RFB
RFB
September, 2024
2
(RFB)
3
GOVERNMENT OF INDIA
MINISTRY OF ROAD TRANSPORT AND HIGHWAYS
3. The Ministry of Road Transport & Highways, Government of India now invites online
bids from eligible Bidders for the construction of work: “Balance Works of
Rehabilitation and Upgradation to 4-lane configuration of Ras-Beawar Section (Km
0.000 to Km 30.050) of NH-158 in the State of Rajasthan under Green National
Highways Corridor Project (GNHCP) with the loan assistance of World Bank on EPC
mode.”. Interested bidders may obtain further information and inspect the bidding
document at the address given below during office hours (0930 to 1730 hours. Bidders
4
are advised to note the clauses on eligibility (Section I Clause 4) and minimum
qualification criteria (Section III – Evaluation and Qualification Criteria), to qualify for
the award of the contract. In addition, please refer to paragraphs 3.14 and 3.15 of the
“Procurement Regulations” setting forth the World Bank’s policy on conflict of
interest.
4. The bidding document is available online on official portal of the CPPP website https://
eprocure.gov.in/eprocure/app from 21.09.2024 to 05.11.2024 (upto 1100 Hrs. IST) for
a non-refundable fee of Rs 10000/- (Rupees Ten Thousand Only), in the form of
Demand Draft (DD) on any Scheduled/Nationalized bank payble at New Delhi in favor
of “Pay and Accounts Officer, Ministry of Road Transport & Highways, New Delhi”.
Payment documents are to be submitted as per the procedure described in paragraph 9
below. The bidders would be responsible for ensuring that any addenda available on
the website is also downloaded and incorporated.
5. For submission of the bid, the bidder is required to have Digital Signature Certificate
(DSC) Class III from one of the Certifying Authorities authorised by Government of
India for issuing DSC.
6. Bids comprise two Parts, namely the Technical Part and the Financial Part, and both
parts must be submitted simultaneously online on official portal of the CPPP website
https:// eprocure.gov.in/eprocure/app on or before 11:00 hours on 05.11.2024 and the
‘Technical Part’ of the bids will be publicly opened online at the address given below,
in the presence of the bidders’ designated representatives and anyone who choose to
attend. The “Financial Part” shall remain unopened in the e-procurement system until the
second public Bid opening for the financial part. Any bid or modifications to bid
(including discount) received outside e-procurement system will not be considered. If
the office happens to be closed on the date of opening of the bids as specified, the bids
will be opened on the next working day at the same time and venue. The electronic
bidding system would not allow any late submission of bids.
7. The bidder has to submit Bid Security during the period of validity i.e. not less than
180 (one hundred eighty) days from the bid due date or if the bidder is awarded the
contract and fail to sign the contract or to submit a performance security before the
deadline define in the request for bid documents, the bidder will be suspended for a
period of one year from the bid due date, from being eligible to submit bids for contracts
with the entity that invited the bids. The bid security shall be submitted as per the format
prescribed in RFB”.
8. The bidders can submit scanned copy of various original documents referred in RFB
(Request for Bids) like Original Power of Attorney for signing the Bid as per format,
Original Joint Bidding Agreement as well as Power of Attorney (POA) on behalf of
Joint Venture, an Undertaking from the person having POA that they agree and abide
by the Bid documents uploaded by Authority and amendments uploaded, if any, along
with the bid on or before due date of submission. However, the successful bidder has
to submit the original documents physically to the Authority before issue of LOA.
5
9. The bidders shall submit the payment towards cost of Bid document, referred in para 4
above, through NTRP (Non-Tax Receipt Portal) Portal (https://bharatkosh.gov.in/)
only, instead of Demand Draft and a copy of proof of payment shall be submitted along
with above-mentioned documents. The relevant details of PAO and DDO are as
follows:
11. Other details can be seen in the bidding document. The Employer shall not be held
liable for any delays due to system failure beyond its control. Even though the system
will attempt to notify the bidders of any bid updates, the Employer shall not be liable
for any information not received by the bidder. It is the bidders’ responsibility to verify
the website for the latest information related to this bid.
Table of Contents
Part 2
Section VII. Works Requirements: Conditions of Contract together with Schedules 122
Part 3 - Drawings
7
A. General
1. Scope of Bid In connection with the Specific Procurement Notice - Request for
Bids (RFB), specified in the Bid Data Sheet (BDS), the
Employer, as specified in the BDS, issues this bidding
document for the provision of Works as specified in Section VII,
Works’ Requirements. The name, identification and number of
lots (contracts) of this RFB are specified in the BDS.
Payment by the Bank will be made only at the request of the Borrower
and upon approval by the Bank, and will be subject, in all
respects, to the terms and conditions of the Loan (or other
financing) Agreement. The Loan (or other financing) Agreement
prohibits a withdrawal from the loan account for the purpose of
any payment to persons or entities, or for any import of goods,
equipment, plant, or materials, if such payment or import is
prohibited by a decision of the United Nations Security Council
taken under Chapter VII of the Charter of the United Nations.
No party other than the Borrower shall derive any rights from
the Loan (or other financing) Agreement or have any claim to
the proceeds of the Loan (or other financing).
3. Fraud and The Bank requires compliance with the Bank’s Anti-Corruption
Corruption Guidelines and its prevailing sanctions policies and procedures
as set forth in the WBG’s Sanctions Framework, as set forth in
Section VI.
In further pursuance of this policy, bidders shall permit and shall
cause their agents (whether declared or not), subcontractors,
sub-consultants, service providers, suppliers, and their
personnel, to permit the Bank to inspect all accounts, records and
other documents relating to any initial selection process,
prequalification process, bid submission, proposal submission,
and contract performance (in the case of award), and to have
them audited by auditors appointed by the Bank.
10
A Bidder that has been sanctioned by the Bank, pursuant to the Bank’s
Anti-Corruption Guidelines, in accordance with its prevailing
sanctions policies and procedures as set forth in the WBG’s
Sanctions Framework as described in Section VI paragraph 2.2
d., shall be ineligible to be prequalified for, initially selected for,
bid for, propose for, or be awarded a Bank-financed contract or
benefit from a Bank-financed contract, financially or otherwise,
during such period of time as the Bank shall have determined.
The list of debarred firms and individuals is available at the
electronic address specified in the BDS.
12
5. Eligible Materials, The materials, equipment and services to be supplied under the
Equipment and Contract and financed by the Bank may have their origin in any
Services country subject to the restrictions specified in Section V,
Eligible Countries, and all expenditures under the Contract will
not contravene such restrictions. At the Employer’s request,
Bidders may be required to provide evidence of the origin of
materials, equipment and services.
13
7. Clarification of The electronic bidding system specified in the BDS provides for
Bidding Document, online clarifications. A Bidder requiring any clarification on the
Site Visit, Pre-Bid bidding document may notify the Employer online or raise its
Meeting inquiries during the pre-Bid meeting if provided for in
accordance with ITB 7.4. Clarifications requested through any
other mode shall not be considered by the Employer. The
Employer will respond to any request for clarification, provided
14
The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the bid and
entering into a contract for construction of the Works. The costs
of visiting the Site shall be at the Bidder’s own expense.
8. Amendment of At any time prior to the deadline for submission of bids, the Employer
Bidding Document may amend the bidding document by issuing addenda.
Any addendum issued shall be part of the bidding document and shall
be deemed to have been communicated to all the bidders. The
addenda will appear on the e-procurement system under “Latest
Corrigendum”, and Email notification is also automatically sent
to those bidders who have started working on the tender, unless
otherwise specified in the BDS. The Employer shall not be liable
for any information not received by the bidder. It is the bidders’
responsibility to verify the website for the latest information
related to this bid.
