100/-)
Articles of agreement made on this.................... day of ..................... in the year ...... between
West Bengal State Electricity Distribution Company Limited (A Government of West Bengal Enterprise)
having its head office at Vidyut Bhavan, Block–DJ, Sector–II, Bidhannagar, Kolkata–700091
hereinafter referred as 'WBSEDCL' (which expression shall unless excluded by or repugnant to the
context be deemed to include its successors and assigns) of the ONE PART,
AND
....................................................................................... hereinafter referred to as the
'CONTRACTOR'
(Which expression shall unless excluded by or repugnant to the context be deemed to include his
heirs, executors, administrators, representatives and assigns) of the OTHER PART.
WHEREAS the WBSEDCL invited tenders vide Tender Notice No
...........................................................dated............................... (annexed hereto) for Design
& engineering,
manufacturing & procurement, supply, installation, testing and commissioning including warranty
obligation with 5 (five) years comprehensive maintenance of
...................................................................................................................................(proje
ct name).
AND WHEREAS in pursuance of such invitation for tenders, the contractor submitted a tender vide no
............................................dated .......................... (annexed hereto).The Techno-commercial
part of which was opened on……………………….. and the Price bid was opened on ……………………….
(the tender offer is in custody of the Company at present).
AND WHEREAS AFTER consideration of the tender submitted by the contractor with clarification(s), if
any, the WBSEDCL accepted the said tender submitted by the contractor and placed Letter of Award
no .................................................. dated ........................................(annexed hereto).
NOW, THEREFORE, the WBSEDCL and the contractor agree as follows:
1. The Contractor agrees to undertake the work of
“............................................................................” as
per Letter of Award no ....................................................dated .......... referred to above.
2. The WBSEDCL agrees to pay the Contractor as per order no
.........................................................
dated ......................... referred to above.
1. Both the Contractor and the Company agree that for the purpose of jurisdiction of court in regard to
any dispute arising out of this agreement, this agreement shall be deemed to have been
executed within the jurisdiction of the original side of the High Court, Kolkata.
IN WITNESS WHEREOF the parties have hereunder affixed their signature on the day, month and
year written as above.
SIGNED, SEALED AND DELIVERED
................................................... ...........................................
Contractor WBSEDCL
1)............................................ 1) .........................................
Witness Witness

2)............................................. 2) ........................................
Witness Witness
27
ANNEXURE –V

PROFORMA OF INDEMNITY BOND

(To be executed on Non-Judicial Stamp Paper of Rs. 100/-)

BY THE PRESENT INDEMNITY BOARD EXECUTED by me/us on this


……………………..Day of …………….20……., I/We having Registered Office/residing
at
…………………………………………………………………………….. (herein after called
“OBLIGOR/OBLIGORS” which expression shall mean and includes my/our
successors legal representatives, assigns) do hereby binds
myself/ourselves and also our company/firm after having the power
to bind so with
the promise and undertaking in favour of the West Bengal State Electricity
Distribution Company Limited a government company within the meaning of
Sec.617 of the Company’s Act, 1956 having registered office at Vidyut Bhavan,
Block-DJ, Sector-II, Bidhannagar, Kolkata-700091 (hereinafter called as OBLIGEE,
which expression shall mean and include it’s legal representative, administrators
assigns.

Whereas OBLIGOR/OBLIGORS has/have been awarded to execute the job/works


under letter no…………………………………………………. dated ………………………. issued by the
OBLIGEE after having observing necessary formalities, the details of which is
described in the schedule given here under as per letter mentioned herein-above
and whereas the said job/works will be/likely to be done in places covered under
Employees’ State Insurance Act (ESI) and/or the Employee Compensation Act,
1923 (W.C. Act) and/or other laws relating to the Labour Management and
Welfare.

And whereas according to the condition of the contract the OBLIGOR/OBLIGORS


is/are under obligation to execute this Indemnity Bond before the commencement
of actual execution and OBLIGOR/OBLIGORS is/are aware that unless this
Indemnity Bond is executed in accordance with the condition of contract before the
actual execution in accordance with law the OBLIGEE shall have the power to deem
that actual work has been stated within the meaning of the contract before the
execution of this Indemnity Bond.

