EPC PACKAGE FOR DEVELOPMENT OF 250MW / 500MWH BESS WITH 12
YEARS OF COMPREHENSIVE OPERATION & MAINTENANCE AT
MAITHON
BIDDING DOCUMENT NO.:
CAUTION LIST
(Bidder may take note of the following points while submitting its bid)
• BIDDERS ARE REQUIRED TO FURNISH REQUISITE DETAILS IN THE FORMATS
SPECIFIED IN THE BIDDING DOCUMENTS FOR MEETING THE STIPULATED
QUALIFYING REQUIREMENTS (QR) ALONG WITH ALL SUPPORTING DOCUMENTS
LIKE COPIES OF CLIENT’S CERTIFICATES, WORK ORDER AND CONTRACT
AGREEMENTS ETC. IF ANY OF THE REFERENCE WORK FURNISHED BY BIDDER
PERTAINS TO THE CONTRACT(S)/WORKS EXECUTED BY BIDDER FOR DVC IN THE
PAST THEN IN RESPECT OF SUCH CONTRACT(S)/WORKS BIDDER IS NOT
REQUIRED TO ENCLOSE CLIENT CERTIFICATE(S) ALONG WITH ITS BID.
• IN CASE OF EXTENSION OF TECHNO-COMMERCIAL BID OPENING DATE, BIDDER
TO FURNISH AUDITED ANNUAL REPORTS ALONG WITH THEIR BID AS PER
EXTENDED DATE OF TECHNO-COMMERCIAL BID OPENING TO MEET THE
STIPULATED FINANCIAL QR CRITERIA.
• POWER OF ATTORNEY DULY NOTARIZED BY A NOTARY PUBLIC INDICATING THAT
THE PERSON SIGNING THE BID HAS THE AUTHORITY TO SIGN THE BID AND THE
BID IS BINDING UPON THE BIDDER DURING THE FULL PERIOD OF ITS VALIDITY
BACKED BY A COPY OF BOARD RESOLUTION/ OTHER RELEVENT DOCUMENTS TO
DEMONSTRATE THE AUTHORITY OF THE PERSON ISSUING THE POWER OF
ATTORNEY. TO BE FURNISHED IN PHYSICAL FORM BEFORE THE SUBMISSION
CLOSING DATE AND TIME OF THE BID.
• POWER OF ATTORNEY TO THE AUTHORISED SIGNATORY OF THE BIDDER FOR
SIGNING OF BID TO BE SUBMITTED IN PHYSICAL FORM BEFORE THE SUBMISSION
CLOSING DATE AND TIME OF THE BID AND SHOULD BE DATED NOT LATER THAN
THE DATE OF SIGNING THE BID.
• BIDDER TO ENSURE THAT BID SECURITY TO BE SUBMITTED IN ORIGINAL STRICTLY
AS PER SPECIFIED FORMATS DULY SIGNED IN ORIGINAL BY AUTHORISED
SIGNATORY AND STAMPED ON EACH PAGE. SCANNED
/PHOTOCOPY OF THESE ORIGINAL DOCUMENTS WITHOUT SIGNATURE IN
ORIGINAL SHALL NOT BE ACCEPTABLE AND SHALL BE SUMMARILY REJECTED.
• DEED OF JOINT UNDERTAKING (IF APPLICABLE) TO BE SUBMITTED IN PHYSICAL
FORM BEFORE THE SUBMISSION CLOSING DATE AND TIME OF THE BID ALONGWITH
THE POWER OF ATTORNEY OF THE PERSONS SIGNING ON BEHALF OF LICENSE
PROVIDER/ TECHNOLOGY COLLABORATOR/ JV PARTNER AND BIDDER AND TO BE
SUBMITTED WITH THE SIGNED DEED OF JOINT UNDERTAKING.
ATTACHMENT – 3
PAGE 1 OF 1
EPC PACKAGE FOR DEVELOPMENT OF 250MW / 500MWH BESS WITH 12
YEARS OF COMPREHENSIVE OPERATION & MAINTENANCE AT
MAITHON
BIDDING DOCUMENT NO.: …….