C. Preparation of Bids
9. Cost of Bidding The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the Bidding process.
10. Language of Bid The Bid, as well as all correspondence and documents relating to the
Bid exchanged by the Bidder and the Employer, shall be written
in English. Supporting documents and printed literature that are
part of the Bid may be in another language provided they are
accompanied by an accurate translation of the relevant passages
in English, in which case, for purposes of interpretation of the
Bid, such translation shall govern.
11. Documents The Bid shall comprise two Parts, namely the Technical Part and the
Comprising the Bid Financial Part. These two Parts shall be submitted
simultaneously.
The Technical Part shall contain the following:
(a) Letter of Bid – Technical Part prepared in accordance
with ITB 12 and ITB 14;
(b) Bid Security in accordance with ITB 19.1;
16
12. Letters of Bid and 12.1 The Letter of Bid – Technical Part, Letter of Bid – Financial Part,
Schedules Schedules, and all documents listed under Clause 11, shall be
prepared using the relevant forms furnished in Section IV,
Bidding Forms. The forms must be completed without any
alterations to the text, and no substitutes shall be accepted except
as provided under ITB 20.3. All blank spaces shall be filled in
with the information requested.
13. Alternative Bids Unless otherwise specified in the BDS, alternative Bids shall not be
considered.
14. Bid Prices and The prices and discounts quoted by the Bidder in the Letter of Bid –
Discounts Financial Part shall conform to the requirements specified
below.
Deleted.
18
Deleted.
Unless otherwise specified in the BDS and the Contract, the prices
quoted by the Bidder are subject to adjustment during the
performance of the Contract in accordance with the provisions
of the Conditions of Contract.
Deleted.
14.7 All duties, taxes, and other levies payable by the Contractor
under the Contract, or for any other cause, as of the date 28 days
prior to the deadline for submission of Bids, shall be included in
the prices and the total Bid price submitted by the Bidder.
15. Currencies of Bid The currency of the bid and the currency of payments shall entirely
and Payment be Indian Rupees only.
16. Documents The Bidder shall furnish a technical proposal in the Technical Part of
Comprising the the Bid, including a statement of work methods, equipment,
Technical Proposal personnel, schedule and any other information as stipulated in
Section IV, Bidding Forms, in sufficient detail to demonstrate
the adequacy of the Bidders’ proposal to meet the work’s
requirements and the completion time.
18. Period of Validity Bids shall remain valid for the period specified in the BDS. The Bid
of Bids Validity period starts from the date fixed for the Bid submission
deadline (as prescribed by the Employer in accordance with ITB
22.1). A Bid valid for a shorter period shall be rejected by the
Employer as nonresponsive.
Bidder may refuse the request without forfeiting its Bid Security.
A Bidder granting the request shall not be required or permitted
to modify its Bid, except as provided in ITB 18.3.
19. Bid Security The Bidder shall furnish as part of the Technical Part of its Bid, Bid
Security as specified in the BDS, in original form, in case of
Bid Security, in the amount and currency specified in the BDS.
20. Format and The Bidder shall prepare the Bid, in accordance with this Instruction,
Signing of Bid ITB 11 and ITB 21.
22. Deadline for Bids, both Technical and Financial Parts, must be uploaded online no
Submission of Bids later than the date and time specified in the BDS.
The Employer may, at its discretion, extend the deadline for the
submission of Bids by amending the bidding document in
accordance with ITB 8, in which case all rights and obligations
of the Employer and Bidders previously subject to the deadline
shall thereafter be subject to the deadline as extended.
23. Late Bids The electronic bidding system would not allow any late submission
of bids after due date & time as per server time.
24. Withdrawal, 24.1 Bidders may modify their bids by using the appropriate option
Substitution, and for bid modification on e-procurement portal, before the
Modification of deadline for submission of bids. For this the bidder need not
Bids make any additional payment towards the cost of bid document.
For bid modification and consequential re-submission, the
bidder is not required to withdraw his bid submitted earlier. The
last modified bid submitted by the bidder within the bid
submission time shall be considered as the bid. For this purpose,
modification/withdrawal by other means will not be accepted.
In online system of bid submission, the modification and
consequential re-submission of bids is allowed any number of
times. A bidder may withdraw his bid by using the appropriate
option for bid withdrawal, before the deadline for submission of
24
25.2 The electronic summary of the bid opening will be generated and
uploaded online. The Employer will also prepare minutes of the
Bid opening, including the information disclosed and upload the
same for viewing online. Only Technical Parts of Bids, and
technical parts of Alternative Bids if any, that are opened at
technical Bid opening shall be considered further for evaluation.
Notwithstanding ITB 26.2, from the time of Bid opening to the time
of Contract award, if a Bidder wishes to contact the Employer
26
27. Clarification of To assist in the examination, evaluation, and comparison of the Bids,
Bids and qualification of the Bidders, the Employer may, at its
discretion, ask any Bidder for a clarification of its Bid giving a
reasonable time for a response. Any clarification submitted by a
Bidder that is not in response to a request by the Employer shall
not be considered. The Employer’s request for clarification and
the response shall be in writing. No change, including any
voluntary increase or decrease in the prices or substance of the
Bid shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Employer in the
evaluation of the Bids, in accordance with ITB 36.
If a Bidder does not provide clarifications of its Bid by the date and
time set in the Employer’s request for clarification, its Bid may
be rejected.
28. Deviations, During the evaluation of Bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements specified
in the bidding document;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the
requirements specified in the bidding document; and
(c) “Omission” is the failure to submit part or all of the
information or documentation required in the bidding
document.
29. Nonmaterial Provided that a Bid is substantially responsive, the Employer may
Nonconformities waive any nonconformities in the Bid which do not constitute a
material deviation, reservation or omission.
32. Qualification of the The Employer shall determine to its satisfaction whether the eligible
Bidder Bidders that have submitted substantially responsive Bid -
Technical Parts meet the qualifying criteria specified in Section
III, Evaluation and Qualification Criteria.
33. Subcontractors Unless otherwise stated in the BDS, the Employer does not intend to
execute any specific elements of the Works by subcontractors
selected in advance by the Employer.
The subcontractor’s qualifications shall not be used by the Bidder to
qualify for the Works unless their specialized parts of the Works
were previously designated by the Employer in the BDS as can
be met by subcontractors referred to hereafter as ‘Specialized
Subcontractors’, in which case, the qualifications of the
Specialized Subcontractors proposed by the Bidder may be
added to the qualifications.
Bidders may propose subcontracting up to the percentage of total
value of contracts or the volume of works as specified in the
BDS. Subcontractors proposed by the Bidder shall be fully
qualified for their parts of the Works.
The Bidder shall be responsible for ensuring that any proposed
subcontractor (both specialized subcontractors and others)
complies with the requirements of ITB 4, and that any Works to
be provided by the subcontractor comply with the requirements
of ITB 5 and ITB 11.2. The Bidder shall submit its Code of
Conduct that meets the requirements setout in Section IV-
Bidding Forms. The Bidder shall also submit an undertaking
from each proposed subcontractor to confirm that they have
read, understand and will comply with the Environmental and
Social (ES) obligations and Code of Conduct for Contractor’s
Personnel.
34. Public Opening of Following the completion of the evaluation of the Technical Parts of
Financial Parts the Bids, and the Bank has issued its no objection (if applicable),
the Employer shall notify in writing those Bidders whose Bids
were considered non-responsive to the bidding document or
failed to meet the Qualification Criteria, advising them of the
following information:
(d) deleted;
(e) deleted; and
(f) the additional evaluation factors as specified in Section III,
Evaluation and Qualification Criteria.
Deleted.
36. Correction of In evaluating the Financial Part of each Bid, the Employer shall
Arithmetical correct arithmetical errors on the following basis:
Errors
(a) if in the Letter of Bid – Financial Part, there are errors between
the sub-totals and total of the amounts, the former shall prevail
and the latter will be corrected accordingly; and
(b) if there is a discrepancy between words and figures, the amount
in words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in figures
shall prevail subject to (a) above.
