Tendernotice - 1 - 2024-05-20T115352.594
Tendernotice - 1 - 2024-05-20T115352.594
FOR
Renovation of BHEL Guest House at Ashok
Nagar, Chennai
VOLUME-I BOOK- I
Book- I Consists of
o Notice Inviting Tender
o Volume-IA: Technical Conditions of Contract
Book-II consists of
o Volume-IB : Special conditions of Contract,
o Volume-IC : General conditions of Contract
o Volume-ID : Forms & Procedures
Volume - I
Book-I
Part I
Part II
Book-II
NOTICE INVITING
TENDER
2) Mr. S Subburaj
BHEL-PSSR,
BHEL Integrated Office Complex,
TNEB Road, Pallikaranai,
Chennai – 600100
Mobile: 9487762262
Email: [email protected]
x) Schedule of
Date: May 20, 2024 Time 11.00AM
Pre Bid Applicable
At BHEL- PSSR, BHEL Integrated Office Complex,
Discussion
TNEB Road, Pallikaranai, Chennai – 600100.
(PBD)
xi) Integrity -----------------
Pact &
Details of
NOT
Independent
Applicable
External
Monitor
(IEM)
xii) Latest Latest updates on the important dates, Amendments,
updates Correspondences, Corrigenda, Clarifications,
Changes, Errata, Modifications, Revisions, etc to
Tender Specifications will be hosted in BHEL webpage
(http://www.bhel.com Tender Notifications View
Corrigendums), Central Public Procurement portal
(https://eprocure.gov.in) & on e-tender portal
https://eprocurebhel.co.in and not in the
newspapers. Bidders to keep themselves updated
with all such information. This also form part of tender
hence the same shall be enclosed with their offer.
2.0 The offer shall be submitted as per the instructions of tender document and as detailed
in this NIT. Bidders to note specifically that all pages of tender document, including
these NIT pages of this particular tender together with subsequent correspondences
shall be submitted by them, duly signed digitally using Class III DSC & uploaded in E-
Procurement Portal, as part of offer. Rates / Price including discounts / rebates, if
any, mentioned anywhere/ in any form in the techno-commercial offer other than
the Price Bid, shall not be entertained.
4.0 Unless specifically stated otherwise, bidder shall deposit Earnest Money Deposit
(EMD)as mentioned in clause 1.9 in General Conditions of Contract, Volume IC Book
II.
For Electronic Fund Transfer the details are as below-:
a) Name of the Beneficiary -: Bharat Heavy Electricals Limited
b) Bank Particulars
i). Bank Name -: State Bank of India
ii). Bank Telephone No.(with STD code)-: 044 – 2433 0583 / 2433 0407
iii). Branch Address-: SBI Saidapet Branch 00912, No.80-A, Chevalier Sivaji
Ganesan Salai, South Boag Road, T.Nagar, Chennai-17
iv). Branch Code -: 00912
v). 9 Digit MICR Code of the Bank Branch -: 600002045
vi). Bank Account Number -: 10610819499
vii). Bank Account Type -: Cash Credit Account
viii). 11 Digit IFSC Code of Beneficiary Branch-: SBIN0000912
ix). Details for SFMS (Structured Financial Messaging System) transmission of
BG
5.0 Procedure for Submission of Tenders: This is an E-tender floated online through our
E-Procurement Site https://eprocurebhel.co.in. The bidder should respond by
submitting their offer online only in our e-Procurement platform at
https://eprocurebhel.co.in. Offers are invited in two-parts only.
Documents Comprising the e-Tender
The tender shall be submitted online ONLY EXCEPT EMD (in physical form) as
mentioned below:
a. Technical Tender (UN priced Tender)
All Technical details (e.g. Eligibility Criteria requested (as mentioned below)) should
be attached in e-tendering module, failing which the tender stands invalid & may be
REJECTED. Bidders shall furnish the following information along with technical
tender (preferably in pdf format):
i. Earnest Money Deposit (EMD) furnished in accordance with NIT Clause 4.0 /
Bid Security Declaration (as applicable).
Tender Specification No.: BHEL: PSSR: SCT: 2146
NOTICE INVITING TENDER
b. Price Bid:
i. Prices are to be quoted in the attached Price Bid format online on e-tender
portal.
ii. The price should be quoted for the accounting unit indicated in the e-tender
document.
iii. Note: It is the responsibility of tenderer to go through the Tender document to
ensure furnishing all required documents in addition to above, if any. Any
deviation would result in REJECTION of tender and would not be considered at
a later stage at any cost by BHEL.
iv. A person signing (manually or digitally) the tender form or any documents
forming part of the contract on behalf of another shall be deemed to warrantee
that he has authority to bind such other persons and if, on enquiry, it appears
that the persons so signing had no authority to do so, the purchaser may,
without prejudice to other civil and criminal remedies, cancel the contract and
hold the signatory liable for all cost and damages.
v. A tender, which does not fulfil any of the above requirements and/or gives
evasive information/reply against any such requirement, shall be liable to be
ignored and rejected.