(Qualification Data)
We seek qualification under Clause of Volume-I of NIT and our qualification data in support
thereof is enclosed in the following Attachments:
1. Attachments 3A : Experience Details of Bidder
The Bidder shall enclose relevant documents like copies of authentic purchase order, completion
certificates, agreements etc. supporting the details/data provided in above Attachments.
ATTACHMENT - 3A-1
EPC PACKAGE FOR DEVELOPMENT OF 250MW/500MWh BATTERY ENERGY
STORAGE SYSTEM (BESS) WITH 12 YEARS OF COMPREHENSIVE OPERATION &
MAINTENANCE AT DVC MAITHON
BIDDING DOCUMENT NO.:
(Details Pertaining to Technical Qualification of the
Bidder)
(A) FOR BIDDERS SEEKING QUALIFICATIONS AS PER Route 1 of Qualifying
Requirement
In support of Qualifying Requirements of Route 1, we confirm that we have
manufactured and supplied Batteries for grid interactive battery energy
storage system(s) of cumulative installed capacity of 40 MWh or higher, out
of which at least one grid interactive battery energy storage system should be
of 10 MW capacity or higher.
We further confirm that reference grid interactive battery energy storage
system of 10 MW or higher capacity has been successfully commissioned &
operational prior to the date of techno-commercial bid opening.
(I) Details of grid interactive battery energy storage system(s) of
cumulative installed capacity of 40 MWh or higher, out of which at least
one grid interactive battery energy storage system should be of 10 MW
capacity or higher. The reference grid interactive battery energy storage
system of 10 MW or higher capacity must have been successfully
commissioned & operational prior to the date of techno-commercial bid
opening, is as per following:
(II)
Sl. Reference Reference Reference
Item Description
No. Plant Plant Plant No.03
No.01 No.02
1.0 Description of work
2.0 Name of Client with full address,
Fax No. & Tel. No.
3.0 Name of the Power Plant with
its location
4.0 Name and Designation of
of a the
responsible person in client's
organization
5.0 Contract No. and Date
6.0 Whether this is a grid YES* / NO* YES* / NO* YES* / NO*
interactive battery energy
storage system
7.0 Capacity of the Plant .…MW….MWh .…MW….MWh .…MW….MWh
8.0 Whether scope of works included
(a) Battery Manufacture
YES* /NO* YES* /NO* YES* /NO*
(b) Battery Supply YES* /NO* YES* /NO* YES* /NO*
9.0 Date of Commissioning of the
above Plant
10.0 No. of months of successful
operation of the above plant prior
to the date of Techno-
C o m m e rc i a l b i d o p e n i n g
date.
11.0 Completion Certificate from client,
Copies of Authentic purchase
orders, Agreements in support of
data/details of Sl. No. 1 to 10
enclosed as Annex.
* Strike off whichever is not applicable
Note: Continuation sheets of like size and format may be used and annexed
to this Attachment if required.
(B) FOR BIDDERS SEEKING QUALIFICATIONS AS PER Route 2, of
Qualifying Requirement
In support of Qualifying Requirements of Route 2, we confirm that we are
integrator of grid interactive battery energy storage system(s) of cumulative
installed capacity of 40 MWh or higher, out of which at least one grid
interactive battery energy storage system should be of 10 MW capacity or
higher.
We further confirm that reference grid interactive battery energy storage
system of 10 MW or higher capacity has been successfully commissioned &
operational prior to the date of techno-commercial bid opening.
(I) Details grid interactive battery energy storage system(s) of cumulative
installed capacity of 40 MWh or higher, out of which at least one grid
interactive battery energy storage system should be of 10 MW capacity
or higher. The reference grid interactive battery energy storage system
of 10 MW or higher capacity must have been successfully
commissioned & operational prior to the date of techno-commercial bid
opening, is as per following:
Sl. Reference Plant Reference Reference Plant
Item Description
No. No.01 Plant No.03
No.02
1.0 Description of work
2.0 Name of Client with
full address, Fax
No. & Tel. No.