39. Comparison of The Employer shall compare the evaluated costs of all responsive and
Financial Parts qualified Bids to determine the Bid that has the lowest evaluated
cost.
40. Abnormally Low 40.1 An Abnormally Low Bid is one where the Bid price, in
Bids combination with other constituent elements of the Bid, appears
unreasonably low to the extent that the Bid price raises material
concerns as to the capability of the Bidder to perform the
Contract for the offered Bid price.
40.2 In the event of identification of a potentially Abnormally Low
Bid, the Employer, unless otherwise specified in the BDS, shall
seek written clarifications from the Bidder, including detailed
price analyses of its Bid price in relation to the subject matter of
the contract, scope, proposed methodology, schedule, allocation
of risks and responsibilities and any other requirements of the
bidding document.
40.3 After evaluation of the price analyses, in the event that the
Employer determines that the Bidder has failed to demonstrate its
capability to perform the Contract for the offered Bid Price, the
Employer shall reject the Bid.
42. Most Advantageous Having compared the evaluated costs of Bids, the Employer shall
Bid determine the Most Advantageous Bid. The Most Advantageous
Bid is the Bid of the Bidder that meets the Qualification Criteria
and whose Bid has been determined to be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
43. Employer’s Right The Employer reserves the right to accept or reject any Bid, and to
to Accept Any Bid, annul the Bidding process and reject all Bids at any time prior to
and to Reject Any Contract Award, without thereby incurring any liability to
or All Bids Bidders. In case of annulment, all documents submitted and
specifically, Bid securities, shall be promptly returned to the
Bidders.
J. Award of Contract
46. Award Criteria Subject to ITB 43, the Employer shall award the Contract to the
successful Bidder. This is the Bidder whose Bid has been
determined to be the Most Advantageous Bid as specified in ITB
42.
47. Notification of Prior to the expiration of the Bid Validity Period, the Employer shall
Award transmit the Letter of Acceptance to the successful Bidder. The
Letter of Acceptance shall specify the sum that the Employer
will pay the Contractor in consideration of the execution of the
contract (hereinafter and in the Conditions of Contract and
Contract Forms called “the Contract Price”).
Within ten (10) Business Days after the date of transmission of the
Letter of Acceptance, the Employer shall publish the Contract
Award Notice which shall contain, at a minimum, the following
information:
(a) name and address of the Employer;
(b) name and reference number of the contract being awarded,
and the selection method used;
(c) names of all Bidders that submitted Bids, and their Bid
prices as read out at Bid opening, and as evaluated;
(d) names of all Bidders whose Bids were rejected either as
nonresponsive or as not meeting qualification criteria, or
were not evaluated, with the reasons therefor; and
(e) the name of the successful Bidder, the final total contract
price, the contract duration and a summary of its scope.
49. Signing of Contract The Employer shall send to the successful Bidder the Letter of
Acceptance including the Contract Agreement. The Contract
Agreement shall incorporate all agreements between the
Employer and the successful Bidder.
50. Performance Within twenty-eight (28) days of the receipt of the Letter of
Security Acceptance from the Employer, the successful Bidder shall
furnish the Performance Security and if required in the BDS, the
Environmental and Social (ES) Performance Security in
accordance with the General Conditions of Contract, subject to
ITB 41.2 (b), using for that purpose the Performance Security
and ES Performance Security Forms included in Schedule-G.
The performance security and if required in the BDS, the
Environmental and Social (ES) Performance Security of a Joint
Venture shall be in the name of the Joint Venture specifying the
names of all members.
to ITB Clause 50.1, the Employer shall promptly notify the name
of the winning bidder to each unsuccessful bidder and shall
discharge the Bid Securities of the bidders pursuant to ITB
Clause 19.5 and 19.6.
Explanation:
Validity of Registration:
In respect of RFP, registration should be valid at the time of
submission of bids and at the time of acceptance of bids. If the
Bidder was validly registered at the time of acceptance,
38
ITB A. General
Reference
ITB 1.1 The number of the Request for Bids is: 1 [One]
The Employer is: Ministry of Road Transport & Highways, Government of
India
The reference number of the Request for Bids (RFB) is:
GNHCP_RAJ_NH-158-7A
The name of the RFB is: “Balance Works of Rehabilitation and Upgradation
to 4-lane configuration of Ras-Beawar Section (Km 0.000 to Km 30.050) of
NH-158 in the State of Rajasthan under Green National Highways Corridor
Project (GNHCP) with the loan assistance of World Bank on EPC mode.”
The number and identification of lots (contracts) comprising this RFB is:
One
ITB 1.2 The Employer shall use the e-procurement system specified in BDS 7.1.
ITB 2.1 The Borrower is: Government of India.
Loan or Financing Agreement amount: 500 Million US$ The name of the
Project is: Green National Highways Corridor Project
ITB 4.1 Bids from Joint ventures are acceptable.
ITB 4.5 A list of debarred firms and individuals is available on the Bank’s external
website: http://www.worldbank.org/debarr.
C. Preparation of Bids
ITB 11.2 (j) The Bidder shall submit the following additional documents in its Bid: [list
any additional documents not already listed in ITB 11.2 that must be
submitted with the Bid – Technical Part. The list of additional documents
should include the following:]
(i) Contractor Registration certificate on e-procurement system as per RFB,
if applicable
(ii) Code of Conduct for Contractor’s Personnel (ES)
The Bidder shall submit its Code of Conduct that will apply to its employees
and subcontractors, to ensure compliance with its Environmental and Social
(ES) obligations under the contract. The Bidder shall use for this purpose the
Code of Conduct form provided in Section IV. No substantial modifications
shall be made to this form, except that the Bidder may introduce additional
requirements, including as necessary to take into account specific Contract
issues/risks.
Management Strategies and Implementation Plans (MSIP) to manage
the (ES) risks
The Bidder shall submit Management Strategies and Implementation Plans
(MSIP) to manage the following key Environmental and Social (ES) risks.
ITB 11.3 (c) The Bidder shall submit the following additional documents in its Bid: None
43
ITB 19.1 The bidder has to submit Bid Security during the period of validity i.e. not
less than 180 (one hundred eighty) days from the bid due date or if the bidder
is awarded the contract and fail to sign the contract or to submit a
performance security before the deadline define in the request for bid
documents, the bidder will be suspended for a period of one year from the
bid due date, from being eligible to submit bids for contracts with the entity
that invited the bids. The bid security shall be submitted as per the format
prescribed in RFB”.
ITB 21.2 The e-Procurement system restricts bidders from uploading file attachments
larger 5 MB per file.
ITB 21.3 For submission of original documents, the Employer’s address is:
Attention: Shri Ravinder
Superintending Engineer (EAP)
Ministry of Road Transport & Highways
44
(d) All obligations and liabilities under this Agreement for the entire Work
shall at all times remain with the Contractor, irrespective of the
subcontracting done through specialized and other subcontractors.
[Note-Work should not be split into small parts and sub-contracted].
H. Public Opening of Financial Parts
ITB 34.2 (c) The online bid opening of Financial Parts of Bids shall take place at the
office of:
Superintending Engineer (EAP)
Jeevan Bharti Building, MoRTH, Ground Floor, 124,
Connaught Place, New Delhi-110001.
th
Date: 28 November, 2024
Time: 11:00 AM
[Note: The Financial Parts of the bids shall not be opened earlier than seven
(7) days from the communication of technical evaluation results to the
bidders]
In addition to the above the Employer shall publish a notice of the public
opening of the Financial Parts of the Bid on its website
eprocure.gov.in/eprocure/app
J. Award of Contract
ITB 49.1 Add the following at the end of this sub-clause:
“Bidder shall give its consent to enter into this Agreement and the
enforceability of the provisions thereof, within 10 (ten) business days of the
date of issue of Letter of Acceptance.”