DO NOT’S
Bidders are requested NOT to submit the hard copy of the Bid. In case offer is sent
through hard copy/fax/telex/cable/electronically in place of e-tender, the same shall
not be considered. Also, uploading of the price bid in prequalification bid or
technical bid may RESULT IN REJECTION of the tender.
Digital Signing of e-Tender
Tenders shall be uploaded with all relevant PDF/zip format. The relevant tender
documents should be uploaded by an authorized person having Class 3- SHA2- 2048
BIT- SIGNING & ENCRYPTION digital signature certificate (DSC).
The Requirement:
1. A PC with Internet connectivity &
2. DSC (Digital Signature Certificate) (Class 3- SHA2- 2048 BIT- SIGNING &
ENCRYPTION)
BHEL has finalized the e-procurement service Provider-:
NIC PORTAL (https://eprocurebhel.co.in)
The contact details of the service provider are given below:
For any technical related queries please call at 24 x 7 Help Desk Number
0120-4001 002
0120-4200 462
0120-4001 005
0120-6277 787
1.Peter Raj, NIC, Ph: 9942069052
Email Support: [email protected]
Sl Description Remarks
No
PRICE BID consisting of the following shall be
provided as mentioned below
I Price/ Total Amount corresponding to the total Refer “Bidders Manual Kit”
works as specified in “Part C: Bill of available at
Quantities” available in “Volume II – PRICE https://eprocurebhel.co.in.
BID (latest Revision)” shall be quoted in the
format named ‘Format to quote Total Amount’
available in e-Procurement portal under
‘Packet details -> Tender covers -> Finance
'(Cover Type Description – Price Bid).
SPECIAL NOTE:
All documents/ annexures submitted with the offer shall be properly annexed and placed
in respective places of the offer as per enclosure list mentioned in the covering letter.
BHEL shall not be responsible for any missing documents.
7.0 Deviation with respect to tender clauses and additional clauses / suggestions in
Techno-commercial bid / Price bid shall NOT be considered by BHEL. Bidders are
requested to positively comply with the same.
8.0 BHEL reserves the right to accept or reject any or all Offers without assigning any
reasons thereof. BHEL also reserves the right to cancel the Tender wholly or partly
without assigning any reason thereof. Also BHEL shall not entertain any
correspondence from bidders in this matter (except for the refund of EMD).
9.0 Assessment of Capacity of Bidders:
Bidder’s capacity for executing the job under tender shall be assessed based on
its ‘LOAD and PERFORMANCE’ and ‘AVERAGE ANNUAL TURNOVER’, as per the
following:
I. LOAD: Load takes into consideration ALL the contracts of the Bidder under
execution with BHEL Regions, irrespective of whether they are similar to the
tendered scope or not. The cut off month for reckoning ‘Load’ shall be the 3rd Month
preceding the month corresponding to the ‘latest date of bid submission’, in the
following manner -
(Note: For example, if latest bid submission is in Jan 2017, then the ‘load’ shall be
calculated up to and inclusive of Oct 2016)
Where ‘P’ is the sum of all unit wise identified packages (refer table-1) under
execution with BHEL Regions as on the cut off month defined above, including
packages yet to be commenced, excepting packages which are on Long Hold.
II. PERFORMANCE: Here ‘Monthly Performance’ of the bidder for all the packages
(under execution/ executed during the ‘Period of Assessment’ in all Power Sector
Regions of BHEL) SIMILAR to the packages covered under the tendered scope,
excepting packages not commenced shall be taken into consideration. The ‘Period
of Assessment’ shall be 6 months preceding and including the cut off month. The cut
off month for reckoning ‘Period of Assessment’ shall be the 3rd Month preceding the
month corresponding to ‘latest date of bid submission’, in the following manner:
(Note: For example, if ‘latest date of bid submission’ is in Jan 2017, then the
‘performance’ shall be assessed for a 6 months’ period up to and inclusive of
Oct 2016 (i.e. from May 2016 to Oct 2016), for all the unit wise identified
packages (refer Table I))
a) P1, P2, P3, P4, P5 , …. PN etc. be the packages (under execution/ executed
during the ‘Period of Assessment’ in all Regions of BHEL) SIMILAR to the
packages covered under the tendered scope, excepting packages not
commenced. Total number of similar packages for all Regions = PT (i.e. PT
= P1 +P2 + P3 +P4 +…PN)
c) Sum ‘S1 ‘of ‘Monthly Performance Evaluation’ Scores (S1-1, S1-2, S1-3, S1-4,
S1-5…. S1-T1) for similar package P1, for the ‘period of assessment’ ‘T1’ (i.e.
