A - Epc - RFP
A - Epc - RFP
A - Epc - RFP
Volume - I
For
on
TABLE OF CONTENTS
Page
S. No. Contents
No.
Notice inviting Bid 4
Disclaimer 6
Glossary 8
1 Introduction 9
1.1 Background 9
1.2 Brief description of Bidding Process 10
1.3 Schedule of Bidding Process 11
2 Instructions to Bidders 12
A General 12
2.1 General terms of Bidding 12
2.2 Eligibility and Qualification requirement of Bidder 15
2.3 Proprietary Data 21
2.4 Cost of Bidding 21
2.5 Site visit and verification of information 21
2.6 Verification and Disqualification 22
B Documents 23
2.7 Contents of the RFP 23
2.8 Clarifications 23
2.9 Amendment of RFP 24
C Preparation and Submission of BIDs 24
2.10 Format and Signing of BID 24
2.11 Documents comprising Technical & Financial BID 24
2.12 BID Due Date 26
2.13 Late BIDs 26
2.14 Procedure of e-tendering 26
2.15 Online opening of Bids 27
2.16 Rejection of BIDs 27
2.17 Validity of BIDs 27
2.18 Confidentiality 28
2.19 Correspondence with the Bidder 28
D BID Security 28
Request for Proposal (RFP) is invited from the prospective bidders for Rehabilitation,
Augmentation and Maintenance of Karesara – Khamhariya - Silhati Road Section from Km 0.000
to Km 39.228 to Two Lane with Hard Shoulder on Engineering, Procurement and Construction
(EPC) mode in the State of Chhattisgarh.
The Chhattisgarh Road Development Corporation Limited now invites bids from eligible
contractors for the following project:
Maintenance
Tender Estimated Completion & Defect Cost of BID Bid Security
Name of Project
No. cost period Liability document
period
10499 Two Laning with Hard INR 18 months 4 years INR 10,000/- INR
Shoulder of Karesara – 92.29 (550 days) from the 92,29,000/-
Khamhariya - Silhati crores date of
Road Section from Km completion
0.000 to Km 39.228 in of the
the State of Chhattisgarh project
on Engineering
Procurement &
Construction (EPC)
Mode
The complete BID documents can be viewed / downloaded from official portal of CGRDC
(http://www.cgrdc.in), http://www.cgstate.gov.in, http://www.cg.nic.in/pwdraipur, or e-
procurement portal of CGRDC https://eproc.cgstate.gov.in from 15/09/2016 to 16/10/2016 (up to
17:00 Hrs. IST). Bid must be submitted online only at https://www.eproc.cgstate.gov.in on or
before 17/10/2016 (up to 17:30 Hrs. IST). Bids received online shall be opened on 19/10/2016 (at
16:00 hours IST). Bid through any other mode shall not be entertained. However, the documents
as per Clause 2.11.2 shall also be submitted PHYSICALLY by the Bidder in ORIGINAL on or
before 19/10/2016 (up to 15:00 Hrs. IST) by Speed Post/Registered Post only. Please note that the
Authority reserves the right to accept or reject all or any of the BIDs without assigning any reason
whatsoever.
Officer In-charge
Dr. Rohit Yadav(IAS)
Managing Director
Chhattisgarh Road Development Corporation Limited,
3rd Floor, Sirpur Bhawan Campus, Behind Akashwani,
Civil Lines, Raipur (C.G.).Pin: 492001
Tel: 0771-4043395
Fax: 0771-4033242
DISCLAIMER
The information contained in this Request for Proposal document (the “RFP”) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of
the Chhattisgarh Road Development Corporation Limited (the “Authority”) or any of its
employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP
and such other terms and conditions subject to which such information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in making their financial offers (BIDs)
effective pursuant to this RFP. This RFP includes statements, which reflect various
assumptions and assessments arrived at by the Authority in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that
each Bidder may require. This RFP may not be appropriate for all persons, and it is not
possible for the Authority, its employees or advisors to consider the investment objectives,
financial situation and particular needs of each party who reads or uses this RFP. The
assumptions, assessments, statements and information contained in the Bidding Documents,
especially the (i) Main Report and its Annexures (ii) Plan Profile, GAD of structures etc., may not
be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
may depend upon interpretation of law. The information given is not intended to be an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative
statement of law. The Authority accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or information
contained therein or deemed to form part of this RFP or arising in any way for participation in this
BID Stage.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements contained
in this RFP. The Authority may in its absolute discretion, but without being under any obligation
to do so, update, amend or supplement the information, assessment or assumptions contained in this
RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint
the Selected Bidder JV or Contractor, as the case may be, for the Project and the Authority
reserves the right to reject all or any of the Bidders or BIDs without assigning any reason
whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its BID including but not limited to preparation, copying, postage, delivery fees,
expenses associated with any demonstrations or presentations which may be required by the
Authority or any other costs incurred in connection with or relating to its BID. All such costs and
expenses will remain with the Bidder and the Authority shall not be liable in any manner
whatsoever for the same or for any other costs or other expenses incurred by a Bidder in
preparation or submission of the BID, regardless of the conduct or outcome of the Bidding Process.
GLOSSARY
The words and expressions beginning with capital letters and defined in this document shall,
unless repugnant to the context, have the meaning ascribed thereto herein.
1.1 Background
1.1.1 The Chhattisgarh State Road Development Corporation Limited (CGRDC) represented
by Managing Director (the “Authority”) is engaged in the development of State
Highways/MDRs /Villages roads and as part of this endeavour, the Authority has
decided to undertake rehabilitation, augmentation and maintenance of the Karesara –
Khamhariya - Silhati Road Section from Km 0.000 to Km 39.228 in the State of
Chhattisgarh to Two-Lane with Hard Shoulder (the “Project”) through an
Engineering, Procurement and Construction (the “EPC”) Contract, and has decided to
carry out the bidding process for selection of a bidder to whom the Project may be
awarded. A brief description of the project may be seen in the Information
Memorandum of the Project at the Authority’s website (http://www.cgrdc.in),
http://www.cgstate.gov.in, http://www.cg.nic.in/pwdraipur,
https://www.eproc.cgstate.gov.in. Brief particulars of the Project are as follows:
Name of the Road section Length in Estimated Project Cost Completion Period From
(Project) Km The Appointed Date
Two Laning with Hard
Shoulder of Karesara –
Khamhariya - Silhati
Road Section from Km
0.000 to Km 39.228 in
39.228 INR 92.29 crores 18 months ( 550 days)
the State of Chhattisgarh
on Engineering
Procurement &
Construction (EPC)
Mode
1.1.2 The Selected Bidder (the “Contractor”) shall be responsible for Designing, Engineering,
Procurement and Construction of the Project under and in accordance with the provisions
of an Engineering, Procurement and Construction contract (the “EPC Contract”) to be
entered into between the Contractor and the Authority in the form provided by the
Authority as part of the Bidding Documents pursuant hereto. The Contractor shall also be
responsible for the maintenance of the project during the Defect Liability Period, which is
expected to be as per clause 1.1.3, at its own cost.
1.1.3 The scope of work will broadly include rehabilitation, upgradation and augmentation of
the existing carriageway to Two-Lane with Hard Shoulders standards with construction of
new pavement, rehabilitation of existing pavement, construction and/or rehabilitation of
major and minor bridges, culverts, road intersections, interchanges, drains, etc and
maintenance of the Project during the Defect Liability Period, which shall be 4 (four)
years. No payment towards maintenance of the Project shall be made to the Contractor by
the Authority.
1.1.4 The estimated cost of the Project (the “Estimated Project Cost”) has been specified in
the clause 1.1.1 above. The assessment of actual costs, however, will have to be made by
the Bidders.
1.1.5 The Agreement sets forth the detailed terms and conditions for award of the project to
the Contractor, including the scope of the Contractor’s services and obligations.
1.1.6 The statements and explanations contained in this RFP are intended to provide a better
understanding to the Bidders about the subject matter of this RFP and should not be
construed or interpreted as limiting in any way or manner the scope of services and
obligations of the Contractor set forth in the Agreement or the Authority’s rights to
amend, alter, change, supplement or clarify the scope of work, the work to be awarded
pursuant to this RFP or the terms thereof or herein contained. Consequently, any
omissions, conflicts or contradictions in the Bidding Documents including this RFP
are to be noted, interpreted and applied appropriately to give effect to this intent, and no
claims on that account shall be entertained by the Authority.
1.1.7 The Authority shall receive BIDs pursuant to this RFP in accordance with the terms set
forth in this RFP and other documents to be provided by the Authority pursuant to this
RFP (collectively the "Bidding Documents"), and all BIDs shall be prepared and
submitted in accordance with such terms on or before the BID due date specified in
Clause 1.3 for submission of BIDs (the “BID Due Date”).
will have an option to provide BID Security in the form of a FDR/TDR in the name of
the “Managing Director, Chhattisgarh Road Development Corporation Ltd.” or a
Bank Guarantee acceptable to the Authority from any Nationalised/Scheduled Bank
payable at Raipur, Chhattisgarh, and in such event, the validity period of FDR/TDR or
a Bank Guarantee as the case may be , shall not be less than 180 (one hundred and eighty)
days from the BID Due Date, inclusive of a claim period of 60 (sixty) days, and may be
extended as may be mutually agreed between the Authority and the Bidder from time to
time. The BID shall be summarily rejected if it is not accompanied by the BID Security. In
case of Bank Guarantee, it is to be submitted as per format at Appendix-II.
1.2.5. Bidders are advised to examine the Project in greater detail, and to carry out, at their cost,
such studies as may be required for submitting their respective BIDs for award of the
contract including implementation of the Project.
1.2.6. BIDs will be evaluated for the Project on the basis of the Lowest Cost required by a
Bidder for implementing the Project (the "BID Price"). The total time allowed for
completion of construction under the Agreement (the “Construction Period”) and the
period during which the Contractor shall be liable for maintenance and rectification of any
defect or deficiency in the Project after completion of the Construction Period (the
“Defect Liability Period”) shall be pre-determined, and are specified in the Draft
Agreement forming part of the Bidding Documents.
In this RFP, the term “Lowest Bidder” shall mean the bidder who is quoting the lowest
BID price.
1.2.7. Generally, the Lowest Bidder shall be the selected Bidder. In case such Lowest Bidder
withdraws or is not selected for whatsoever reason, the Authority shall annul the Bidding
Process and invite fresh BIDs.
1.2.8. Other details of the process to be followed under this bidding process and the terms thereof
are spelt out in this RFP.
1.2.9. Any queries or request for additional information concerning this RFP shall be submitted
to the officer designated in Clause 2.11.4 with identification/ title: "Queries / Request for
Additional Information: RFP for Two Laning with Hard Shoulder of Karesara –
Khamhariya - Silhati Road Section from Km 0.000 to Km 39.228 in the State of
Chhattisgarh on Engineering Procurement & Construction (EPC) Mode Project".
SECTION - 2
INSTRUCTIONS TO BIDDERS
A. GENERAL
Agreement.
2.1.8 The Bidder should submit a Power of Attorney as per the format at Appendix-III,
authorising the signatory of the BID to commit the Bidder.
