0% found this document useful (0 votes)
52 views33 pages

Tendernotice 1

Uploaded by

RPP Projects
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
52 views33 pages

Tendernotice 1

Uploaded by

RPP Projects
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 33

DOC. NO.

: PS: CPC: MM: SCT: NIT: Rev 00 Dated 02nd Feb 2024
AMENDMENT: 01, Dated 15th Feb’ 2024

NOTICE INVITING TENDER


TENDER NO.: BHEL/CPC/ TLB/COMPOUND WALL/25/056

WORK DESCRIPTION:
Civil, Architectural and Structural works of Compound
Wall for complete plant except Piling, Levelling and
Grading work along compound wall and other area related
to open storage yard and closed sheds at 3 x 800 MW NLC
TALABIRA TPP (NTTPP), Jharsuguda, Odisha, India.

Volume - I

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Ref: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Date: 09/12/2024

==========================================================================================
NOTICE INVITING E-TENDER (NIT)
NOTE: BIDDER MAY DOWNLOAD FROM WEB SITES
==========================================================================================
To

Dear Sir/Madam

Sub : NOTICE INVITING E-TENDER

Sealed offers in two part bid system (National competitive bidding (NCB)) are invited from reputed & experienced bidders
(meeting PRE QUALIFICATION CRITERIA as mentioned in Annexure-1) for the subject job by the undersigned on the
behalf of BHARAT HEAVY ELECTRICALS LIMITED as per the tender document. Following points relevant to the tender
may please be noted and complied with.

1.0 Salient Features of NIT

SL ISSUE DESCRIPTION
NO
i TENDER NUMBER BHEL/CPC/ TLB/COMPOUND WALL/25/056 Date: 09 / 12 / 2024
ii BROAD SCOPE OF Civil, Architectural and Structural works of Compound Wall for complete
JOB plant except Piling, Levelling and Grading work along compound wall
and other area related to open storage yard and closed sheds at 3 x 800
MW NLC TALABIRA TPP (NTTPP), Jharsuguda, Odisha, India.
iii DETAILS OF TENDER DOCUMENT
a Volume - I Notice Inviting Tender (NIT) Applicable
b Volume - IA Technical Conditions of Contract (TCC) consisting of Scope of
work, Technical Specification, Drawings, Procedures, Bill of Applicable
Quantities, Terms of payment, etc.
c Volume - IB Special Conditions of Contract (SCC) Applicable

d Volume - IC General Conditions of Contract (GCC) Applicable


e Volume - ID Forms and Procedures Applicable
f Volume - II Price Schedule (Absolute value). Applicable
iv ISSUE OF TENDER Tender documents will be available for downloading from
DOCUMENTS BHEL eProcurement portal (https://eprocurebhel.co.in) till due Applicable
date of submission:
Start: 09/12/2024
Closes: 17/12/2024, Time: 10:00 Hrs.
Brief information of the tenders shall also be available at BHEL
website (www.bhel.com)
v DUE DATE & TIME Date: 17/12/2024, Time: 10:00 Hrs Applicable
OF OFFER Place : https://eprocurebhel.co.in
SUBMISSION

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 3 of 33

vi OPENING OF Date: 17/12/2024, Time: 16:30 Hrs Applicable


TENDER
Notes:
(1) In case the due date of opening of tender becomes a non-
working day, then the due date & time of offer submission and
opening of tenders get extended to the next working day.
(2) Bidder may witness the opening of tender through e-
Procurement portal only.
vii EMD AMOUNT Rs. 20,00,000/- (Rupees Twenty lakh Only) Applicable

viii COST OF TENDER Free


ix LAST DATE FOR Date: 13/12/2024 Applicable
SEEKING
CLARIFICATION Along with soft version also, addressing to undersigned & to others
as per contact address given below:

1) Name: Saurabh Kumar Verma


Designation: Deputy Manager
Deptt: Sub-Contracting Deptt, CPC
Address: BHEL Sadan,8th Floor, Plot No. 25, Sec 16A,
Noida - 201301
Phone (Mobile): 9486402561
Email: [email protected]
2) Name: Chittaranjan Swain
Designation: Senior Manager
Deptt: Sub-Contracting Deptt, CPC
Address: BHEL Sadan,8th Floor, Plot No. 25, Sec 16A,
Noida - 201301
Phone: (Mobile): 9999316863
Email: [email protected]

x SCHEDULE OF PRE Date: 12/12/2024, Time: 1500 hrs. Applicable


BID DISCUSSION
(PBD) Place: Bharat Heavy Electricals Limited,
Central Procurement Cell (CPC), 8th Floor, BHEL Sadan, Plot no.
25, Sector 16A, Noida-201301, Uttar Pradesh

Interested bidders are requested to confirm their participation for


Pre Bid Discussion (PBD) meeting either by physical meeting at
above mentioned place or through Video Conferencing (VC). VC
link given below:-

VC link for PBD: -

Microsoft Teams Need help?


Join the meeting now

Meeting ID: 440 229 220 814

Passcode: Td29MD6o

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 4 of 33

Join on a video conferencing device

Tenant key: [email protected]

Video ID: 134 786 193 2

More info

For organizers: Meeting options

https://teams.microsoft.com/l/meetup-
join/19%3ameeting_NDE5OWYzMTAtYThlNy00MDJmLTliN
mItOGJlZTkwNzAwZDMz%40thread.v2/0?context=%7b%2
2Tid%22%3a%22b5fad749-aea2-4c55-a02b-
fdbd7bcf8a8c%22%2c%22Oid%22%3a%2209c4a16d-
30bb-437e-8512-edadfcb81053%22%7d

xi INTEGRITY PACT & Please refer clause no. 15. Applicable


DETAILS OF
INDEPENDENT
EXTERNAL
MONITOR (IEM)

xii TYPES OF WORKS


CONTRACT
xiiI LATEST UPDATES Latest updates on the important dates, Amendments,
Correspondences, Corrigenda, Clarifications, Changes, Errata,
Modifications, Revisions, etc. to Tender Specifications will be
hosted in BHEL webpage (www.bhel.com -->Tender Notifications -
-> View Corrigendums), BHEL eProcurement portal
(https://eprocurebhel.co.in) and not in the newspapers. Bidders
to keep themselves updated with all such information.

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.

3.0 Instructions for Cost of Tender - Not Applicable.

4.0 Unless specifically stated otherwise, bidder shall deposit EMD as per clause 1.9 of General Conditions of Contract.
Proof of remittance of EMD should be uploaded in the E-Procurement Portal and originals, as applicable, shall be
sent to the officer inviting tender within a reasonable time, failing which the offer is liable to be rejected.