S1 = S1-1+ S1-2+ S1-3+ S1-4+ S1-5+…S1-T1). Similarly, S2 for package P2 for
period T2, S3 for package P3 for period T3 etc. for the tendered scope for all
Regions. Now calculate cumulative sum ‘ST’ of ‘Monthly Performance
Evaluation’ Scores for total similar Packages ‘PT’ for all Regions (i.e. ‘ST ’=
S1+ S2+ S3+ S4+ S5+…. SN.)
f) Table showing methodology for calculating ‘a’, ‘b’ and ‘c’ above
Sl.
Item Description Details for all Regions Total
No.
(i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x)
1 Similar Packages P1 P2 P3 P4 P5 … PN Total No. of
for all Regions similar
(under execution/ packages for
executed during all Regions =
period of PT
assessment) i.e. Sum (Σ) of
columns (iii) to
(ix)
2 Number of Months T1 T2 T3 T4 T5 … TN Sum (Σ) of
for which ‘Monthly columns (iii) to
Performance (ix)
Evaluation’ as per
relevant formats = TT
should have been
done in the ‘period
of assessment’ for
corresponding
Similar Packages (
as in row 1)
3 Monthly S1- S2-1, S3-1, S4-1, S5-1, .. SN-
performance scores 1, S2-2, S3- S4- S5- … 1, --------
for the S1- S2-3, 2, 2, 2, SN-
corresponding 2, S2-4, S3- S4- S5- … 2,
period (as in Row 2) S1- … 3, 3, 3, … SN-
3, S2-T2 S3- S4- S5- … 3,
S1- 4, 4, 4, SN-
4, … … … 4,
… S3-T3 S4-T4 S5-T5 …
S1-T1 SN-
TN
Sl.
Item Description Details for all Regions Total
No.
(i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x)
4 Sum of Monthly S1 S2 S3 S4 S5 … SN Sum (Σ) of
Performance columns (iii) to
scores of the (ix)
corresponding = ST
Package for the
corresponding
period (as in row-3)
iii). Factor “L” assigned based on Overall Performance Rating (RBHEL) at Power
Sector Regions:
Sl.
Overall Performance Rating
no Corresponding Value of ‘L’
(RBHEL)
.
1 =60 NA
2 > 60 and ≤ 65 0.5
3 > 65 and ≤ 70 0.45
4 > 70 and ≤ 75 0.4
5 > 75 and ≤ 80 0.375
6 > 80 and < 90 0.35
7 ≥90 0.33
iv). Performance Systems: The performance rating as mentioned in II (i) and (ii)
above, shall be calculated as per Online Systems i.e. Contractor Performance
Evaluation System (CPES) and Safety Performance Evaluation System
(HSEPES). The scores assigned in HSEPES shall be scaled down to 10 and
assigned in CPES against the category “HSE” (mentioned in Form F-15).
Note:
i). In case the value of PMax results in a fraction, the value of PMax is to be
rounded off to next whole number
ii). For RBHEL = 60, PMax = ‘1’
Table-1
iii). Bidders who have not been evaluated for at least six package months in the last
24 months preceding and including the Cut-off month in the online BHEL system
for contractor performance evaluation in BHEL PS Regions, shall be considered
“NEW VENDOR”.
The “FIRST TIMER” tag shall remain till completion of all the contracts against
which vendor has been tagged as First Timer or availability of 6 evaluation
scores within last 24 months preceding and including the Cut-off month in the
online BHEL system for contractor performance evaluation in BHEL PS Regions.
A Bidder shall not be eligible for the next job as long as the Bidder is tagged as
“FIRST TIMER” excepting for the Tenders which have been opened on or before
the date of the bidder being tagged as ‘FIRST TIMER’.
After removal of ‘FIRST TIMER’ tag, the Bidder shall be considered ‘QUALIFIED’
for the future tenders subject to satisfying all other tender conditions including
‘Assessment of Capacity of Bidders’.
a) All the bidders having Overall Performance Rating (‘RBHEL’) ≥60 shall be
considered qualified against criteria of ‘Assessment of Capacity of Bidders’.
b) If even after using option “a”, the number of qualified bidders remains less
than four, then in addition to bidders considered as per option “a”, “First
timer” bidders having average of available performance scores ≥60 upto and
including the Cut Off month shall also be considered qualified against criteria
of ‘Assessment of Capacity of Bidders’.
c) If even after using option “a” and “b”, the number of qualified bidders remains
less than four, then in addition to bidders considered as per option “a” and
“b”, “First timer” bidders for whom no performance score is available in the
system upto and including the Cut Off month, shall also be considered
qualified against criteria of ‘Assessment of Capacity of Bidders’.