Now this indenture witnesses that I/we the OBLIGOR/OBLIGORS do hereby undertake:

1. THAT the OBLIGEE shall not be held responsible for any type of accident which
may take place during the course of work undertaken by the
OBLIGOR/OBLIGORS.
2. THAT the OBLIGOR/OBLIGORS will take/adopt all safety norms in respect of
each and every workmen labour personnel according to the rules or to the
satisfaction of the OBLIGREE IN ALL CASES.
3. That the OBLIGOR/OBLIGORS undertakes/undertake to engage only those
labour worker or any other personnel whether skilled or unskilled or any other
person whether in technical management or non-managerial or any other
capacity in the area covered under Employee’ State Insurance Act, 1948 who
has/have insurance coverage within the meaning of Employees’ State
Insurance Act and further undertakes NOT to engage any person in the area
covered under Employees State Insurance Act., who does/do not has/have
insurance coverage within the meaning of Employees’ State Insurance

28
Act,1948.
4. That the OBLIGOR/OBLIGORS further undertakes/undertake to engage only
those labour, worker, or any other personnel, whether skilled or unskilled,
whether in technical, managerial or non-managerial or any other capacity in
the area NOT covered under Employees’ State Insurance Act 1948, who has life
insurance for the sum assured equivalent to the amount of Compensation
under the Employees Compensation Act in case of accidental death or inquiry
and such insurance has been effected by the OBLIGOR/OBLIGORS.
5. THAT the OBLIGOR/OBLIGORS undertakes/undertake to indemnify and keep
harmless the OBLIGEE from all claims, action, proceedings and of risk, damage,
danger to any person whether belonging to/or not belonging to
OBLIGOR/OBLIGORS.
6. THAT the OBLIGOR/OBLIGORS shall keep harmless the OBLIGEE from all
claims, compensation, damages, any proceedings in respect of any of its
employee/workmen under the Employee Compensation Act or any other laws
for the time being in force.
7. THAT, if during the course of execution of work as stated in the letter mentioned
hereinabove issued by the OBLIGEE, it is found that the OBLIGOR/OBLIGORS
has/have not complied with guidelines/formalities within the meaning of
Employees’ State Insurance Act or Employee Compensation Act or any other
laws relating to the Labour Welfare for the time being in force, and also has not
observed the safety norms in accordance with the law to the satisfaction of the
OBLIGEE, the OBLIGEE shall have the right to stop the execution of work/job
and the period of such stoppage shall continue till adequate safety and other
compliance mentioned hereinabove under the labour welfare legislation have
been observed and such period of stoppage shall not be taken into account for
the calculation of the total period of completion of work for which the
OBLIGOR/OBLIGORS is responsible to complete the work/job and it will be
deemed that discontinuance was due to default of OBLIGOR/OBLIGORS.
8. THAT, if at any time, due to exigency, the OBLIGEE i.e. the West Bengal State
Electricity Distribution Company Limited (WBSEDCL) as the Principal Employer,
becomes liable to pay any such compensation mentioned hereinabove, whether
on failure of the OBLIGOR/OBLIGORS or for any other reason, the OBLIGEE
shall have the right to recover the said amount from any amount receivable by
OBLIGOR/OBLIGORS or any bank guarantee deposited or anything payable
whether in connection with this contract or other contract by the OBLIGEE to
the OBLIGOR/OBLIGORS.
9. THAT the OBLIGOR/OBLIGATOR is/are aware and accept that for the persistent
or repeated violation of any condition mentioned in this Indemnity Bond, the
OBLIGEE shall have right to terminate the contract of work issued by the
OBLIGEE to OBLIGOR/OBLIGATOR.
SIGNED AND DELIVERED

BY THE OBLIGOR/OBLIGORS ................................................................

Signature ................................................................

WITNESS:
1) Name & Designation ................................................................
Signature ................................................................

2) Name & Designation ................................................................