2.1.9 In case the Bidder is a Joint Venture, the Members thereof should furnish a Power
of Attorney in favour of the Lead Member in the format at Appendix-IV. In case the
Bidder is a Joint Venture, Joint Bidding Agreement in the format at Appendix V shall
be submitted by the bidder.
2.1.10 Any condition or qualification or any other stipulation contained in the BID shall
render the BID liable to rejection as a non-responsive BID.
2.1.11 The BID and all communications in relation to or concerning the Bidding Documents
and the BID shall be in English language.
2.1.12 The documents including this RFP and all attached documents, provided by the Authority
are and shall remain or become the property of the Authority and are transmitted to the
Bidders solely for the purpose of preparation and the submission of a BID in
accordance herewith. Bidders are to treat all information as strictly confidential and shall
not use it for any purpose other than for preparation and submission of their BID. The
provisions of this Clause 2.1.12 shall also apply mutatis mutandis to BIDs and all other
documents submitted by the Bidders, and the Authority will not return to the Bidders any
BID, document or any information provided along therewith.
2.1.13 This RFP is not transferable.
2.1.14 Any award of Project pursuant to this RFP shall be subject to the terms of Bidding
Documents and also fulfilling the criterion as mentioned in clause 2.1.17.
2.1.15 In case the Bidder is a Joint Venture, it shall comply with the following additional
requirements:
(a) Number of members in a Joint Venture shall not exceed 3 (three);
(b) subject to the provisions of clause (a) above, the Bid should contain the
information required for each Member of the Joint Venture;
(c) Members of the Joint Venture shall nominate one member as the lead member (the
“Lead Member”). Lead Member shall meet at least 60% requirement of Bid
Capacity, Technical and Financial Capacity required as per Clause 2.2.2.1,
2.2.2.2(i) & 2.2.2.3. The nomination(s) shall be supported by a Power of Attorney,
as per the format at Appendix-III, signed by all the other Members of the Joint
Venture. Other Member(s) shall meet at least 30% requirement of Bid Capacity,
Technical and Financial Capacity required as per Clause 2.2.2.1, 2.2.2.2(i) &
2.2.2.3;
(d) the Bid should include a brief description of the roles and responsibilities of
individual members, particularly with reference to financial, technical and defect
liability obligations;
(e) an individual Bidder cannot at the same time be member of a Joint Venture
applying for this Bid. Further, a member of a particular Bidder Joint Venture
cannot be member of any other Bidder Joint Venture applying for this bid;
(f) the Lead Member shall itself undertake and perform at least 50 (fifty) per cent of
the total length of the Project Road.
(g) members of the Joint Venture shall have entered into a binding Joint Bidding
Agreement, substantially in the form specified at Appendix V (the “Jt. Bidding
Agreement”), for the purpose of making the Application and submitting a Bid in
the event of being pre-qualified. The Jt. Bidding Agreement, to be submitted along
with the Application, shall, inter alia:
(i) convey the commitment(s) of the Lead Member in accordance with this RFP,
in case the contract to undertake the Project is awarded to the Joint Venture;
and clearly outline the proposed roles & responsibilities, if any, of each
member;
(ii) commit the approximate share of work to be undertaken by each member;
(iii) include a statement to the effect that all members of the Joint Venture shall
be liable jointly and severally for all obligations of the Contractor in relation
to the Project until the completion of the Project (the “Defects Liability
Period”) is achieved in accordance with the EPC Contract; and
(h) except as provided under this RFP, there shall not be any amendment to the Jt.
Bidding Agreement.
2.1.16 While bidding is open to persons from any country, the following provisions shall apply:
(a) Where, on the date of the Application, not less than 15% (fifteen percent) of the
aggregate issued, subscribed and paid up equity share capital in a Bidder or its
Member is held by persons resident outside India or where a Bidder or its Member
is controlled by persons resident outside India; or
(b) if at any subsequent stage after the Bid due date, there is an acquisition of not less
than 15% (fifteen percent) of the aggregate issued, subscribed and paid up equity
share capital or control, by persons resident outside India, in or of the Bidder or its
Member;
then the Eligibility of such Bidder shall be subject to approval of the Authority from
national security and public interest perspective. The decision of the Authority in this
behalf shall be final and conclusive and binding on the Bidder.
The holding or acquisition of equity or control, as above, shall include direct or indirect
holding/ acquisition, including by transfer, of the direct or indirect legal or beneficial
ownership or control, by persons acting for themselves or in concert and in determining
such holding or acquisition, the Authority shall be guided by the principles, precedents
and definitions contained in the Securities and Exchange Board of India (Substantial
Acquisition of Shares and Takeovers) Regulations, 1997, or any substitute thereof, as in
force on the date of such acquisition.
The Bidder shall promptly inform the Authority of any change in the shareholding, as
above, and failure to do so shall render the Bidder liable for disqualification from the
Bidding Process.
2.1.17 Notwithstanding anything to the contrary contained herein, in the event that the Bid Due
Date falls within three months of the closing of the latest financial year of a Bidder, it
shall ignore such financial year for the purposes of its Bid and furnish all its information
and certification with reference to the 5 (five) years or 1 (one) year, as the case may be,
preceding its latest financial year. For the avoidance of doubt, financial year shall, for the
purposes of a Bid hereunder, mean the accounting year followed by the Bidder in the
course of its normal business.
2.1.18 Any entity which has been barred by the Central/ State Government, or any entity
controlled by it, from participating in any project, and the bar subsists as on the Bid Due
Date, would not be eligible to submit the BID, either individually or as member of a Joint
Venture.
2.1.19 The Bidder including individual or any of its Joint Venture Member should, in the last
3(three) years, have neither failed to perform on any contract, as evidenced by imposition
into account for computing the shareholding of such controlling person in the
Subject Person; and (bb) subject always to sub-clause (aa) above, where a person
does not exercise control over an intermediary, which has shareholding in the
Subject Person, the computation of indirect shareholding of such person in the
Subject Person shall be undertaken on a proportionate basis; provided, however,
that no such shareholding shall be reckoned under this sub-clause (bb) if the
shareholding of such person in the intermediary is less than 26% of the subscribed
and paid up equity shareholding of such intermediary; or
(iii) a constituent of such Bidder is also a constituent of another Bidder; or
(iv) such Bidder, or any of its Joint Venture Member thereof receives or has received
any direct or indirect subsidy, grant, concessional loan or subordinated debt from
any other Bidder, or any of its Joint Venture Member thereof or has provided any
such subsidy, grant, concessional loan or subordinated debt to any other Bidder, its
Member or any of its Joint Venture Member thereof; or
(v) such Bidder has the same legal representative for purposes of this Application as
any other Bidder; or
(vi) such Bidder, or any of its Joint Venture Member thereof has a relationship with
another Bidder, or any of its Joint Venture Member thereof, directly or through
common third party/ parties, that puts either or both of them in a position to have
access to each others’ information about, or to influence the Application of either
or each other; or
(vii) such Bidder, or any of its Joint Venture Member thereof has participated as a
consultant to the Authority in the preparation of any documents, design or
technical specifications of the Project.
(d) A Bidder shall be liable for disqualification and forfeiture of BID Security, if any
legal, financial or technical adviser of the Authority in relation to the Project is
engaged by the Bidder, its Member or any Associate thereof, as the case may be, in
any manner for matters related to or incidental to such Project during the Bidding
Process or subsequent to the (i) issue of the LOA or (ii) execution of the Agreement.
In the event any such adviser is engaged by the selected Bidder or Contractor, as the
case may be, after issue of the LOA or execution of the Agreement for matters related
or incidental to the project, then notwithstanding anything to the contrary contained
herein or in the LOA or the Agreement and without Prejudice to any other right or
remedy or the Authority, including the forfeiture and appropriation of the BID
Security or Performance Security, as the case may be, which the Authority may have
there under or otherwise, the LOA or the Agreement, as the case may be, shall be
liable to be terminated without the Authority being liable in any manner whatsoever to
the Selected Bidder or Contractor for the same. For the avoidance or doubt, this
disqualification shall not apply where such adviser was engaged by the Bidder, its
Member or Associate in the past but its assignment expired or was terminated 6 (six)
months prior to the date of issue of this RFP. Nor will this disqualification apply
where such adviser is engaged after a period of 3 (three) years from the date of
commercial operation of the Project.
2.2.2 Qualification requirements of Bidders:
2.2.2.1 BID Capacity
Bidders who interalia meet the minimum qualification criteria will be qualified only if
their available BID capacity is more than the Estimated Project Cost (as per clause 1.1.1).
The available BID capacity will be calculated as per following, based on information
mentioned at Annexure-VI of Appendix-IA:
(i) For demonstrating technical capacity and experience (the “Technical Capacity”), the
Bidder shall, over the past 5 (five) financial years preceding the Bid Due Date, have
received payments for construction of Eligible Project(s), or has undertaken
construction works by itself in a PPP project, such that the sum total thereof is more
than INR 184.58 crore (Indian Rupees One hundred Eighty Four crore and Fifty Eight
Lakh only) (the “Threshold Technical Capacity”).
(ii) Provided that the Bidder shall, over the past 5 (five) financial years preceding the Bid
Due Date, at least one similar work of 40% of Estimated Project Cost INR 36.92
crore (Indian Rupees Thirty Six crore and Ninety Two lakh only) shall have been
completed from the Eligible Projects in Category 1 and/or Category 3 specified in
Clause 2.2.2.5. For this purpose, a project shall be considered to be completed, if
more than 90% of the value of work has been completed and such completed value of
work is equal to or more than 40% of the estimated project cost.
2.2.2.3 Financial Capacity:
The Bidder shall have a minimum Net Worth (the “Financial Capacity”) of INR 9.23
crore (Indian Rupees Nine crore and Twenty Three lakh only) at the close of the preceding
financial year.
II. Maintenance works are not considered in eligible project for evaluation as per
Instruction No. 6 to Annex-IV. As such works with nomenclature like PR, OR,
FDR, SR, site/micro grading, surface renewal, resurfacing work, Tarring, B.T.
surface work, temporary restoration, urgent works, periodic maintenance,
repair and rehabilitation, one time maintenance, permanent protection work of
$
Real estate development shall not include residential flats unless they form part of a real estate complex or
township which has been built by the Applicant.
bank, external pre stressing, repair of central hinge, short term OMT contract
of MORTH/NHAI/State Government and its entity, any type of work related to
border fencing, work of earthwork alone, construction of buildings/hostels,
hospitals etc. or not specified, shall not be considered.
III. The works such as Improvement in Riding Quality Work (IRQP/IRQ), riding
quality shall be considered for threshold technical capacity 2.2.2.2(i) but not
for single completed work 2.2.2.2(ii)
IV. Projects in roads and highway sector shall constitute the following for the
purpose of consideration under category 1 or 3 as applicable, if:
V. The projects with the title of RIDF, PMGSY road, link road, city roads, rural
road, sector/municipality road, Bridges for railway line, work of metro rails
(bridges/tunnels), real estate projects which demonstrate road
development/construction bridges or culverts may be considered under
Category 4
VI. In case both the estimated cost of project and the revised cost of project are
provided, the revised cost of project shall be considered for evaluation
2.2.2.6 Eligible Experience on Eligible Projects in respect of each category:
(a) It should have been undertaken as a PPP project on BOT, BOLT, BOO, BOOT
or other similar basis for providing its output or services to a public sector entity
or for providing non-discriminatory access to users in pursuance of its charter,
concession or contract, as the case may be. For the avoidance of doubt, a project
which constitutes a natural monopoly such as an airport or port should normally
be included in this category even if it is not based on a long-term agreement with
a public entity;
(b) the entity claiming experience should have held, in the company owning the
Eligible Project, a minimum of 26% (twenty six per cent) equity during the entire
year for which Eligible Experience is being claimed;
(c) the capital cost of the project should be more than 10% of the amount specified
as the Estimated Project Cost; and
(d) the entity claiming experience shall, during the last 5 (five) financial years
preceding the Bid Due Date, have itself undertaken the construction of the
project for an amount equal to at least one half of the Project Cost of eligible
projects, excluding any part of the project for which any contractor, sub-
contractor or other agent was appointed for the purposes of construction.