Note:- In case, the number of bidders qualified against Technical and Financial
Qualification criteria itself is less than four, then all bidders (a)- having Overall
Performance Rating (‘RBHEL’) ≥60, (b)- First timer” bidders having average of
available performance scores ≥60 upto and including the Cut Off month, (c)-
“First timer” bidders for whom no performance score is available in the system
upto and including the Cut Off month, shall be considered qualified against criteria
of ‘Assessment of Capacity of Bidders’ for further processing of tender.
v). ‘Under execution’ shall mean works in progress as per the following:
a.Up to execution of 90% of anticipated Contract Value in case of Civil, MM,
Structural and Turbo Blower Packages
b.Up to Steam Blowing in case of Boiler/ESP/Piping Packages
c.Up to Synchronization in all Balance Packages
Note: BHEL at its discretion can extend (or reduce in exceptional cases in line
with Contract conditions) the period defined against (a), (b) and (c) above,
depending upon the balance scope of work to be completed.
vi). Contractor shall provide the latest contact details i.e. mail-ID and
Correspondence Address to SCT Department, so that same can be entered in
the Contractor Performance Evaluation System, and in case of any
change/discrepancy same shall be informed immediately. Login Details for
viewing scores in Contractor Performance Evaluation System shall be provided
to the Contractor by SCT Department.
10.0 Since the job shall be executed at site, bidders must visit site/ work area and study the
job content, facilities available, availability of materials, prevailing site conditions
including law & order situation, applicable wage structure, wage rules, etc., before
quoting for this tender. They may also consult this office before submitting their offers,
for any clarifications regarding scope of work, facilities available at sites or on terms
and conditions.
11.0 For any clarification on the tender document, the bidder may seek the same in writing
or through e-mail and/or through e-procurement portal https://eprocurebhel.co.in, as
per specified format, within the scheduled date for seeking clarification, from the office
of the undersigned. BHEL shall not be responsible for receipt of queries after due date
of seeking clarification due to postal delay or any other delays. Any clarification / query
received after last date for seeking clarification may not be normally entertained by
BHEL and no time extension will be given.
12.0 BHEL may decide holding pre-bid discussion (PBD) with all intending bidders as per
date indicated in the NIT. The bidder shall ensure participation for the same at the
appointed time, date and place as may be decided by BHEL. Bidders shall plan their
visit accordingly. The outcome of pre-bid discussion (PBD) shall also form part of
tender.
13.0 In the event of any conflict between requirement of any clause of this specification /
documents / drawings / data sheets etc., or requirements of different codes / standards
specified, the same to be brought to the knowledge of BHEL in writing for clarification
before due date of seeking clarification (whichever is applicable), otherwise,
interpretation by BHEL shall prevail. Any typing error / missing pages / other clerical
errors in the tender documents, noticed must be pointed out before pre-bid meeting /
submission of offer, else BHEL’s interpretation shall prevail.
14.0 Unless specifically mentioned otherwise, bidder’s quoted price shall deemed to be in
compliance with tender including PBD.
15.0 Void
16.0 The Bidder has to satisfy the Pre-Qualifying Requirements stipulated for this Tender
in order to be qualified. The Price Bids of only those bidders will be opened who will
be qualified for the subject job on the basis of satisfying the Pre-Qualification Criteria
specified in this NIT as per Annexure-1(as applicable), past performance etc., and date
of opening of price bids shall be intimated to only such bidders. BHEL reserves the
right NOT to consider offers of parties under HOLD.
17.0 In case BHEL decides on a `Public Opening', the date & time of opening of the sealed
PRICE BID shall be intimated to the qualified bidders and in such a case, bidder may
depute one authorized representative to witness the price bid opening. BHEL reserves
the right to open ‘in-camera’ the ‘PRICE BID’ of any or all Unsuccessful / Disqualified
bidders under intimation to the respective bidders.
18.0 Validity of the offer shall be for six months from the latest due date of offer submission
(including extension, if any) unless specified otherwise.
19.0 Reverse Auction (RA): BHEL shall be resorting to Reverse Auction (RA) (Guidelines
for Reverse Auction – 2021 available elsewhere in this tender) for this tender. RA shall
be conducted among all the techno-commercially qualified bidders.
Price Bids of all the techno-commercially qualified bidders shall be opened and same
shall be considered as initial bids of bidders in RA. In case any bidder(s) do(es) not
participate in online Reverse Auction, their sealed envelope price bid along with
applicable loading, if any, shall be considered for ranking.
20.0 On submission of offer, further consideration will be subject to compliance to tender &
qualifying requirement and customer’s acceptance, as applicable.
21.0 In case the bidder is an “Indian Agent of Foreign Principals”, ‘Agency agreement has
to be submitted along with Bid, detailing the role of the agent along with the terms of
payment for agency commission in INR, along with supporting documents.
22.0 The bidders shall not enter into any undisclosed M.O.U. or any understanding amongst
themselves with respect to tender.
23.0 Consortium Bidding is not applicable for this tender.
24.0 The bidder shall submit documents in support of possession of ‘Qualifying
Requirements’ duly self-certified and stamped by the authorized signatory, indexed
and properly linked in the format for PQR. In case BHEL requires any other documents
/ proofs, these shall be submitted immediately.
25.0 The bidder may have to produce original document for verification if so decided by
BHEL.
26.0 The consultant / firm (and any of its affiliates) shall not be eligible to participate in
tender(s) for the related works or services for the same project, if they were engaged
for the consultancy services.