3.0 Name of the Power Plant
with its location
4.0 Name and designation of
the
responsible person in
client's organization
5.0 Contract No. and Date
6.0 Whether this is a grid YES* / NO* YES* / NO* YES* / NO*
interactive battery
energy storage system
7.0 Capacity of the Plant ……MW……MWh ……MW……MWh ……MW…MWh
8.0 Whether scope of
works included
(a) Supply
YES* /NO* YES* /NO* YES* /NO*
(b) Erected
(c) Supervised Erection YES* /NO* YES* /NO* YES* /NO*
(d) Commissioning YES* /NO* YES* /NO* YES* /NO*
(e) Supervised
YES* /NO* YES* /NO* YES* /NO*
Commissioning
(f) Battery Supplied by YES* /NO* YES* /NO* YES* /NO*
Developer/Owner as free
issue item
YES* /NO* YES* /NO*
YES* /NO*
9.0 Date of Commissioning
of the above Plant
10.0 No. of months of
successful operation of the
above plant prior to the
date of Techno-
Commercial bid opening
date.
11.0 Completion Certificate
from client, Copies of
Authentic purchase orders,
Agreements in support of
data/details of Sl. No. 1 to
10 enclosed as
Annex.
* Strike off whichever is not applicable
Note: Continuation sheets of like size and format may be used and annexed to this
Attachment if required.
(C) FOR BIDDERS SEEKING QUALIFICATIONS AS PER Route 3 of
Qualifying Requirement
In support of Qualifying Requirements of Route 3, technical collaboration
agreement or should have a manufacturing license or should be a joint venture
company of a Battery Manufacturer meeting the requirements stipulated at
Clause 1.1 (Route-1) above. In case of technical collaboration/ license, bidder
shall furnish along with the bid a copy of such license/collaboration agreement
done with the battery manufacturer and such agreement should be ongoing and
valid for a period at least up to the end of the O&M period of the contract. In case
the bidder is a joint venture company of a battery manufacturer meeting the
requirements stipulated at clause 1.1 (route 1), the bidder shall submit a copy
of joint venture formation document along with their techno commercial bid.
Bidder shall also furnish an Undertaking jointly executed by the license
provider/ technology collaborator/ JV partner qualified as per clause 1.1 and
the Bidder along with its bid for complete performance of the contract jointly
and severally as per format enclosed in the bid document failing which the
clause 1.1 Bidder’s bid is liable to be rejected
In support of Qualifying Requirements of Route 3, we confirm that we have
technical collaboration agreement* or have a manufacturing license* or are
a Joint venture company* of a battery manufacturer M/s (Name of
Battery Manufacturer) who has manufactured and supplied Batteries for grid
interactive battery energy storage system(s) of cumulative installed capacity
of 40 MWh or higher, out of which at least one grid interactive battery energy
storage system is of 10 MW capacity or higher.
We further confirm that reference grid interactive battery energy storage
system of 10 MW or higher capacity has been successfully commissioned &
operational prior to the date of techno-commercial bid opening:
(i) *As we have technical collaboration/ manufacturing license, we further
confirm that we have furnished along with the bid a copy of
manufacturing license/collaboration agreement done with the battery
manufacturer and the manufacturing license/collaboration agreement
is ongoing and valid for a period at least up to the end of the O&M
period of the contract.
OR
(ii) *As a joint venture company of the battery manufacturer mentioned
above, we further confirm that we have submitted a copy of Joint
Venture formation document along with our techno commercial bid.
It is also confirmed that the Joint Venture company have been
incorporated in India under the Companies Act of India, as on the date
of techno commercial bid opening, promoted by an Indian Company
registered in India under Companies Act of India.
We further confirm that we have furnished an Undertaking jointly
executed by the license provider*/ technology collaborator*/ JV
partner* mentioned above and ourselves along with our bid for
complete performance of the contract jointly or severally as per format
enclosed in the bid document failing which our bid is liable to be
rejected.
(I) Details of grid interactive battery energy storage system(s) of
cumulative installed capacity of 40 MWh or higher, out of which at
least one grid interactive battery energy storage system should be
of 10 MW capacity or higher. The reference grid interactive battery
energy storage system of 10 MW or higher capacity must have been
successfully commissioned & operational prior to the date of
techno-commercial bid opening, is as per following:
Sl. Item Description Reference Plant Reference Reference Plant
No. No.01 Plant No.03
No.02
1.0 Description of work
2.0 Name of Client with
full address, Fax No. &
Tel. No.