Signature ................................................................
Signature Not Verified
Digitally signed by SUDIPTA CHAKRABORTY
Date: 2023.08.24 12:56:05 IST
Location: West Bengal-WB
29
Signature Not Verified
Digitally signed by SUDIPTA
CHAKRABORTY
Date: 2023.09.08 15:11:16 IST
Location: West Bengal-WB
eProcurement System of Government of West Bengal Page 1 of 2

eProcurement System of Government of West Bengal


Tender Details
Date : 16-Sep-2023 03:21 PM

Print

Basic Details
Organisation Chain WEST BENGAL STATE ELECTRICITY DISTRIBUTION CO. LTD||SOLAR POWER GENERATION DEPT.
Tender Reference
WBSEDCL/ SPGD/ RTS/ Empanelment/ 2023-24/ NIT48
Number
Tender ID 2023_WBSED_559861_1 Withdrawal Allowed Yes
Tender Type Open Tender Form of contract Item Wise
Tender Category Services No. of Covers 2
General Technical ItemWise Technical
No Yes
Evaluation Allowed Evaluation Allowed
Is Multi Currency Allowed
Payment Mode Not Applicable No
For BOQ
Is Multi Currency
No Allow Two Stage Bidding No
Allowed For Fee

Cover Details, No. Of Covers - 2


Cover No Cover Document Type Description
1 Fee/PreQual/Technical .pdf NIT
2 Finance .xls BOQ

Other Important Documents


S.No Category Sub Category Sub Category Description Format/File
VAT/SALES TAX
REGISTRATION CERTIFICATE
ALONG WITH
1 CERTIFICATES CERTIFICATES ACKNOWLEDGEMENT , PAN,
LATEST IT
ACKNOWLEDGEMENT,
PTAX,LABOUR LICENCE
Employees State Insurance Employees State Insurance
2 CERTIFICATES
Certificate Certificate
3 CERTIFICATES GST Registration Certificate GST Registration Certificate
4 CERTIFICATES Permanent Account Number Permanent Account Number
PARTNERSHIP DEED, CO-
OPERATIVE SOCIETY BYLAW,
5 COMPANY DETAILS COMPANY DETAILS 1 MOA,TRADE
LICENCE,COMPANY
REGISTRATION CERTIFICATE
6 CREDENTIAL CREDENTIAL 1 CREDENTIAL 1
7 CREDENTIAL CREDENTIAL 2 COMPLETION CERTIFICATES
8 DECLARATION DECLARATION FILE 1 DECLARATION FILE 1
9 FINANCIAL INFO WORK IN HAND WORK IN HAND
P/L AND BALANCE SHEET P/L AND BALANCE SHEET
10 FINANCIAL INFO
2020-21 2020-21
P/L AND BALANCE SHEET P/L AND BALANCE SHEET
11 FINANCIAL INFO
2021-22 2021-22
P/L AND BALANCE SHEET P/L AND BALANCE SHEET
12 FINANCIAL INFO
2022-23 2022-23
TECHNICAL PERSONNEL ON
13 MANPOWER TECHNICAL PERSONNEL
PAYROLL

Tender Fee Details, [Total Fee in ₹ * - 0.00] EMD Fee Details


Tender Fee in ₹ 0.00 EMD Amount in ₹ 0.00 EMD through No
Fee Payable To Nil Fee Payable At Nil BG/ST or EMD
Exemption
Tender Fee No Allowed
Exemption
Allowed EMD Fee Type fixed EMD Percentage NA

https://wbtenders.gov.in/nicgep/app?component=%24DirectLink&page=TenderInfo&s... 16-Sep-23
eProcurement System of Government of West Bengal Page 2 of 2

EMD Payable To Nil EMD Payable At Nil

Work /Item(s)
Title Empanelment of Agency and fixing of testing and supervision...
Work Description Empanelment of Agency and fixing of testing and supervision fees for issuance of fitness certificate of
Solar Power Generation System at the consumer premises as per clause no 8.3b of Procedure C of
WBSEDCL
Pre Qualification Please refer Tender documents.
Details
Independent NA
External
Monitor/Remarks
Tender Value in ₹ NA Product Category Support/Maintenance Sub category RTS Testing
Service and
Supervision
Contract Type Empanelment Bid Validity(Days) 180 Period Of Work 1095
(Days)
Location SPGD, Newtown Pincode 700163 Pre Bid Meeting SPGD,
Place Newtown
Pre Bid Meeting Data Centre Complex, 3rd Pre Bid Meeting 08-Sep-2023 11:00 Bid Opening SPGD,
Address Floor, Action Area I, AF Date AM Place Newtown
Block, Street no. 41, New
Town, Kolkata 700163
Should Allow NDA No Allow Preferential No
Tender Bidder