(ii) For a project to qualify as an Eligible Project under Categories 3 and 4, the Bidder
should have received payments from its client(s) for construction works executed,
fully or partially, during the 5 (five) financial years immediately preceding the Bid
Due Date, and only the amounts (gross) actually received, during such 5 (five)
financial years shall qualify for purposes of computing the Experience Score.
However, receipts of less than INR 9.23 crore (Indian Rupees Nine crore and Twenty
Three lakh only) shall not be reckoned as receipts for Eligible Projects. For the
avoidance of doubt, construction works shall not include supply of goods or
equipment except when such goods or equipment form part of a turn-key construction
contract / EPC contract for the project. Further, the cost of land shall not be included
hereunder.
(iii) The Bidder shall quote experience in respect of a particular Eligible Project under any
one category only, even though the Bidder (either individually or along with a
member of the Joint Venture) may have played multiple roles in the cited project.
Double counting for a particular Eligible Project shall not be permitted in any form.
(iv) Experience for any activity relating to an Eligible Project shall not be claimed by two
or more Members of the Joint Venture. In other words, no double counting by a Joint
Venture in respect of the same experience shall be permitted in any manner
whatsoever.
(i) The Technical Bid must be accompanied by the Audited Annual Reports of the
Bidder (of each Member in case of a Joint Venture) for the last 5 (five) financial
years, preceding the year in which the bid is submitted.
(ii) In case the annual accounts for the latest financial year are not audited and therefore
the Bidder cannot make it available, the Bidder shall give an undertaking to this
effect and the statutory auditor shall certify the same. In such a case, the Bidder shall
provide the Audited Annual Reports for 5 (five) years preceding the year for which
the Audited Annual Report is not being provided.
(iii) The Bidder must establish the minimum Net Worth specified in Clause 2.2.2.3, and
provide details as per format at Annex-III of Appendix-IA.
2.2.2.9 The Bidder shall enclose with its Technical Bid, to be submitted as per the format at
Appendix-IA, complete with its Annexes, the following:
$
(i) Certificate(s) from its statutory auditors or the concerned client(s) stating the
payments received or in case of a PPP project, the construction carried out by itself,
$
In case duly certified audited annual financial statements containing explicitly the requisite details are provided, a
separate certification by statutory auditors would not be necessary in respect of Clause 2.2.2.9 (i). In jurisdictions
that do not have statutory auditors, the firm of auditors which audits the annual accounts of the Applicant may
provide the certificates required under this RFQ.
during the past 5 years, in respect of the Eligible Projects. In case a particular job/
contract has been jointly executed by the Bidder (as part of a Joint Venture), it
should further support its claim for the payments received or construction carried out
by itself in PPP Projects as applicable the share in work done for that particular job/
contract by producing a certificate from its statutory auditor or the client; and
(ii) certificate(s) from its statutory auditors specifying the net worth of the Bidder, as at
the close of the preceding financial year, and also specifying that the methodology
adopted for calculating such net worth conforms to the provisions of this Clause
2.2.2.9 (ii). For the purposes of this RFP, net worth (the “Net Worth”) shall mean
the aggregate value the paid up all reserves created out of the profits and securities
premium account, after deducting the aggregate value of the accumulated losses,
deferred expenditure and miscellaneous expenditure not written off, as per the
audited balance sheet, but does not include reserves created out of revaluation assets,
write back of depreciation and amalgamation.
2.2.2.10 Deleted.
2.5.3 The Authority shall not be liable for any omission, mistake or error in respect of any of the
above or on account of any matter or thing arising out of or concerning or relating to RFP,
including any error or mistake therein or in any information or data given by the Authority.
2.6.1 The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP and the Bidder shall, when so required
by the Authority, make available all such information, evidence and documents as
may be necessary for such verification. Any such verification or lack of such verification,
by the Authority shall not relieve the Bidder of its obligations or liabilities hereunder
nor will it affect any rights of the Authority thereunder.
2.6.2 The Authority reserves the right to reject any BID and appropriate the BID Security if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Bidder does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the BID.
Such misrepresentation/ improper response shall lead to the disqualification of the Bidder.
If the Bidder is a Joint Venture, then the entire Joint Venture and each Member of the
Joint Venture may be disqualified/ rejected. If such disqualification/rejection occurs after
the BIDs have been opened and the lowest Bidder gets disqualified / rejected, then the
Authority reserves the right to annul the Bidding Process and invites fresh BIDs.
2.6.3 In case it is found during the evaluation or at any time before signing of the Agreement
or after its execution and during the period of defect liability, subsistence thereof, that one
or more of the eligibility and /or qualification requirements have not been met by the
Bidder, or the Bidder has made material misrepresentation or has given any materially
incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed
as the contractor either by issue of the LOA or entering into of the Agreement, and
if the Selected Bidder has already been issued the LOA or has entered into the Agreement,
as the case may be, the same shall, notwithstanding anything to the contrary contained
therein or in this RFP, be liable to be terminated, by a communication in writing by the
Authority to the Selected Bidder or the Contractor, as the case may be, without the
Authority being liable in any manner whatsoever to the Selected Bidder or the Contractor.
In such an event, the Authority shall be entitled to forfeit and appropriate the BID Security
or Performance Security, as the case may be, as Damages, without prejudice to any
other right or remedy that may be available to the Authority under the Bidding Documents
and / or the Agreement, or otherwise.
B. DOCUMENTS
2.7.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below,
and will additionally include any Addenda issued in accordance with Clause 2.9.
Part –I
Invitation for BIDs
Section 1. Introduction
Section 2. Instructions to Bidders
Section 3. Evaluation of BIDs
Section 4. Fraud and Corrupt Practices
Section 5. Pre-BID Conference
Section 6. Miscellaneous
Appendices
IA Letter comprising the Technical BID including Annexure I to VII
IB Covering Letter for Financial BID
II Bank Guarantee for BID Security
III Power of Attorney for signing of BID
IV Power of Attorney for Lead Member of Joint Venture
V Joint Bidding Agreement for Joint Venture
VI Integrity Pact
Part –II
Agreement Document with schedules
Part – III
2.8 Clarifications
2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in
writing by e-mail in accordance with Clause 1.2.9. They should send in
their queries on or before the date mentioned in the Schedule of Bidding
Process specified in Clause 1.3. The Authority shall endeavour to respond to the
queries within the period specified therein, but no later than 15 (fifteen) days
prior to the BID Due Date. The responses will be sent by e-mail. The Authority
will forward all the queries and its responses thereto, to all Bidders without
identifying the source of queries.
2.8.2 The Authority shall endeavour to respond to the questions raised or clarifications
sought by the Bidders. However, the Authority reserves the right not to respond
to any question or provide any clarification, in its sole discretion, and nothing in
this Clause shall be taken or read as compelling or requiring the Authority to
respond to any question or to provide any clarification.
2.8.3 The Authority may also on its own motion, if deemed necessary, issue
interpretations & clarifications to all Bidders. All clarifications & interpretations
issued by the Authority shall be deemed to be part of the Bidding Documents.
Verbal clarifications and information given by Authority or its employees or
representatives shall not in any way or manner be binding on the Authority.
2.9.1 At any time prior to the BID Due Date, the Authority may, for any reason, whether at its
own initiative or in response to clarifications requested by a Bidder, modify the RFP by the
issuance of Addenda/Amendments.
2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum/Amendment into
account, or for any other reason, the Authority may, in its sole discretion, extend the BID
Due Date.
2.10.1 The Bidder shall provide all the information sought under this RFP. The Authority will
evaluate only those BIDs that are received online in the required formats
and complete in all respects and Bid Security, document fee, POA and Joint Bidding
Agreement are received in hard copies..
2.10.2 The BID shall be typed and signed in indelible blue ink by the authorised signatory of the
Bidder. All the alterations, omissions, additions or any other amendments made to the BID
shall be initialled by the person(s) signing the BID.
2.11.1 The Bidder shall submit the Technical BID & Financial Bid online through e-
procurement portal https://eproc.cgstate.gov.in comprising of the following documents
along with supporting documents as appropriate:
A. Technical Bid
(g) Copy of receipt towards cost of Bid document of INR 10,000/- (Indian Rupees
Ten Thousand only) to “Chhattisgarh Road Development Corporation Limited”;
(h) Deleted;
(i) Bidders shall comply with the Model Agreement furnished herewith for Integrity
Pact (IP) shall be submitted by Bidder with the RFP Bid duly signed by
Authorised signatory and shall be part of the Contract Agreement.
(j) Appendix - IB (Covering Letter for Financial Bid).
2.11.3 The documents listed at clause 2.11.2 shall be placed in an envelope, which shall be
sealed. The envelope shall clearly bear the identification “BID for the Two Laning with
Hard Shoulder of Karesara – Khamhariya - Silhati Road Section from Km 0.000 to Km
39.228 in the State of Chhattisgarh on Engineering Procurement & Construction (EPC)
Mode Project” and shall clearly indicate the name and address of the Bidder. In addition,
the BID Due Date should be indicated on the right hand top corner of the envelope.
2.11.4 The envelope shall be addressed to one of the following officer and shall be submitted at the
respective address:
ATTN. OF: Dr. Rohit Yadav(IAS)
DESIGNATION: Managing Director
ADDRESS: Chhattisgarh Road Development Corporation Ltd,
3rd Floor, Sirpur Bhawan Campus, Behind
Akashvani, Civil Lines, Raipur -
492001,Chhattisgarh.
TELEPHONE NO: 0771-4043395,
FAX NO : 0771-4033242
E-MAIL ADDRESS: info@cgrdc.in/info.cgrdc@gmail.com
2.11.5 If the envelopes is not sealed and marked as instructed above, the Authority assumes
no responsibility for the misplacement or premature opening of the contents of the
BID submitted and consequent losses, if any, suffered by the Bidder.
2.11.6 BIDs submitted by fax, telex, telegram or e-mail shall not be entertained and shall be
summarily rejected.
2.14.1.1 It is mandatory for all the Bidders to have class-II/class-III Digital Signature
Certificate (DSC) (in the name of Authorized Signatory / Firm or Organisation /
Owner of the Firm or Organisation) issued by an approved Certifying Authority (CA)
authorized by the Controller of Certifying Authorities (CCA), Government of India to
participate in e-tendering of CGRDC.
DSC should be in the name of the authorized signatory as authorized in Appendix III
of this RFP. It should be in corporate capacity (that is in Bidder capacity / in case of
JV in the Lead Member capacity, as applicable). The Bidder shall submit document in
support of the class II/class III DSC.