27.0 Guidelines/rules in respect of Suspension of Business dealings, Vendor evaluation
format, Quality, Safety & HSE guidelines, Experience Certificate, etc. may undergo
change from time to time and the latest one shall be followed. The abridged version of
extant ‘Guidelines for suspension of business dealings with suppliers/ contractors’ is
available on www.bhel.com on “supplier registration page”.
28.0 The offers of the bidders who are on the banned/ hold list and also the offer of the
bidders, who engage the services of the banned/ hold firms, shall be rejected. The list
of banned/ hold firms is available on BHEL web site www.bhel.com.
28.1 Integrity commitment, performance of the contract and punitive action thereof:
28.1.1 Commitment by BHEL:
BHEL commits to take all measures necessary to prevent corruption in
connection with the tender Process and execution of the contract. BHEL will
during the tender process treat all Bidder(s) in a transparent and fair manner,
and with equity.
30.0 The Bidder along with its associate/ collaborators/ sub-contractors/ sub-vendors/
consultants/ service providers shall strictly adhere to BHEL Fraud Prevention Policy
displayed on BHEL website http://www.bhel.com and shall immediately bring to the
notice of BHEL Management about any fraud or suspected fraud as soon as it comes
to their notice.
31.0 PREFERENCE TO MAKE IN INDIA:
For this procurement, the local content to categorize a supplier as a Class I local
supplier/ Class II local supplier/ Non- Local supplier and purchase preference to Class
I local supplier, is as defined in Public Procurement (Preference to Make in India),
Order 2017 dated 04.06.2020 issued by DPIIT. In case of subsequent Orders issued
by the Nodal Ministry, changing the definition of local content for the items of the NIT,
the same shall be applicable even if issued after issue of this NIT, but before opening
of Part-II bids against this NIT.
31.1 Compliance to Restrictions under Rule 144 (xi) of GFR 2017
I. Any bidder from a country which shares a land border with India will be eligible
to bid in this tender only if the bidder is registered with the Competent Authority.
The Competent Authority for the purpose of this Clause shall be the
Registration Committee constituted by the Department for Promotion of
Industry and Internal Trade (DPIIT).
II. “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, or
firms or companies), every artificial juridical person not falling in any of the
descriptions of bidders stated hereinbefore, including any agency branch or
office controlled by such person, participating in a procurement process.
III. “Bidder from a country which shares a land border with India” for the purpose
of this Clause means: -
a. An entity incorporated established or registered in such a country; or
b. A subsidiary of an entity incorporated established or registered in such
a country; or
c. An entity substantially controlled through entities incorporated,
established or registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
In case more than one bidder happens to occupy the L-1 status even after soliciting
discounts, the L-1 bidder shall be decided by a toss/ draw of lots, in the presence of
the respective L-1 bidder(s) or their representative(s).
Ranking will be done accordingly. BHEL’s decision in such situations shall be final and
binding.
34.0 The Bidder declares that they will not enter into any illegal or undisclosed agreement
or understanding, whether formal or informal with other Bidder(s). This applies in
particular to prices, specifications, certifications, subsidiary contracts, submission or
non-submission of bids or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.
In case, the Bidder is found having indulged in above activities, suitable action shall
be taken by BHEL as per extant policies/ guidelines.
Whereby,
A company shall for this purpose include any artificial person whether constituted
under the Indian laws or of any other country.
A person shall be deemed to have bid in a partnership format or in association
of persons format if he is a partner of the firm which has submitted the bid or is
a member of any association of persons which has submitted a bid.
A person shall be deemed to have bid in a company format if the person holds:
i. more than 10% (ten percent) of the voting share capital of the company which
has submitted a bid, or
ii. is a director and / or Key Managerial Personnel of the company which has
submitted a bid, or
holds more than 10% (ten percent) of voting share capital in and/or is a director and /
or Key Managerial Personnel of a holding company of that company which has
submitted the bid.
By making a bid pursuant to the Tender Documents, the bidder / tenderer shall be
deemed to have declared that the bidder / tenderer has not made any other bid or
multiple bids as understood or deemed in terms of this clause.
All the bids of a bidder who has submitted multiple bids, as per the clause, shall be
rejected. Bidder shall submit Declaration as per format provided in Annexure-9A.
1.The principal manufacturer directly or through one Indian agent on his behalf;
and
2.Indian/foreign agent on behalf of only one principal;
Or
g) A Bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the contract that is the subject of the Bid; OR
h) In case of a holding company having more than one independently manufacturing
units, or more than one unit having common business ownership/management, only
one unit should quote. Similar restrictions would apply to closely related sister
companies. Bidders must proactively declare such sister/ common business/
management units in same/ similar line of business.
It may please be noted that guidelines/ circulars/ amendments/ govt. directives issued
from time to time shall also be applicable.
Enclosure:
(i) Annexure-1: Pre Qualifying criteria.
(ii) Annexure-2: Check List.