ITB 49.2 In this sub-clause after ‘(a) furnish the performance security’ insert the
following: ‘(including additional performance security (if any, in terms of
ITB 50.1)’.
ITB 50.1 The selected bidder is required to furnish the Performance Security equal to
5% (five percent) of Contract price and Environmental and Social (ES)
Performance Security amount is 2% (two percent) of Contract Price. The
standard forms of Performance Security and ES Performance Security shall
46
ITB 50.1 The successful Bidder shall also be required to submit an Environmental and
Social (ES) Performance Security equal to 2 % (two percent) of Contract
Price.
Throughout this bidding document the term ’performance security’ always
means the ‘performance security including additional performance security
(if any, in terms of ITB 50.1)’, and unless the context clearly indicates
otherwise ’performance security’ also means and includes ‘the ES
performance security’ to be submitted by the successful bidder in the
amounts specified in Section VII Conditions of Contract Article 7, Clause
7.1.
47
Table of Criteria
1. Technical Part
1.1 Adequacy of Technical Proposal
Evaluation of the Bidder's Technical Proposal will include
(ii) an assessment of the Bidder's technical capacity to mobilize key equipment and
personnel for the contract consistent with its proposal regarding work methods,
scheduling, material sourcing, and quality control/ assurance in sufficient detail and
fully in accordance with the requirements stipulated in Section VII, Works’
Requirements.
1.3Specialized Subcontractors
‘Not Applicable’
50
1
Non-performance, as decided by the Employer, shall include all contracts where (a) non-performance was not challenged by the contractor, including through
referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non-
performance shall not include contracts where Employers decision was overruled by the dispute resolution mechanism. Non-performance must be based on all
information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the
respective contract and where all appeal instances available to the Bidder have been exhausted.
2
This requirement also applies to contracts executed by the Bidder as JV member.
53
3
The Bidder shall provide accurate information on the Letter of Bid about any litigation or arbitration resulting from contracts completed or ongoing under its
execution over the last five years. A consistent history of court/arbitral awards against the Bidder or any member of a joint venture may result in disqualifying the
Bidder.
4
The Employer may use this information to seek further information or clarifications in carrying out its due diligence.
54
(ii) The Bidders shall also Must meet Must meet N/A N/A
demonstrate, to the requirement requirement
satisfaction of the
Employer, that it has
adequate sources of
finance to meet the cash
flow requirements on
works currently in
progress and for future
contract commitments.
(iii) The audited Must meet N/A Must meet N/A
balance sheets or, if not requirement requirement
required by the laws of
the Bidder’s country,
other financial
statements acceptable
to the Employer, for
the last five years shall
be submitted and must
demonstrate the
current soundness of
the Bidder’s financial
position and indicate
55
4. Experience
4.1 General Experience under Must meet Must meet Must meet 25%, Must meet Form EXP – 4.1
(a) Construction construction contracts in requirement requirement (twenty five 50%, (fifty
Experience the role of prime percent) of the percent) of the
contractor, JV member, requirement requirement
subcontractor, or
management contractor
for the period from
01.04.2019 to
31.03.2024.
The firm should have the
56
5
For PPP projects, the capital cost of the project should be more than 10% of the amount specified as the Estimated Project Cost.
For EPC and Item Rate projects, receipts of or work executed amount less than 10% of the amount specified as the Estimated Project Cost, shall not be reckoned
as receipts for Eligible Projects.
6
For the Project considering under PPP:
(a) 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;
(b)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
57
4.2 Specific (i) A minimum number of Must meet NA NA Must meet Form EXP 4.2(a)
(a) Construction & requirement
one similar contract the
Contract
Management
specified below that has requirement
Experience been satisfactorily and
substantially7 completed
as a prime contractor,
7
Substantial completion shall be based on 90% or more works completed under the contract.
59
8
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, shall be considered to meet this
requirement
9
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, shall be considered to meet this
requirement
60
4.2 Bid Capacity Available Bid Capacity Must meet Must meet Must meet Must meet Form FIN 2.4 &
(e) should be more than requirement requirement 40% (Forty 60% EXP 1
value of the Contract percent) of (Sixty
applied for the percent) of
requirement the
requireme
nt
Bid Capacity: The available bid capacity will be calculated as under:
Bidders who inter alia meet the minimum qualification criteria will be qualified only if their available BID capacity is more
than the total BID value. The available BID capacity will be calculated as per following, based on information mentioned
at Annexure-VI of Appendix-IA:
N= Number of years prescribed for completion of work for which Bid is invited.
A = Maximum value of civil engineering works in respect of construction Projects executed in any one year during the
last five years (updated to the price level of the year at the rate of 5% per year) taking into account the completed as
well as works in progress. The construction projects include turnkey project/ Item rate contract/ Construction works.
61
Note:
1. The Statement showing the value of all existing commitments, works for which Appointed Date/ Commencement Date
has been declared and ongoing works as well as the stipulated period of completion remaining for each of the works listed
should be 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 and verified by
Statutory Auditor.
2. While claiming technical experience as per Clause 4.1 (a) and Clause 4.2 (a) of Eligibility and Qualification Criteria, a
copy of JV Agreement/Joint Bidding Agreement, for those projects which were executed in JV, is to be submitted alongwith
the bid.
62
3. Key Personnel
The Bidder must demonstrate that it will have suitably qualified (and in adequate
numbers) minimum Key Personnel, as described in the Table below, that are
required to perform the Contract.
The Bidder shall provide details of the Key Personnel and such other Key Personnel
that the Bidder considers appropriate, together with their academic qualifications
and work experience. The Bidder shall complete the relevant Forms in Section IV,
Bidding Forms.
Key Personnel
Minimum years
Item Relevant academic
No.
Position/ specialization of relevant work
qualifications
experience
1 Project Manager B E (Civil) 15
2 Highway Engineer B.E. (Civil) 10
3 Bridge Engineer B.E. (Civil) with Post 10
Graduation in Structural
Engineering
4 Material Engineer B E (Civil) 10
5 Quantity Surveyor B E (Civil) 10
6 Road Safety Expert B E with Post 10
Graduation in
Transportation/
TrafficEngineering
Suitable experts in the following specializations
7 Environmental Expert Post Graduation in 10 Years
Environment
Engineering/Science
8 Health and Safety Expert Graduation in any 3 Years experience in
disciple with atleast 6 construction/Industry
months training in
health and safety.
9 Social Expert The Candidate should 5 years experience of
be Graduate in Social community
Sciences consultation, SEA
and gender issues on
infrastructure
projects
10 Gender Based Violence The Candidate should 3 Years of
be Graduate in Social monitoring and
[Where a Project SEA risks are Sciences with post managing risks
assessed to be high, Key Personnel graduation related to gender-
shall include a gender-based based violence, out of
violence expert with relevant which 2 years of
63
The Bidder shall provide details of the proposed personnel and their experience
records using Form PER-1 and PER-2 included in Section IV, Bidding Forms.
[i] the near relations (defined as first blood relations, and their spouses, of the
bidder or the bidder’s spouse) of persons of the following Central/ State
Government Departments.
……………………..
……………………..
………………….….
[ii] without permission of Central/ State Government, any person who retired
as gazetted officer in India within the last two years.