2.14.1.2 To participate in the bidding, it is mandatory for the Bidders to get registered their
firm / Joint Venture with e-procurement portal of CGRDC https://eproc.cgstate.gov.in
to have user ID & password. Validity of online registration is 1 (one) year. Following
may kindly be noted:
(a) Registration with e-procurement portal of CGRDC should be valid at least
up to the date of submission of BID.
(b) BIDs can be submitted only during the validity of registration.
2.14.1.3 If the firm / Joint Venture is already registered with e-tendering service provider of
CGRDC, and validity of registration is not expired the firm / Joint Venture is not
required a fresh registration.
2.14.1.4 The complete BID document can be viewed / downloaded by the Bidder from e-
procurement portal of CGRDC https://eproc.cgstate.gov.in or official portal of
http://www.cgrdc.in, http://www.cgstate.gov.in, http://www.cg.nic.in/pwdraipur from
2.14.2.1 The Bidder may be submitted his Bid online following the instruction appearing on the
screen. A buyer manual containing the detailed guidelines for
e-procurement is also available on e-procurement portal of CGRDC.
2.14.2.2 The documents listed at clause 2.11.1 shall be prepared and scanned in different files
(in PDF or JPEG format such that file size is not more than 30 MB) and uploaded
during the on-line submission of BID.
2.14.2.3 Bid must be submitted online only through e-procurement portal of CGRDC
https://eproc.cgstate.gov.in using the digital signature of authorised representative of
the Bidder on or before 17/10/2016 (upto 17:30 hours IST).
2.15.2 The Authority shall on-line open Technical BIDs on 19/10/2016 at 16:00 hours IST, in the
presence of the authorized representatives of the Bidders, who choose to attend. Technical
BID of only those bidders shall be online opened whose documents listed at clause 2.11.2
of the RFP have been physically received. The Authority will subsequently examine and
evaluate the BIDs in accordance with the provisions of Section 3 of RFP.
2.16.1 Notwithstanding anything contained in this RFP, the Authority reserves the right
to reject any BID and to annul the Bidding Process and reject all BIDs at any time
without any liability or any obligation for such acceptance, rejection or
annulment, and without assigning any reasons therefore. In the event that the
Authority rejects or annuls all the BIDs, it may, in its discretion, invite all eligible
Bidders to submit fresh BIDs hereunder.
2.16.2 The Authority reserves the right not to proceed with the Bidding Process at any time,
without notice or liability, and to reject any BID without assigning any reasons.
2.18 Confidentiality
Information relating to the examination, clarification, evaluation and recommendation for
the Bidders shall not be disclosed to any person who is not officially concerned with the
process or is not a retained professional advisor advising the Authority in relation to,
or matters arising out of, or concerning the Bidding Process. The Authority will treat all
information, submitted as part of the BID, in confidence and will require all those who
have access to such material to treat the same in confidence. The Authority may not
divulge any such information unless it is directed to do so by any statutory entity that has
the power under law to require its disclosure or is to enforce or assert any right or
privilege of the statutory entity and/ or the Authority or as may be required by law
or in connection with any legal process.
D. BID SECURITY
2.20.1 The Bidder shall furnish as part of its BID, a BID Security referred to in Clauses 2.1.6
and 2.1.7 hereinabove in the form of a FDR/TDR drawn in favour of “Managing
Director, Chhattisgarh Road Development Corporation Ltd.” and payable at Raipur, or a
bank guarantee issued by nationalised bank, or a Scheduled Bank in India having a net
worth of at least Rs. 1,000 crore (Rs. one thousand crore), in favour of the Authority in the
format at Appendix-II (the “Bank Guarantee”) and having a validity period of not less
than 180 (one hundred eighty) days from the BID Due Date, inclusive of a claim period of
60 (sixty) days, and may be extended as may be mutually agreed between the Authority
and the Bidder from time to time. In case the Bank Guarantee is issued by a foreign
bank outside India, confirmation of the same by any nationalised bank in India is required.
For the avoidance of doubt, Scheduled Bank shall mean a bank as defined under Section
2(e) of the Reserve Bank of India Act, 1934.
2.20.2 Any BID not accompanied by the BID Security shall be summarily rejected by the
Authority as non-responsive.
2.20.3 The Selected Bidder’s BID Security will be returned, without any interest, upon the
bidder signing the Contract Agreement and furnishing the Performance Security in
accordance with the provisions thereof. The Authority may, at the Selected Bidder’s
option, adjust the amount of BID Security in the amount of Performance Security to be
provided by him in accordance with the provisions of the Agreement.
2.20.4 The Authority shall be entitled to forfeit and appropriate the BID Security as Damages
inter alia in any of the events specified in Clause 2.20.5 herein below. The Bidder,
by submitting its BID pursuant to this RFP, shall be deemed to have acknowledged and
confirmed that the Authority will suffer loss and damage on account of withdrawal of
its BID or for any other default by the Bidder during the period of BID validity as
specified in this RFP. No relaxation of any kind on BID Security shall be given to any
Bidder.
2.20.5 The BID Security shall be forfeited and appropriated by the Authority as damages
payable to the Authority for, inter-alia, time cost and effort of the Authority without
prejudice to any other right or remedy that may be available to the Authority under the
bidding documents and / or under the Agreement, or otherwise, under the following
conditions:
(a) Deleted;
(b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice as specified in Section 4 of this RFP;
(c) If a Bidder withdraws its BID during the period of Bid validity as specified in this
RFP and as extended by mutual consent of the respective Bidder(s) and the Authority;
(d) In the case of Selected Bidder, if it fails within the specified time limit -
(i) to sign and return the duplicate copy of LOA;
(ii) to sign the Agreement; or
(iii) to furnish the Performance Security within the period prescribed
therefor in the Agreement; or
(e) In case the Selected Bidder, having signed the Agreement, commits any breach
thereof prior to furnishing the Performance Security.
Within 10 (ten) days of signing of Contract Agreement, the successful Bidder shall
furnish to the Authority a Performance Security in accordance with the provisions of the
Agreement and in the format given in this RFP.
SECTION - 3
EVALUATION OF TECHNICAL BIDS AND OPENING & EVALUATION OF
FINANCIAL BIDS
3.1.6.2 The Authority reserves the right to reject any Technical BID which is non-responsive and
no request for alteration, modification, substitution or withdrawal shall be entertained by the
Authority in respect of such BID.
3.1.7 In the event that a Bidder claims credit for an Eligible Project, and such claim is determined
by the Authority as incorrect or erroneous, the Authority may reject / correct such claim for
the purpose of qualification requirements.
3.1.8 The Authority will get the BID security verified from the issuing authority and after due
verification, the Authority will evaluate the Technical BIDs for their compliance to the
eligibility and qualification requirements pursuant to clause 2.2.1 & 2.2.2 of this RFP.
3.1.9 After evaluation of Technical Bids, the Authority will publish a list of Technically responsive
Bidders whose financial bids shall be opened. The Authority shall notify other bidders that
they have not been technically responsive. The Authority will not entertain any query or
clarification from Applicants who fail to qualify.
3.2 Opening and Evaluation of Financial Bids
The Authority shall inform the venue and time of online opening of the Financial Bids to the
technically responsive Bidders through e-procurement portal and e-mail. The technically
responsive bidders including joint venture partner(s), if any, shall inform the Authority
through email in the prescribed format enclosed at Annexure VI A of Appendix 1A, for any
change in their bid capacity, due to award/declared to be the lowest bidder in any other
project between the period of bid submission date and upto 2 days (48 hours) prior to the date
of opening of financial bid of the said project. In case of no change, ‘NIL’ information shall
be furnished. If any of the qualified bidders fails to furnish the above information due to
whatsoever reasons at least 1 day (24 hours) before the bid opening date, or fails to qualify in
Bid Capacity in this changed scenario, his financial bid shall not be opened. The Authority
shall online open the Financial Bids of the remaining bidders only on schedule date and time
in the presence of authorized representatives of the Bidders who may choose to attend. The
Authority shall publically announce the Bid Price quoted by the technically responsive
Bidder. The Authority shall prepare a record of opening of Financial Bids.
3.3 Selection of Bidder
3.3.1. Subject to the provisions of Clause 2.16.1, the Bidder whose BID is adjudged as
responsive in terms of Clause 3.1.6 and who quotes lowest price shall be declared as the
selected Bidder (the “Selected Bidder”).
3.3.2. In the event that two or more Bidders quote the same BID Price (the "Tie BIDs"), the
Authority shall identify the Selected Bidder by draw of lots, which shall be conducted,
with prior notice, in the presence of the Tie Bidders who choose to attend.
3.3.3. In the event that the Lowest Bidder is not selected for any reason, the Authority shall
annul the Bidding Process and invite fresh BIDs. In the event that the Authority rejects or
annuls all the BIDs, it may, in its discretion, invite all eligible Bidders to submit fresh
BIDs hereunder.
3.3.4. After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the
Authority to the Selected Bidder and the Selected Bidder shall, within 7(seven) days of
the receipt of the LOA, sign and return the duplicate copy of the LOA in
acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by
the Selected Bidder is not received by the stipulated date, the Authority may, unless it
consents to extension of time for submission thereof, appropriate the BID Security of such
Bidder as Damages on account of failure of the Selected Bidder to acknowledge the LOA.
3.3.5. After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall cause
the Bidder to execute the Agreement within the period prescribed in Clause 1.3. The
Selected Bidder shall not be entitled to seek any deviation, modification or amendment in
the Agreement.
3.3.6. The Authority shall return Bid Security of all bidders except L-1 within a week from
opening of financial bid.
3.4 Contacts during BID Evaluation
BIDs shall be deemed to be under consideration immediately after they are opened and
until such time the Authority makes official intimation of award/ rejection to the Bidders.
While the BIDs are under consideration, Bidders and/ or their representatives or other
interested parties are advised to refrain, save and except as required under the Bidding
Documents, from contacting by any means, the Authority and/ or their employees/
representatives on matters related to the BIDs under consideration.
3.5 Correspondence with Bidder
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to the acceptance or rejection of any Bid.
3.6 Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the
Project is subsequently awarded to it on the basis of such information.
3.7 The Authority reserves the right not to proceed with the Bidding Process at any time without
notice or liability and to reject any or all Bid(s) without assigning any reasons.
SECTION - 4
FRAUD AND CORRUPT PRACTICES
4.1. The Bidders and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process and subsequent to the issue of the
LOA and during the subsistence of the Agreement. Notwithstanding anything to the
contrary contained herein, or in the LOA or the Agreement, the Authority may reject a
BID, withdraw the LOA, or terminate the Agreement, as the case may be,
without being liable in any manner whatsoever to the Bidder, if it determines that the
Bidder, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice in the Bidding
Process. In such an event, the Authority shall be entitled to forfeit and appropriate the
BID Security or Performance Security, as the case may be, as Damages, without
prejudice to any other right or remedy that may be available to the Authority under
the Bidding Documents and/ or the Agreement, or otherwise.
4.2. Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the
rights and remedies which the Authority may have under the LOA or the Agreement, or
otherwise if a Bidder or Contractor, as the case may be, is found by the Authority to
have directly or indirectly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
during the Bidding Process, or after the issue of the LOA or the execution of the
Agreement, such Bidder shall not be eligible to participate in any tender or RFP issued by
the Authority during a period of 2 (two) years from the date such Bidder, or Contractor, as
the case may be, is found by the Authority to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practices, as the case may be.