3.0 Name of the Power
Plant with its location
4.0 Name and designation of
the person responsible in
client's organization
5.0 Contract No. and Date
6.0 Whether this is a grid YES* / NO* YE /NO* Y / NO*
interactive battery S* E
energy storage system S*
7.0 Capacity of the Plant ……MW……MWh ……MW……MWh ……MW……MWh
8.0 Whether scope of
works included
(a) Battery Manufactured YES* /NO* YE /NO* Y
/NO*
(b) Battery Supplied YES* S* E
/NO* /NO* /NO*
YE S
S* *
Y
E
S
*
9.0 Date of Commissioning
of the above Plant
10.0 No. of months of
successful operation of
the above plant prior to
the date of Techno-
Commercial bid opening
date.
11.0 Completion Certificate
from client, Copies of
Authentic purchase
orders, Agreements in
support of data/details of
Sl. No. 1 to
10 enclosed as Annex.
* Strike off whichever is not applicable
Note: Continuation sheets of like size and format may be used and annexed
to this Attachment if required.
(D) FOR BIDDERS SEEKING QUALIFICATIONS AS PER Route 4, of
Qualifying Requirement
In support of Qualifying Requirements of Route 4, we confirm that we have
executed in the last ten (10) years an industrial project either as developer or as
EPC Contractor in the area of power/ steel/ oil and gas/ petro-chemical/
fertilizer/cement/coal mining including coal handling plant and/ or any other
process industry, of a value not less than INR 6174 Million (Indian Rupees Three
Thousand and Sixty million Only) or more in a single project or single work
respectively and the same has been in successful operation for at least one (1) year
prior to the date of techno-commercial bid opening.
(I) Details of Industrial Project is as per following:
Sl. Item Description Reference Reference Reference
No. Plant Plant Plant No.03
No.01 No.02
1.0 Description of work
2.0 Name of Client with full address,
Fax No. & Tel. No.
3.0 Name of the Industrial Project with its
location
4.0 Name and designation of the
responsible person in client's
organization
5.0 Contract No. and Date
6.0 Value of the Project in a single
project or work.
7.0 The Industrial Project is in the area of
(a) Power YES* /NO* YES* /NO* YES* /NO*
(b) Steel YES* /NO* YES* /NO* YES* /NO*
(c) Oil and Gas YES* /NO* YES* /NO* YES* /NO*
(d) Petro Chemical YES* /NO* YES* /NO* YES* /NO*
(e) Fertilizer YES* /NO* YES* /NO* YES* /NO*
YES* /NO* YES* /NO* YES* /NO*
(f) Cement
YES* /NO* YES* /NO* YES* /NO*
(g) Coal mining including
coal handling plant YES* /NO* YES* /NO* YES* /NO*
(h) Any other process industry
8.0 Whether the Industrial Project
has been executed as:
YES* /NO* YES* /NO* YES* /NO*
i) Developer
YES* /NO* YES* /NO* YES* /NO*
ii) EPC
9.0 Date of Commissioning of the above
Project or work
10.0 No. of year(s) of successful operation
of the above project prior to the date
of Techno- Commercial bid opening
date.
11.0 Copies of Authentic Purchase
Orders, Certificate from Clients,
Agreements in support of queries of
Sl. No. 1 to10 enclosed as Annex.
12. Documentary evidence for the
0 value of the project certified by a
Chartered Accountant enclosed at
Annex……… in support of reference
work
* Strike off whichever is not applicable
Note: Continuation sheets of like size and format may be used and annexed to this
Attachment if required.
AND
In support of Qualifying Requirements of Clause 1.4(ii)] of Qualifying
Requirement, we confirm that we have executed at least one (1) Electrical
Sub-station of 33kV or above voltage level, consisting of equipments such
as 33kV or above voltage level circuit breakers and power transformer,
either as developer* or as EPC Contractor* which has been in successful
operation for at least one (1) year prior to the date of techno-commercial
bid opening.