Critical Dates
Publish Date 31-Aug-2023 10:00 AM Bid Opening Date 20-Sep-2023 02:00 PM
Document Download / Sale 31-Aug-2023 11:00 AM Document Download / Sale End 18-Sep-2023 02:00 PM
Start Date Date
Clarification Start Date NA Clarification End Date NA
Bid Submission Start Date 11-Sep-2023 10:00 AM Bid Submission End Date 18-Sep-2023 02:00 PM

Tender Documents
NIT Document
Document S.No Document Name Description
Size (in KB)
1 Tendernotice_1.pdf Please refer NIT 986.43

PreBid Document
Meeting S.No Document Name Document Type Description
Size (in KB)
Document
1 tech_prebid_1166353.pdf PreBid Meeting Document Please refer attachment 341.72

Work Item Document


Documents S.No Document Type Document Name Description
Size (in KB)
1 BOQ BOQ_1166353.xls BOQ 292.50

Tender Inviting Authority


Name CE, SPGD, WBSEDCL
Address Data Centre Complex, 3rd Floor, Action Area I, AF Block, Street no. 41, New Town, Kolkata 700163

https://wbtenders.gov.in/nicgep/app?component=%24DirectLink&page=TenderInfo&s... 16-Sep-23
Annexure-I
Application for Tender
To,
The Chief Engineer,
Solar Power Generation Department,
West Bengal State Electricity
Distribution Company Limited,
(WBSEDCL) 3rd Floor,
Data Centre Complex, Street No. 41,
Action Area-I, New Town, Kolkata – 700 163.

NIT No. : WBSEDCL/ SPGD/ RTS/ Empanelment/ 2023-24/ NIT48

Dear Sir,
Having examined the Statutory, Non-statutory & NIT documents, I/we hereby like to state
that I/we willfully accept all your conditions and offer to take up the work as per NIT No. stated above.
I/We also agree to guarantee to replace or repair any defect, whenever it is detected, in the
equipment/materials to the satisfaction of the consumer in conformity with the conditions of contract
and addenda.

Dated this Eighteenth day of September 2023

Full name of applicant: MR. SHIB SHANKAR DEY

Signature:
In the capacity of: AUTHORIZED SIGNATORY
Duly authorized to sign bids
For & on behalf of (Name of Firm): M/S MEGA CALIBRE ENTERPRISES PRIVET LIMITED
(In block capitals or typed)

Office address: 06/315 Action Area I, New Town,


Rajarhat, Kolkata - 700160
Telephone no(s) (office):
Mobile No: 7003152692
Fax No: Not Applicable
E mail ID: anindya@megacalibre.com

……………………………………………………
Signature of the Tenderer with Office Seal
Annexure- II
Brief Vendor Profile

1. Name of the Firm / Company : M/s Mega Calibre Enterprises Private Limited
2. Year Established : 1995
3. Address of Office : 06/315 Action Area I, New Town, Rajarhat, Kolkata-700160
4. Telephone No. : 7003152692
5. Fax No. : Not Applicable
6. Email Address : anindya@megacalibre.com
7. Website : www.megacalibre.com
8. Sector in which Company/Firm has successfully commission SPV power plant
against the work order of Govt./PSU/Agencies in India.