4. Equipment
The Bidder must demonstrate that it will have access to the key Contractor’s
equipmentlisted hereafter:
Minimum Number
No. Equipment Type and Characteristics
required
1 Motor Grader 3
2 Dozer 1
3 Front End Loader 2
4 Smooth Wheeled Roller 1
5 Vibratory Roller 2
6 Aggregate crushing and screening plant 1
(300T/hour)
7 WMM Mixing Plant (200T/hour) 1
8 Batch Type Hot Mix Plant 160 TPH Capacity 1
9 Paver Finisher With Electronic Sensor 2
10 Water Tanker 4
11 Bitumen Sprayer 1
12 Tandem Roller 2
13 Concrete Mixer with Integral Weigh Batching 1
Facility
14 Concrete Batching and Mixing Plant 1
(Minimum Capacity 30cum/hr)
15 Pneumatic Tyred Roller 1
Notes:
64
5. Multiple Contracts – When offering their bid for more than one EPC packages (RFB
for which are being released separately but simultaneously), the bidder must provide
evidence that it meets or exceeds the sum of all the individual requirements for the packages
being applied for in regard to its technical aspects. In case the bidder fails to fully meet any
of these criteria on cumulative basis, it will be qualified only for those packages for which
the bidder meets the above requirements and combination of the packages to be awarded
to such bidders will be decided based on the lowest cost of the combination to the
Employer. The decision of the Employer shall be final and binding on the bidder.
65
2. Financial Part
Date of this Bid submission: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No10.: [insert identification No. if this is a Bid for an alternative]
We, the undersigned, hereby submit our Bid, in two parts, namely:
(a) the Technical Part, and
(b) the Financial Part
In submitting our Bid, we make the following declarations:
(a) No reservations: We have examined and have no reservations to the bidding
document, including Addenda issued in accordance with ITB 8;
(b) Eligibility: We meet the eligibility requirements and have no conflict of interest in
accordance with ITB 4;
(c) We have not been suspended nor declared ineligible by the Employer based on
execution of a Bid Securing Declaration in the Employer’s country in accordance with
ITB 4.7;
(d) Conformity: We offer to execute in conformity with the bidding document the
following Works: [insert a brief description of the Works]
________________________________;
(e) Bid Validity Period: Our Bid shall be valid for a period specified in BDS ITB 18.1
(or as amended if applicable) from the date fixed for the Bid submission deadline
specified in BDS 22.1 (or as amended if applicable), and it shall remain binding upon
us and may be accepted at any time before the expiration of that period;
(f) Performance Security: If our Bid is accepted, we commit to obtain a performance
security [and an Environmental and Social (ES) Performance Security, Delete if not
applicable] in accordance with the bidding document;
(g) One Bid Per Bidder: We are not submitting any other Bid(s) as an individual Bidder
or as a subcontractor, and we are not participating in any other Bid(s) as a Joint Venture
member, and meet the requirements of ITB 4.3, other than alternative Bids submitted
in accordance with ITB 13;
(h) Suspension and Debarment: We, along with any of our subcontractors, suppliers,
consultants, manufacturers, or service providers for any part of the contract, are not
subject to, and not controlled by any entity or individual that is subject to, a temporary
suspension or a debarment imposed by the World Bank Group or a debarment imposed
10
Delete if not applicable
68
by the World Bank Group in accordance with the Agreement for Mutual Enforcement
of Debarment Decisions between the World Bank and other development banks.
Further, we are not ineligible under the Employer’s Country laws or official
regulations or pursuant to a decision of the United Nations Security Council;
(i) State-owned enterprise or institution: We are not a state-owned enterprise or
institution/ We are a state-owned enterprise or institution but meet the requirements of
ITB 4.611;
(j) Binding Contract: We understand that this Bid, together with your written
acceptance thereof included in your Letter of Acceptance, shall constitute a binding
contract between us, until a formal contract is prepared and executed;
(k) Not Bound to Accept: We understand that you are not bound to accept the lowest
evaluated cost Bid, the Most Advantageous Bid or any other Bid that you may
receive; and
(l) Fraud and Corruption: We hereby certify that we have taken steps to ensure that
no person acting for us or on our behalf engages in any type of Fraud and Corruption.
Name of the Bidder: *[insert complete name of person signing the Bid]
Name of the person duly authorized to sign the Bid on behalf of the Bidder: **[insert
complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid: [insert complete title of the person signing the Bid]
Signature of the person named above: [insert signature of person whose name and
capacity are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with
the Bid
11
Use one of the two options as appropriate
69
Technical Proposal
Technical Proposal Forms
- Key Personnel Schedule
- Equipment
- Site Organization
- Method Statement
- Mobilization Schedule
- Construction Schedule
Note: Work should not be split into small parts and sub-contracted; but sub-
contracting specialized elements of works is acceptable.
- Others
- Bidder’s Qualification
Bidders should provide the names and details of the suitably qualified Key Personnel to
perform the Contract. The data on their experience should be supplied using the Form PER-
2 below for each candidate.
Key Personnel12
1. Title of position:
Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level Gantt
schedule for this chart]
position:
2. Title of position: [Environmental Specialist]
Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level Gantt
schedule for this chart]
position:
3. Title of position: [Health and Safety Specialist]
Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level Gantt
schedule for this chart]
position:
4. Title of position: [Social Specialist]
Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
12
As listed in Section III (Evaluation and Qualification criteria).
71
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level Gantt
schedule for this chart]
position:
5. Title of position: [insert title]
Name of candidate
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level Gantt
schedule for this chart]
position:
72
Key Personnel
Name of Bidder
Professional qualifications:
Academic qualifications:
Address of employer:
Duration of
Project Role involvement Relevant experience
[From - To]
[main [role and
[describe the experience relevant to this
project responsibilities on the [time in role]
position]
details] project]
Declaration
I, the undersigned Key Personnel, certify that to the best of my knowledge and belief, the
information contained in this Form PER-2 correctly describes myself, my qualifications
and my experience.
I confirm that I am available as certified in the following table and throughout the expected
time schedule for this position as provided in the Bid:
Commitment Details
Commitment to duration of [insert period (start and end dates) for which this Key
contract: Personnel is available to work on this contract]
Time commitment: [insert the number of days/week/months/ that this Key
Personnel will be engaged]
Signature: __________________________________________________________
Signature: ________________________________________________________
Type of Equipment*
The following information shall be provided only for equipment not owned by the Bidder.
Address of owner
Fax Telex
In accordance with the Particular Conditions, Sub-Clause 10.3, the Contractor shall not
carry out mobilization to Site unless the Employer’s Engineer gives consent that
appropriate measures are in place to address environmental and social risks and impacts,
which as a minimum shall include applying the Management Strategies and
Implementation Plans (MSIPs) and Code of Conduct for Contractor’s Personnel, submitted
as part of the Bid and agreed as part of the Contract.
78
(ES-MSIP)
The Bidder shall initial and submit the Code of Conduct form as part of its bid.
We are the Contractor, [enter name of Contractor]. We have signed a contract with [enter
name of Employer] for [enter description of the Works]. These Works will be carried out at
[enter the Site and other locations where the Works will be carried out]. Our contract
requires us to implement measures to address environmental and social risks related to the
Works, including the risks of sexual exploitation and assault and gender-based violence.
This Code of Conduct is part of our measures to deal with environmental and social risks
related to the Works. It applies to all our staff, labourers and other employees at the Works
Site or other places where the Works are being carried out. It also applies to the personnel
of each subcontractor and any other personnel assisting us in the execution of the Works.
All such persons are referred to as “Contractor’s Personnel” and are subject to this Code
of Conduct.
This Code of Conduct identifies the behavior that we require from all Contractor’s
Personnel.
Our workplace is an environment where unsafe, offensive, abusive or violent behavior will
not be tolerated and where all persons should feel comfortable raising issues or concerns
without fear of retaliation.
REQUIRED CONDUCT
Contractor’s Personnel shall:
1. carry out his/her duties competently and diligently;
2. comply with this Code of Conduct and all applicable laws, regulations and other
requirements, including requirements to protect the health, safety and well-being of
other Contractor’s Personnel and any other person;
3. maintain a safe working environment including by:
81
The person’s identity will be kept confidential, unless reporting of allegations is mandated
by the country law. Anonymous complaints or allegations may also be submitted and will
be given all due and appropriate consideration. We take seriously all reports of possible
misconduct and will investigate and take appropriate action. We will provide warm
referrals to service providers that may help support the person who experienced the alleged
incident, as appropriate.