For Electronic Fund Transfer the details are as below-:

a) Name of the Beneficiary -: Bharat Heavy Electricals Limited

b) Bank Particulars (For EMD Collection) :

1) For Receipt of EMD


Name of account: Bharat Heavy Electricals limited
Account No: 10813608636

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 5 of 33

Branch: CAG-II New Delhi, 4th & 5Th Floor Redfort Capital Parsvnath Towers, Bhai Veer Singh
Marg, Gole Market, New Delhi -110001
IFSC code: SBIN0017313

Note:
The SFMS (Structured Financial Message System) for BG shall be sent to SBI Bank and the
copy of the SFMS is to be attached along with the BG for submission to BHEL towards
verification of authenticity of BG.

a) In case, any contractor / vendor shows their inability for issuance of Bank Guarantee from
SFMS compliant bank,
i. Paper Bank Guarantee shall be sent to BHEL directly by the issuing bank under
Registered Post (A.D.) / Speed Post/ Courier/ By Hand along with a covering letter and
ii. A declaration by contractor / vendor with list of their banks along with a confirmation that
none of their banks are SFMS compliant.

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. Techno-commercial Bid (UN priced Tender)
All Techno-commercial details (e.g. EMD, Documentary evidence in support of Pre Qualifying criteria, applicable
forms, etc. should be attached in e-tendering module, failing which the tender stands invalid & may be REJECTED.

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)

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 6 of 33

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, 0120-4001 005 & 0120-6277 787
International bidders are requested to prefix 91 as country code
Email Support - Technical - [email protected]
Note: For any Issues or Clarifications relating to the published tenders, bidders are requested to contact
the respective Tender Inviting Authority

The process of utilizing e-procurement necessitates usage of DSC (Digital Signature Certificate) (Class 3-
SHA2- 2048 BIT- SIGNING & ENCRYPTION) and you are requested to procure the same immediately, if not
presently available with you. Please note that only with DSC, you will be able to login the e-procurement secured
site and take part in the tendering process.

The Vendors DSC Address List link as given below:


https://eprocurebhel.co.in/nicgep/app?component=%24DirectLink_0&page=DSCInfo&service=direct&session=
T&sp=SDSCAddress.pdf

Vendors are also requested to go through seller manual available on https://eprocurebhel.co.in.

6.0 Instructions regarding Hard/Paper Bid - Not Applicable.

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 PERFORMANCE OF BIDDERS:

➢ ‘Monthly Performance’ of the bidder for all the package covered under the tendered scope shall be captured for
the packages Under execution’. (refer Table-1)
➢ The monthly performance rating, 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).

➢ Explanatory note:
• Identified Packages (Unit wise) Table-1

Civil Electrical and C&I Mechanical


i). Enabling works i). Electrical i). Boiler & Aux (All types including CW
ii). Pile and Pile Caps ii). C&I Piping if applicable)
iii). Civil Works including iii). Others (Elect. and ii). Power Cycle Piping/Critical Piping
foundations C&I) iii). ESP
iv). Structural Steel iv). Electrical Enabling iv). LP Piping
Fabrication & Erection Works v). Steam Turbine Generator set & Aux
v). Chimney vi). Gas Turbine Generator set & Aux
vi). Cooling Tower vii). Hydro Turbine Generator set & Aux
vii). Others (Civil) viii). Turbo Blower (including Steam Turbine)

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 7 of 33

ix). Material Management


x). FGD
xi). ACC
xii). Others (Mechanical)

• ‘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.

• 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.

• Performance Evaluation for Activity Month shall be completed in Evaluation Month (i.e. month next to Activity
Month) or in rare cases in Post Evaluation Month (i.e. month next to Evaluation Month) after approval from
Competent Authority. In case scores are not acceptable, Contractor can submit Review Request to GM Site/ GM
Project latest by 27th of Evaluation Month or 5 days after approval of score, whichever is later. However,
acceptance/rejection of ‘Review Request’ solely depends on the discretion of GM Site/GM Project. After
acceptance of Review Request, evaluation score shall be reviewed at site and the score after completion of
review process shall be acceptable and binding on the contractor.

• Project on Hold due to reasons not attributable to bidder -


o Short hold: Evaluation shall not be applicable for this period.
o Long hold: Short hold for continuous six months and beyond or hold on account of Force Majeure shall be
considered as Long Hold. Evaluation shall not be considered for this period.

• Performance evaluation as specified above in this clause is applicable to Prime bidder and Consortium partner
(or Technical tie up partner) for their respective scope of work.

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, 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 of 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.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 8 of 33

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 Bidders shall submit Integrity Pact Agreement (Duly signed by authorized signatory who signs in the offer), if
applicable, along with techno-commercial bid. This pact shall be considered as a preliminary qualification for
further participation. The names and other details of Independent External Monitor (IEM) for the subject
tender is as given at Clause no. 1, Salient Features of NIT, Sl. no. (xi) above.

“Integrity Pact (IP)”


(a) IP is a tool to ensure that activities and transactions between the Company and its Bidders/ Contractors are
handled in a fair, transparent and corruption free manner. Following Independent External Monitors (IEMs) on
the present panel have been appointed by BHEL with the approval of CVC to oversee implementation of IP in
BHEL.

Sl. No. IEM Email


1. Shri Otem Dai, IAS (Retd.) [email protected]
2. Shri Bishwamitra Pandey, IRAS (Retd.) [email protected]
3. Shri Mukesh Mittal, IRS (Retd.) [email protected]

(b) The IP as enclosed with the tender is to be submitted (duly signed by authorized signatory) along with techno-
commercial bid (Part-I, in case of two/ three part bid). Only those bidders who have entered into such an IP
with BHEL would be competent to participate in the bidding. In other words, entering into this Pact would be a
preliminary qualification.

(c) Please refer Section-8 of IP for Role and Responsibilities of IEMs. In case of any complaint arising out of the
tendering process, the matter may be referred to any of the above IEM(s). All correspondence with the IEMs
shall be done through email only.

Note:

No routine correspondence shall be addressed to the IEM (phone/ post/ email) regarding the clarifications, time
extensions or any other administrative queries, etc. on the tender issued. All such clarification/ issues shall be
addressed directly to the tender issuing (procurement) department’s officials whose contact details are as per
Clause no. 1, Salient Features of NIT, Sl. No. (ix) above.

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-I (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 DEBARMENT.