 West Bengal State Electricity Distribution Company Ltd


 South Bihar Power Distribution Company Ltd
 North Bihar Power Distribution Company Ltd
 BSES Yamuna Power Limited

9. No. of full-time personnel currently under Employment. (2500+)


10. No. of years of proven experience of providing similar Services. (3 Years+)
11. Certifications (ISO 9001:2000, if any)
 ISO 9001:2015 Certificate attached
 ISO 27001: 2013 Certificate attached
 CMMi Level III Certificate attached

……………………………………………………..
Authorized Signatory (Company Seal)
Annexure-III
Sample PROFORMA of PRICE BID

Description Quoted Fees /Inverter (₹) (without GST)


For Single Phase Testing & supervision charges both To be quoted in BOQ
For Single Phase supervision charges only To be quoted in BOQ
For Three Phase Testing & supervision charges both To be quoted in BOQ
For Three Phase supervision charges only To be quoted in BOQ

** Intending bidder should not quote more that estimated value. If intending bidder
quotes more than estimated value, his/her bid will be cancelled without any reason
thereof.

1. GST shall be allowable over and above the quoted price/Rate at the prevailing rate.
2. Price quoted for testing charges shall be fixed and firm in all respect and inclusive of all taxes
duties and levies but excluding GST.

…………………………………………………………………………..
SIGNATURE OF THE TENDERER WITH OFFICE SEAL
Annexure-IV
PROFORMA OF CONTRACT AGREEMENT

(To be executed on Non-Judicial Stamp Paper of Rs. 100/-)

Articles of agreement made on this.................... day of ..................... in the year ...... between West
Bengal State Electricity Distribution Company Limited (A Government of West Bengal Enterprise) having
its head office at Vidyut Bhavan, Block–DJ, Sector–II, Bidhannagar, Kolkata–700091 hereinafter referred
as 'WBSEDCL' (which expression shall unless excluded by or repugnant to the context be deemed to
include its successors and assigns) of the ONE PART,

And
M/s Mega Calibre Enterprises Pvt. Ltd. hereinafter referred to as the 'CONTRACTOR' (Which expression
shall unless excluded by or repugnant to the context be deemed to include his heirs, executors,
administrators, representatives and assigns) of the OTHER PART.

WHEREAS the WBSEDCL invited tenders vide Tender Notice No WBSEDCL/ SPGD/ RTS/ Empanelment/
2023-24/ NIT48 dated............................... (annexed hereto) for Design & engineering, manufacturing &
procurement, supply, installation, testing and commissioning including warranty obligation with 5 (five)
years comprehensive maintenance of Empanelment of Agency and fixing of testing and supervision
fees for issuance of fitness certificate of Solar Power Generation System at the consumer premises as
per clause no 8.3b of Procedure C of WBSEDCL (project name).

AND WHEREAS in pursuance of such invitation for tenders, the contractor submitted a tender vide no
............................................dated .......................... (annexed hereto). The Techno-commercial part of
which was opened on……………………….. and the Price bid was opened on ………………………. (the tender
offer is in custody of the Company at present).

AND WHEREAS AFTER consideration of the tender submitted by the contractor with clarification(s), if
any, the WBSEDCL accepted the said tender submitted by the contractor and placed Letter of Award no
.................................................. dated ........................................(annexed hereto).
NOW, THEREFORE, the WBSEDCL and the contractor agree as follows:

1. The Contractor agrees to undertake the work of “.........................................................................”


as per Letter of Award no ....................................................dated .......... referred to above.
2. The WBSEDCL agrees to pay the Contractor as per order no .........................................................
dated ......................... referred to above.
Both the Contractor and the Company agree that for the purpose of jurisdiction of court in regard to any
dispute arising out of this agreement, this agreement shall be deemed to have been executed within the
jurisdiction of the original side of the High Court, Kolkata. IN WITNESS WHEREOF the parties have
hereunder affixed their signature on the day, month and year written as above.

SIGNED, SEALED AND DELIVERED


…………………………………………………
Contractor
1)…………………………….
Witness
2)……………………………
Witness
................................................
WBSEDCL
1)……………………………………………
Witness
2)……………………………………………
Witness
Annexure-V
PROFORMA OF INDEMNITY BOND

BY THE PRESENT INDEMNITY BOARD EXECUTED by me/us on this ……………………..Day of …………….20…….,


I/We having Registered Office/residing at …………………………………………………………………………….. (herein after
called “OBLIGOR/OBLIGORS” which expression shall mean and includes my/our successors legal
representatives, assigns) do hereby binds myself/ourselves and also our company/firm after having the
power to bind so with the promise and undertaking in favour of the West Bengal State Electricity
Distribution Company Limited a government company within the meaning of Sec.617 of the Company’s
Act, 1956 having registered office at Vidyut Bhavan, Block-DJ, Sector-II, Bidhannagar, Kolkata-700091
(hereinafter called as OBLIGEE, which expression shall mean and include it’s legal representative,
administrators assigns.