There will be no retaliation against any person who raises a concern in good faith about
any behavior prohibited by this Code of Conduct. Such retaliation would be a violation of
this Code of Conduct.
CONSEQUENCES OF VIOLATING THE CODE OF CONDUCT
Any violation of this Code of Conduct by Contractor’s Personnel may result in serious
consequences, up to and including termination and possible referral to legal authorities.
I have received a copy of this Code of Conduct written in a language that I comprehend. I
understand that if I have any questions about this Code of Conduct, I can contact [enter
name of Contractor’s contact person with relevant experience in handling gender-based
violence] requesting an explanation.
Signature: __________________________________________________________
The Bidder shall enter in this schedule a list of the major sections and appropriate value
of the work for which he proposed to use subcontractors [for those costing more than
5% of the bid price for each element], together with the names, addresses and
experiences of the proposed subcontractors.
The capability of the sub-contractor will also be assessed (on the same lines as for the
main Contractor) before according approval to him.
(Work should not be split into small parts and sub-contracted; but sub-contracting
specialized elements of works is acceptable).
84
13
Form ELI-1.3 (Appendix Technical Part) is also to be furnished by bidder as well as each member of JV.
87
Date: _______________
RFB No. and title: __________________
Page _______________ of ____________ pages
JV Information
Bidder’s Joint Venture legal name:
Date: _______________
RFB No. and title: __________________
Page _______________ of ____________ pages
Bidder’s legal name:
Financial
Planning
Construction Equipment
Key Personnel
@ Employer to modify these as appropriate for the works for which qualification of
the Bidders are to be checked. This should be furnished by bidder as well as each
member of JV.
93
Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
Contract non-performance did not occur since 1st January [insert year] specified in Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.1.
Contract(s) not performed since 1st January [insert year] specified in Section III, Evaluation and
Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (Rs.)
portion of
contract
[insert [insert amount Contract Identification: [indicate complete contract[insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Evaluation and Qualification Criteria
No pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-
Factor 2.3.
Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-
Factor 2.3 as indicated below.
94
[insert Contract Identification: [indicate complete contract name/ number, and [insert amount]
year] any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for calling of performance security: [indicate main reason(s)
e.g. for gender-based violence; sexual exploitation or assault breaches]
98
1. Financial data
Depreciation
2. Sources of Finance
Specify sources of finance to meet the cash flow requirements on works currently in
progress and for future contract commitments.
3. Financial documents
The Bidder and its parties shall provide copies of financial statements for _________ years
pursuant Section III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The financial
statements shall:
(a) reflect the financial situation of the Bidder or in case of JV member, and not an
affiliated entity (such as parent company or group member).
Attached are copies of financial statements14 (balance sheets, including all related notes, and
income statements) for the ____________years required above; and complying with the
requirements. (If the most recent set of financial statements is for a period earlier than 12
months from the date of bid, the reason for this should be justified)
Attached is a copy of certificate given from the commercial bank assuring cash flow
(working capital for the subject contract) in the format attached.
14
If the most recent set of financial statements is for a period earlier than 12 months from the date of bid,
the reason for this should be justified.
101
Average
Annual
Construction
Turnover *
* See Section III, Evaluation and Qualification Criteria, Sub-Factor 3.2. Annual
construction turnover calculated as total certified payments received for work in progress
or completed, for 5 years. This should be certified by a Chartered Accountant.
102
JOINT VENTURE
Names of all members of a joint venture
1. Member in charge
2. Member
3. Member
1.
Member
in charge
2.
Member
3.
Member
TOTALS
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total construction
cash flow demands of the subject contract or contracts as specified in Section III, Evaluation and
Qualification Criteria.
2.
3.
4.
104
-- Sd. --
This is to certify that M/s. ………………………………. who has formed a JV with M/s.
………………………….. and M/s. …………………………….. for participating in this bid,
is a reputed company with a good financial standing.
Bidders and each member of a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent
or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.
Description of Place & State Contract No. Name and Value of Stipulated Value of Anticipated Average
Work & Date Address of Contract (Rs. period of works15 date of Monthly
Employer equivalent in completion remaining to completion Invoicing Over
million) be completed Last Six
(Rs. equivalent Months
in million) (Rs./month)
Equivalent in
millions)
15
Attach certificate(s) from the Engineer(s)-in-Charge.
106
(B) Works for which bids already submitted and likely to be awarded – expected additional commitment.
___
Description of Place & State Name and Address Estimated value of Stipulated period of Date when decision Remarks, if any
Work of Employer Works (Rs. completion is expected
equivalent in
million)
[Identify contracts that demonstrate continuous construction work over the past [5] years pursuant to Section III, Qualification Criteria
and Requirements, Sub-Factor 4.1. List contracts chronologically, according to their commencement (starting) dates.]
(A) Work performed as prime Contractor or JV Member or Sub-Contractor or Management Contractor (in the same name and style)
on construction works of a similar nature and volume over the last five years16. [Attach certificate from the Engineer-in-charge.]
Information
Similar Contract No.
Contract Identification
Award date
Completion date
Role in Contract Management Sub-
Prime Member in JV
Contractor contractor
Contractor
16
Immediately preceding the financial year in which bids are received.
*
If member in a JV or subcontractor,
specify participation in total Contract
amount (% of Total)
Employer's Name:
Address:
Telephone/fax number
E-mail:
Appendix to Technical Part
3. Complexity
4. Methods/Technology
6. Other Characteristics
Appendix to Technical Part
Form EXP - 4.2(b): Construction Experience in Key Activities
[The following table shall be filled in for contracts performed by the Bidder, each member of a Joint Venture, and specialist sub-
contractors]
(B) Quantities of work executed as prime contractor or Sub-Contractor (in the same name and style) in the last five years:18
[Attach certificate from the Engineer-in-charge.]
Information
Contract Identification
Award date
Completion date
17
If applicable.
18
Immediately preceding the financial year in which bids are received.
Role in Contract Prime Member in Management Sub-
Contractor JV Contractor contractor
Year 1
Year 2
Year 3
Year 4
Year 5
Employer’s Name:
Address:
Telephone/fax numberE-mail:
(C) Quantities of work executed as prime contractor or Sub-Contractor (in the same name and style) in the last five years:19
[Attach certificate from the Engineer-in-charge.]
19
Immediately preceding the financial year in which bids are received.
20
1. Key Activity No One: ________________________[repeat if applicable, for each activity specified in Section III:
Qualification Criteria]
Information
Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV Contractor contractor
20
Activities for which data is requested should tally with those specified in Section III: Qualification Criteria
Employer’s Name:
Address:
Telephone/fax number
E-mail:
Appendix to Technical Part
Form EXP - 4.2(d)
[The following table shall be filled in for contracts performed by the Bidder, and each member of a Joint Venture]
B.G.No. Dated:
1. In consideration of you, the Superintending Engineer (EAP Zone), having its office at Ministry of Road Transport and Highways,
Ground Floor, Tower-1, Jeevan Bharti Building, 124, Connaught Place, New Delhi – 110 001, (the “Authority”), (hereinafter
referred to as the “Authority”, which expression shall unless it be repugnant to the subject or context thereof include its, successors
and assigns) having agreed to receive the BID of ……… …………… and having its registered office at ……………………… (and
acting on behalf of its JV) (hereinafter referred to as the “Bidder” which expression shall unless it be repugnant to the subject or
context thereof include its/their executors, administrators, successors and assigns), for the “Balance Works of Rehabilitatio n and
Upgradation to 4-lane configuration of Ras-Beawar Section (Km 0.000 to Km 30.050) of NH-158 in the State of Rajasthan under
Green National Highways Corridor Project (GNHCP) with the loan assistance of World Bank on EPC mode” (hereinafter referred
to as “the Project”) pursuant to the RFB Document dated …………… issued in respect of the Project and other related documents
including without limitation the draft contract Agreement (hereinafter collectively referred to as “Bidding Documents”), we ( Name
of the Bank) having our registered office at ………………… and one of its branches at …………………….. (hereinafter referred
to as the “Bank”), at the request of the Bidder, do hereby in terms of Clause 1.2.4 read with Clause 2.20 of the RFB Document,
irrevocably, unconditionally and without reservation guarantee the due and faithful fulfil ment and compliance of the terms and
conditions of the Bidding Documents (including the RFB Document) by the said Bidder and unconditionally and irrevocably
undertake to pay forthwith to the Authority an amount of Rs *** ** (Rupees *** ** only) (hereinafte r referred to as the
“Guarantee”) as our primary obligation without any demur, reservation, recourse, contest or protest and without reference to the
Bidder if the Bidder shall fail to fulfil or comply with all or any of the terms and conditions contained in the said Bidding
Documents.