4.3. For the purposes of this Section 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with
the Bidding Process (for avoidance of doubt, offering of employment to or
employing or engaging in any manner whatsoever, directly or indirectly, any official
of the Authority who is or has been associated in any manner, directly or indirectly,
with the Bidding Process or the LOA or has dealt with matters concerning the
Agreement or arising therefrom, before or after the \ execution thereof, at any time
prior to the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Bidding Process); or (ii) save
and except as permitted under the Clause 2.2.1(d) of this RFP, engaging in any
manner whatsoever, whether during the Bidding Process or after the issue of the
LOA or after the execution of the Agreement, as the case may be, any person in
respect of any matter relating to the Project or the LOA or the Contract Agreement,
who at any time has been or is a legal, financial or technical adviser of the Authority in
relation to any matter concerning the Project;
(b) “fraudulent practice” means a misrepresentation or omission of facts or suppression of
facts or disclosure of incomplete facts, in order to influence the Bidding Process;
(c) “coercive practice” means impairing or harming, or threatening to impair or harm,
SECTION - 5
PRE-BID CONFERENCE
5.1. Pre-BID conference of the Bidders shall be convened at the designated date, time and
place. A maximum of two representatives of prospective Bidders shall be allowed to
participate on production of authority letter from the Bidder.
5.2. During the course of Pre-Bid conference(s), the Bidders will be free to seek clarifications
and make suggestions for consideration of the Authority. The Authority shall endeavour to
provide clarifications and such further information as it may, in its sole discretion, consider
appropriate for facilitating a fair, transparent and competitive Bidding Process.
SECTION - 6
MISCELLANEOUS
6.1. The Bidding Process shall be governed by, and construed in accordance with, the laws of
India and the Courts at Raipur/Bilaspur, C.G. shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/ or in connection with the Bidding Process.
6.2. The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement
the Bidding Process or modify the dates or other terms and conditions relating
thereto;
(b) consult with any Bidder in order to receive clarification or further
information;
(c) retain any information and/ or evidence submitted to the Authority by, on behalf
of, and/ or in relation to any Bidder; and/ or
(d) independently verify, disqualify, reject and/ or accept any and all submissions
or other information and/ or evidence submitted by or on behalf of any Bidder.
6.3. It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully
and finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/ or
performance of any obligations hereunder, pursuant hereto and/ or in connection
with the Bidding Process and waives, to the fullest extent permitted by applicable
laws, any and all rights and/ or claims it may have in this respect, whether actual or
contingent, whether present or in future.
APPENDIX IA
LETTER COMPRISING THE TECHNICAL BID
(Refer Clause 1.2.1, 2.1.5, 2.11 and 3.1.6)
To,
Managing Director
Chhattisgarh Road Development Corporation Ltd,
3rd Floor, Sirpur Bhawan Campus,
Behind Akashvani, Civil Lines,
Raipur - 492001
Chhattisgarh.
Sub: BID for Two Laning with Hard Shoulder of Karesara – Khamhariya - Silhati Road
Section from Km 0.000 to Km 39.228 in the State of Chhattisgarh on Engineering
Procurement & Construction (EPC) Mode Project
Dear Sir,
With reference to your RFP document dated *** **, I/we, having examined the Bidding
Documents and understood their contents, hereby submit my/our BID for the aforesaid Project.
The BID is unconditional and unqualified.
tender or request for proposal issued by or any Agreement entered into with the
Authority or any other public sector enterprise or any government, Central or State;
and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity
with the provisions of Section 4 of the RFP, no person acting for us or on
our behalf has engaged or will engage in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice; and
(e) the undertakings given by us along with the Application in response to the
RFP for the Project and information mentioned for the evaluation of the BID
Capacity in Annexure VI were true and correct as on the date of making the
Application and are also true and correct as on the BID Due Date and I/we shall
continue to abide by them.
8. I/ We understand that you may cancel the Bidding Process at any time and that you
are neither bound to accept any BID that you may receive nor to invite the Bidders to
BID for the Project, without incurring any liability to the Bidders, in accordance with Clause
2.16.2 of the RFP document.
9. I/We believe that we/our Joint Venture satisfy(s) the Threshold Technical Capacity, Net
Worth criteria and meet(s) the requirements as specified in the RFP document.
10. I/ We declare that we/ any Member of the Joint Venture or our/Joint Venture member, are
not a Member of any other Joint Venture submitting a BID for the Project.
11. I/ We certify that in regard to matters other than security and integrity of the country, we/
any Member of the Joint Venture or any of our/their Joint venture member have not been
convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority
which could cast a doubt on our ability to undertake the Project or which relates to a grave
offence that outrages the moral sense of the community.
12. I/ We further certify that in regard to matters relating to security and integrity of the country,
we/ any Member of the Joint Venture or any of our/their Joint venture member have not been
charge-sheeted by any agency of the Government or convicted by a Court of Law.
13. I/ We further certify that no investigation by a regulatory authority is pending either against
us/any member of Joint Venture or against our CEO or any of our directors/ managers/
employees.
14. [I/ We further certify that we are not disqualified in terms of the additional criteria specified
by the Department of Disinvestment in their OM No. 6/4/2001-DD-II dated 13.7.01, a copy
of which forms part of the RFP at Annexure VII of Appendix-IA thereof.]
15. I/ We undertake that in case due to any change in facts or circumstances during the Bidding
Process, we are attracted by the provisions of disqualification in terms of the guidelines
referred to above, we shall intimate the Authority of the same immediately.
16. I/We further acknowledge and agree that in the event such change in control occurs after
signing of the Agreement upto its validity. It would, not withstanding anything to the
contrary contained in the Agreement, be deemed a breach thereof, and the Agreement shall
be liable to be terminated without the Authority being liable to us in any manner
whatsoever.
17. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law
or howsoever otherwise arising to challenge or question any decision taken by the Authority
in connection with the selection of the Bidder, or in connection with the Bidding Process
itself, in respect of the above mentioned Project and the terms and implementation thereof.
18. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into a
Agreement in accordance with the draft that has been provided to me/us prior to the BID
Due Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the
same.
19. I/ We have studied all the Bidding Documents carefully and also surveyed the project road
and the traffic. We understand that except to the extent as expressly setforth in the
Agreement, we shall have no claim, right or title arising out of any documents or information
provided to us by the Authority or in respect of any matter arising out of or relating to the
Bidding Process including the award of Agreement.
20. I/ We offer a BID Security of INR 92,29,000/- (Indian Rupees Ninety Two Lakh and
Twenty Nine Thousand only) to the Authority in accordance with the RFP Document.
21. The BID Security in the form of a FDR/TDR/Bank Guarantee is attached.
22. The documents accompanying the Technical BID, as specified in Clause 2.11.1 of the RFP,
have been submitted in separate files.
23. I/ We agree and understand that the BID is subject to the provisions of the Bidding
Documents. In no case, I/we shall have any claim or right of whatsoever nature if the Project
/ Contract is not awarded to me/us or our BID is not opened or rejected.
24. The BID Price has been quoted by me/us after taking into consideration all
the terms and conditions stated in the RFP, draft Agreement, our own estimates of costs and
after a careful assessment of the site and all own the conditions that may affect the project
cost and implementation of the project.
25. I/ We agree and undertake to abide by all the terms and conditions of the RFP document.
26. {We, the Joint Venture agree and undertake to be jointly and severally liable for all the
obligations of the EPC Contractor under the Contract Agreement}.
27. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the BID Due
Date specified in the RFP.
28. I/ We hereby submit our BID and offer a BID Price as indicated in Financial Bid for
undertaking the aforesaid Project in accordance with the Bidding Documents and the
Agreement.
In witness thereof, I/we submit this BID under and in accordance with the terms of the RFP
document.
Yours faithfully,
Date:
Place:
(Signature, name and designation
of the Authorised signatory)
Name & seal of Bidder/Lead Member
Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to it, and
‘Deleted’ may be indicated there.
APPENDIX - IB
Covering Letter for Financial BID
(Refer Clauses 2.1.5, 2.11.1 and 3.1.6)
Dated:
To,
Managing Director
Chhattisgarh Road Development Corporation Ltd,
3rd Floor, Sirpur Bhawan Campus,
Behind Akashvani, Civil Lines,
Raipur - 492001
Chhattisgarh.
Sub: BID for Two Laning with Hard Shoulder of Karesara – Khamhariya - Silhati Road
Section from Km 0.000 to Km 39.228 in the State of Chhattisgarh on Engineering
Procurement & Construction (EPC) Mode Project.
Dear Sir,
With reference to your RFP document dated *** **, I/we, having examined the Bidding
Documents and understood their contents, hereby submit my/our BID for the aforesaid Project.
The BID is unconditional and unqualified.
ANNEX-I
Details of Bidder
1. (a) Name:
(b) Country of incorporation:
(c) Address of the corporate headquarters and its branch office(s), if any, in
India:
(d) Date of incorporation and/ or commencement of business:
2. Brief description of the Bidder including details of its main lines of business and
proposed role and responsibilities in this Project:
3. Details of individual(s) who will serve as the point of contact/ communication
for the Authority:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
(g) Fax Number:
4. Particulars of the Authorised Signatory of the Bidder:
(a) Name:
(b) Designation:
(c) Address:
(d) Phone Number:
(e) Fax Number:
(f) Class III Digital Signature Certificate ID number
5. In case of a Joint Venture:
(a) The information above (1-4) should be provided for all the Members of the
Joint Venture.
(b) A copy of the Jt. Bidding Agreement, as envisaged in Clause
2.1.15(g) should be attached to the Application.
(c) Information regarding the role of each Member should be provided as per
table below:
6. A statement by the Bidder and each of the Members of its Joint Venture (where
applicable) disclosing material non-performance or contractual non-compliance
in past projects, contractual disputes and litigation/ arbitration in the last 3 years
is given below (Attach extra sheets, if necessary) w.r.t para 2.1.19:
Name of Bidder/ member of Joint Venture:
2nd last
No. Criteria 1st last year 3rd last year
year
1. If bidder have either failed to perform on any
contract, as evidenced by imposition of a penalty
by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the
Bidder or any of its Joint Venture Member, as the
case may be, or has been expelled from any project
or contract by any public entity nor have had any
contract terminated by any public entity for breach
by such Bidder or any of its Joint Venture Member.
2 Updated details of stage of litigation, if so, against
the Authority / Governments on all the on-going
projects of the bidder or any of its Joint Venture
Member.
3 Updated details of on-going process of blacklisting
if so, under any contract with Authority /
Government on the Bidder including any of its
Joint Venture member.
ANNEX-II
Technical Capacity of the Bidder@
(Refer to Clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP)
**
Applicant Project Cate- Experience (Equivalent Rs. crore) $$ Technical
type Code* gory$ Experience£
Payments received for Value of self-construction
construction of Eligible in Eligible Projects in
Projects in Categories 3 & 4 Categories 1 and 2
NOTE : In case of a Joint Venture, information in Annex-II and Annex-IV of Appendix-I shall be
provided separately for other Members so as to establish that each such Member has 30 percent or
more of the Threshold Technical Capacity. Such information may be provided as Annex-IIA,
Annex-IIB, Annex-IVA and Annex-IVB respectively. (Refer Clause 2.2.2.4).