17.0 Instructions regarding Hard Bid/Paper Bid – Not Applicable

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.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 9 of 33

19.0 Reverse Auction – BHEL shall be resorting to Reverse Auction (RA) (Extant Guidelines as available on
<https://www.bhel.com/guidelines-reverse-auction-2024> on “supplier registration page”) 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 (or Technical Tie up) shall be allowed only if specified in Pre-Qualifying Requirement (PQR)
criteria, and in such a case the following shall be complied with:

23.1 Prime Bidder and Consortium Partner or partners are required to enter into a consortium agreement for
the said contract with a validity period of six months initially. In case bidder becomes L1, Consortium
Agreement valid till contractual completion period shall be submitted to BHEL before signing the contract.
Consortium Agreement shall be kept valid till scope of work awarded to consortium partner(s) as per
contract is completed.

23.2 ‘Standalone’ bidder cannot become a ‘Prime Bidder’ or a ‘Consortium bidder’ or ‘Technical Tie up
bidder’ in a consortium (or Technical Tie up) bidding. Prime bidder shall neither be a consortium
partner to other prime bidder nor take any other consortium partners. However, consortium partner may
enter into consortium agreement with other prime bidders. In case of non-compliance, consortium bids
of such Prime bidders will be rejected.

23.3 Number of partners for a Consortium Bidding (or Technical Tie up) including Prime Bidder shall be NOT
more than 3 (three).

23.4 Prime Bidder shall be as specified in the Pre-Qualification Requirement, else the bidder who has the
major share of work.

23.5 In order to be qualified for the tender, Prime Bidder and Consortium partner or partners shall satisfy (i)
the Technical ‘Pre Qualifying Requirements’ specified for the respective package, (ii) “Assessment of
Capacity of Bidder’ as specified in clause 9.0.

23.6 Prime Bidder shall comply with additional ‘Technical’ criteria of PQR as defined in ‘Explanatory Notes for
the PQR’.

23.7 Prime Bidder shall comply with all other Pre Qualifying criteria for the Tender unless otherwise specified

23.8 In case customer approval is required, then Prime Bidder and Consortium Partner or partners shall have
to be individually approved by Customer for being considered for the tender.

23.9 Prime Bidder shall be responsible for the overall execution of the contract.

23.10 In case of award of job, Performance shall be evaluated for Prime Bidder and Consortium Partner or
partners for their respective scope of work(s) as per prescribed formats.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 10 of 33

23.11 In case the Consortium partner or partners back out, their SDs shall be encashed by BHEL and BHEL
shall take necessary action as per extant guidelines. In such a case, other consortium partner or partners
meeting the PQR have to be engaged by the Prime Bidder and the new consortium partner or partners
shall submit fresh SDs as applicable.
In case Prime bidder fails to engage new consortium partner, the respective work will be withdrawn and
executed by BHEL and the expenses shall be recovered from the Prime bidder in following mode;

Amount of recovery= [(A-B) + (A x H/100)]

Where,
A= Value of withdrawal Work of consortium partner as per rates of new contract
B= Value of withdrawal Work of consortium partner as per rates of old contract being paid to the
contractor at the time of withdrawal of work i.e. inclusive of PVC & ORC, if any.
H = Overhead Factor to be taken as 5
In case (A-B) is less than 0 (zero), value of (A-B) shall be taken as 0 (zero).

23.12 In case Prime Bidder withdraws or insolvency / liquidation / winding up proceedings have been initiated
/ admitted against the Prime Bidder, BHEL reserves the right to cancel, terminate or short close the
contract or take any other action to safeguard BHEL’s interest in the Project / Contract. This action will
be without prejudice to any other action that BHEL can take under Law and the Contract to safeguard
interests of BHEL.

23.13 After execution of work, the work experience shall be assigned to the Prime Bidder and the consortium
partner or partners for their respective scope of work. After successful execution of one work with a
consortium partner under direct order 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.

23.14 The consortium partner shall submit SD equivalent to 1% of the total contract value in addition to the SD
to be submitted by the Prime Bidder for the total contract value. In case there are two consortium partners,
then each partner shall submit SD equivalent to 0.5% of the total contract value in addition to the SD to
be submitted by the Prime Bidder for the total contract value. However, Prime Bidder has also option for
submission of SD on behalf of consortium partner (s).

SD submitted by Consortium Partner(s) may be released in case corresponding scope of work of the
respective Consortium partner(s) has been completed upto the extent of 80% based on certification by
Construction Manager and concurrence by the prime bidder.

23.15 In case of a Technical Tie up, all the clauses applicable for the Consortium partner shall be applicable
for the Technical Tie up partner also.

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” i.e., <https://www.bhel.com/guidelines-suspension-
business-dealings-supplierscontractors>.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 11 of 33

28.0 The offers of the bidders who are on the debarred list and also the offer of the bidders, who engage the services
of the debarred firms, shall be rejected. The list of debarred firms is available on BHEL web site www.bhel.com
on “supplier registration page i.e., <https://www.bhel.com/list-debarred-firms>.

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.

28.1.2 Commitment by Bidder/ Supplier/ Contractor:

(i) The bidder/ supplier/ contractor commit to take all measures to prevent corruption and will not directly or
indirectly influence any decision or benefit which he is not legally entitled to nor will act or omit in any
manner which tantamount to an offence punishable under any provision of the Indian Penal Code, 1860
or any other law in force in India.

(ii) The bidder/ supplier/ contractor will, when presenting his bid, disclose any and all payments he has made,
and is committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the contract and shall adhere to relevant guidelines issued from time to time by Govt. of India/
BHEL.

(iii) The bidder/ supplier/ contractor will perform/ execute the contract as per the contract terms & conditions
and will not default without any reasonable cause, which causes loss of business/ money/ reputation, to
BHEL.

If any bidder/ supplier/ contractor during pre-tendering/ tendering/ post tendering/ award/ execution/ post-execution
stage indulges in mal-practices, cheating, bribery, fraud or and other misconduct or formation of cartel so as to
influence the bidding process or influence the prices or acts or omits in any manner which tantamount to an offence
punishable under any provision of the Indian Penal Code, 1860 or any other law in force in India, then, action may
be taken against such bidder/ supplier/ contractor as per extent guidelines of the company available on
www.bhel.com and / or under applicable legal provisions.

29.0 Micro and Small Enterprises (MSE): This is a WORKS CONTRACT. MSE BENEFIT SHALL NOT BE
APPLICABLE FOR THE PACKAGE.

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 < https://www.bhel.com/bhel-
fraud-prevention-policy-0 > 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 preferences 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).

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 12 of 33

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
g. A consortium or joint venture where any member of the consortium or joint venture falls under any of the
above.