2. Any such written demand made by the Authority stating that the Bidder is in default of the due and faithful fulfilment an d
compliance with the terms and conditions contained in the Bidding Documents shall be final, concl usive and binding on the
Bank.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable under this Guarantee without any
demur, reservation, recourse, contest or protest and without any reference to the Bidder or any other person and irrespective
of whether the claim of the Authority is disputed by the Bidder or not, merely on the first demand from the Authority stating
that the amount claimed is due to the Authority by reason of failure of the Bidder to fulfil and comply w ith the terms and
conditions contained in the Bidding Documents including failure of the said Bidder to keep its BID open during the BID
validity period as set forth in the said Bidding Documents for any reason whatsoever. Any such demand made on the Bank
shall be conclusive as regards amount due and payable by the Bank under this Guarantee. However, our liability under this
Guarantee shall be restricted to an amount not exceeding Rs *** **(Rupees ***** only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one hundred and eighty) days from the BID
Due Date inclusive of a claim period of 60 (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 th e
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 tim e 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 eith er
to enforce or forbear from enforcing any of the terms and conditions contained in the s aid 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 bein g 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 cha nge
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 i ts
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 th e 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 again st the
Bank hereunder, be outstanding or unrealized
11. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the previous express consen t 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 Rs *** crore (Rupees *** ** crore
only). The Bank shall be liable to pay the said amount or any part thereof only if the Authority serves a written claim on th e
Bank in accordance with paragraph 9 hereof, on or before [*** (indicate date falling 180 days after the BID Due Date)]..
14. This guarantee shall also be operatable at our……………….. Branch at New Delhi, from whom, confirmation regarding the
issue of this guarantee or extension / renewal thereof shall be made available on demand . In the contingency of this guarantee
being invoked and payment thereunder claimed, the said branch shall accept such invocation letter and make payment of
amounts so demanded under the said invocation.
15. The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging System) platform & shall invariably
send an advice of this Bank Guarantee to the designated bank of [Ministry/NHAI/NHIDCL/State PWD/BRO], details of which
is as under:
INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE
DOCUMENT
The Bidder must prepare this Letter of Bid on stationery with its letterhead clearly showing the
Bidder’s complete name and business address.
Note: All italicized text in black font is to help Bidders in preparing this form.
Date of this Bid submission: [insert date (as day, month and year) of Bid submission]
Request for Bid No.: [insert identification]
Alternative No.21: [insert identification No if this is a Bid for an alternative]
We, the undersigned, hereby submit the second part of our Bid, the Bid Price. This accompanies the Letter of Bid - Technical Part.
(a) Bid Validity Period: Our Bid shall be valid for a period specified in BDS 18.1 (or as amended if applicable) from the date fixed
for the Bid submission deadline specified in BDS 22.1 (or as amended if applicable), and it shall remain binding upon us and may
be accepted at any time before the expiration of that period;
21
Delete if not applicable
(b) Bid Price: The total price of our Bid, including any discounts offered is mentioned in the Online Window on e-procurement
portal created for this purpose.
(c) Commissions, gratuities and fees: We have paid, or will pay the following commissions, gratuities, or fees with respect to the
Bidding process or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each
commission or gratuity was paid and the amount and currency of each such commission or gratuity].
Name of the Bidder: *[insert complete name of person signing the Bid]
Name of the person duly authorized to sign the Bid on behalf of the Bidder: ** [insert complete name of person duly authorized to
sign the Bid]
Title of the person signing the Bid: [insert complete title of the person signing the Bid]
Signature of the person named above: [insert signature of person whose name and capacity are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder.
**: Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be attached with the Bid
Schedules
Appendix to Financial Part: Schedules
Form SC-Sub-contracting
SCHEDULE OF SUBCONTRACTORS
[Note: Entries in this Schedule shall be the same as included in the same Schedule in the technical part of the bid, except for the
column on ‘Approximate value of subcontract’ added in the table below]
The Bidder shall enter in this schedule a list of the major sections and appropriate value of the work for which he proposed to use
subcontractors [for those costing more than 5% of the bid price for each element], together with the names, addresses and
experiences of the proposed subcontractors.
The capability of the subcontractor will also be assessed (on the same lines as for the main Contractor) before according approval to
him.
(Work should not be split into small parts and subcontracted; but subcontracting specialized elements of works is acceptable).
Section V - Eligible Countries
Eligibility for the Provision of Goods, Works and Non-Consulting Services in Bank-Financed Procurement
In reference to ITB 4.8, and 5.1, for the information of the Bidders, at the present time firms, goods and services from the following
[Note: as and when some country/ countries become ineligible insert the list of such countries following approval by the Bank to apply the
restriction]
Section VI - Fraud and Corruption
(Section VI shall not be modified)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement under Bank Investment Project Financing
operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders (applicants/proposers), consultants,
contractors and suppliers; any sub-contractors, sub-consultants, service providers or suppliers; any agents (whether declared or not);
and any of their personnel, observe the highest standard of ethics during the procurement process, selection and contract execution
of Bank-financed contracts, and refrain from Fraud and Corruption.
22
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification,
expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or
nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing
contract.
23
A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on
the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical
experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
service providers, suppliers, agents personnel, permit the Bank to inspect24 all accounts, records and other documents relating
to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the Bank.
24
Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken by the Bank or persons appointed
by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through
the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and information, and
making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format) deemed
relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and
site visits; and obtaining third party verification of information.
PART 2 – Works’ Requirements25
25
This sample of ‘works requirement’ has been taken from a ‘highway’ project. Replace this full section with requirement for the Works for which bids are being
invited, ensuring that provisions related to ES obligations and Code of Conduct for Contractor’s Personnel are included in full.
Section VII - Works’ Requirements: Conditions of Contract
together with Schedules
Work’s Requirements
Notes on preparing the Work’s Requirements
This Section together with Part 3 – Drawings, contains the Scope, site information, the Specifications, the Drawings, the ES
requirements, and other Information that describe the Works to be executed by the Bidders.
Engineering, Procurement, Construction (“EPC”) contract is a “single responsibility contract”, and the Employer is not expected to
invite Bids with detailed design and technical specifications. However, the Employer does and must know what it wants and must
communicate its needs adequately. This section on Work’s Requirements replaces the usual Technical Specifications of a more
traditional approach.
The Employer should specify the purpose for which the Works are intended, the requirements for the completed Works, and the tests
that will be carried out on completion of the Works to verify compliance with the specified requirements.