(I) Details of Electrical Sub Station is as per following:
Sl. Item Description Reference Reference Reference
No. Plant Plant Plant
No.01 No.02 No.03
1.0 Description of work
2.0 Name of Client with full
address, Fax No. & Tel. No.
3.0 Name of the Electrical Sub
Station with its location
4.0 Name and designation of the
responsible person in client's
organization
5.0 Contract No. and Date
6.0 Voltage level (s) of Electrical
Sub station
7.0 Electrical Sub Station consisting
of equipment’s of 33 KV or
above: YE YE YE
(a) Circuit Breaker /NO* /NO* /NO*
S* S* S*
(b) Power Transformers /NO* /NO* /NO*
YE YE YE
S* S* S*
8.0 Date of Commissioning of
the above Electrical Sub
Station
9.0 No. of year(s) of successful
operation of the above
Electrical Sub Station prior to
the date of Techno-
Commercial bid opening date.
10.0 Copies of Authentic Purchase
Orders, Certificate from
Clients, Agreements in support
of queries of Sl. No. 1 to 9
enclosed as
Annex.
* Strike off whichever is not applicable
Note: Continuation sheets of like size and format may be used and
annexed to this Attachment if required.
(E) FOR BIDDERS SEEKING QUALIFICATIONS AS PER Route 5,
In support of Qualifying Requirements of Route 5, of Qualifying
Requirement, we confirm that we are integrator/EPC who have been
awarded LOA/W.O. from Central/State Govt., CPSEs/PSUs, Statutory
Bodies under Govt. of India, for a minimum capacity of 100 MW/200 MWh
or higher, grid interactive battery energy storage system prior to the date
of submission of bid.
We further confirm that reference grid interactive battery energy storage
system for a minimum capacity of 100 MW/200 MWh or higher capacity
have been awarded LOA/W.O. to us from Central/State Govt.,
CPSEs/PSUs, Statutory Bodies under Govt. of India and is under
execution prior to the date of techno-commercial bid opening.
(I) Details grid interactive battery energy storage system(s) for a
minimum capacity of 100 MW/200 MWh or higher capacity that have
been awarded LOA/W.O. to us from Central/State Govt., CPSEs/PSUs,
Statutory Bodies under Govt. of India and is under execution prior to the
date of techno-commercial bid opening, is as per following:
Sl. Reference Plant Reference Reference Plant
Item Description
No. No.01 Plant No.03
No.02
1.0 Description of work
2.0 Name of Client with
full address, Fax
No. & Tel. No.
3.0 Name of the Power Plant
with its location
4.0 Name and designation of
the
responsible person in
client's organization
5.0 Contract No. and Date
6.0 Whether this is a grid YES* / NO* YES* / NO* YES* / NO*
interactive battery
energy storage system
7.0 Capacity of the Plant ……MW……MWh ……MW……MWh ……MW…MWh
8.0 Whether scope of
works included
(g) Supply
YES* /NO* YES* /NO* YES* /NO*
(h) Erected
(i) Supervised Erection YES* /NO* YES* /NO* YES* /NO*
(j) Commissioning YES* /NO* YES* /NO* YES* /NO*
(k) Supervised
YES* /NO* YES* /NO* YES* /NO*
Commissioning
(l) Battery Supplied by YES* /NO* YES* /NO* YES* /NO*
Developer/Owner as free
issue item
YES* /NO* YES* /NO*
YES* /NO*
9.0 Date of Commissioning
of the above Plant
10.0 No. of months of
successful operation of the
above plant prior to the
date of Techno-
Commercial bid opening
date. (as applicable)
11.0 Completion Certificate
from client, Copies of
Authentic purchase orders,
Agreements in support of
data/details of Sl. No. 1 to
10 enclosed as
Annex.
* Strike off whichever is not applicable
Note: Continuation sheets of like size and format may be used and annexed to
this Attachment if required.