Whereas OBLIGOR/OBLIGORS has/have been awarded to execute the job/works under letter
no…………………………………………………. dated ………………………. issued by the OBLIGEE after having observing
necessary formalities, the details of which is described in the schedule given here under as per letter
mentioned herein-above and whereas the said job/works will be/likely to be done in places covered under
Employees’ State Insurance Act (ESI) and/or the Employee Compensation Act, 1923 (W.C. Act) and/or
other laws relating to the Labour Management and Welfare.

And whereas according to the condition of the contract the OBLIGOR/OBLIGORS is/are under obligation
to execute this Indemnity Bond before the commencement of actual execution and OBLIGOR/OBLIGORS
is/are aware that unless this Indemnity Bond is executed in accordance with the condition of contract
before the actual execution in accordance with law the OBLIGEE shall have the power to deem that actual
work has been stated within the meaning of the contract before the execution of this Indemnity Bond.

Now this indenture witnesses that I/we the OBLIGOR/OBLIGORS do hereby undertake:
1. THAT the OBLIGEE shall not be held responsible for any type of accident which may take place
during the course of work undertaken by the OBLIGOR/OBLIGORS.

2. THAT the OBLIGOR/OBLIGORS will take/adopt all safety norms in respect of each and every
workmen labour personnel according to the rules or to the satisfaction of the OBLIGREE IN ALL
CASES.

3. That the OBLIGOR/OBLIGORS undertakes/undertake to engage only those labour worker or any
other personnel whether skilled or unskilled or any other person whether in technical
management or non-managerial or any other capacity in the area covered under Employee’ State
4. Insurance Act, 1948 who has/have insurance coverage within the meaning of Employees’ State
Insurance Act and further undertakes NOT to engage any person in the area covered under
Employees State Insurance Act., who does/do not has/have insurance coverage within the
meaning of Employees’ State Insurance Act,1948.

5. That the OBLIGOR/OBLIGORS further undertakes/undertake to engage only those labour, worker,
or any other personnel, whether skilled or unskilled, whether in technical, managerial or non-
managerial or any other capacity in the area NOT covered under Employees’ State Insurance Act
1948, who has life insurance for the sum assured equivalent to the amount of Compensation
under the Employees Compensation Act in case of accidental death or inquiry and such insurance
has been effected by the OBLIGOR/OBLIGORS.

6. THAT the OBLIGOR/OBLIGORS undertakes/undertake to indemnify and keep harmless the


OBLIGEE from all claims, action, proceedings and of risk, damage, danger to any person whether
belonging to/or not belonging to OBLIGOR/OBLIGORS.

7. THAT the OBLIGOR/OBLIGORS shall keep harmless the OBLIGEE from all claims, compensation,
damages, any proceedings in respect of any of its employee/workmen under the Employee
Compensation Act or any other laws for the time being in force.

8. THAT, if during the course of execution of work as stated in the letter mentioned hereinabove
issued by the OBLIGEE, it is found that the OBLIGOR/OBLIGORS has/have not complied with
guidelines/formalities within the meaning of Employees’ State Insurance Act or Employee
Compensation Act or any other laws relating to the Labour Welfare for the time being in force,
and also has not observed the safety norms in accordance with the law to the satisfaction of the
OBLIGEE, the OBLIGEE shall have the right to stop the execution of work/job and the period of
such stoppage shall continue till adequate safety and other compliance mentioned hereinabove
under the labour welfare legislation have been observed and such period of stoppage shall not be
taken into account for the calculation of the total period of completion of work for which the
OBLIGOR/OBLIGORS is responsible to complete the work/job and it will be deemed that
discontinuance was due to default of OBLIGOR/OBLIGORS.