IV. The beneficial owner for the purpose of (III) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s), who,
whether acting alone or together or through one or more juridical person, has a controlling ownership
interest or who exercises control through other means.
Explanation
a. “Controlling ownership interest” means ownership of or entitlement to more than twenty-five per
cent of shares or capital or profits of the company.
b. “Control” shall include the right to appoint majority of the directors or to control the management
or policy decisions including by virtue of their shareholding or management rights or
shareholders agreements or voting agreements.
2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or
together, or through one or more juridical person, has ownership of entitlement to more than fifteen
percent of capital or profits of the partnership.

3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person has ownership
of or entitlement to more than fifteen percent of the property or capital or profits of the such association
or body of individuals.

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant
natural person who holds the position of senior managing official;

5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the
trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural
person exercising ultimate effective control over the trust through a chain of control or ownership.

V. An Agent is a person employed to do any act for another, or to represent another in dealings with third person.

VI. The successful bidder shall not be allowed to sub-contract works to any contractor from a country which shares a
land border with India unless such contractor is registered with the Competent Authority.

Note:
(i) The bidder shall provide undertaking for their compliance to this Clause, in the format provided in Annexure-10.
(ii) Registration of the bidder with Competent Authority should be valid at the time of submission of bids and at the
time of acceptance of the bids.

32.0 Bid should be free from correction, overwriting, use of corrective fluid, etc. Any interlineation, cutting, erasure or
overwriting shall be valid only if they are attested under full signature(s) of person(s) signing the bid else bid shall

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 13 of 33

be liable for rejection. All overwriting/cutting, etc. will be numbered by bid opening officials and announced during
bid opening.

33.0 In the course of evaluation, if more than one bidder happens to occupy L-1 status, effective L-1 will be decided
by soliciting discounts from the respective L-1 bidders.

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.

35.0 A bidder shall not have conflict of interest with other bidders. Such conflict of interest can lead to anti-competitive
practices to the detriment of Procuring Entity's interests. The bidder found to have a conflict of interest shall be
disqualified. A bidder may be considered to have a conflict of interest with one or more parties in this bidding
process, if:

a) they have controlling partner (s) in common;


or
b) they receive or have received any direct or indirect subsidy/ financial stake from any of them;
or

c) they have the same legal representative/agent for purposes of this bid;
or
d) they have relationship with each other, directly or through common third parties, that puts them in a position
to have access to information about or influence on the bid of another Bidder;
or
e) Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one
Bid will result in the disqualification of all bids in which the parties are involved. However, this does not limit
the inclusion of the components/ sub-assembly/ Assemblies from one bidding manufacturer in more than one
bid;
or
f) In cases of agents quoting in offshore procurements, on behalf of their principal manufacturers, one agent
cannot represent two manufacturers or quote on their behalf in a particular tender enquiry. One manufacturer
can also authorize only one agent/dealer. There can be only one bid from the following:
(i). The principal manufacturer directly or through one Indian agent on his behalf, and
(ii). 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."

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 14 of 33

36.0 Order of Precedence


In the event of any ambiguity or conflict between the contract Documents, the order of precedence shall be in the
order below:

I. Contract agreement with its Amendments


II. Letter of Award with its Amendments
III. Clarifications/Corrigenda/Errata etc. issued in respect of the tender documents by BHEL
IV. Notice Inviting Tender (NIT)
V. Price Bid
VI. Technical Conditions of Contract (TCC)—Volume-1A
VII. Special Conditions of Contract (SCC) —Volume-1B
VIII. General Conditions of Contract (GCC) —Volume-1C
IX. Forms and Procedures —Volume-1D

It may please be noted that guidelines/ circulars/ amendments/ govt. directives issued from time to time shall also be
applicable.

for BHARAT HEAVY ELECTRICALS LTD


DEPUTY MANAGER / SCT- CPC

Enclosure:

i). Annexure-1: Pre Qualifying Requirements.


ii). Annexure-2: Check List.
iii). Annexure-3: Reverse Auction Process Compliance Form
iv). Annexure-4: Authorization of representative who will participate in the online Reverse Auction Process
v). Annexure-5: RA Price Confirmation and Breakup
vi). Annexure-6: Integrity Pact
vii). Annexure-7: Undertaking as per C4 of Annexure-1 i.e. PQR
viii). Annexure-8: Declaration reg. Related Firms & their areas of Activities
ix). Annexure- 9: Declaration reg. minimum local content in line with revised public procurement
x). Annexure-10: Declaration by the Contractor
xi). Other Tender documents as per this NIT.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 15 of 33

ANNEXURE - 1

PRE QUALIFYING REQUIREMENTS (PQR)

JOB CIVIL, ARCHITECTURAL AND STRUCTURAL WORKS OF COMPOUND WALL FOR


COMPLETE PLANT EXCEPT PILING, LEVELLING AND GRADING WORK ALONG
COMPOUND WALL AND OTHER AREA RELATED TO OPEN STORAGE YARD AND
CLOSED SHEDS AT 3 X 800 MW NLC TALABIRA TPP (NTTPP), JHARSUGUDA , ODISHA,
INDIA.

TENDER NO. BHEL/CPC/ TLB/COMPOUND WALL/25/056

Bidders claim in respect of


fulfilling the PQR Criteria
SL NO PRE QUALIFICATION CRITERIA
Remarks by
Bidder
Submission of Integrity Pact duly signed
(Note: To be submitted by Prime Bidder & Consortium/Technical Tie up
A Applicable
partner jointly in case Consortium bidding is permitted, otherwise by the
sole bidder)
B Technical: Applicable
The Bidders shall possess the pre-qualifications i.e. B.1, B.2 AND B.3 :

B.1 Bidder should have executed “Piling or Civil or Structure or ‘Civil and
Structural Works’ or RCC Chimney or RCC Cooling Tower or RCC Silo or
Mill Bunker or any combination of these works” for any one of the following
in the last seven years from latest date of bid submission:

B.1.1 Executed One (1) work of value not less than Rs. 3720 Lakh against Single
Work Order.
OR
B.1.2 Executed Two (2) works each of value not less than Rs. 2325 Lakh against
maximum two work orders.
OR
B.1.3 Executed Three (3) works each of value not less than Rs. 1860 Lakh
against maximum three work orders.
AND
B.2 Bidder should have completed the following in the last seven years from Applicable
latest date of bid submission.