(F) FOR BIDDERS SEEKING QUALIFICATIONS AS PER NOTE-(C) OF
CLAUSE 3(1.1 or 1.2 or 1.3 or 1.4) of Qualifying Requirement
In support of Qualifying Requirements of Clause 3 (1.1 or 1.2 or 1.3 or 1.4)
of Qualifying Requirement, we (name of the bidder) confirm that we are
an company registered in India and we are *Group Company/ *Holding
Company/ *Subsidiary company of a firm M/s ………………………….who
meets the requirement (s) of Clause *3.(1.1) or *3(1.2) or *3(1.3) or 3 (1.4)
of Qualifying Requirement. In support of above we furnish the following
documents:
(h) Certificate of Incorporation of M/s ………….(name of bidder)
enclosed at Annexure-----to this Attchment-3A1.
(i) Documents establishing M/s .........(name of the bidder) is *Group Company/
*Holding Company/ *Subsidiary company of the firm M/s
…………………………. enclosed at Annexure to this Attchment-3A1.
(iii) As per requirement of 3.(1.1) or *3(1.2) or *3(1.3) or 3 (1.4) of
Qualifying Requirement, we have enclosed an Undertaking jointly
executed by M/s…………………(name of the firm) who is qualified as
per clause *3.(1.1) or *3(1.2) or *3(1.3) or 3 (1.4) of Qualifying
Requirement and us along with our bid for complete performance of the
contract jointly or severally as per format enclosed in the bid document at
Appendix-D to this Attachment-3A-1.
(iv) Full address, Fax No. & Tel. No. of Group company*/Holding
Company*/ Subsidiary company*…………………………..
The experience details of the firm M/s ................ is provided as per the format *(A1)
/ *(B1) / *(C1) / *(D1) above.
* Strike off whichever is not applicable
NOTES:
a. The reference grid interactive battery energy storage system of 10 MW or
higher capacity should be at a single location developed by Bidder for itself
or any other client.
b. Bidder shall submit the certificate of successful completion and operation from the Owner.
c. Projects executed by Bidder’s group company, Holding Company or Subsidiary
Company shall also be considered as Bidder’s experience for meeting the
QR.
d. Integrator under ‘Route 2’ means, the agency/entity which has supplied (with
or without Battery), installed/supervised installation,
commissioned/supervised commissioning of grid interactive Battery energy
Storage system (BESS) and carried out related the grid integration work(s)
for grid-connected renewable energy application or energy shifting/peak
shaving application or frequency regulation application or Load levelling
application.
e. Grid interactive Battery Energy Storage System (BESS) shall consist of
Battery System (BS), Power Conversion System (PCS) & Energy
Management System (EMS) and used for grid connected renewable energy
application or energy time shifting/ peak shaving application or frequency
regulation application or Load leveling application.
f. In case the award for the reference works has been received by the Bidder
either directly from owner of plant or any other intermediary organization, a
certificate from such owner of plant or the intermediary organization shall be
required to be furnished by the Bidder along with its techno-commercial bid
in support of its claim of meeting requirement stipulated above. Certificate
from owner of the plant shall also be furnished by the Bidder for successful
operation of the reference plant.
g. In case of developer as bidder in ‘Route 4’ the documentary evidence
(certified by Chartered Accountant) for value of executed reference work
must be submitted by the bidder. Here Developer means an entity who has
either executed or got executed the work/ project as owner of industrial
projects.
h. The execution of industrial project as EPC Contractor under ‘Route 4’ means,
such EPC Contractor is responsible for all the activities i.e.
Design/Engineering, Procurement, Construction and Commissioning of a
project/work.
i. The Integrator/EPC of grid interactive BESS means, such Integrator/EPC
Contractor is responsible for all the activities i.e. Design/Engineering,
Procurement, Supply, Construction and Commissioning of a project/work.
j. In case of bidder in ‘Route 5’, the documentary evidence (viz. LOA/P.O. Copy)
for award of the reference works must be submitted by the bidder. In addition to
LOA/P.O. copy, proof for submission of BG to the BESS Owner/Employer &
Signed Agreement between BESSD & Owner/Employer must be submitted at
the time of bid submission.
k. "For the value of reference work in Route 4 of Qualifying Requirement indicated
in foreign currency, the exchange rate as on date of award of the reference
work shall be considered. In case the exchange rate as on the date of award
is not available, the exchange rate as on the next available day shall be
considered."
Date: (Printed Name)..............................
Place: (Designation).................................