(iii) Annexure-3: Void
(iv) Annexure-4: Reverse Auction Process Compliance Form
(v) Annexure-5: Authorization of representative who will participate in the online Reverse
Auction Process
ANNEXURE - 1
PRE QUALIFYING CRITERIA
JOB Renovation of BHEL Guest House at Ashok Nagar, Chennai
Tender No. BHEL PSSR SCT 2146
C-3 Profit
Bidder must have earned profit in any one of the
Five financial years as applicable in the last
Five financial years preceding the present (i.e.
2018-19, 2019-20, 2020-21, 2021-22, 2022-
Applicable
23). Bidders to submit audited Balance Sheet
and Profit & Loss Statement for the year as
supporting documents.
Note: PROFIT shall be PBT earned during any
one year of last five financial years.
C-4 Bidder must not be under Bankruptcy Code
Proceedings (IBC) by NCLT or under
Liquidation / BIFR, which will render him
ineligible for participation in this tender, and Applicable
shall submit undertaking to this effect.
(As per Format provided at Annexure-8 to this
NIT ).
D Assessment of Capacity of Bidder to execute
Applicable
the work as per Sl. No 9 of NIT
E Approval of Customer
Note: Names of bidders who stand qualified Not
after compliance of criteria A to D shall be By BHEL
Applicable
forwarded to customer for their approval.
Price Bid Opening
Note: Price Bids of only those bidders shall be
F Applicable By BHEL
opened who stand qualified after compliance of
criteria A to E
Not
G Consortium criteria
Applicable
Explanatory Notes for the PQR (unless otherwise specified in the PQR):
1. Bidder to submit Audited Balance Sheet and Profit and Loss Account for the
respective years as indicated against C-1 above along with all annexures.
2. In case audited financial statements have not been submitted for all the three
years as indicated against C-1 above, then the applicable audited statements
submitted by the bidders against the requisite three years, will be averaged for
three years i.e. total divided by three.
3. If Financial Statements are not required to be audited statutorily, then instead of
audited financial statements, financial statements are required to be certified by
Chartered Accountant.
4. C-2:-NETWORTH : Shall be calculated based on the latest Audited Accounts as
furnished for ‘C-1’ above.
where ever rating of Gas Turbine is mentioned in terms of Frame size, ISO rating
of the same in terms of MW shall be considered for evaluation.
12. In case the Experience/PO/WO certificate enclosed by bidders do not have
separate break up of prices for the E&C portion for Electrical and C&I works, (i.e.
the certificates enclosed are for composite order for supply and erection of
Electrical and C&I and other works if any), then value of Erection & Commissioning
for the Electrical and C&I portion shall be considered as 15% of the price for supply
& erection of Electrical and C&I.
13. Consortium is not permitted for this tender. However, after successful execution
of one work with a consortium partner under direct orders of BHEL, the Prime
Bidder shall be eligible for becoming a ‘standalone’ bidder for works similar to that
for which consortium partner was engaged, for subsequent tenders.
14. The evaluation currency for this tender shall be INR.
15. Wherever the credential submitted for satisfying the Technical PQR is from direct
order of BHEL, bidders to ensure that relevant certificate issued by respective
contracting department of BHEL is provided as part of the offer. Certificates can
be obtained from BHEL by submitting request through online portal i.e.
https://siddhi.bhel.in.
16. For Evaluation of PQR, in case Bidder alone does not meet the pre-qualifying
technical B1 above, bidder may utilize the experience of its Parent/Subsidiary
Company along with its own experience, subject to the following:
a) The parent company shall have a controlling stake of ≥50% in the
subsidiary company (as per Format-1).
b) The Parent Company/ Subsidiary Company of which experience is being
utilized for bidding shall submit Security Deposit (SD) equivalent to 1% of
the total contract value.
c) The parent /subsidiary company and bidder shall provide an undertaking
that they are jointly or severally responsible for successful performance of
the contract (as per Format-2).
1. BIDDER SHALL SUBMIT ABOVE PRE-QUALIFICATION CRITERIA FORMAT,
DULY FILLED-IN, SPECIFYING RESPECTIVE ANNEXURE NUMBER AGAINST
EACH CRITERIA AND FURNISH RELEVANT DOCUMENT INCLUSIVE OF WORK
ORDER AND WORK COMPLETION CERTIFICATE ETC. IN THE RESPECTIVE
ANNEXURES IN THEIR OFFER.
ANNEXURE-1A
B. PRE QUALIFICATION CRITERIA / REQUIREMENT – Technical
Bidder should have ‘executed’ similar work for any one of the following in last 7(seven)
years, from the latest date of bid submission:
‘Value of work executed in ‘B.1’ is to be updated with indices for "All India Avg.
Consumer Price index for industrial workers" and "Monthly Whole Sale Price Index
for All Commodities" with base month as per last month of work execution and
indexed up to three (3) months prior to the month of latest due date of bid submission
as per following formula-
P = R + 0.425 x R x (X N - X 0) + 0.425 x R x (Y N - Y 0)
X0 Y0
Where
P = Updated value of work
X N = All India Avg. Consumer Price index for industrial workers for three months prior
to the month of latest due date of bid submission (e.g. If latest bid submission date is
02-Mar-17, then bid submission month shall be reckoned as March’17 and index for
Dec’2016 shall be considered).