B.2.1 Civil works involving earthwork for a volume of minimum of 13,85,900 CUM
within common period of 12 consecutive months in cumulative of two
running/completed contract.
OR
B.2.2 Civil works involving earthwork for a volume of minimum of 9,23,900 CUM
within common period of 12 consecutive months in cumulative of one
running/completed contract.
AND

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 16 of 33

B.3 Additional technical criteria for boundary wall: Applicable


Bidder should have executed construction of Pre-cast/ Pre-stressed/ Cast
in Situ / Combination of Brick wall & Cast in situ / Combination of Precast &
Cast in Situ boundary wall in last 7 (seven) years, ending on the latest date
of bid submission either of the following:
B.3.1 At least 3960 m length completed within a period of twelve consecutive
months in cumulative of two running / completed contracts.
OR
B.3.2 At least 2640 m length completed within a period of twelve consecutive
months in cumulative of one running / completed contracts.
C Financial: Applicable
C.1 TURNOVER: Bidders must have achieved an average annual financial
turnover (Audited) of Rs. 1395 Lakh or more over last three Financial Years
(FY) ending on 31.03.24 (i.e. F.Y. 2021-22, 2022-23, 2023-24).
C.2 NETWORTH (only in case of Companies): Applicable
Net worth of the Bidder based on the latest Audited Accounts as furnished
for ‘C-1’ above should be positive.
C.3 PROFIT: Applicable
Bidder must have earned profit in any one of the Five Financial Years
ending on 31.03.24 (i.e. F.Y. 2019-20, 2020-21, 2021-22, 2022-23, 2023-
24). Bidder to submit audited balance sheet and Profit & Loss Statement for
the year as supporting documents.

C.4 Bidder must not be under Insolvency Resolution Process or Liquidation or Applicable
Bankruptcy Code Proceedings (IBC) as on date, by NCLT or any
adjudicating authority/authorities, which will render him ineligible for
participation in this tender, and shall submit undertaking (Annexure-7) to
this effect.
D Approval of Customer Applicable BY BHEL
Note: Names of bidders who stand qualified after compliance of criteria A
to C shall be forwarded to customer for their approval.
E Price Bid Opening Applicable BY BHEL

Note: Price Bids of only those bidders shall be opened who stand qualified
after compliance of criteria A to D
F Consortium criteria Applicable

Explanatory Notes for the PQR:


1. Bidder should satisfy PQR, “B.1 and B.2” as a standalone bidder as above, in the last seven years as on
latest date of bid submission.
2. For qualification against B.3, in case a bidder does not satisfy “B.3.1 or B.3.2”, then the bidder can form
consortium with one party who satisfies the PQR “B.3.1 or B.3.2”. This will be termed as “Consortium
Bidding”.
3. In case of consortium bidding, following shall be applicable:
i. Prime bidder should satisfy PQR {B.1 and B.2)} above.
ii. Agency satisfying PQR “B.3” shall be termed as “Consortium Partner”.
iii. Prime bidder shall be responsible for satisfying the financial PQR.
iv. Prime bidder shall submit the entire tender along with the credentials, all statutory documents and
the documents in support of PQR condition of the Consortium Partner.
v. Prime bidder shall submit the entire tender along with the credentials, all statutory documents and
the documents in support of PQR condition of the Consortium Partner.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 17 of 33

4. All conditions as in Clause 23 of NIT shall also be applicable for consortium bidding
5. 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.
6. 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.
7. 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.
8. C.2: NETWORTH: Shall be calculated based on the latest Audited Accounts as furnished for ‘C.1’ above.
Net worth = Paid up share capital + Reserves. (Net worth is required to be evaluated in case of companies)
9. C.3: PROFIT: Shall be PBT earned during any one of the five financial years as in ‘C.3’ above.
10. Completion date for achievement of the technical criteria specified in the Technical’ criteria of PQR (as in
‘B’ above) should be in the last 7 years ending on the ‘latest date of Bid Submission’ of Tender irrespective
of date of the start of work. Completion date shall be reckoned from the “FY quarter of bid submission”.
11. ‘EXECUTED’ means the bidder should have achieved the criteria specified in the Technical criteria of PQR
(as in ‘B’ above) even if the Contract has not been completed or closed.
12. Relevant documents, meeting above requirements at serial no. B & C above, shall be submitted by
bidders.
13. For evaluation of PQR, in case Bidder alone does not meet the pre-qualifying technical criteria B.1 above,
bidder may utilize the experience of its Parent/ Subsidiary Company along with its own experience, subject
to following:
i. The parent company shall have a controlling stake of ≥50% in the subsidiary company (as per
Format-1).
ii. 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
iii. 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).
iv. In case Bidder is submitting bid as a Consortium Partner, option of utilizing experience of
parent/subsidiary Company can be availed by Prime Bidder only.
v. Parent Company/ Subsidiary Company of which experience is being used for bidding, cannot
participate as a ‘Standalone Bidder’ or as a ‘Consortium bidder’.

14. Explanatory Notes for QR ‘B.1’:


• For PQR ‘B.1’ above, actual executed value shall be considered.
• The evaluation currency for this tender shall be INR.
• For PQR ‘B.1’ above, Value of work 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 (XN - X0) + 0.425 x R x (YN - Y0)


X0 Y0
Where
P = Updated value of work
R = Value of executed work
XN = 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).
X0 = All India Avg. Consumer Price index for industrial workers for last month of work execution.
YN = 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).
Y0 = Monthly Whole Sale Price Index for All Commodities for last month of work execution.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 18 of 33

NOTES:
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.
Credentials submitted by the bidder against “PRE QUALIFYING CRITERIAS” shall be verified for its authenticity. In case,
any credential (s) is/are found unauthentic, offer of the bidder is liable to the rejection. BHEL reserves the right to initiate
any further action as per extant guidelines for Suspension of Business Dealings.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 19 of 33

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).

We hereby certify that M/s…………………………..…… is Parent Company/ Subsidiary Company of M/s ... ………(the
bidder) and details of equity holding of the Parent Company in Subsidiary Company as on ….………….(not earlier than
seven days prior to the Bid Submission Date) are given as below:

Percentage of Equity Holding of Parent


Name of Parent Company Name of Subsidiary Company Company in Subsidiary Company

(Insert Name and Signature of Statutory Auditor or practicing Company Secretary of the Bidder)

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 20 of 33

Format-2

Undertaking from the Parent Company/ Subsidiary Company of the bidder


(On the Letter Head of Parent Company/ Subsidiary Company, as applicable)

From,
Name:
Full Address:

Telephone No.:
E-mail address:
Fax/No.:

To,
……………………..
……………………..

Dear Sir,

We refer to the NIT No ........................... dated…………… for “……………………….” (name of the Tender).

“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 fulfilment 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’ or as a ‘Consortium 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.