Appendix-A to Attachment-3A1
FORM OF UNDERTAKING BY BIDDER AND THE FIRM (FORM NO. -16 of Vol-I)
Appendix-B To Attachment-3A-1
Undertaking from Independent Statutory Auditor
(On letter head digitally signed by a person duly authorized to Sign on behalf of the
Statutory Auditor)
Bid Ref. No: DATE:
To,
DVC
………………..
Subject: Authentication of veracity of documents submitted by M/s .. in support
of meeting the Qualifying Requirements
Ref : IFB/Tender no. …………………..
Name of the Package/ Tender:
……………………………………… Dear Sir,
M/s. ……………………………. (hereinafter called Bidder) having
.................................................. Registered office at intend to participate in
above referred tender of DVC.
We, M/s .................................. has been appointed as Statutory Auditor for the Bidder i.e. M/s
… ..............................(Relevant documents on our appointment attached)
The tender condition stipulates that the bidder shall submit supporting Documents
pertaining to Technical Qualifying Requirement duly verified and certified by Statutory
Auditor.
In this regard, it is hereby confirmed that we have examined the following documents,
which are also attached with this letter. The same has been verified from the Original
Documents and/ or Client for authenticity.
We hereby confirm that the following documents are found to be genuine and authentic.
1. Doc ref. no. ……….. dated ......(name of Documents)
2. Doc ref. no. ……….. dated ......(name of Documents)
3. ……………
All the aforesaid documents have been digitally signed by us as a certificate of authenticity.
*Further, we have examined the books of accounts, records, and other relevant
documents, along with other necessary information and explanations
furnished by M/s. (bidder) and hereby certify following:
…………………………………………….
This certificate is issued at the request of M/s ………………. (Bidder) for the purpose
of participating in tender/s.
Thanking you, applicable.
* Strike off, whichever is not
………………………
Appendix-C to Attachment-3A-1
Undertaking from Third Party Inspection Agency
(on letter head digitally signed by a person duly authorized to Sign on behalf of
the TPIA) Ref.: Date:
To,
DVC
……………….
Dear Sir,
Subject: Authentication of veracity of documents submitted by M/s ... in support
of meeting the Qualifying Requirements
Ref: IFB/Tender no. …………………..
Name of the Package/ Tender: ………………………………………
M/s. ………………. (hereinafter called Bidder) having Registered office at
……………………… intend to participate in above referred tender of DVC.
The tender condition stipulates that the bidder shall submit supporting Documents
pertaining to Qualifying Requirement duly verified and certified by a specified
independent Third Party Inspection Agency as per the list mentioned in the bidding
documents.
In this regard, it is hereby confirmed that we have examined the following documents,
which are also attached with this letter. The same has been verified from the Original
Documents and
/ or Client for authenticity.
We hereby confirm that the following documents are found to be genuine and authentic.
1. Doc ref. no. ……….. dated ......(name of Documents)
2. Doc ref. no. ……….. dated ......(name of Documents)
3. ……………
All the aforesaid documents have been digitally signed by us as a certificate of authenticity.
We further confirm that we neither have any vested interest in aforesaid tender nor
have any conflict of interest in respect of above tender.
This certificate is issued at the request of M/s ………………. (Bidder) for the purpose of
participating in the subject tender/s.
Thanking you,
……………………
* Strike off, whichever is not
applicable.
Appendix-D to Attachment-3A-1
EPC PACKAGE FOR DEVELOPMENT OF 250MW/500MWh BATTERY ENERGY
STORAGE SYSTEM (BESS) WITH 12 YEARS OF COMPREHENSIVE OPERATION &
MAINTENANCE AT DVC MAITHON
BIDDING DOCUMENT NO…
FORM OF UNDERTAKING BY BIDDER AND THE FIRM
JOINT UNDERTAKING BY THE BIDDER (WHO QUALIFY UNDER QR
REQUIREMENTS OF PARA (c) OF NOTES FOR CLAUSE 1.0 AND THE FIRM
(WHO MEETS QR REQUIREMENTS OF CLAUSE 1.1 OR 1.2 OR 1.3 OR 1.4 OR
1.5 ON HIS OWN),FOR ‘EPC PACKAGE FOR DEVELOPMENT OF
250MW/500MWh BATTERY ENERGY STORAGE SYSTEM (BESS) AT DVC
MAITHON’, IN WHICH THE FIRM AND THE BIDDER ARE JOINTLY AND
SEVERLY LIABLE TO THE EMPLOYER FOR THE COMPLETE PERFORMANCE
OF CONTRACT.