9. THAT, if at any time, due to exigency, the OBLIGEE i.e. the West Bengal State Electricity
Distribution Company Limited (WBSEDCL) as the Principal Employer, becomes liable to pay any
such compensation mentioned hereinabove, whether on failure of the OBLIGOR/OBLIGORS or for
any other reason, the OBLIGEE shall have the right to recover the said amount from any amount
receivable by OBLIGOR/OBLIGORS or any bank guarantee deposited or anything payable whether
in connection with this contract or other contract by the OBLIGEE to the OBLIGOR/OBLIGORS.
10. THAT the OBLIGOR/OBLIGATOR is/are aware and accept that for the persistent or repeated
violation of any condition mentioned in this Indemnity Bond, the OBLIGEE shall have right to
terminate the contract of work issued by the OBLIGEE to OBLIGOR/OBLIGATOR.

SIGNED AND DELIVERED


BY THE OBLIGOR/OBLIGORS ……………………………………………………………….

Signature ……………………………………………………………….

Witness
1. Name & Designation …………………………………………

Signature ……………………………………….

2. Name & Signature ……………………………………………

Signature ……………………………………………………..
Form-I
Check List
Sl.
No. List of Documents (Scanned Copy of Documents to To be submitted in Submitted
be uploaded by main bidder only) Name of folder cover (Y/N)

1 Statutory cover
Earnest Money Deposit (Scanned copy) Drafts (Technical proposal) Y

2 Statutory cover
Application for Tender (Annexure – I) Annexure (Technical proposal) Y

3 Statutory cover
Brief Vendor Profile (Annexure II) Annexure (Technical proposal) Y

4 Statutory cover
Notice Inviting Tender / Tender Documents NIT (Technical proposal) Y

5 Addenda / corrigenda / Pre-bid minutes, Statutory cover


if published NIT (Technical proposal) Y

6 Statutory cover
Check List (Form – I) Forms (Technical proposal) Y

7 Statutory cover
Format of Letter of Bid (Form – II) Forms (Technical proposal) Y

8 Statutory cover
Deviation Sheet (Form – VI) Forms (Technical proposal) Y

9 Pro-forma for undertaking to be submitted by the Statutory cover


Bidders (Form – III) Forms (Technical proposal) Y

10 Non-Statutory cover
Proof of Company Incorporation / Trade License Company Details (Technical proposal) Y
11 Non-Statutory cover
Power of Attorney Company Details (Technical proposal) Y

12 Non-Statutory cover
PAN Card details Certificates (Technical proposal) Y

13 Current Professional Tax clearance certificate and Non-Statutory cover


GST registration certificate Certificates (Technical proposal) Y

14 Technical Non-Statutory cover


Statement of orders executed (Form – IV) Information (Technical proposal) Y

Income Tax return for the last 03 (three)


15 Assessment Years and Income Tax Clearance Technical Non-Statutory cover
Certificate for the last Assessment year Information (Technical proposal) Y

16 Summary statement of average annual turnover Technical Non-Statutory cover


(Form – V) Information (Technical proposal) Y

17 Non-Statutory cover
Declaration Credential (Technical proposal) Y

18 Non-Statutory cover
List of Orders in hand Declaration (Technical proposal) Y

19 Non-Statutory cover
Others: Any other documents found necessary Declaration (Technical proposal) Y

20 Bill of Quantities
BOQ vide Annexure –III (Pro-forma PRICE BID) (BOQ) Financial Proposal Y

Signature of the Tenderer with Office Seal


Form-II
Format of Letter of Bid

To
The Chief Engineer,
Solar Power Generation Department,
West Bengal State Electricity Distribution Company Limited (WBSEDCL) 3rd Floor, Data Centre
Complex, Street No. 41, Action Area-I, New Town, Kolkata – 700 163.

Sub: Letter of Bid for the work


Ref: 1. NIT No: WBSEDCL/ SPGD/ RTS/ Empanelment/ 2023-24/ NIT48 Dated 31/08/2023
2. Tender Id No.: 2023_WBSED_559861_1

Dear Sir,

We offer to execute the work as per terms & conditions of the TENDER document as available in
the website. This Bid and your subsequent empanelment Order shall constitute a binding
contract between us.