X 0 = All India Avg. Consumer Price index for industrial workers for last month of work
execution
Y N = Monthly Whole Sale Price Index for All Commodities for three months prior to
the month of latest due date of bid submission (e.g. If latest bid submission date is
02-Mar-17, then bid submission month shall be reckoned as March’17 and index for
Dec’2016 shall be considered).
Y 0 = Monthly Whole Sale Price Index for All Commodities for last month of work
execution
No consortium for this work is permitted. However, for the purpose of evaluation,
after successful execution of one work with a consortium partner under direct orders
of BHEL, the Prime Bidder shall be eligible for becoming a ‘standalone’ bidder for
works similar to that for which consortium partner was engaged, for subsequent
tenders
Format-1
Certificate for relationship between Parent Company / Subsidiary Company and
the bidder
To,
……………..
……………..
Dear Sir,
Sub: Bid for NIT No……..…..dated…….……for”…...……….” (name of
the tender)
Percentage of Equity
Name of Subsidiary Holding of Parent
Name of Parent Company
Company Company in Subsidiary
Company
(Insert Name and Signature of Statutory Auditor or practicing Company Secretary of the
Bidder)
Format-2
From,
Name:
Full Address:
Telephone No.:
E-mail address:
Fax/No.
To,
…………………..
…………………..
Dear Sir,
“We have carefully read and examined in detail the NIT/Tender Terms and Conditions, including in
particular, Clause…of the NIT/Tender, regarding submission of an Undertaking, as per the prescribed
Format 1 of the NIT/Tender.
We confirm that M/s……………….(the Bidder) has been authorized by us to use our Technical capability
for meeting the Technical Criteria as specified in Clause……of the PQR of the NIT/Tender referred above.
We agree to submit the Security Deposit equivalent to 1% of the total contract value in addition to Security
Deposit to be submitted by Bidder as per Clause……of the NIT/Tender for fulfillment of all obligations in
terms of provisions of the contract, in the event of ……………..(the Bidder) being selected as the Successful
Bidder.
We confirm that we along with M/s……………..(the bidder), are jointly or severally responsible for
successful performance of the contract.
We confirm that our company shall not participate in the above tender as a ‘Standalone Bidder’ and also
shall not authorize any other bidder to use our Technical capability for the above tender.
All the terms used herein but not defined, shall have the meaning as ascribed to the said terms under the
referred NIT/Tender.
ANNEXURE - 2
CHECK LIST
NOTE: - Tenderers are required to either fill in or submit separately the following
details. No column should be left blank.
1 Name of the Tenderer
Address of the Tenderer
DATE:
AUTHORISED SIGNATORY
(With Name, Designation and Company seal)
Annexure-3
Void
Annexure-4
Reverse Auction Process Compliance Form
(The bidders are required to print this on their company’s letterhead and sign,
stamp before RA)
To
M/s. {Service provider
Postal address}
Sub:Agreement to the Process related Terms and Conditions
Dear Sir,
This has reference to the Terms & Conditions for the Reverse Auction mentioned in the RFQ
document for {Items} against BHEL enquiry/ RFQ no.{……...…} dt. {…….}
This letter is to confirm that:
We, hereby confirm that we will honor the Bids placed by us during the auction process.
With regards
Name:
Company / Organization:
Designation within Company / Organization:
Address of Company / Organization:
Sign this document and FAX/ email it to M/s {Service provider} at {…..…} prior to
start of the Event.
Annexure – 5
Annexure – 6
To
M/s. Service provider
Postal address
Dear Sir,
Rs.{____in value & in words_______} for item(s) covered under tender enquiry
No. {...} dt.{…}
Total price of the items covered under above cited Tender Specification as our final landed
prices as quoted during the Reverse Auction conducted today __________{date} which
will be valid as per tender Specification.
========
Total - Rs. in value & in words
========
Yours sincerely,
For _________________
Name:
Company:
Date:
Seal:
ANNEXURE – 7
VOID
Annexure – 8
UNDERTAKING
(To be typed and submitted in the Letter Head of the Company/Firm of Bidder)
To,
(Write Name & Address of Officer of BHEL inviting the Tender)
Dear Sir/Madam,
I/We,
________________________________________________________________________
_______________ declare that, I/We am/are not under insolvency resolution process or
liquidation or Bankruptcy Code Proceedings (IBC) as on date, by NCLT or any adjudicating
authority/ authorities, which will render us ineligible for participation in this tender.