Signature of Managing Director/


Authorized signatory of Parent/ Subsidiary Company

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 21 of 33

ANNEXURE - 2
CHECK LIST
NOTE: - Tenderers are required to fill in the following details and no column should be left blank
1 Name of the Tenderer

2 Address of the Tenderer

3 Type of the Firm/ Company


(i) In case of Individual Tenderer His / her full name, address and place & nature of business shall be
furnished along with the offer.
(ii) In case of Partnership Firm The names of all the partners and their addresses, A copy of the
partnership deed/instrument of partnership dully certified by the
Notary Public shall be furnished along with the offer.
(iii) In case of Companies a) Date and place of registration including date of commencement
certificate in case of Public Companies (certified copies of
Memorandum and articles of Association are also to be furnished).
b) Nature of business carried on by the Company and the provisions
of the Memorandum relating thereof.
4.a Details of Contact person for this Name: Mr./ Ms.
Tender Designation:
Telephone No:
Mobile No:
Email ID:

4.b Details of alternate Contact person for Name : Mr/ Ms


this Tender Designation:
Telephone No:
Mobile No:
Email ID:
5 Validity of Offer To be valid for Six Months from due date
6 EMD Details (Remittance of EMD should be in line with Mode of Deposit as detailed in clause 1.9.1 of General
Conditions of Contract (Volume IC Book-II)

A) Cash portion of EMD (Minimum Rs. Mode of Remittance:


2 Lakhs Ref No:
Date:
Amount:
B) Balance portion of EMD Mode of Remittance:
Ref No:
Date:
Amount:

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 22 of 33

Applicability Enclosed
DESCRIPTION
(BY BHEL) By Bidder
Whether the format for compliance with PRE-QUALIFICATION CRITERIA
7 (ANNEXURE – 1) is understood and filled with proper supporting documents Applicable YES / NO
referenced in the specified format
In case Balance portion of EMD is submitted in the form of Bank Guarantee (BG),
a) Copy of SFMS (Structured Financial Message System) to be attached along
with the bank guarantee towards verification of authenticity of BG.
OR YES / NO
8
b) Declaration by contractor / vendor with list of their banks along with a Applicable
confirmation that none of their banks are SFMS compliant and Paper Bank
YES / NO
Guarantee sent to BHEL directly by the issuing bank under Registered Post
(A.D.) / Speed Post/ Courier/ By Hand along with a covering letter.
Whether all pages of the Tender documents including annexures, appendices etc.
9 Applicable YES / NO
are read and understood
Audited Balance Sheet and profit & Loss Account for the last Three/Five years as
10 Applicable YES / NO
mentioned at PQR C-1 & C-3.
11 Copy of PAN Card Applicable YES / NO
12. Copy of GST registration Applicable YES / NO
Submission of copy of Registration /Incorporation Certificate, Partnership Deed
13 Applicable YES / NO
(Certified by Notary Public) as applicable for firm
Organization Chart of the tenderer’s organization, including the names, addresses
14 and contact information of the Directors/Partners shall be furnished along with the Applicable YES / NO
offer.
15 Integrity Pact (Annexure – 6 of NIT) Applicable YES / NO
16 Annexures – 3, 4 & 5 of NIT Applicable YES / NO
17 Annexures – 7, 8, 9 & 10 of NIT Applicable YES / NO
18 Offer forwarding letter / tender submission letter [Form No. F-01 (Rev 00)] Applicable YES / NO
19 Declaration by Authorized Signatory [Form No: F-02 (Rev 00)] Applicable YES / NO
Power of Attorney for Submission of Tender/Signing Contract Agreement [Form
20 Applicable YES / NO
No: F-03 (Rev 00)]
Declaration by Authorized Signatory regarding Authenticity of submitted documents
21 Applicable YES / NO
[Form No: F-04 (Rev 00)]
22 No Deviation Certificate [Form No: F-05 (Rev 00)] Applicable YES / NO
23 Declaration confirming knowledge about Site Conditions [Form No: F-06 (Rev 00)] Applicable YES / NO
24 Declaration for relation in BHEL [Form No: F-07 (Rev 00)] Applicable YES / NO
25 Non-Disclosure Certificate [Form No: F-08 (Rev 00)] Applicable YES / NO
26 Bank Account Details for E-Payment [Form No: F-09 (Rev 00)] Applicable YES / NO
27 Format for seeking clarification [Form No: F-10 (Rev 00)] Applicable YES / NO
28 Analysis of Unit rates Quoted [Form No: F-11 (Rev 00)] Applicable YES / NO
29 Capacity Evaluation of Bidder for current Tender [Form No: F-12 (Rev 00)] Applicable YES / NO
30 Tie Ups/Consortium Agreement are submitted as per format Applicable YES / NO
NOTE: STRIKE OFF ‘YES’ OR ‘NO’, AS APPLICABLE. TENDER NOT ACCOMPANIED BY THE PRESCRIBED
ABOVE APPLICABLE DOCUMENTS ARE LIABLE TO BE SUMMARILY REJECTED.

DATE : Sign. of the AUTHORISED SIGNATORY


(With Name, Designation and Company seal)

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 23 of 33

ANNEXURE - 3

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.{……………….…} dtd. {…………..}
This letter is to confirm that:

1) The undersigned is authorized official/ representative of the company to participate in RA and to sign the
related documents.
2) We have studied the Reverse Auction guidelines (as available on www.bhel.com), and the Business rules
governing the Reverse Auction as mentioned in your letter and confirm our agreement to them.
3) We also confirm that we have taken the training on the auction tool and have understood the functionality of
the same thoroughly.
4) We also confirm that, in case we become L1 bidder, we will FAX/ email the price confirmation & break up of
our quoted price as per Annexure - 5 within two working days (of BHEL) after completion of RA event, besides
sending the same by registered post/ courier both to M/s. BHEL and M/s. {Service provider.}

We, hereby confirm that we will honor the Bids placed by us during the auction process.

With regards

Signature with company seal

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.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 24 of 33

ANNEXURE – 4

Authorization of representative who will participate in the on line Reverse Auction Process:

1 NAME OF THE BIDDER

2 NAME & DESIGNATION OF OFFICIAL

3 POSTAL ADDRESS (COMPLETE)

4 TELEPHONE NOS. (LAND LINE & MOBILE


BOTH)

5 E-MAIL ADDRESS

6 NAME OF PLACE/ STATE/ COUNTRY,


WHEREFROM S/HE WILL PARTICIPATE IN THE
REVERSE AUCTION

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 25 of 33

ANNEXURE – 5

RA price confirmation and breakup


(To be submitted by L1 bidder after completion of RA)

To
- M/s. Service provider
- Postal address

CC: M/s BHEL


{Unit-
Address-}
Sub: Final price quoted during Reverse Auction and price breakup

Dear Sir,

We confirm that we have quoted.

Rs.{____in value & in words_______} for item(s) covered under tender enquiry No. {...} dt.{…}

Total price of the items covered under above cited enquiries is inclusive of {Packing & forwarding, GST freight and
insurance charges up to {………………………} District, {………………….} State and Type Test Charges etc., other as per
NIT}

as our final landed prices as quoted during the Reverse Auction conducted today {date} which will be valid for a period of
{___ in nos. & in words ___} days.