The Employer may perform appropriate front-end tasks (such as geotechnical/ environmental investigations and permit acquisitions) to
enable the Employer to: (a) develop a realistic understanding of the contract’s scope and budget; and (b) furnish Bidders with
information that they can reasonably rely upon in establishing their price and other commercial decisions. The Employer shall make
available to Bidders all relevant information in the Employer’s possession on the topography of the Site and on sub-surface,
hydrological, climatic and environmental conditions at the Site etc. It should however, be made clear that the Employer shall have no
responsibility for the accuracy, sufficiency or completenessof such data.
While defining the Work’s Requirements, care must be taken to avoid over specifying details to the extent that the flexibility and potential
benefits associated with a “single responsibility” approach is seriously eroded or threatened. As the contractor is expected to do the
engineering, procurement and construction, the Employer should provide the quality, design and/or other performance parameters,
technical and evaluation criteria, functional requirements, fixtures, fittings, equipment, supply of certain items, such as consumables,
the key personnel (if any), and requirements for the completed works, and any limitations which the Employer wishes to impose.
The Employer’s Requirements should clarify the extent to which the Works are to be fully equipped, ready for operation, with spare
parts and consumables provided for operation (for a specified period), typically by the Employer. The Contractor may also be required
to operate the Works for a specified period.
The Employer’s Requirements must be drawn up to permit the widest, possible competition and, at the same time, present a clear
statement of the required standards of workmanship, materials performance and/or functions of the Works. The Employer’s
Requirements should stipulate that all goods and materials to be incorporated in the Works are new, unused, of the most recent or
current models and incorporate all recent improvements in design and materials.
Care must be taken when drafting the Employer’s Requirements to ensure that the requirements are not restrictive. Country's technical
standards, building, construction and environmental Laws, Laws applicable to the product being produced from the Works, and other
standards applicable to the Works, or defined by applicable Laws should be specified in the Employer's Requirements. It should be
stated that goods, materials and workmanship meeting other authoritative standards and which promise to ensure equal or higher
quality than the standards specified, will also be acceptable.
Any portions of the Employer's Requirements, and/or data and information provided by (or on behalf on the Employer), which are to be
immutable or are to be the responsibility of the Employer, should be clearly stated in the Employer's Requirements. If the requirements
include some Works that e.g. fall within the municipal limits of a town or within any area falling in a reserved forest or wildlife sanctuary
and require requisite clearances or approvals before for commencing construction, these should to the extent possible, be identified at
the time of bidding itself, and separate prices requested for them (Refer Article 8, sub-clause 8.3.3).
Any additional sustainable procurement technical requirements (beyond the ES requirements stated in the Environmental and Social
(ES) Requirements section below) shall be clearly specified, and in a manner that enables proper evaluation of such requirements.
NOTE: The Contractor should not simultenously work on more than 5 (five) sections of the
Project Highway.
Environmental and Social (ES) Requirements
The Employer should use the services of a suitably qualified environmental and social specialist/s to prepare the specifications for ES
working with a procurement specialist/s.
The Employer should attach or refer to the Employer’s environmental and social standards in the ESF including the specific
requirements set out in the Environmental and Social Commitment Plan (ESCP), EHSGs and other GIIP as well as SEA prevention and
management obligations. The ES requirements should be prepared in manner that does not conflict with the relevant Works’
Requirements: Conditions of Contract together with Schedules.
Management and Safety of Hazardous Materials
As applicable, specify requirements for the management and safety of hazardous materials (see ESF - ESS4 para. 17 and 18 and
relevant guidance notes).
Resource Efficiency and Pollution Prevention and Management
As applicable specify Resource Efficiency and Pollution Prevention and Management measures (see ESF -ESS3 and relevant guidance
notes).
Resource efficiency
The Employer shall specify, as applicable, measures for improving efficient consumption of energy, water and raw materials, as
well as other resources.
• Energy: When the Works have been assessed to involve a potentially significant use of energy, specify any applicable
measures to optimize energy usage.
• Water: When the Works have been assessed to involve a potentially significant use of water or will have potentially significant
impacts on water quality, specify any applicable measures that avoid or minimize water usage so that the Works’ water use
does not have significant adverse impacts on communities, other users and the environment.
• Raw material: When the Works have been assessed to involve a potentially significant use of raw materials, specify any
applicable measures to support efficient use of raw materials.
Pollution prevention and management
• Management of air pollution: specify any measure to avoid or minimize Works related air pollution. See also PCC 4.18
and the table above.
• Management of hazardous and nonhazardous wastes: specify any applicable measures to minimize the generation of
waste, and reuse, recycle and recover waste in a manner that is safe for human health and the environment including
storage, transportation and disposal of hazardous wastes.
• Management of chemicals and hazardous materials: specify any applicable measures to minimize and control the release
and use of hazardous materials for Works activities including the production, transportation, handling, and storage of the
materials.
Biodiversity Conversation and Sustainable Management of Living Natural Resources
The Employer shall specify, as applicable, Biodiversity Conservation and Sustainable Management of Living Natural Resources
(see ESF - ESS6 and relevant guidance notes). This includes, as applicable:
invasive alien species: managing the risk of invasive alien species during the execution of the Works;
sustainable management of living natural resources; and
certification and verification requirements for the supply of natural resource materials where there is a risk of significant
conversion or significant degradation of natural or critical habitats.
PAYMENT FOR ES REQUIREMENTS
The Employer’s ES and procurement specialists should consider how the Contractor payments shall be linked to the ES (including
requirements relating to gender-based violence and Sexual Exploitation and Assault (SEA)) which are to be satisfied by the
Contractor in executing the Works. Payment for the delivery of ES requirements is a subsidiary obligation of the Contractor and is
covered within the quoted EPC prices. Contractors obligations under the ES requirements should accordingly be required to be
complied with before release of Interim/ Stage Payments.
Provisional sums may also be specified by the Employer for example for HIV counselling service, and, SEA awareness and sensitization
or to encourage the contractor to deliver additional ES outcomes beyond the requirement of the Contract.
Part I Preliminary
Recitals
NOTIFICATION OF AWARD
Letter of Acceptance
[on letterhead paper of the Employer]
[The Letter of Acceptance shall be the basis for formation of the Contract as described in ITB Clause 47. This Standard Form of Letter
of Acceptance shall be filled in and sent to the successful Bidder only after evaluation of bids has been completed, subject to any review
by the World Bank required under the Loan Agreement.]
. . . . . . . [date]. . . . . . .
This is to notify you that your Bid dated . . . . [insert date] . . . . for execution of the . . . . . . . . . .[insert name of the contract and
identification number] . . . . . . . . . . for the Accepted Contract Amount of . . . . . . . . .[insert amount in numbers and words], as
corrected and modified26 in accordance with the Instructions to Bidders is hereby accepted by our Agency.
You are requested to furnish the Performance Security, additional performance security27, and an Environmental and Social (ES)
Performance Security [Delete ES Performance Security if it is not required under the contract] in the form detailed in ITB Clause
50 for amounts28 of Rs. …….., Rs29. ……., and Rs. ……. specified therein and sign the contract within 28 days of the receipt of
this letter of acceptance, failing which action as stated in ITB Clause 50.2 will be taken, in accordance with the Conditions of
26
Delete “corrected and” or “and modified” if not applicable. See Notes on Standard Form of Agreement, next page.
27
Delete, if additional performance security is not applicable, in terms of ITB 50.1.
28
Insert amounts for (i) Performance Security; and (ii) ES Performance Security respectively.
29
Delete, if additional performance security is not applicable, in terms of ITB 50.1.
Contract. The securities shall be valid up to 28 days from the date of completion i.e. up to …………. and shall be as per the
Performance Security Form and the ES Performance Security Form [Delete reference to the ES Performance Security Form if it is
not required under the contract], included in Schedule-G: Form of Bank Guarantee.
We note that as per your bid, you do not intend to subcontract any component of work.
[OR]
We note that as per your bid, you propose to employ M/s. ………………… as sub-contractor for executing ……………………..