Place:
Date:
ANNEXURE – 9
DECLARATION
Date: _________
To:_______________________
Address:BHEL,__________________
_______________________
_______________________
_______________________
email:_______________________
Please find below details of firms owned by our family members (“ Family” shall mean: (a).
parent, (b). husband/wife, (c). sons/daughters (including adopted children) and their spouse,
(d). full blood siblings (brothers & sisters from common parents) and their spouse)
that are doing business/ registered for same item with BHEL, _______________ (NA, if not
applicable)
1 Material Category/ Work Description
Name of Firm
Address of Firm
Nature of Business
Name of Family Member
Relationship
2 Material Category/ Work Description
Name of Firm
Address of Firm
Nature of Business
Name of Family Member
Relationship
…
Note:I certify that the above information is true and I agree for penal action from BHEL
in case any of the above information furnished is found to be false.
Regards,
(________________________)
ANNEXURE – 9A
DECLARATION
(To be typed and submitted in the Letter Head of the Company/Firm of Bidder)
To,
(Write Name & Address of Officer of BHEL inviting the Tender)
Dear Sir/Madam,
Sub: One Bid per Bidder w.r.t. Clause No. 34A of NIT – reg.
Ref: NIT/Tender Specification No: …………………
I/ We, M/s ……………… (Name of the bidder) ……………… certify the following with
reference to the subject Tender.
1) I/ We have not submitted multiple bids, in any of the two formats given below:
a) individual or proprietorship format and/or
b) a partnership or association of persons format and/or
c) a company format
wherein,
A company shall for this purpose include any artificial person whether constituted
under the Indian laws or of any other country.
A person shall be deemed to have bid in a partnership format or in association of
persons format if he is a partner of the firm which has submitted the bid or is a
member of any association of persons which has submitted a bid.
A person shall be deemed to have bid in a company format if the person holds:
i. more than 10% (ten percent) of the voting share capital of the company which
has submitted a bid, or
ii. is a Director and / or Key Managerial Personnel of the company which has
submitted a bid, or
iii. holds more than 10% (ten percent) of voting share capital in and/or is a director
and/or Key Managerial Personnel of a holding company of that company which
has submitted the bid.
2) None of our Sister/ Associated/ Allied concerns (i.e., a company, society, partnership firm
or proprietorship firm having one or more common persons as Director/ Partner/ Member/
Owner) have submitted any other bid for this Tender.
I/We understand that all the bids of a bidder who has submitted multiple bids, in terms of
Clause No. 34A of NIT, shall be rejected.
ANNEXURE 10
Dear Sir,
Sub: Declaration reg. minimum local content in line with Public Procurement (Preference
to Make in India), Order 2017-Revision, dated 04th June, 2020 and subsequent Order(s)
Ref : 1) NIT/Tender Specification No: …………………………,
2) All other pertinent issues till date
We hereby certify that the items/works/services offered by__________________ (specify
name of the organization here) has a local content of _______ % and this meets the local
content requirement for ‘Class-I local supplier’ / ‘Class II local supplier’ ** as defined in
Public Procurement (Preference to Make in India), Order 2017-Revision dated 04.06.2020
issued by DPIIT and subsequent order(s).
The details of the location(s) at which the local value addition is made are as follows:
1. ______________ 2. ______________
3. ______________ 4. ______________
…
…
…
Thanking you,
Yours faithfully,
ANNEXURE 11
Dear Sir,
Sub: Declaration regarding compliance to Restrictions under Rule 144 (xi) of GFR 2017
I have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India and on sub-contracting to contractors from such
countries. I certify that ________________ (specify the name of the organization here), is
not from such a country / has been registered with the Competent Authority (attach valid
registration by the Competent Authority, i.e., the Registration Committee constituted by the
Dept. for Promotion of Industry and Internal Trade (DPIIT)); and will not sub-contract any
work to a contractor from such countries unless such contractor is registered with the
Competent Authority. (attach relevant valid registration, if applicable).
I hereby certify that we fulfil all requirements in this regard and is eligible to be considered.
Thanking you,
Yours faithfully,
Note: Bidders to note that in case above certification given by a bidder, whose bid is
accepted, is found to be false, then this would be a ground for immediate termination
and for taking further action in accordance with law and as per BHEL guidelines.
ANNEXURE 12
BID SECURITY DECLARATION
(To be typed and submitted in the Letter Head of the Company/Firm of Bidder)
---------------------------------------------------------------------------------------------------------------------
To,
Dear Sir,
We hereby accept that if we withdraw our offer /modify /change / alter / impair /derogate the offer
on our own after Opening of Tender or within the subsistence of the validity period of offer or fail to
accept the Letter of Intent/Award issued by BHEL or if we are awarded the contract and we fail to
sign the contract, or to submit the Bid bond and/or Security Deposit before the deadline defined in
the Tender Document or if we furnish forged/bogus certificates, we will be suspended from being
eligible to submit Bids for Contracts with BHEL-PSSR/BHEL, for a period as per extant BHEL
guidelines.
We also agree that unilateral revision or withdrawal of offer by us as mentioned above shall also
result in rejection of bid/our offer without Notice.
COMPANY SEAL
SIGNATURE
NAME
DESIGNATION
COMPANY NAME
DATE