@
Provide details of only those projects that have been undertaken by the Applicant, or its Lead member including members in
case of joint venture, under its own name separately and/ or by a project company eligible under Clause 2.2.2.6(i)(b). In case of
Categories 1 and 2, include only those projects which have an estimated capital cost exceeding the amount specified in Clause
2.2.2.6(i)(c) and for Categories 3 and 4, include only those projects where the payments received exceed the amount specified in
Clause 2.2.26(ii). In case the Bid Due Date falls within 3 (three) months of the close of the latest financial year, refer to Clause
2.2.12.
*
Refer Annex-IV of this Appendix-I. Add more rows if necessary.
$
Refer Clause 2.2.2.5(i)
**
Construction shall not include supply of goods or equipment except when such goods or equipment form part of a turn-key
construction contract/ EPC contract for the project. In no case shall the cost of maintenance and repair, operation of Highways
and land be included while computing the Experience Score of an Eligible Project.
$$
For conversion of US Dollars to Rupees, the rate of conversion shall be Rupees [50 (fifty)] to a US Dollar. In case of any other
currency, the same shall first be converted to US Dollars as on the date 60 (sixty) days prior to the Application Due Date, and
the amount so derived in US Dollars shall be converted into Rupees at the aforesaid rate. The conversion rate of such
currencies shall be the daily representative exchange rates published by the International Monetary Fund for the relevant date.
£
In the case of an Eligible Project situated in an OECD country, the Experience Score so arrived at shall be further multiplied by
0.5, in accordance with the provisions of Clause 2.2.2.5(ii) and the product thereof shall be the Experience Score for such
Eligible Projects.
ANNEX-III
Financial Capacity of the Bidder
(Refer to Clauses 2.2.2.3, 2.2.2.9(i), 2.2.2.8(iii) of the RFP)
Instructions:
1. The Bidder shall attach copies of the balance sheets, financial statements and
Annual Reports for 5 (five) years preceding the Bid Due Date. The financial
statements shall:
(a) reflect the financial situation of the Bidder;
(b) be audited by a statutory auditor;
(c) be complete, including all notes to the financial statements; and
(d) correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).
2. Net Cash Accruals shall mean Profit After Tax + Depreciation.
3. Net Worth (the “Net Worth”) shall means the aggregate value of the paid up and
all reserves created out of the profits and securities premium account, after
deducting the aggregate value of the accumulated losses, deferred expenditure and
miscellaneous expenditure not written off, as per the audited balance sheet, but
does not include reserves created out of revaluation of assets, write back of
depreciation and amalgamation
4. Year 1 will be the latest completed financial year, preceding the bidding. Year 2
shall be the year immediately preceding Year 1 and so on. In case the Bid Due
Date falls within 3 (three) months of the close of the latest financial year, refer to
Clause 2.1.17.
5. In the case of a Joint Venture, a copy of the Jt. Bidding Agreement shall be
submitted in accordance with Clause 2.1.15 (g) of the RFP document.
6. The Bidder shall also provide the name and address of the Bankers to the Bidder.
7. The Bidder shall provide an Auditor’s Certificate specifying the net worth of the
Bidder and also specifying the methodology adopted for calculating such net worth
in accordance with Clause 2.2.2.9 (ii) of the RFP document.
ANNEX-IV
Details of Eligible Projects
(Refer to Clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7of the RFP)
Instructions:
1. Bidders are expected to provide information in respect of each Eligible Projects in this
Annex. The projects cited must comply with the eligibility criteria specified in
Clause 2.2.2.6 (i) and 2.2.2.6 (ii) of the RFP, as the case may be. Information provided in
this section is intended to serve as a back up for information provided in the Application.
Applicants should also refer to the Instructions below.
2. The Project Codes would be a, b, c, d etc.
3. A separate sheet should be filled for each Eligible Project.
4. In case the Eligible Project relates to other Members, write “Member”.
5. Refer to Clause 2.2.2.5 of the RFP for category number.
6. The total payments received and/or revenues appropriated for self construction for each
Eligible Project are to be stated in Annex-II of this Appendix-I. The figures to be
provided here should indicate the break-up for the past 5 (five) financial years. Year 1
refers to the financial year immediately preceding the Bid Due Date; Year 2 refers to the
year before Year 1, Year 3 refers to the year before Year 2, and so on (Refer Clause
1.1.17). For Categories 1 and 2, expenditure on construction of the project by the
Applicant itself should be provided, but only in respect of projects having an estimated
capital cost exceeding the amount specified in Clause 2.2.2.6(i)(c). In case of Categories
3 and 4, payments received only in respect of construction should be provided, but only
if the amount received exceeds the minimum specified in Clause 2.2.2.6(ii). Receipts for
construction works should only include capital expenditure, and should not include
expenditure on maintenance & repair and operation of roads and highways.
7. In case of projects in Categories 1and 2, particulars such as name, address and contact
details of owner/ Authority/ Agency (i.e. concession grantor, counter party to concession,
etc.) may be provided. In case of projects in Categories 3 and 4, similar particulars of the
client need to be provided.
8. Provide the estimated capital cost of Eligible Project. Refer to Clauses 2.2.2.6(i) and
2.2.2.6(ii)
9. For Categories 1 and 2, the date of commissioning of the project, upon completion,
$
In case duly certified audited annual financial statements containing the requisite details are provided, a separate
certification by statutory auditors would not be necessary.
£
Refer Clause 2.2.2.5 of the RFQ.
Φ
Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate, if necessary. Statutory
auditor means the entity that audits and certifies the annual accounts of the company
€
Refer instruction no. 10 in this Annex-IV
¥
In case the project is owned by the Applicant company, this language may be suitably modified to read: “It is
certified that …………….. (name of Applicant) constructed and/ or owned the ………….. (name of project) from
……………….. (date) to ………………… (date).”
♣
Refer Clauses 2.2.2.5 and 2.2.2.6(ii)of the RFP
We further certify that the total estimated capital cost of the project is Rs. …… cr. (Indian Rupees
…………………crore), of which the Applicant received Rs. ……… cr. (Indian Rupees
……………………… crore), in terms of Clauses 2.2.2.5 and 2.2.2.6(ii)of the RFP, during the past
five financial years as per year-wise details noted below:
………………………
………………………
It is further certified that the receipts indicated above are restricted to the share of the Applicant
who undertook these works as a partner or a member of joint venture/consortium.♥
We further certify that applicant has a share of _________% in the Joint Venture/Consortium.
15. It may be noted that in the absence of any detail in the above certificates, the information
would be considered inadequate and could lead to exclusion of the relevant project in
computation of Experience .
Φ
Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate, if necessary. Statutory
auditor means the entity that audits and certifies the annual accounts of the company.
♥
This certification should be strike out in case of jobs/ contracts, which are executed a sole firm. The payments
indicated in the certificate should be restricted to the share of Applicant in such partnership/ joint venture. This
portion may be omitted if the contract did not involve a partnership/ joint venture. In case where work is not
executed by partnership/ joint venture, this paragraph may be deleted
ANNEX-V
Statement of Legal Capacity
(To be forwarded on the letterhead of the Applicant/ Lead Member of Joint Venture)
Ref. Date:
To,
Managing Director
Chhattisgarh Road Development Corporation Ltd,
3rd Floor, Sirpur Bhawan Campus,
Behind Akashvani, Civil Lines,
Raipur - 492001
Chhattisgarh.
Dear Sir,
We hereby confirm that we/ our members in the Joint Venture (constitution of which has been
described in the application) satisfy the terms and conditions laid out in the RFP document.
We have agreed that …………………… (insert member’s name) will act as the Lead Member of
our Joint Venture.*
We have agreed that ………………….. (insert individual’s name) will act as our representative/
will act as the representative of the Joint Venture on its behalf* and has been duly authorized to
submit the RFP. Further, the authorised signatory is vested with requisite powers to furnish such
letter and authenticate the same.
Thanking you,
Yours faithfully,
ANNEX-VI
Information required to evaluate the BID Capacity under clause 2.2.2.1:
1. A table containing value of Civil Engineering Works in respect to EPC Projects (Turnkey
projects / Item rate contract/ Construction works) undertaken by the Bidder during the
last 5 years is as follows:
2.
Value of Civil Engg. Works
Sl. No. Year undertaken w.r.t. EPC Projects (Rs.
In Crores)
1 2015-16/2015
2 2014-15/2014
3 2013-14/2013
4 2012-13/2012
5 2011-12/2011
3. Maximum value of projects that have been undertaken during the F.Y. out of the
last 5 years and value thereof is Rs. Crores (Indian
Rupees ). Further, value updated to the price level of the year indicated in
Appendix is as follows:
…………………….. …………………………
…………………….. ………………………….
Signature, name and designation Name of the Statutory Auditor’s firm:
of Authorised Signatory Seal of the audit firm: (Signature,
name and designation and
For and on behalf of Membership No. of authorised
………………(Name of the Bidder) signatory)
The Statement showing the value of all existing commitments and ongoing works as well as the
stipulated period of completion remaining for each of the works mentioned above is verified
from the certificate issued that has been countersigned by the Client or its Engineer-in-charge
not below the rank of Executive Engineer or equivalent in respect of EPC Projects or
Concessionaire / Authorised Signatory of SPV in respect of BOT Projects. No awarded /
ongoing works has been left in the aforesaid statement which has been awarded to
M/s………………individually / and other member M/s ……………….. and M/s
………………., as on bid due date of this RFP.
…………………….. …………………………
…………………….. ………………………….
Signature, name and designation Name of the Statutory Auditor’s firm:
of Authorised Signatory Seal of the audit firm: (Signature,
name and designation and
For and on behalf of Membership No. of authorised
………………(Name of the Bidder) signatory)
Place
Appendix – IA
Annexure - VIA
Format for information to be furnished by Technically Responsive Bidder regarding updated Bid
capacity as on upto two days (48 hours) before financial opening date:
S.No Name of Details and Lowest bid Date & Date of Remarks, Completion
Work contact price as per time when LOA in if any Period as
nos, email financial Financial case per LOA
of Bid bid bid was issued
inviting opening opened
authority (Rs.
In lakhs)
I/ We hereby confirm that the information furnished above are latest and true to the best of
my/our knowledge. We/I undertake to bear consequences as per provision of RFP in case of any
above mentioned is found to be incorrect.
Authorised Signatory
………………………..
Name:………………..
Place …………………
Date :…………
Note: Please enclose separate details for the Joint Venture Partner(s), if any
APPENDIX-IA
Annexure VII
Guidelines of the Department of Disinvestment
(Refer Clause1.2.1)
No. 6/4/2001-DD-II
Government of India
Department of Disinvestment
Block 14, CGO Complex
New Delhi.
Dated 13th July, 2001.