We hereby confirm our acceptance of all terms and conditions of the NIT document
unconditionally.

16/10/2023
Dated ……………………………………..
Signature of the Tenderer with Seal
Form-III
PROFORMA FOR UNDERTAKING TO BE SUBMITTED BY THE BIDDER

I Mr. Shib Shankar Dey, Legal Attorney of M/s Mega Calibre Enterprises Pvt. Ltd. Lead
Member solemnly declare that:

1. We are submitting Tender for the Work Empanelment of Agency and fixing of testing and
supervision fees for issuance of fitness certificate of Solar Power Generation System at the
consumer premises as per clause no 8.3b of Procedure C of WBSEDCL against Tender Notice No.
WBSEDCL/ SPGD/ RTS/ Empanelment/ 2023-24/ NIT48 Dated 31/08/2023.

2. None of the Partners of our firm/JV/Consortium is relative of employee of West Bengal State
Electricity Distribution Company Limited.

3. All information furnished by us in respect of fulfilment of eligibility criteria and qualification


information of this Tender is complete, correct and true.

4. All documents/ credentials submitted along with this Tender are genuine, authentic, true and
valid.

5. If any information and document submitted is found to be false / incorrect any time, department
may cancel my Tender and action as deemed fit may be taken against us, including termination
of the contract, forfeiture of all dues including EMD BG/Performance BG and banning / delisting
of our firm and all partners of the firm etc.

Dated: 16th September, 2023

SIGNATURE OF THE TENDERER WITH SEAL


Form-IV
STATEMENT OF ORDERS EXECUTED DURING LAST THREE FINANCIAL YEARS

Perform
ance
Ordered
Name report of
value/
of the Name installed
Time
Install of Quant Quant systems
Sl. Finan (extende
ed Order no. and Owner ity ity (scanned Rema
N cial d
Plants Date /order order install copy of rks
o. Year time, if
/ issuing ed ed certificat
any) of
Proje authority e
Completi
ct to be
on
submitte
d)
RTS
Subsi Successf
2023- 57K 25,89,76 53K
1 dy LOI NO-69 SBPDCL ully NA
24 W 4.00 W
Proje Running
ct
RTS
Successf
Subsi
2023- 31K 11,34,28 27K ully
2 dy LOI NO-81 NBPDCL NA
24 W 9.00 W Running
Proje
ct
RTS
Subsi
2023- WBSEDCL/SPGD/R WBSEDCL(S 15K
3 dy NA NA NA NA
24 TS/406 PGD) W
Proje
ct

…………………………………………………………..
SIGNATURE OF THE TENDERER WITH OFFICE SEAL
Form – V
CERTIFICATE REGARDING SUMMARY STATEMENT OF ANNUAL TURNOVER

This is to certify that the following statement is the summary of the audited Balance Sheet
arrived in favour of for the three consecutive financial years or for such period since inception
of the Firm, if it was set in less than such three year's period.

Sl. Annual Turnover rounded up to Rupees in


No. Financial Year lakh (two digits after decimal) Remarks
1 2019-20 Rs. 60,10,97,487/-
2 2020-21 Rs. 54,05,52,884/-
3 2021-22 Rs. 80,39,74,529/-
Total Rs. 1,94,56,24,900/-

Average Turnover (Rupees in Lakh): Rs. 64, 85, 41,633/-

NOTE: Balance Sheet for FY 2022-23 is not ready as of now.

………………………………………………………………..
Signature of the Tenderer with Office Seal
Form-VI
Deviation Sheet

1. If the proposal has got any deviation from the Technical Specification, the Bidder shall
tabulate those deviations here clause by clause.

Sl.
No. Clause No. Description Deviation Offered Remarks

NO DEVIATION

2. If the proposal has got any deviation from the Commercial terms specified, the Bidder
shall tabulate those deviations here clause by clause.
Sl.
No. Clause No. Description Deviation Offered Remarks

NO DEVIATION

Dated: 16th September, 2023

Signature of the Tenderer with Seal

Note:
 When there is no deviation, this sheet is to be submitted with the offer duly signed with
an endorsement indicating "No Deviation".
 Deviations not indicated here will not be taken into consideration.

You might also like