The price break-up is as given below.

========
Total - Rs. in value & in words
========

Yours sincerely,

For _________________

Name:
Company:
Date:
Seal:

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 26 of 33

ANNEXURE – 6

INTEGRITY PACT
Between

Bharat Heavy Electricals Ltd. (BHEL), a company registered under the Companies Act 1956 and having its registered office
at "BHEL House", Siri Fort, New Delhi - 110049 (India) hereinafter referred to as “The Principal", which expression unless
repugnant to the context or meaning hereof shall include its successors or assigns of the ONE PART

and

, (description of the party along with


address), hereinafter referred to as “The Bidder/ Contractor" which expression unless repugnant to the context or meaning
hereof shall include its successors or assigns of the OTHER PART

Preamble

The Principal intends to award, under laid-down organizational procedures, contract/s for Tender No.: BHEL/CPC/
TLB/COMPOUND WALL/25/056 for the work of “Civil, Architectural and Structural works of Compound Wall for
complete plant except Piling, Levelling and Grading work along compound wall and other area related to
open storage yard and closed sheds at 3 x 800 MW NLC TALABIRA TPP (NTTPP), Jharsuguda, Odisha,
India”

The Principal values full compliance with all relevant laws of the land, rules and regulations, and the principles of economic
use of resources, and of fairness and transparency in its relations with its Bidder(s)/ Contractor(s).

In order to achieve these goals, the Principal will appoint Independent External Monitor(s), who will monitor the tender
process and the execution of the contract for compliance with the principles mentioned above.

Section 1- Commitments of the Principal

1.1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following
principles: -
1.1.1 No employee of the Principal, personally or through family members, will in connection with the tender for, or the
execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial
benefit which the person is not legally entitled to.
1.1.2 The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will in
particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide
to any Bidder(s) confidential/ additional information through which the Bidder(s) could obtain an advantage in
relation to the tender process or the contract execution.
1.1.3 The Principal will exclude from the process all known prejudiced persons.
1.2 If the Principal obtains information on the conduct of any of its employees which is a penal offence under the Indian
Penal Code 1860 and Prevention of Corruption Act 1988 or any other statutory penal enactment, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary
actions.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 27 of 33

Section 2 - Commitments of the Bidder(s)/ Contractor(s)

2.1 The Bidder(s)/ Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the tender process and during the contract
execution.
2.1.1 The Bidder(s)/ Contractor(s) will not, directly or through any other person or firm, offer, promise or give to the
Principal or to any of the Principal's employees involved in the tender process or the execution of the contract or
to any third person any material, immaterial or any other benefit which he/ she is not legally entitled to, in order to
obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the
contract.

2.1.2 The Bidder(s)/ Contractor(s) will not enter with other Bidder(s) into any illegal or undisclosed agreement or
understanding, whether formal or informal. 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.

2.1.3 The Bidder(s)/ Contractor(s) will not commit any penal offence under the relevant Indian Penal Code (IPC) and
Prevention of Corruption Act; further the Bidder(s)/ Contractor(s) will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document provided by the Principal as part
of the business relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.

2.1.4 Foreign Bidder(s)/ Contractor(s) shall disclose the name and address of agents and representatives in India and
Indian Bidder(s)/ Contractor(s) to disclose their foreign principals or associates. The Bidder(s)/ Contractor(s) will,
when presenting his bid, disclose any and all payments he has made, and is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award of the contract.

2.2 The Bidder(s)/ Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory
to such offences.

2.3 The Bidder(s)/ Contractor(s) shall not approach the Courts while representing the matters to IEMs and will await
their decision in the matter.

Section 3 - Disqualification from tender process and exclusion from future contracts

If the Bidder(s)/ Contractor(s), before award or during execution has committed a transgression through a violation of
Section 2 above, or acts in any other manner such as to put his reliability or credibility in question, the Principal is entitled
to disqualify the Bidder(s)/ Contractor(s) from the tender process or take action as per the separate "Guidelines on Banning
of Business dealings with Suppliers/ Contractors", framed by the Principal.

Section 4 - Compensation for Damages

4.1 If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the
Principal is entitled to demand and recover the damages equivalent Earnest Money Deposit/ Bid Security.

4.2 If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract
according to section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages
equivalent to 5% of the contract value or the amount equivalent to Security Deposit/ Performance Bank Guarantee,
whichever is higher.

Section 5 - Previous Transgression

5.1 The Bidder declares that no previous transgressions occurred in the last 3 years with any other company in any country
conforming to the anti-corruption approach or with any other Public Sector Enterprise in India that could justify his
exclusion from the tender process.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 28 of 33

5.2 If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract,
if already awarded, can be terminated for such reason.

Section 6 - Equal treatment of all Bidders/ Contractors / Sub-contractors

6.1 The Principal will enter into agreements with identical conditions as this one with all Bidders and Contractors. In case
of sub-contracting, the Principal contractor shall be responsible for the adoption of IP by his sub-contractors and shall
continue to remain responsible for any default by his sub-contractors.

6.2 The Principal will disqualify from the tender process all bidders who do not sign this pact or violate its provisions.

Section 7 - Criminal Charges against violating Bidders/ Contractors /Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative
or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive
suspicion in this regard, the Principal will inform the Vigilance Office.

Section 8 -Independent External Monitor(s)

8.1 The Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to
review independently and objectively, whether and to what extent the parties comply with the obligations under this
agreement.
8.2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and
independently. He reports to the CMD, BHEL.
8.3 The Bidder(s)/ Contractor(s) accepts that the Monitor has the right to access without restriction to all contract
documentation of the Principal including that provided by the Bidder(s)/ Contractor(s). The Bidder(s)/ Contractor(s) will
grant the monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his
contract documentation. The same is applicable to Sub-contractor(s). The Monitor is under contractual obligation to
treat the information and documents of the Bidder(s)/ Contractor(s) / Sub-contractor(s) with confidentiality in line with
Non- disclosure agreement.
8.4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the contract
provided such meetings could have an impact on the contractual relations between the Principal and the Contractor.
The parties offer to the Monitor the option to participate in such meetings.
8.5 The role of IEMs is advisory, would not be legally binding and it is restricted to resolving issues raised by an intending
bidder regarding any aspect of the tender which allegedly restricts competition or bias towards some bidders. At the
same time, it must be understood that IEMs are not consultants to the Management. Their role is independent in nature
and the advice once tendered would not be subject to review at the request of the organization.
8.6 For ensuring the desired transparency and objectivity in dealing with the complaints arising out of any tendering
process, the matter should be examined by the full panel of IEMs jointly as far as possible, who would look into the
records, conduct an investigation, and submit their joint recommendations to the Management.
8.7 The IEMs would examine all complaints received by them and give their recommendations/ views to CMD, BHEL, at
the earliest. They may also send their report directly to the CVO and the Commission, in case of suspicion of serious
irregularities requiring legal/ administrative action. IEMs will tender their advice on the complaints within 10 days as
far as possible.
8.8 The CMD, BHEL shall decide the compensation to be paid to the Monitor and its terms and conditions.
8.9 IEM should examine the process integrity; they are not expected to concern themselves with fixing of responsibility of
officers. Complaints alleging mala fide on the part of any officer of the organization should be looked into by the CVO
of the concerned organisation.
8.10 If the Monitor has reported to the CMD, BHEL, a substantiated suspicion of an offence under relevant Indian Penal
Code/ Prevention of Corruption Act, and the CMD, BHEL has not, within reasonable time, taken visible action to