OFFICE MEMORANDUM
Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector
Enterprises through the process of disinvestment
Government has examined the issue of framing comprehensive and transparent guidelines
defining the criteria for bidders interested in PSE-disinvestment so that the parties selected
through competitive bidding could inspire public confidence. Earlier, criteria like net worth,
experience etc. used to be prescribed. Based on experience and in consultation with concerned
departments, Government has decided to prescribe the following additional criteria for the
qualification/ disqualification of the parties seeking to acquire stakes in public sector
enterprises through disinvestment:
(a) In regard to matters other than the security and integrity of the country, any conviction by
a Court of Law or indictment/ adverse order by a regulatory authority that casts a doubt
on the ability of the bidder to manage the public sector unit when it is disinvested, or
which relates to a grave offence would constitute disqualification. Grave offence is
defined to be of such a nature that it outrages the moral sense of the community. The
decision in regard to the nature of the offence would be taken on case to case basis after
considering the facts of the case and relevant legal principles, by the Government of
India.
(b) In regard to matters relating to the security and integrity of the country, any charge- sheet
by an agency of the Government/ conviction by a Court of Law for an offence committed
by the bidding party or by any sister concern of the bidding party would result in
disqualification. The decision in regard to the relationship between the sister concerns
would be taken, based on the relevant facts and after examining whether the two
concerns are substantially controlled by the same person/ persons.
(c) In both (a) and (b), disqualification shall continue for a period that Government deems
appropriate.
(d) Any entity, which is disqualified from participating in the disinvestment process, would
not be allowed to remain associated with it or get associated merely because it has
preferred an appeal against the order based on which it has been disqualified. The mere
pendency of appeal will have no effect on the disqualification.
(e) The disqualification criteria would come into effect immediately and would apply to all
bidders for various disinvestment transactions, which have not been completed as yet.
(f) Before disqualifying a concern, a Show Cause Notice why it should not be disqualified
would be issued to it and it would be given an opportunity to explain its position.
(g) Henceforth, these criteria will be prescribed in the advertisements seeking Expression of
Interest (EOI) from the interested parties. The interested parties would be required to
provide the information on the above criteria, along with their Expressions of Interest
(EOI). The bidders shall be required to provide with their EOI an undertaking to the
effect that no investigation by a regulatory authority is pending against them. In case any
investigation is pending against the concern or its sister concern or against its CEO or
any of its Directors/ Managers/ employees, full details of such investigation including the
name of the investigating agency, the charge/ offence for which the investigation has
been launched, name and designation of persons against whom the investigation has been
launched and other relevant information should be disclosed, to the satisfaction of the
Government. For other criteria also, a similar undertaking shall be obtained along with
EOI.
sd/-
(A.K. Tewari)
Under Secretary to the Government of India
APPENDIX - II
Bank Guarantee for BID Security
(Refer Clauses 2.1.6 and 2.20.1)
(sixty) days or for such extended period as may be mutually agreed between the
Authority and the Bidder, and agreed to by the Bank, and shall continue to be
enforceable till all amounts under this Guarantee have been paid.
5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to
whether the Bidder is in default of due and faithful fulfilment and compliance with
the terms and conditions contained in the Bidding Documents including, inter alia,
the failure of the Bidder to keep its BID open during the BID validity period set forth
in the said Bidding Documents, and the decision of the Authority that the Bidder is in
default as aforesaid shall be final and binding on us, notwithstanding any
differences between the Authority and the Bidder or any dispute pending before any
Court, Tribunal, Arbitrator or any other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding
up of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder
or the Bank with any other person.
7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the
Bank as the principal debtor. The Authority shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee from time to time to
vary any of the terms and conditions contained in the said Bidding Documents or to
extend time for submission of the BIDs or the BID validity period or the period for
conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said Bidding
Documents by the said Bidder or to postpone for any time and from time to
time any of the powers exercisable by it against the said Bidder and either to
enforce or forbear from enforcing any of the terms and conditions contained in
the said Bidding Documents or the securities available to the Authority, and the Bank
shall not be released from its liability under these presents by any exercise by the
Authority of the liberty with reference to the matters aforesaid or by reason of time being
given to the said Bidder or any other forbearance, act or omission on the part of the
Authority or any indulgence by the Authority to the said Bidder or by any change in the
constitution of the Authority or its absorption, merger or amalgamation with any other
person or any other matter or thing whatsoever which under the law relating to sureties
would but for this provision have the effect of releasing the Bank from its such liability.
8. Any notice by way of request, demand or otherwise hereunder shall be
sufficiently given or made if addressed to the Bank and sent by courier or by
registered mail to the Bank at the address set forth herein.
9. We undertake to make the payment on receipt of your notice of claim on us
addressed to [name of Bank along with branch address] and delivered at our
above branch which shall be deemed to have been duly authorised to receive the
said notice of claim.
10. It shall not be necessary for the Authority to proceed against the said Bidder
before proceeding against the Bank and the guarantee herein contained shall be
enforceable against the Bank, notwithstanding any other security which the Authority
may have obtained from the said Bidder or any other person and which shall, at the
time when proceedings are taken against the Bank hereunder, be outstanding or
unrealised.
11. We, the Bank, further undertake not to revoke this Guarantee during its currency
except with the previous express consent of the Authority in writing.
12. The Bank declares that it has power to issue this Guarantee and discharge the obligations
contemplated herein, the undersigned is duly authorised and has full power to execute
this Guarantee for and on behalf of the Bank.
13. For the avoidance of doubt, the Bank’s liability under this Guarantee shall be restricted
to INR 92,29,000/- (Indian Rupees Ninety Two Lakh and Twenty Nine Thousand
only). The Bank shall be liable to pay the said amount or any part thereof only if the
Authority serves a written claim on the Bank in accordance with paragraph 9
hereof, on or before [*** (indicate date falling 180 days after the BID Due Date)].
APPENDIX-III
Date:………………
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney
in favour of the person executing this Power of Attorney for the delegation of power
hereunder on behalf of the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Bidders from
countries that have signed the Hague Legislation Convention 1961 are not required to be
legalised by the Indian Embassy if it carries a conforming Appostille certificate.
APPENDIX-IV
Whereas, it is necessary for the Members of the Joint Venture to designate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the Joint
Venture, all acts, deeds and things as may be necessary in connection with the Joint
Venture’s BID for the Project and its execution.
We, …… having our registered office at ……., M/s. ….. having our registered office at …,
M/s. … having our registered office at ….., and ….. having our registered office at ………,
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate,
nominate, constitute, appoint and authorize M/S ……. having its registered office at ……….,
being one of the Members of the Joint Venture, as the Lead Member and true and lawful
attorney of the Joint Venture (hereinafter referred to as the “Attorney”). We hereby
irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business for
and on behalf of the Joint Venture and any one of us during the bidding process and, in the
event the Joint Venture is awarded the contract, during the execution of the Project and in
this regard, to do on our behalf and on behalf of the Joint Venture, all or any of such acts,
deeds or things as are necessary or required or incidental to the pre-qualification of the Joint
Venture and submission of its BID for the Project, including but not limited to signing and
submission of all applications, BIDs and other documents and writings, participate in pre
BID and other conferences, respond to queries, submit information/ documents, sign and
execute contracts and undertakings consequent to acceptance of the BID of the Joint Venture
and generally to represent the Joint Venture in all its dealings with the Authority, and/ or any
other Government Agency or any person, in all matters in connection with or relating to or
arising out of the Joint Venture’s BID for the in all respect Project and/ or upon award
thereof till the EPC Contract is entered into with the Authority & Compelled.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us/ Joint Venture.
(Executants)
(To be executed by all the Members of the Joint Venture)
Witnesses:
1.
2.
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney
in favour of the person executing this Power of Attorney for the delegation of power
hereunder on behalf of the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Bidders from
countries that have signed the Hague Legislation Convention 1961 are not required to be
legalised by the Indian Embassy if it carries a conforming Appostille certificate.
APPENDIX V
Format for Joint Bidding Agreement for Joint Venture
(Refer Clause 2.1.9 & 2.1.15(g))
(To be executed on Stamp paper of appropriate value)
THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of 20…
AMONGST
1. {………… Limited, and having its registered office at ………… } (hereinafter referred
to as the “First Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)
AND
2. {………… Limited, having its registered office at ………… } and (hereinafter referred
to as the “Second Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)
AND
3. {………… Limited, and having its registered office at …………} (hereinafter referred to
as the “Third Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)
The above mentioned parties of the FIRST, {SECOND and THIRD} PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”
WHEREAS,
(A) CHHATTISGARH ROAD DEVELOPMENT CORPORATION LIMITED, represented by
its Managing Director, and having its principal offices at 3rd Floor, Sirpur Bhawan Campus,
Civil Lines, Behind Akashvani, Raipur - (C.G.) (hereinafter referred to as the “Authority”
which expression shall, unless repugnant to the context or meaning thereof, include its
administrators, successors and assigns) has invited bids (the Bids”) by its Request for
Proposal No. ………… dated …………(the “RFP”) for award of contract for
rehabilitation, augmentation and maintenance of Karesara – Khamhariya - Silhati Road
Section from Km 0.000 to Km 39.228 to Two Lane with Hard Shoulder on EPC mode in
the State of Chhattisgarh Project (the “Project”) through an EPC Contract.
(B) The Parties are interested in jointly bidding for the Project as members of a Joint Venture
and in accordance with the terms and conditions of the RFP document and other bid
documents in respect of the Project, and
(C) It is a necessary condition under the RFP document that the members of the Joint Venture
shall enter into a Joint Bidding Agreement and furnish a copy thereof with the Application.
2.1 The Parties do hereby irrevocably constitute a Joint Venture (the “Joint Venture”) for
the purposes of jointly participating in the Bidding Process for the Project.
2.2 The Parties hereby undertake to participate in the Bidding Process only through this
Joint Venture and not individually and/ or through any other Joint Venture constituted
for this Project, either directly or indirectly.
3. Covenants
The Parties hereby undertake that in the event the Joint Venture is declared the selected
Bidder and awarded the Project, it shall enter into an EPC Contract with the Authority for
performing all its obligations as the Contractor in terms of the EPC Contract for the Project.
4. Role of the Parties
The Parties hereby undertake to perform the roles and responsibilities as described below:
(a) Party of the First Part shall be the Lead member of the Joint Venture and shall have the
power of attorney from all Parties for conducting all business for and on behalf of the
Joint Venture during the Bidding Process and until the Appointed Date under the EPC
Contract;
(b) Party of the Second Part shall be {the Member of the Joint Venture; and}
(c) Party of the Third Part shall be {the Member of the Joint Venture.}
5. Joint and Several Liability
The Parties do hereby undertake to be jointly and severally responsible for all obligations
and liabilities relating to the Project and in accordance with the terms of the RFP and the
EPC Contract, till such time as the completion of the Project is achieved under and in
accordance with the EPC Contract.
6. Share of work in the Project
The Parties agree that the proportion of construction in the EPC Contract to be allocated
among the members shall be as follows:
First Party: Second Party:
{Third Party:}
Further, the Lead Member shall itself undertake and perform at least 50 (Fifty) per cent of
the total length of the project road if the Contract is allocated to the Joint Venture.