We, M/s ........................................................................ a Company incorporated under
the......................................... having its Registered Office at ....................... (The Firm)
and M/s ..................................... a company incorporated under the ........................................
............................ having its registered office at................................. (The Bidder) jointly
undertake the following on ..........................................day of.................... for “EPC
PACKAGE FOR DEVELOPMENT OF 250MW/500MWh BATTERY ENERGY
STORAGE SYSTEM (BESS) WITH 12 YEARS OF COMPREHENSIVE OPERATION
& MAINTENANCE AT DVC MAITHON” to DVC, having its registered office at DVC
Towers, VIP Road, Kolkata, West Bengal-700054, India , hereinafter referred as
Employer, has invited bids for ‘EPC PACKAGE FOR DEVELOPMENT OF
250MW/500MWh BATTERY ENERGY STORAGE SYSTEM (BESS) WITH 12
YEARS OF COMPREHENSIVE OPERATION & MAINTENANCE AT DVC MAITHON’
vide its Bid Document No……. for ‘Design, Engineering, Supply, Packaging and
Forwarding, Transportation, Unloading, Storage, Construction, Erection, Testing,
Commissioning of grid connected Battery Energy Storage System (BESS) with 250MW
/ 500MWh rated AC discharge capacity at 132KV Interconnection Point (POI) and
With designed service life of 12 years and Comprehensive Operation and
Maintenance (O&M) works of BESS system for 12 Years from the date of successful
Operational Acceptance after successful commissioning & PG Test.
M/s ..................................................... (Bidder) is submitting its proposal in response to the
aforesaid Invitation for “EPC PACKAGE FOR DEVELOPMENT OF 250MW/500MWh
BATTERY ENERGY STORAGE SYSTEM (BESS) WITH 12 YEARS OF
COMPREHENSIVE OPERATION & MAINTENANCE AT DVC MAITHON”
against Bidding Document No.
1. In case of the Award of the Contract by the Employer to the Bidder, we the
Bidder and the Firm undertake that we shall be jointly and severally
responsible to the Employer for the complete performance of Contract.
2. In case of any breach of the Contract (in case of award) committed by the
Bidder, we the Firm undertake and confirm that we shall be fully responsible
for the complete performance of Contract (in case of award) and undertake
to carry out all the obligations and responsibilities under this joint Undertaking
in order to discharge the Bidder’s obligation and responsibilities as stipulated
Appendix-D to Attachment-3A-1
in the contract.
3. The Bidder and the Firm will be fully responsible for the quality of all the
equipment manufactured at their works or at their Vendors works or
construction at site, and their repair or replacement, if necessary and timely
delivery to meet the completion schedule under the Contract (in case of
award).
4. We, the Bidder and the Firm agree that this undertaking shall be irrevocable
and shall form an integral part of the Contract. We further agree that this
undertaking shall continue to be enforceable till the successful completion of
Contract and till the Employer discharge it.
5. That this Deed shall be operative from the effective date of the Contract till
ninety (90) days beyond the twelve (12) years O&M period after successful
commissioning of the projects.
For M/s …….....................................
(The Firm)
...................................
(Signature of the authorised
representative) Name :
............................................
Designation :.....................................
Common Seal of the Company
....................................................
For M/s.........…….............................
(Bidder)
...............................................
(Signature of the authorised
representative) Name :
.........................................
Designation :..................................
Common Seal of the Company
...........................................………
Note: Power of Attorney of the Persons Signing on behalf of the Firm and
Bidder is to be furnished by the Bidder and to be attached with this signed
Joint Undertaking
Signature Not Verified
Digitally signed by KAUSIK SAHA
Date: 2025.04.15 19:24:27 IST
Location: eProcurement System for Central
PSUs