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 29 of 33

proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information
directly to the Central Vigilance Commissioner, Government of India.
8.11 The number of Independent External Monitor(s) shall be decided by the CMD, BHEL.
8.12 The word `Monitor' would include both singular and plural.

Section 9 - Pact Duration

9.1 This Pact shall be operative from the date IP is signed by both the parties till the final completion of contract for
successful bidder and for all other bidders 6 months after the contract has been awarded. Issues like warranty /
guarantee etc. should be outside the purview of IEMs.
9.2 If any claim is made/ lodged during currency of IP, the same shall be binding and continue to be valid despite the lapse
of this pact as specified above, unless it is discharged/ determined by the CMD, BHEL.

Section 10 - Other Provisions

10.1 This agreement is subject to Indian Laws and jurisdiction shall be registered office of the Principal, i.e. New Delhi.
10.2 Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been
made.
10.3 If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium
members.
10.4 Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains
valid. In this case, the parties will strive to come to an agreement to their original intentions.
10.5 Only those bidders / contractors who have entered into this agreement with the Principal would be competent to
participate in the bidding. In other words, entering into this agreement would be a preliminary qualification.

SAURABH Digitally signed by

KUMAR SAURABH KUMAR VERMA


Date: 2024.12.09 16:40:37

VERMA +05'30'

--------------------------------------------------- --------------------------------------------

For & On behalf of the Principal For & On behalf of the Bidder/ Contractor

(Office Seal) (Office Seal)

Place----------------------

Date-----------------------

Witness: Witness:

(Name & Address) (Name & Address)

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 30 of 33

ANNEXURE – 7

UNDERTAKING

(To be typed and submitted in the Letter Head of the Company/Firm of Bidder)

To,

________________________(Name and Designation of Officer of BHEL inviting the Tender);


Bharat Heavy Electricals Limited,
Central Procurement Cell (CPC), 8th Floor, BHEL SADAN,
Plot No. 25, Sector-16A, Noida, U.P.-201301

Dear Sir/Madam,

Sub: Declaration Regarding Insolvency / Liquidation / Bankruptcy Proceedings

Ref: NIT/Tender Specification No:

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.

Sign. of the AUTHORISED SIGNATORY


(With Name, Designation and Company seal)

Place:
Date:

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 31 of 33

ANNEXURE-8

DECLARATION

Date: _________

To:
____________________________(Name and Designation of Officer of BHEL inviting the Tender);
Bharat Heavy Electricals Limited,
Central Procurement Cell (CPC), 8th Floor, BHEL SADAN,
Plot No. 25, Sector-16A, Noida, U.P.-201301

Sub: Details of related firms and their area of activities

Dear Sir/ Madam,

Please find below details of firms owned by our family members 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,

(________________________)

From: M/s ___________________


Supplier Code: _______________________
Address: _______________________
_______________________
_______________________

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 32 of 33

Annexure-9

DECLARATION REGARDING MINIMUM LOCAL CONTENT IN LINE WITH


REVISED PUBLIC PROCUREMENT (PREFERENCE TO MAKE IN INDIA), ORDER 2017 DATED 04TH JUNE,
2020 AND SUBSEQUENT ORDER(S)
(To be typed and submitted in the Letter Head of the Entity/Firm providing certificate as applicable)
-------------------------------------------------------------------------------------------------------------------------
To,

____________________________(Name and Designation of Officer of BHEL inviting the Tender);


Bharat Heavy Electricals Limited,
Central Procurement Cell (CPC), 8th Floor, BHEL SADAN,
Plot No. 25, Sector-16A, Noida, U.P.-201301

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 the 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,
(Signature, Date & Seal of
Authorized Signatory of the Bidder)

** - Strike out whichever is not applicable.


Note:
1. Bidders to note that above format Duly filled & signed by authorized signatory, shall be submitted along with the
techno-commercial offer.
2. In case the bidder’s quoted value is in excess of Rs. 10 crores, the authorized signatory for this declaration
shall necessarily be the statutory auditor or cost auditor of the company (in the case of companies) or a
practising cost accountant or practicing chartered accountant (in respect of suppliers other than
companies).
3. In the event of false declaration, actions as per the above order and as per BHEL Guidelines shall be initiated
against the bidder.

रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली – 110049


Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website : www.bhel.com
Tender No.: BHEL/CPC/ TLB/COMPOUND WALL/25/056 Page 33 of 33

ANNEXURE-10

DECLARATION REGARDING COMPLIANCE TO RESTRICTIONS UNDER RULE 144 (xi) OF GFR 2017
(To be typed and submitted in the Letter Head of the Entity/ Firm providing certificate as applicable)
------------------------------------------------------------------------------------------------------------------------------------
To,

____________________________(Name and Designation of Officer of BHEL inviting the Tender);


Bharat Heavy Electricals Limited,
Central Procurement Cell (CPC), 8th Floor, BHEL SADAN,
Plot No. 25, Sector-16A, Noida, U.P.-201301
Dear Sir,

Sub: Declaration regarding compliance to Restrictions under Rule 144 (xi) of GFR 2017

Ref : 1) NIT/Tender Specification No: …………..,


2) All other pertinent issues till date

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,

(Signature, Date & Seal of


Authorized Signatory of the Bidder)

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.

Signature Not Verified


Digitally signed by SAURABH KUMAR
रजिस्टर्ड ऑफिस : भेल हाउस, ससरी िोटड , नई दिल्ली
VERMA
– 110049
Date: 2024.12.09 16:54:36 IST
Registered Office : BHEL House, Siri Fort, New Delhi – 110 049, India, Website
Location: BHEL: www.bhel.com

You might also like