7. Representation of the Parties
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organised, validly existing and in good standing under the laws of its
incorporation and has all requisite power and authority to enter into this Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has been
authorised by all necessary and appropriate corporate or governmental action and a copy
of the extract of the charter documents and board resolution/ power of attorney in favour
of the person executing this Agreement for the delegation of power and authority to
execute this Agreement on behalf of the Joint Venture Member is annexed to this
Agreement, and will not, to the best of its knowledge:
(i) require any consent or approval not already obtained;
(ii) violate any Applicable Law presently in effect and having applicability to it;
(iii) violate the memorandum and articles of association, by-laws or other applicable
organisational documents thereof;
(iv) violate any clearance, permit, concession, grant, license or other governmental
authorisation, approval, judgement, order or decree or any mortgage agreement,
indenture or any other instrument to which such Party is a party or by which such
Party or any of its properties or assets are bound or that is otherwise applicable to
such Party; or
(v) create or impose any liens, mortgages, pledges, claims, security interests, charges
or Encumbrances or obligations to create a lien, charge, pledge, security interest,
encumbrances or mortgage in or on the property of such Party, except for
encumbrances that would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business of such Party so
as to prevent such Party from fulfilling its obligations under this Agreement;
(c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge, threatened to
which it or any of its Affiliates is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such Party
in the fulfillment of its obligations under this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and
effect until Project completion (the “Defects Liability Period”) is achieved under and in
accordance with the EPC Contract, in case the Project is awarded to the Joint Venture.
However, in case the Joint Venture is either not pre-qualified for the Project or does not get
selected for award of the Project, the Agreement will stand terminated in case the Applicant
is not pre-qualified or upon return of the Bid Security by the Authority to the Bidder, as the
case may be.
9. Miscellaneous
1………………. 2.............................
Notes:
1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents
and documents such as resolution / power of attorney in favour of the person executing this
Agreement for the delegation of power and authority to execute this Agreement on behalf of
the Joint Venture Member.
3. For a Joint Bidding Agreement executed and issued overseas, the document shall be
legalised by the Indian Embassy and notarized in the jurisdiction where the Power of
Attorney has been executed.
APPENDIX VI
Integrity Pact
GENERAL
This Pre-Bid Pre-Contract Agreement (hereinafter called the Integrity Pact) is made on _______
day of the month of ___________ ****, between on one hand, the Chhattisgarh Road
Development Corporation Limited (CGRDC) acting through Managing Director, CGRDC
(hereinafter called the “ AUTHORITY”, which expression shall mean and include, unless the
context otherwise requires, his successors in office and assigns) of the First Part and
“………………………….. Entered by “…………………..” (Hereinafter called the “BIDDER /
CONTRACTOR”, which expression shall mean and include, unless the context otherwise
requires, his successors and permitted assigns) of the second part.
WHEREAS the AUTHORITY proposes to procure for Two Laning with Hard Shoulder of
Karesara – Khamhariya - Silhati Road Section from Km 0.000 to Km 39.228 in the State of
Chhattisgarh on Engineering Procurement & Construction (EPC) Mode and the BIDDER /
CONTRACTOR is willing to offer/has offered the services and
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract
to be entered into with a view to :-
Enabling the AUTHORITY to obtain the desired services at a competitive price in conformity
with the defined specification by avoiding the high cost and the distortionary impact of
corruption on public procurement, and
promised or intended to be paid to any such individual, firm or company in respect of any
such intercession, facilitation or recommendation.
3.5 The BIDDER / CONTRACTOR, either while presenting the bid or during pre-contract
negotiations or before signing the contract, shall disclose any payments he has made, is
committed to or intends to make to officials of the AUTHORITY or their family
members, agents, brokers or any other intermediaries in connection with the contract
and the details of services agreed upon for such payments.
3.6 The BIDDER / CONTRACTOR will not collude with other parties interested in the
contract to impair the transparency, fairness and progress of the bidding process, bid
evaluation, contracting and implementation of the contract.
3.7 The BIDDER / CONTRACTOR will not accept any advantage in exchange for any
corrupt practice, unfair means and illegal activities.
3.8 The BIDDER / CONTRACTOR shall not use improperly, for purposes of competition or
personal gain, or pass on to others, any information provided by the AUTHORITY as
part of the business relationship, regarding plans, technical proposals and business details,
including information contained in any electronic data carrier. The BIDDER /
CONTRACTOR also undertake to exercise due and adequate care lest any such
information is divulged.
3.9 The BIDDER / CONTRACTOR commits to refrain from giving any complaint directly or
through any other manner without supporting it with full and verifiable facts.
3.10 The BIDDER / CONTRACTOR shall not instigate or cause to instigate any third person
to commit any of the actions mentioned above.
3.12 The BIDDER / CONTRACTOR shall not lend to or borrow any money from or enter into
any monetary dealings or transactions, directly or indirectly, with any employee of the
AUTHORITY.
4. PREVIOUS TRANSGRESSION
4.1 The BIDDER / CONTRACTOR declares that no previous transgression occurred in the last
three years immediately before signing of this Integrity Pact, with any other company in
any country in respect of any corrupt practices envisaged hereunder or with any Public
Sector Enterprise in India or any Government Department in India that could justify
4.2 The BIDDER / CONTRACTOR agrees that if it makes incorrect statement on this
subject, BIDDER / CONTRACTOR can be disqualified from the tender process or the
contract, if already awarded, can be terminated for such reason.
5. BID SECURITY
5.1 While submitting commercial bid, the BIDDER / CONTRACTOR shall deposit an amount
of INR 92,29,000/- (Indian Rupees Ninety Two Lakh and Twenty Nine Thousand only)
as Bid Security with the AUTHORITY.
5.2 The Bid Security shall remain valid till the submission of performance guarantee by the
successful BIDDER / CONTRACTOR.
5.3 In case of the successful BIDDER / CONTRACTOR, a clause would also be
incorporated in the Performance Bank Guarantee that the provisions of Sanctions for
Violation shall be applicable for forfeiture of Performance Security in case of a
decision by the CGRDC to forfeit the same without assigning any reason for imposing
sanction for violation of this Pact.
5.4 The successful BIDDER / CONTRACTOR shall furnish the performance security as per
Article 9 of Draft Contract Agreement.
5.5 Performance Security should remain valid for a period as per Article 9 of Draft
Concession Agreement
5.6 No interest shall be payable by the AUTHORITY to the BIDDER / CONTRACTOR on Bid
Security/ Performance Guarantee for the period of its currency.
6. SANCTIONS FOR VIOLATIONS
6.1 Any breach of the aforesaid provisions by the BIDDER / CONTRACTOR or any one
employed by it or acting on its behalf (whether with or without the knowledge of the
BIDDER / CONTRACTOR) shall entitle the AUTHORITY to take all or any one of the
following actions, wherever required:-
(i) To immediately call off the pre contract negotiations without assigning any
reason or giving any compensation to the BIDDER / CONTRACTOR.
However, the proceedings with the other BIDDER / CONTRACTOR (s) would
continue.
(ii) The Bid Security (in pre-contract stage) and/or Performance Security (after the
contract is signed) shall stand forfeited either fully or partially, as decided by the
AUTHORITY and the AUTHORITY shall not be require to assign any
reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER / CONTRACTOR.
(iv) To recover all sums already paid by the AUTHORITY, and in case of an Indian
CONSULTANT with interest thereon at 2% higher than the prevailing Prime
Lending Rate of State Bank of India, while in case of a BIDDER /
CONTRACTOR from a country other than India with interest thereon at 2%
higher than the LIBOR. If any outstanding payment is due to the BIDDER /
CONTRACTOR from the AUTHORITY in connection with any other contract for
any other stores, such outstanding payment could also be utilized to recover the
aforesaid sum and interest.
(v) To en-cash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER / CONTRACTOR, in order to recover the payments,
already made by the AUTHORITY, along with interest.
(i) To cancel all or any other Contracts with the BIDDER / CONTRACTOR. The
BIDDER / CONCESSIONAIRE shall be liable to pay compensation for any loss
or damage to the AUTHORITY resulting from such cancellation/rescission
and the AUTHORITY shall be entitled to deduct the amount so payable from
the money(s) due to the BIDDER / CONTRACTOR.
(vii) To debar the BIDDER / CONTRACTOR from participating in future bidding
processes of the Government of India/State Govt of C.G. for a minimum period of
five years, which may be further extended at the discretion of the AUTHORITY.
(viii) To recover all sums paid in violation of this Pact by CONSULTANT(s) to any
middleman or agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of
any contract signed by the AUTHORITY with the BIDDER / CONTRACTOR, the
same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the AUTHORITY to
forfeit the same without assigning any reason for imposing sanction for violation of
this Pact.
6.2 The AUTHORITY will be entitled to take all or any of the actions mentioned at para 6.1
(i) to (x) of this Pact also on the Commission by the BIDDER / CONTRACTOR or any
one employed by it or acting on its behalf (whether with or without the knowledge of
the BIDDER / CONTRACTOR), of an offence as defined in Chapter IX of the Indian
Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for
prevention of corruption.
6.3 The decision of the AUTHORITY to the effect that a breach of the provisions of
this Pact has been committed by the BIDDER / CONTRACTOR shall be final and
conclusive on the BIDDER / CONTRACTOR. However, the BIDDER /
CONTRACTOR can approach the Independent Monitor(s) appointed for the purposes of
this Pact.
7. FALL CLAUSE
7.1 The BIDDER / CONTRACTOR undertakes that it has not supplied/is not supplying
similar product/systems or subsystems at a price lower than that offered in the
present bid in respect of any other Ministry/Department of the Government of India or
PSU/GoCG and if it is found at any stage that similar product/systems or subsystems was
supplied by the BIDDER / CONTRACTOR to any other Ministry/Department of the
Government of India or a PSU/GoCG at a lower price, then that very price, with due
allowance for elapsed time, will be applicable to the present case and the difference in the
8. INDEPENDENT MONITORS
8.1 The AUTHORITY may appoint Independent Monitors (hereinafter referred to as
Monitors) for this Pact.
8.2 The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.
8.3 The Monitors shall not be subject to instructions by the representatives of the parties and
perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings.
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so
inform the AUTHORITY.
8.6 The BIDDER / CONTRACTOR accepts that the Monitor has the right to access
without restriction to all Project documentation of the AUTHORITY including that
provided by the BIDDER / CONTRACTOR. The BIDDER / CONTRACTOR will also
grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to
Subcontractors. The Monitor shall be under contractual obligation to treat the information
and documents of the BIDDER / CONTRACTOR /EPC Contractors (s) with
confidentiality.
8.7 The AUTHORITY will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact on
the contractual relations between the parties. The parties will offer to the Monitor the
option to participate in such meetings.
8.8 The Monitor will submit a written report to the AUTHORITY within 8 to 10 weeks from
the date of reference or intimation to him by the AUTHORITY/ BIDDER /
CONTRACTOR and, should the occasion arise, submit proposals for correcting
problematic situations.
9. FACILITATION OF INVESTIGATION
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the AUTHORITY or its agencies shall be entitled to examine all
the documents including the Books of Accounts of the BIDDER / CONTRACTOR and
the BIDDER / CONTRACTOR shall provide necessary information and documents
in English and shall extend all possible help for the purpose of such examination.
12. VALIDITY
12.1 The validity of this Integrity Pact shall be from date of its signing and extend the complete
execution of the contract to the satisfaction of both the AUTHORITY and the BIDDER
/ CONTRACTOR. In case BIDDER / CONTRACTOR is unsuccessful, this integrity Pact
shall expire after six months from the date of the signing of the contract.
12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this
Pact shall remain valid. In this case, the parties will strive to come to an agreement to
their original intentions.
Date: