0% found this document useful (0 votes)
16 views

Tendernotice_1

Bharat Heavy Electricals Limited is inviting sealed tenders from qualified bidders for unloading and stacking turbine packages at the 2X660 MW RTPS, DVC Raghunathpur project in West Bengal. The tender documents can be accessed through the E-Procurement Portal, with the submission deadline set for September 12, 2024. A pre-bid discussion is scheduled for September 6, 2024, and bidders must comply with specified pre-qualification criteria and submission requirements.

Uploaded by

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

Tendernotice_1

Bharat Heavy Electricals Limited is inviting sealed tenders from qualified bidders for unloading and stacking turbine packages at the 2X660 MW RTPS, DVC Raghunathpur project in West Bengal. The tender documents can be accessed through the E-Procurement Portal, with the submission deadline set for September 12, 2024. A pre-bid discussion is scheduled for September 6, 2024, and bidders must comply with specified pre-qualification criteria and submission requirements.

Uploaded by

linapchaudhari
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 30

Ref: PSER: SCT:RGN-M2324:10669 Date: 02-09-2024

NOTICE INVITING TENDER


NOTE: INTENDING BIDDER TO PARTICIPATE MAY DOWNLOAD FROM WEB SITES
Sealed offers in two part bid system are invited from reputed & experienced bidders meeting PRE QUALIFICATION
CRITERIA as mentioned in Annexure-1 through E-Procurement Portal https://eprocurebhel.co.in only, for the subject
job by the undersigned on the behalf of BHARAT HEAVY ELECTRICALS LIMITED as per the tender document.
Issue/ forwarding intimation regarding tender to any bidder shall not construe that the bidder is considered to be
qualified. Following points relevant to the tender may please be noted and complied with.

1.0 Salient Features of NIT


SL ISSUE DESCRIPTION
NO
i TENDER NUMBER PSER: SCT:RGN-M2324:24
ii Broad Scope of job UNLOADING, STACKING ETC. OF MATERIALS (MAINLY
TURBINE PACKAGES) FROM TRAILERS/ TRUCKS INSIDE
BHEL STORAGE AREA 2X660 MW, RTPS, DVC
RAGHUNATHPUR (PHASE-II) PROJECT, PURULIA, WEST
BENGAL
iii DETAILS OF TENDER DOCUMENT
a Volume-IA General conditions of contract (Supply) Not Applicable.
b Volume-IB General conditions of contract (Service) Applicable.
c Volume-IC Special conditions of contract (Supply) Not Applicable.
d Volume-ID Special Conditions of Contract (Service) Applicable.
e Volume-IE Forms and Procedures etc. Applicable.
f Volume-IF Technical Conditions of Contract (TCC) Applicable.
-CML, TS, Drgs. etc.
g Volume-III Price Schedule (Absolute value) – Rev-00 Applicable.
iv ISSUE OF TENDER This is an E-tender floated online through our E- Applicable.
DOCUMENTS Procurement Site https://eprocurebhel.co.in.
Start date of the tender: 02-09-2024
v DUE DATE & TIME OF Date: 12-09-2024, Time: 13-00 Hrs. IST Applicable.
OFFER SUBMISSION The bidder should respond by submitting their offer
online in our e-Procurement platform at
https://eprocurebhel.co.in only. Offers are invited in
two-parts only.
Hard copy bid or bids through email/fax shall not be
accepted.
vi OPENING OF TENDER Date: 12-09-2024 Applicable.
4 hours after the latest due date and time of Offer
submission
Notes:
(1) In case the due date of opening of tender becomes a
non-working day, tenders shall be opened on next
working day at the same time.
(2) Bidder may depute representative to witness the
opening of tender.
vii EMD AMOUNT -- Not Applicable
viii COST OF TENDER -- Not Applicable.
ix LAST DATE FOR Date: 06-09-2024, Time: 11-00 Hrs. IST Applicable.

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 2 of 30

SEEKING Along with soft version also, addressing to undersigned &


CLARIFICATION to others as per contact address given below
x SCHEDULE OF Pre Bid Date: 06-09-2024, Time: 14-00 Hrs. IST Applicable.
Discussion (PBD) Pre Bid meeting shall be conducted through Video
Conferencing. Interested bidders may join through below
mentioned link: -
Microsoft Teams meeting.
Join on your computer or mobile app
Join the meeting now

Meeting ID: 498 455 844 779

Passcode: u7MYH8

Join on a video conferencing device

Tenant key: [email protected]

Video ID: 133 701 202 6

xi INTEGRITY PACT & Not Applicable Not Applicable.


DETAILS OF
INDEPENDENT
EXTERNAL MONITOR
(IEM)
xii Latest updates Latest updates on the important dates, Amendments, Shall be intimated
Correspondences, Corrigenda, Clarifications, Changes, to bidder.
Errata, Modifications, Revisions, etc to Tender
Specifications will be hosted in BHEL webpage
(www.bhel.com); CPP portal & E-Procurement Site
https://eprocurebhel.co.in only. Bidders to keep
themselves updated with all such information.
xiii Evaluation Currency Indian Rupees (INR)

2.0 The offer shall be submitted as per the instructions of tender document and as detailed in this NIT. Bidders
to note specifically that all pages of tender document, including these NIT pages of this particular tender
together with subsequent correspondences shall be submitted by them, duly digitally signed & stamped on
each page, as part of offer. Rates/Price including discounts/rebates, if any, mentioned anywhere/ in
any form in the techno-commercial offer other than the Price Bid, shall not be entertained.

3.0 Unless specifically stated otherwise, bidder shall remit cost of tender (non-refundable) and courier charges if
applicable, in the form of Demand Draft drawn in favour of Bharat Heavy Electricals Ltd, payable at Kolkata,
issuing the Tender, along with techno-commercial offer.

4.0 Unless specifically stated otherwise, bidder shall have to deposit EMD through Demand Draft/Pay Order in
favour of Bharat Heavy Electricals Ltd, payable at Kolkata. For Electronic Fund Transfer, please refer RTGS
details of BHEL available in Volume-IE.
For other details please refer General Conditions of Contract.
Bidders may please be noted that “OEMD” provision stands deleted. Hence, bidders who have deposited Rs.
2 Lakh as OEMD are also requested to submit fresh EMD as mentioned in sl no vii under clause no 1.0 of
NIT.

5.0 Procedure for Submission of Tenders: The Tenderers must submit their Tenders as detailed below:

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 3 of 30

DOCUMENTS TO BE UPLOADED & MODALITY OF UPLOADING

Sl. No. Description Remarks


PART-I A (TECHNO COMMERCIAL BID)
CONTAINING THE FOLLOWING: -
i. Covering letter/Offer forwarding letter of Tenderer. (To be attached
in relevant Attachment section)
ii. Duly filled-in `No Deviation Certificate' as per prescribed format. (To be
attached in relevant Attachment section)

Note:
a. In case of any deviation, the same should be submitted
separately for technical & commercial parts, indicating
respective clauses of tender against which deviation is taken
by bidder. The list of such deviation shall be attached in
relevant attachment section of the e –procurement portal.
It shall be specifically noted that deviation recorded
elsewhere shall not be entertained.

b. BHEL reserves the right to accept/reject the deviations


without assigning any reasons, and BHEL decision is final
and binding.
i). In case of acceptance of the deviations, appropriate
loading shall be done by BHEL
ii). In case of unacceptable deviations, BHEL reserves
the right to reject the tender
iii. Supporting documents/ annexures / schedules/ drawing etc as
required in line with Pre-Qualification criteria.
It shall be specifically noted that all documents as per above shall be
attached in relevant attachment section and credential certificates
issued by clients shall distinctly bear the name of organization, contact
Ph no, FAX no, etc.
iv. All Amendments/Correspondences/Corrigenda/Clarifications/Changes/
Errata etc pertinent to this NIT.
(To be attached in relevant Attachment section)
v. Integrity Pact Agreement (Duly signed by the authorized signatory) Not Applicable
vi. Duly filled-in annexures, formats etc as required under this Tender
Specification/NIT
(To be attached in relevant Attachment section)
vii. Notice inviting Tender (NIT)
(To be attached in relevant Attachment section)
viii. Volume – IF: Technical Conditions of Contract (TCC)
(To be attached in relevant Attachment section)
ix. Volume – ID & II: Special Conditions of Contract (Service) and
Technical Specification
(To be attached in relevant Attachment section)
x. Volume – I B: General Conditions of Contract (GCC)-Service
(To be attached in relevant Attachment section)
xii. Volume – I E: Forms & Procedures etc.
(To be attached in relevant Attachment section)
xiii. Volume–III - (UNPRICED – without disclosing rates/price, but
mentioning only ‘QUOTED’ or ‘UNQUOTED’ against each item.
(To be attached in Unpriced Bid Attachment section)
xiv. Any other details preferred by bidder with proper indexing.
(To be attached in relevant Attachment section)

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 4 of 30

PART-I B EMD/ COST OF TENDER – (To be submitted offline within due Not Applicable
date of offer submission)
CONTAINING THE FOLLOWING: -
i. 1. Earnest Money Deposit (EMD) in the form as indicated in this
Tender.
2. Cost of Tender (Demand Draft or copy of Cash Receipt as the
case may be)- Not Applicable for this tender.

PART-II PRICE BID


(TO BE ATTACHED IN PRICE BID ATTACHMENT SECTION)
CONTAINING THE FOLLOWING: -
i Covering letter/Offer forwarding letter of Tenderer enclosed in Part-I
ii Volume III – PRICE BID (Duly Filled in Schedule of Rates – rate/price
to be entered in words as well as figures)
Any other document uploaded in the price bid, apart from above
tender format, shall not be taken into cognizance for evaluation of
offer.

SPECIAL NOTE:
A) Your offer & documents submitted along with offer shall be digitally signed & stamped in each page by
your authorized representative. No overwriting/ correction in tender documents by bidders shall be
allowed. However, if correction is unavoidable, the same may be signed by authorized signatory.
B) The credentials/ documents submitted towards compliance of Pre-qualification requirement shall be
physically signed by the authorized signatory & stamped before uploading/submission with the offer in
the e-procurement portal.
C) All documents/ annexures submitted with the offer shall be properly attached in the respective
sections. BHEL shall not be responsible for any missing documents.

6.0 No Deviation with respect to tender clauses and no additional clauses/ suggestions/ in Techno-commercial
bid/ Price bid shall normally be considered by BHEL. Bidders are requested to positively comply with the
same.

7.0 BHEL reserves the right to accept or reject any or all Offers without assigning any reasons thereof. BHEL
also reserves the right to cancel the Tender wholly or partly without assigning any reason thereof. Also BHEL
shall not entertain any correspondence from bidders in this matter (except for the refund of EMD).

8.0 Void

9.0 Since the job shall be executed at site, bidders must visit site/ work area and study the job content, facilities
available, availability of materials, prevailing site conditions including law & order situation, applicable wage
structure, wage rules, etc. before quoting for this tender. They may also consult this office before submitting
their offers, for any clarifications regarding scope of work, facilities available at sites or on terms and
conditions.

10.0 For any clarification on the tender document, the bidder may seek the same in writing, through e-mail or
through E-Procurement Site https://eprocurebhel.co.in, as per specified format, within the scheduled date for
seeking clarification, from the office of the undersigned. BHEL shall not be responsible for receipt of queries
after due date of seeking clarification due to any delay. Any clarification / query received after last date for
seeking clarification may not be normally entertained by BHEL and no time extension will be given.

11.0 BHEL may decide holding of pre-bid discussion [PBD] with all intending bidders as per date indicated in the
NIT. The bidder shall ensure participation for the same at the appointed time, date and place as may be
decided by BHEL. Bidders shall plan their visit accordingly. The outcome of pre-bid discussion (PBD) shall
also form part of tender.

12.0 In the event of any conflict between requirement of any clause of this specification/ documents/drawings/data
sheets etc. or requirements of different codes/standards specified, the same to be brought to the knowledge

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 5 of 30

of BHEL in writing for clarification before due date of seeking clarification (whichever is applicable),
otherwise, interpretation by BHEL shall prevail. Any typing error/missing pages/ other clerical errors in the
tender documents, noticed must be pointed out before pre-bid meeting/submission of offer else BHEL’s
interpretation shall prevail.

13.0 Unless specifically mentioned otherwise, bidder’s quoted price shall deemed to be in compliance with tender
including PBD.

14.0 Bidders shall submit Integrity Pact Agreement (Duly signed by authorized signatory who signs in the offer),
along with techno - commercial bid. This pact shall be considered as a preliminary qualification for further
participation. The names and other details of Independent External Monitor (IEM) for the subject
tender is as given at point (xi) of 1 above.

15.0 The Bidder has to satisfy the Pre Qualifying Requirements stipulated for this Tender in order to be qualified.
The Price Bids of only those bidders will be opened who will be qualified for the subject job on the basis of
satisfying the Pre Qualification Criteria specified in this NIT as per Annexure-1 (as applicable), past
performance etc. and date of opening of price bids shall be intimated to only such bidders. BHEL reserves
the right not to consider offers of parties under HOLD.

16.0 In case BHEL decides on a ‘Public Opening’, the date & time of opening of the PRICE BID shall be intimated
to the qualified bidders and in such as case, price bid (Volume-III) uploaded in E-procurement Site
https://eprocurebhel.co.in will be opened.

17.0 Validity of the offer shall be for six months from the latest due date of offer submission (including extension,
if any) unless specified otherwise.

18.0 BHEL shall be resorting to Reverse Auction (RA) (Guidelines as available on www.bhel.com) for this tender.
RA shall be conducted among the techno-commercially qualified bidders.

Price bids of all techno-commercially qualified bidders shall be opened and same shall be considered for RA.
In case any bidder(s) do(es) not participate in online Reverse Auction, their sealed envelope price bid along
with applicable loading, if any, shall be considered for ranking.

19.0 On submission of offer, further consideration will be subject to compliance to tender & qualifying requirement
and customer’s acceptance, as applicable.

20.0 In case the bidder is an “Indian Agent of Foreign Principals”, ‘Agency agreement has to be submitted along
with Bid, detailing the role of the agent along with the terms of payment for agency commission in INR, along
with supporting documents.

21.0 The bidders shall not enter into any undisclosed M.O.U. or any understanding amongst themselves with
respect to tender.

22.0 Consortium Bidding (or Technical Tie up) shall be allowed only if specified in Pre Qualifying Requirement
(PQR) criteria, and in such a case the details to be complied with is enclosed herewith as per Annexure-5
UNLESS SPECIFIED OTHERWISE IN PQR.

23.0 The bidder shall submit documents in support of possession of ‘Qualifying Requirements’ duly self certified
and stamped/ digitally signed (as applicable) by the authorized signatory, indexed and properly linked in the
format for PQR. In case BHEL requires any other documents/proofs, these shall be submitted immediately.

24.0 The bidder may have to produce original document for verification if so decided by BHEL.

25.0 The offers of the bidders who are on the banned list as also the offer of the bidders, who engage the
services of the banned firms, shall be rejected. The list of banned firms is available on BHEL Website
(www.bhel.com).

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 6 of 30

I) Integrity commitment, performance of the contract and punitive action thereof:

a) Commitment by BHEL:

BHEL commits to take all measures necessary to prevent corruption in connection with the tender
process and execution of the contract. BHEL will during the tender process treat all Bidder(s) in a
transparent and fair manner, and with equity.

b) Commitment by Bidder/ Supplier/ Contractor:

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

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

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

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

26.0 Guidelines/rules in respect of Suspension of Business dealings, Vendor evaluation format, Quality, Safety &
HSE guidelines, Experience Certificate, etc. may undergo change from time to time and the latest one shall
be followed. The abridged version of extant ‘Guidelines for suspension of business dealings with suppliers/
contractors’ is available on www.bhel.com on “supplier registration page”.

27.0 NOT APPLICABLE FOR THIS TENDER - MSE suppliers can avail the intended benefits in respect of the
procurements related to the Goods and Services only (Definition of Goods and Services as enumerated by
Govt. of India vide Office Memorandum F. No. 21(8)/2011-MA dtd. 09/11/2016 office of AS & DC, MSME)
only if they submit along with the offer, attested copies of either Udyam Registration Certificate or EM II
certificate having deemed validity (five years from the date of issue of acknowledgement in EM II) or valid
NSIC certificate or Udyog Aadhar Memorandum (UAM) & Acknowledgement or EM II certificate along with
attested copy of a CA certificate (Format enclosed at Annexure – C where deemed validity of EM II certificate
of five years has expired) applicable for the relevant financial year (latest audited). Date to be reckoned for
determining the deemed validity will be the last date of Technical Bid submission. Non submission of such
documents will lead to consideration of their bid at par with other bidders. No benefits shall be applicable for
this enquiry if the above required documents are not submitted before price bid opening. If the tender is to be
submitted through e-procurement portal, then the above required documents are to be uploaded on the
portal. Documents should be notarized or attested by a Gazetted officer. Documents submitted by the bidder
may be verified by BHEL for rendering the applicable benefits.

Any Bidder falling under MSE category, shall furnish the following details & submit documentary
evidence/Govt. Certificate etc. in support of the same along with their techno-commercial offer: -

Type under MSE SC/ST owned Women owned Others (excluding SC/ ST & Women Owned)
Micro
Small

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 7 of 30

Note: - If the bidder does not furnish the above, offer shall be processed construing that the bidder is not
falling under MSE category.
28.0 The bidder along with its associates/collaborators/sub-contractors/sub-vendors/consultants/service providers
shall strictly adhere to BHEL Fraud Prevention Policy displayed on BHEL website www.bhel.com and shall
immediately bring to the notice of BHEL Management about any fraud or suspected fraud as soon as it
comes to their notice.

29.0 Void

30.0 Annexure-B - Terms & conditions of Reverse Auction is enclosed herewith.

31.0 Annexure-D – Specific Clause w.r.t. BOCW Act & Cess Act is enclosed herewith.

32.0 Annexure-E- State wise GST Registration nos. is enclosed herewith.

33.0 Duly filled & signed Annexure- CPP-GST/I to be submitted by bidders along with their techno-commercial
offer.

34.0 Integrity Pact (IP) :Not Applicable

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

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

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

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

No routine correspondence shall be addressed to the IEM (phone/ post/ email) regarding the clarifications,
time extensions or any other administrative queries, etc on the tender issued. All such clarification/ issues
shall be addressed directly to the tender issuing (procurement) department’s officials whose contact details
are provided below:

Name Monisha Roychoudhury Animesh Bhakta


Dept SCT Dept, BHEL PSER, Kolkata SCT Dept, BHEL PSER, Kolkata
Address DJ-9/1, Sector – II, Salt Lake, DJ-9/1, Sector – II, Salt Lake, Kolkata
Kolkata – 700091 – 700091
Phone 033-2339 8228 033-2339 8226
Email [email protected] [email protected]
FAX 033-2321 1960 033-2321 1960

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 8 of 30

35.0 For this procurement, the local content to categorize a supplier as a Class-I local supplier/ Class-II local
supplier/ Non-Local supplier and purchase preference to Class-I local supplier, is as defined in Public
Procurement (Preference to Make in India), Order 2017 dated 04-06-2020 issued by DPIIT. In case of
subsequent orders issued by the Nodal Ministry, changing the definition of local content for the items of the
NIT, the same shall be applicable even if issued after issue of this NIT, but before opening of Part-II bids
against this NIT.

Duly filled & signed Form-1 (Format for local content), as applicable, to be submitted by bidders along with
their techno-commercial offer.

36.0 Bidders are requested to submit their best price as per latest price schedule of the tender.

37.0 The consultant / firm (and any of its affiliates) shall not be eligible to participate in tender(s) for the related
works or services for the same project, if they were engaged for the consultancy services.

38.0 It may please be noted that Bid should be free from correction, overwriting, using corrective fluid, etc. Any
interlineation, cutting, erasure or overwriting shall be valid only if they are attested under full signature(s) of
person(s) signing the bid, else bid shall be liable for rejection.
All overwriting/ cutting, etc. will be numbered by bid opening officials and announced during bid opening.

39.0 Compliance to Restrictions under Rule 144 (xi) of GFR 2017

I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if the
bidder is registered with the Competent Authority. The Competent Authority for the purpose of this Clause
shall be the Registration Committee constituted by the Department for Promotion of Industry and Internal
Trade (DPIIT).
II. “Bidder” (including the term ‘tenderer’, ‘consultant’ or ‘service provider’ in certain contexts) means any person
or firm or company, including any member of a consortium or joint venture (that is an association of several
persons, or firms or companies), every artificial juridical person not falling in any of the descriptions of bidders
stated hereinbefore, including any agency branch or office controlled by such person, participating in a
procurement process.
III. “Bidder from a country which shares a land border with India” for the purpose of this Clause means: -
a. An entity incorporated established or registered in such a country; or
b. A subsidiary of an entity incorporated established or registered in such a country; or
c. An entity substantially controlled through entities incorporated, established or registered in such a country;
or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint venture falls under any of the
above
IV. The beneficial owner for the purpose of (III) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s), who,
whether acting alone or together or through one or more juridical person, has a controlling ownership
interest or who exercises control through other means.
Explanation
a. “Controlling ownership interest” means ownership of or entitlement to more than twenty-five per cent of
shares or capital or profits of the company.
b. “Control” shall include the right to appoint majority of the directors or to control the management or policy
decisions including by virtue of their shareholding or management rights or shareholders agreements or
voting agreements.

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 9 of 30

2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or
together, or through one or more juridical person, has ownership of entitlement to more than fifteen
percent of capital or profits of the partnership.
3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person has ownership
of or entitlement to more than fifteen percent of the property or capital or profits of the such association or
body of individuals.
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant
natural person who holds the position of senior managing official;
5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the
trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural
person exercising ultimate effective control over the trust through a chain of control or ownership.
V. An Agent is a person employed to do any act for another, or to represent another in dealings with third
person.
VI. The successful bidder shall not be allowed to sub-contract works to any contractor from a country which
shares a land border with India unless such contractor is registered with the Competent Authority.

Note:
(i) The bidder shall provide undertaking for their compliance to this Clause, in the Format provided in Form-3.
(ii) Registration of the bidder with Competent Authority should be valid at the time of submission as well as
acceptance of the bids.

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

In case more than one bidder happens to occupy the L-1 status even after soliciting discounts, the L-1 bidder
shall be decided by a toss/ draw of lots, in the presence of the respective L-1 bidder(s) or their
representative(s).

Ranking will be done accordingly. BHEL’s decision in such situations shall be final and binding.

41.0 GeMAR and PTS ID: N.A.

42.0 The Bidder declares that they will not enter into any illegal or undisclosed agreement or understanding,
whether formal or informal with other Bidder(s). This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.
In case, the Bidder is found having indulged in above activities, suitable action shall be taken by BHEL as per
extant policies/ guidelines.
Format attached (Annexure-6-Declaration reg. Related Firms & their areas of Activities).

43.0 Conflict of interest among Bidders/Agents:


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

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

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

c) they have the same legal representative/agent for purposes of this bid; or

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 10 of 30

d) they have relationship with each other, directly or through common third parties, that puts them in a
position to have access to information about or influence on the bid of another Bidder; or

e) Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one
Bid will result in the disqualification of all bids in which the parties are involved. However, this does not
limit the inclusion of the components/ sub-assembly/ Assemblies front one bidding manufacturer in more
than one bid; or

f) In cases of agents quoting in offshore procurements, on behalf of their principal manufacturers, one agent
cannot represent two manufacturers or quote on their behalf in a particular tender enquiry. One
manufacturer can also authorise only one agent/ dealer. There can be only one bid from the following:
1. The principal manufacturer directly or through one Indian agent on his behalf; and
2. Indian/foreign agent on behalf of only one principal;
or

g) A Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical
specifications of the contract that is the subject of the Bid; or

h) In case of a holding company having more than one independently manufacturing units, or more than one
unit having common business ownership/ management, only one unit should quote. Similar restrictions
would apply to closely related sister companies. Bidders must proactively declare such sister/ common
business/ management units in same/ similar line of business.

44.0 Order of Precedence

In the event of any ambiguity or conflict between the Tender Documents, the order of precedence shall be in
the order below:
a. Amendments/Clarifications/Corrigenda/Errata etc. issued in respect of the tender documents by BHEL
b. Notice Inviting Tender (NIT)
c. Price Bid — Volume-III
d. Special Conditions of Contract (Service) and Technical Specification — Volume-ID & II
e. General Conditions of Contract (GCC) — Volume-IB
f. Forms and Procedures — Volume-IE

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

for BHARAT HEAVY ELECTRICALS LTD.

Sr. Manager (SCT)

Agency Contact details


BHEL, Address DJ-9/1, Sector – II, Salt Lake, Kolkata – 700 091
PSER, Phone no 033-2339 8228
Kolkata FAX no 033-23211960
E-mail [email protected] / [email protected]

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 11 of 30

Enclosure

01. Annexure-1: Pre-Qualification Criteria.


02. Format-1 & Format-2/PQ Explanatory Note
03. Annexure-2: Format for No Deviation Certificate.
04. Annexure-3: Format for seeking clarification.
05. Annexure-4: Check List.
06. Annexure-5: Conditions for consortium/tie up.
07. Annexure-6-Declaration reg. Related Firms & their areas of Activities
08. Annexure -B- Terms & conditions of Reverse Auction.
09. Annexure –C- CA certificate Format.
10. Annexure-D – Specific Clause w.r.t. BOCW Act & Cess Act.
11. Annexure-E- Statewise GST Registration nos.
12. Annexure-F- Bankruptcy/ Liquidation Undertaking
13. Annexure– CPP-GST/I.
14. Form-1 (Format for local content)
15. Form-3 (Declaration related to GFR)
16. Integrity Pact Agreement Format (Separate)
17. Other Tender documents as per this NIT.

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 12 of 30

ANNEXURE-1
PRE QUALIFYING CRITERIA
JOB UNLOADING OF MATERIALS (TURBINE PACKAGES/OTHER MISCELLANEOUS
ITEMS/EQUIPMENT) FROM TRAILERS/ TRUCKS TO BHEL STORAGE AREA INSIDE DVC’S
2X660 MW THERMAL POWER PLANT SITE, PHASE-II, RAGHUNATHPUR NEAR ASANSOL,
DISTT.-PURULIA ,WEST BENGAL.
TENDER Tender no. PSER: SCT:RGN-M2324:24
NO

SL NO CRITERIA

FINANCIAL

1.0 (a) BIDDER SHOULD HAVE AVERAGE ANNUAL TURNOVER OF MINIMUM Rs 22.2 LAKH (DURING LAST 3
(THREE) FINANCIAL YEARS, ENDING ON 31-03-2023 AND SHOULD HAVE POSITIVE NET WORTH AS
ON LATEST AUDITED ACCOUNTS AS SUBMITTED FOR PARA 1(c).

(b) BIDDER MUST HAVE EARNED PROFIT IN ANY ONE OF THE LAST FIVE FINANCIAL YEARS AS
APPLICABLE IN THE LAST FIVE FINANCIAL YEARS PRECEDING THE PRESENT (i.e., 2018-19, 2019-
20, 2020-21, 2021-22, 2022-23). BIDDERS TO SUBMIT AUDITED BALANCE SHEET AND PROFIT &
LOSS STATEMENT FOR THE YEAR AS SUPPORTING DOCUMENTS.

(c) IN CASE AUDITED BALANCE SHEET AND PROFIT & LOSS ACCOUNT HAS NOT BEEN SUBMITTED
FOR ALL THREE YEARS INDICATED ABOVE IN 1.0 (a) THEN APPLICABLE FINANCIAL AUDITED
STATEMENTS SUBMITTED BY THE BIDDER AGAINST THE REQUISITE THREE YEARS WILL BE
AVERAGED FOR THREE YEARS.

(d) IF FINANCIAL STATEMENTS ARE NOT REQUIRED TO BE AUDITED STATUTORILY, THEN INSTEAD
OF AUDITED FINANCIAL STATEMENTS, FINANCIAL STATEMENTS ARE REQUIRED TO BE
CERTIFIED BY CHARTERED ACCOUNTANT.

2.0 TECHNICAL

2.1 “BIDDER SHOULD HAVE EXECUTED UNLOADING/LOADING OF SINGLE PACKAGE OF NOT LESS THAN
150 MT IN ANY PROJECT DURING THE LAST 7 (SEVEN) YEARS, ENDING ON THE LATEST DATE OF BID
SUBMISSION.”

RELEVANT DOCUMENTS SHALL BE FURNISHED IN SUPPORT OF ABOVE.

3.0 BIDDER SHOULD HAVE VALID PAN.


RLEVANT SUPPORTING DOCUMENT SHALL BE SUBMITTED.

4.0 CONSORTIUM / JV BIDDING IS NOT ALLOWED.

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 13 of 30

NOTE:

A ‘EXECUTED’ MEANS BIDDER SHOULD HAVE ACHIEVED THE CRITERIA SPECIFIED ABOVE EVEN IF THE
CONTRACT HAS NOT BEEN COMPLETED OR CLOSED.
B SL NO 2.0 ABOVE SIGNIFIES WEIGHT OF SINGLE CONSIGNMENT OF 150 MT OR ABOVE.

C BIDDER SHOULD FURNISH INFORMATION REGARDING PROJECTS IN HAND, CURRENT LITIGATION,


ORDERS REGARDING EXCLUSION/ EXPULSION OR BLACK LISTING.
D AFTER SATISFACTORY FULFILLMENT OF ALL THE ABOVE CRITERIA, OFFER SHALL BE CONSIDERED
FOR FURTHER EVALUATION AS PER NIT AND ALL OTHER TERMS OF THE TENDER.
E BIDDER MUST NOT BE UNDER BANKRUPTCY CODE PROCEEDINGS (IBC) BY NCLT OR UNDER
LIQUIDATION / BIFR, WHICH WILL RENDER HIM INELIGIBLE FOR PARTICIPATION IN THIS TENDER, AND
SHALL SUBMIT UNDERTAKING TO THIS EFFECT.

Explanatory Notes for the PQR (unless otherwise specified in the PQR):

1. Bidder to submit Audited Balance Sheet and Profit and Loss Account for the respective years as indicated along with all annexures.
2. In case audited Financial statements have not been submitted for all the three years as indicated, then the applicable audited
statements submitted by the bidders against the requisite three years, will be averaged for three years i.e total divided by three.
3. Net Worth (Only in case of companies) of the bidder should be positive. Net worth shall be calculated based on the latest Audited
Accounts as furnished.Net worth = Paid up share capital + Reserves.
4. PROFIT shall be PBT earned during any one year of last three financial years.
5. ’Additional’ Criteria in respect of ‘Technical’ criteria of PQR for Civil, Electrical, CI, unless otherwise specified:

i) ‘Similar’ work means


a. Piling or Civil or Structure or ‘Civil and Structural works’ or RCC Chimney or RCC Cooling Tower or RCC Silo or Mill Bunker or any
combination of these shall be considered similar works for all packages mentioned under ‘CIVIL WORKS’
b. Electrical or C&I or ‘Electrical and C&I’ shall be considered similar works for all packages mentioned under ‘ELECTRICAL AND C&I
WORKS’

6. For evaluation of PQR of Civil, Electrical and C&I packages, in case Bidder alone does not meet the ’Additional’ pre-qualifying
technical criteria, bidder may utilize the experience of its Parent/ Subsidiary Company along with its own experience, subject to
following:
a. The parent company shall have a controlling stake of ≥50% in the subsidiary company (as per Format-1).
b. The Parent Company/ Subsidiary Company of which experience is being utilized for bidding shall submit Security Deposit(SD)
equivalent to 1% of the total contract value.
c. The parent/ subsidiary company and bidder shall provide an undertaking that they are jointly or severally responsible for
successful performance of the contract (as per Format-2).
d. In case Bidder is submitting bid as a Consortium Partner, option of utilizing experience of parent/subsidiary Company can
availed by Prime Bidder only.
e. Parent Company/ Subsidiary Company of which experience is being used for bidding, cannot participate as a ‘Standalone
Bidder’ or as a ‘Consortium bidder’.

7. Completion date for achievement of the technical criteria specified in the Common QR should be in the last 7 years ending on the
‘latest date of Bid Submission’ of Tender irrespective of date of the start of work. Completion date shall be reckoned from the “FY
quarter of bid submission”.
(for e.g. – Work completed on 01.01.2014 shall be considered even if latest due date of bid submission is 20.03.2021)

8. ‘EXECUTED’ means the bidder should have achieved the criteria specified in the Technical criteria of PQR even if the Contract has

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 14 of 30

not been completed or closed


9. In case the Experience/PO/WO certificate enclosed by bidders do not have separate break up of prices for the E&C portion for
Electrical and C&I works (i.e. the certificates enclosed are for composite order for supply and erection of Electrical and C&I and other
works if any), then value of Erection & Commissioning for the Electrical and C&I portion shall be considered as 15% of the price for
supply & erection of Electrical and C&I.
10. Unless otherwise specified, for the purpose of “Technical Criteria” of PQR , the word 'EXECUTED' means achievement of milestones
as defined below -
 "ACHIEVEMENT OF PHYSICAL QUANTITIES" as per PQRs.
 “READINESS FOR COAL FILLING” of at least one Bunker, in respect of Mill Bunker Structure.
 “CHARGING” in respect of Power Transformers/ Bus Ducts/ “HT/LT Switchgears” / “HT/LT Cabling”.
 For C&I works: "SYNCHRONISATION" in case of power project (excluding Nuclear projects) / “WORK EXECUTION of the
value as defined in PQR” in case of industry & Nuclear projects.
 "BOILER LIGHT UP" in respect of Boiler / CFBC / ESP.
 “CHARGING OF AT LEAST ONE PASS” in respect of ESP(R&M)
 "GAS IN" in respect of HRSG.
 “STEAM BLOWING” in respect of Power Cycle Piping.
 “HYDRAULIC TEST”/ ANY OTHER EQUIVALENT TEST LIKE “100% RT/UT OF WELDED JOINTS” of the system in respect of
Pressure parts/ LP Piping/CW Piping.
 “FULL LOAD OPERATION OF THE UNIT” in respect of Insulation work.
 "SYNCHRONISATION" in respect of STG / GTG.
 "SPINNING" in respect of HTG.
 “GAS IN” in respect of FGD
11. Boiler means HRSG or WHRB or any other types of Steam Generator
12. Power Cycle piping means Main Steam, Hot Reheat, Cold Reheat, HP Bypass
13. For the purpose of evaluation of the PQR, one MW shall be considered equivalent to 3.5 TPH where ever rating of HRSG/BOILER is
mentioned in MW. Similarly, where ever rating of Gas Turbine is mentioned in terms of Frame size, ISO rating of the same in terms of
MW shall be considered for evaluation.
14. Value of work is to be updated with indices for "All India Avg. Consumer Price index for industrial workers" and "Monthly Whole Sale
Price Index for All Commodities" with base month as per last month of work execution and indexed up to three (3) months prior to the
month of latest due date of bid submission as per following formula-

P = R + 0.425 x R x (XN - X0) + 0.425 x R x (YN - Y0)


X0 Y0
Where
P = Updated value of work
R = Value of executed work
XN = All India Avg. Consumer Price index for industrial workers for three months prior to the month of latest due date of bid
submission (e.g. If latest bid submission date is 02-Mar-17, then bid submission month shall be reckoned as March’17
and index for Dec’2016 shall be considered).
X0 = All India Avg. Consumer Price index for industrial workers for last month of work execution
YN = Monthly Whole Sale Price Index for All Commodities for three months prior to the month of latest due date of bid
submission (e.g. If latest bid submission date is 02-Mar-17, then bid submission month shall be reckoned as March’17
and index for Dec’2016 shall be considered).
Y0 = Monthly Whole Sale Price Index for All Commodities for last month of work execution
15. Bidder must not be under Bankruptcy Code Proceedings (IBC) by NCLT or under Liquidation / BIFR, which will render him ineligible
for participation in this tender, and shall submit undertaking to this effect.

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

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 15 of 30

Format-1 /PQ Explanatory Note

Certificate for relationship between Parent Company / Subsidiary Company and the bidder

To,
…………………….

…………………….

Dear Sir,

Sub: Bid for NIT No ……………..dated…………… for “……………………….” (name of the tender).

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

Percentage of Equity Holding of


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

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

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 16 of 30

Format-2 /PQ Explanatory Note

Undertaking from the Parent Company/ Subsidiary Company of the bidder


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

From,
Name:
Full Address:

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

To,
……………………..
……………………..

Dear Sir,

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

“We have carefully read and examined in detail the NIT/Tender Terms and Conditions, including in particular, Clause ....
of the NIT/Tender, regarding submission of an Undertaking, as per the prescribed Format 1 of the NIT/ Tender.
We confirm that M/s……………………………………… (the Bidder) has been authorized by us to use our
Technical capability for meeting the Technical Criteria as specified in Clause…………..of the PQR of the NIT/Tender
referred above.

We agree to submit the Security Deposit equivalent to 1% of the total contract value in addition to Security Deposit to be
submitted by Bidder as per Clause………......of the NIT/Tender for fulfillment of all obligations in terms of provisions of
the contract, in the event of …………………………..(the Bidder) being selected as the Successful Bidder.

We confirm that we along with M/s…………………………….…….……(the bidder), are jointly or severally responsible for
successful performance of the contract.
We confirm that our company shall not participate in the above tender as a ‘Standalone Bidder’ or as a ‘Consortium
bidder’ and also shall not authorize any other bidder to use our Technical capability for the above tender.

All the terms used herein but not defined, shall have the meaning as ascribed to the said terms under the referred
NIT/Tender.

Signature of Managing Director/Authorized signatory of Parent/ Subsidiary Company

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 17 of 30

ANNEXURE - 2

FORMAT FOR NO DEVIATION CERTIFICATE


(To be submitted in the bidder's letter head)

BHARAT HEAVY ELECTRICALS LIMITED,


Power Sector - Eastern Region,
Plot no 9/1, DJ Block, Sector – II, Salt Lake City,
Kolkata – 700 091

Sub No Deviation Certificate.


Job UNLOADING, STACKING ETC. OF MATERIALS (MAINLY TURBINE PACKAGES)
FROM TRAILERS/ TRUCKS INSIDE BHEL STORAGE AREA 2X660 MW, RTPS, DVC
RAGHUNATHPUR (PHASE-II) PROJECT, PURULIA, WEST BENGAL
Ref 1.0 Tender no. PSER: SCT:RGN-M2324:24
2.0 BHEL's NIT, vide reference no. PSER: SCT:RGN-M2324:10669 Date: 02-09-2024.
3.0 All other pertinent issues till date.

Dear Sir/Madam,

With reference to above, this is to confirm that as per tender conditions, we have visited site before
submission of our offer and noted the job content & site conditions etc. We also confirm that we have not
changed/ modified the tender documents as appeared in the website/ issued by you and in case of such
observance at any stage, it shall be treated as null and void.

We hereby confirm that we have not taken any deviation from tender clauses together with other references
as enumerated in the above referred NIT. We hereby confirm our unqualified acceptance to all terms &
conditions, unqualified compliance to technical specification, integrity pact (if applicable) and acceptance to
reverse auctioning process.

In the event of observance of any deviation in any part of our offer at a later date whether implicit or explicit,
the deviations shall stand null & void.

We confirm to have submitted/uploaded offer/documents in accordance with tender instructions with


acceptance of the terms & conditions of the tender by us and as per aforesaid references.

Thanking you,

Yours faithfully,

(Signature, date & seal of authorized


representative of the bidder)

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 18 of 30

ANNEXURE - 3

FORMAT FOR SEEKING CLARIFICATION

JOB UNLOADING, STACKING ETC. OF MATERIALS (MAINLY TURBINE


PACKAGES) FROM TRAILERS/ TRUCKS INSIDE BHEL STORAGE AREA
2X660 MW, RTPS, DVC RAGHUNATHPUR (PHASE-II) PROJECT, PURULIA,
WEST BENGAL
TENDER NO PSER: SCT:RGN-M2324:24

Sl Reference Existing provision Bidder's query BHEL’s clarification


no clause of
tender
document

_____________

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 19 of 30

ANNEXURE - 4
CHECK LIST
NOTE:- Tenderers are required to fill in the following details and no column should be left blank
1 Name and Address of the Tenderer
2 Details about type of the Firm/Company
3.a Details of Contact person for this Tender Name : Mr/Ms
Designation:
Telephone No:
Mobile No:
Email ID:
Fax No:
3.b Details of alternate Contact person for this Name : Mr/Ms
Tender Designation:
Telephone No:
Mobile No:
Email ID:
Fax No:
4 EMD DETAILS DD No: Date :
Bank : Amount:
Please tick ( √ ) whichever applicable:-
ONE TIME EMD / ONLY FOR THIS TENDER
5 Validity of Offer TO BE VALID FOR SIX MONTHS FROM DUE DATE
APPLICABILITY (BY BHEL) ENCLOSED
BY BIDDER

6 Whether the format for compliance with PRE QUALIFICATION Applicable YES / NO
CRITERIA (ANNEXURE-I) is understood and filled with proper
supporting documents referenced in the specified format
7 Audited profit and Loss Account for the last three years Applicable/Not Applicable YES/NO
8 Copy of PAN Card Applicable/Not Applicable YES/NO
9 Whether all pages of the Tender documents including annexures, Applicable/Not Applicable YES/NO
appendices etc are read understood and signed
10 Integrity Pact Applicable/Not Applicable YES/NO
11 Declaration by Authorised Signatory Applicable/Not Applicable YES/NO
12 No Deviation Certificate Applicable/Not Applicable YES/NO
13 Declaration confirming knowledge about Site Conditions Applicable/Not Applicable YES/NO
14 Declaration for relation in BHEL Applicable/Not Applicable YES/NO
15 Non Disclosure Certificate Applicable/Not Applicable YES/NO
16 Bank Account Details for E-Payment Applicable/Not Applicable YES/NO
17 Capacity Evaluation of Bidder for current Tender Applicable/Not Applicable YES/NO
18 Tie Ups/Consortium Agreement are submitted as per format Applicable/Not Applicable YES/NO
19 Power of Attorney for Submission of Tender/Signing Contract Applicable/Not Applicable YES/NO
Agreement
20 Analysis of Unit rates Applicable/Not Applicable YES/NO

NOTE: STRIKE OFF ‘YES’ OR ‘NO’, AS APPLICABLE. TENDER NOT ACCOMPANIED BY THE PRESCRIBED ABOVE
APPLICABLE DOCUMENTS ARE LIABLE TO BE SUMMARILY REJECTED.

DATE :

AUTHORISED SIGNATORY
(With Name, Designation and Company seal)

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 20 of 30

ANNEXURE-5
CONDITIONS TO BE COMPLIED WITH FOR CONSORTIUM BIDDING (TECHNICAL TIE UP)
1 Prime Bidder and Consortium Partner or partners are required to enter into a consortium agreement with a
validity period of six months initially. In case the consortium is awarded the contract, then the Consortium
Agreement between the Prime Bidder and Consortium Partner or partners shall be extended till contractual
completion period including extension periods if any applicable. The Prime Bidder and Consortium Partner(s)
shall certify to BHEL regarding existence and validity of their consortium agreement on six monthly basis.
2 Standalone’ bidder cannot become a ‘Prime Bidder’ or a ‘Consortium bidder’ or ‘Technical Tie up bidder’ in
a consortium (or Technical Tie up) bidding. Prime bidder shall neither be a consortium partner to other prime
bidder nor take any other consortium partners. However, consortium partner may enter into consortium
agreement with other prime bidders. In case of non compliance, consortium bids of such Prime bidders will be
rejected.
3 Number of partners for a consortium Bidding (or Technical Tie up) shall be as specified in the PQR.
4 Prime Bidder shall be as specified in the Pre Qualification Requirement, else the bidder who has the major
share of work.
5 In order to be qualified for the tender, Prime Bidder and Consortium partner or partners shall satisfy (i) the
Technical ‘Pre Qualifying Requirements’ specified for the respective package, (ii) “Assessment of Capacity of
Bidder’ as specified in clause 8.0
6 Prime Bidder shall comply with additional ‘Technical’ criteria of PQR as defined in ‘Explanatory Notes for the
PQR’
7 Prime Bidder shall comply with all other Pre Qualifying criteria for the Tender unless otherwise specified
8 In case customer approval is required, then Prime Bidder and Consortium Partner or partners shall have to be
individually approved by Customer for being considered for the tender.
9 Prime Bidder shall be responsible for the overall execution of the contract
10 In case of award of job, Performance shall be evaluated for Prime Bidder and Consortium Partner or partners for
their respective scope of work(s) as per prescribed formats.
11 In case the Consortium partner or partners back out, their SDs shall be encashed by BHEL and BHEL shall take
necessary action as per extant guidelines. In such a case, other consortium partner or partners meeting the
PQR have to be engaged by the Prime Bidder, and if not, the respective work will be withdrawn and executed
on risk and cost basis of the Prime Bidder. The new consortium partner or partners shall submit fresh SDs as
applicable.
12 In case the prime Bidder withdraws or insolvency / liquidation / winding up proceedings have been initiated /
admitted against the Prime Bidder, BHEL reserves the right to cancel, terminate or short close the contract or
take any other action to safeguard BHEL’s interest in the Project / Contract. This action will be without prejudice
to any other action that BHEL can take under Law and the Contract to safeguard interests of BHEL.
13 After execution of work, the work experience shall be assigned to the Prime Bidder and the consortium partner
or partners for their respective scope of work. After successful execution of one work with a consortium partner
under direct order of BHEL, the Prime Bidder shall be eligible for becoming a ‘standalone’ bidder for works
similar to that for which consortium partner was engaged, for subsequent tenders.
14 The consortium partner shall submit SD equivalent to 1% of the total contract value in addition to the SD to be
submitted by the prime Bidder for the total contract value. In case there are two consortium partners, then each
partner shall submit SD equivalent to 0.5% of the total contract value in addition to the SD to be submitted by
the prime Bidder for the total contract value. However, Prime Bidder has also option for submission of SD on
behalf of consortium partner (s).
SD submitted by Consortium Partner(s) may be released in case corresponding scope of work of the respective
Consortium partner(s) has been completed up to the extent of 80% based on certification by Construction
Manager and concurrence by the prime bidder.
15 In case of a Technical Tie up, all the clauses applicable for the Consortium partner shall be applicable for the
Technical Tie up partner also.

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 21 of 30

ANNEXURE-6

DECLARATION

Date: _________
To: _______________________
Address: BHEL, __________________
_______________________
_______________________
_______________________
email: _______________________

Sub: Details of related firms and their area of activities

Dear Sir/ Madam,

Please find below details of firms owned by our family members that are doing business/ registered for same
item with BHEL, _______________ (NA, if not applicable)

1 Material Category/ Work Description


Name of Firm
Address of Firm
Nature of Business
Name of Family Member
Relationship
2 Material Category/ Work Description
Name of Firm
Address of Firm
Nature of Business
Name of Family Member
Relationship

Note: I certify that the above information is true and I agree for penal action from BHEL in case any of the
above information furnished is found to be false.

Regards,

(________________________)

From: M/s ___________________


Supplier Code: _______________________
Address: _______________________
_______________________
_______________________

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 22 of 30

Annexure -B
Terms & Conditions of Reverse Auction
Against this enquiry for the subject item/ system with detailed scope of supply/service as per tender specifications,
BHEL shall be resorting to “REVERSE AUCTION PROCEDURE” i.e., ON LINE BIDDING (THROUGH A SERVICE
PROVIDER). The philosophy followed for reverse auction shall be English Reverse (No ties).
1. For the proposed reverse auction, technically and commercially acceptable bidders only shall be eligible to
participate.
2. Price bids of all techno-commercially qualified bidders shall be opened and same shall be considered for RA.
3. BHEL will engage the services of a service provider who will provide all necessary training and assistance before
commencement of on line bidding on internet.
4. In case of reverse auction, BHEL will inform the bidders the details of Service Provider to enable them to
contact & get trained for participation in the reverse auction.
5. Business rules like event date, time, bid decrement, extension etc. also will be communicated through service
provider for compliance.
6. Bidders have to fax /e-mail the Compliance form (annexure III) before start of Reverse auction. Without this, the
bidder will not be eligible to participate in the event.
7. In line with the NIT terms, BHEL will provide the calculation sheet (e.g., EXCEL sheet) which will help to arrive at
“Total Cost to BHEL” which is inclusive of all cost elements in line with terms & conditions of the tender for each
of the bidder to enable them to fill-in the price and keep it ready for keying in during the Auction.
8. Reverse auction will be conducted on scheduled date & time.
9. At the end of Reverse Auction event, the lowest bidder value will be known on auction portal.
10. The lowest bidder has to fax/e-mail the duly signed and filled-in prescribed format for price breakup including that
of line items, if required, (Annexure IV) as provided on case-to-case basis to Service provider within two working
days of Auction without fail.
11. Bidders shall be required to read the “Terms and Conditions” section of the auctions site of Service provider, using
the Login IDs and passwords given to them by the service provider before reverse auction event. Bidders should
acquaint themselves of the “Business Rules of Reverse Auction‟, which will be communicated before the Reverse
Auction.
12. Bidder shall not divulge either his Bids or any other exclusive details of BHEL to any other party. If the Bidder or
any of his representatives are found to be involved in Price manipulation/ cartel formation of any kind, directly
or indirectly by communicating with other bidders, action as per extant BHEL guidelines for suspension of
business dealings (as available on www.bhel.com), shall be initiated by BHEL and the results of the RA will be
scrapped/ aborted.
13. Reverse Auction will be conducted if two or more bidders are techno-commercially qualified. In case of two or three
qualified bidders, there shall be no elimination of H1 bidder (whose quote is highest in sealed envelope price bid).
In case of four qualified bidders, the H1 bidder shall be eliminated whereas in case of five qualified bidders, H1 &
H2 bidders shall be eliminated. However, in case of six or more qualified bidders are available, RA would be
conducted amongst first 50% of the bidders arranged in the order of prices from lowest to highest. Number of
bidders eligible for participating in RA would be rounded off to next higher integer value if number of qualified
bidders is odd (e.g. if 7 bids are qualified, then RA will be conducted amongst lowest four bidders). However, there
will be no elimination of qualified bidders who are MSE or qualifying under PPP-MII, Order 2017, provided their
bids are within their respective margin of purchase preference {presently 15% for MSEs and 20% for PPP-MII, or
as amended from time to time}.
In case of multiple H1 bidders, all H1 bidders (except MSEs and bidders qualifying under PPP-MII, Order 2017,
who are within the margin of purchase preference) shall be removed provided minimum two bidders remain in fray,
else no H1 removal.

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 23 of 30

Annexure -C

Certificate by Chartered Accountant on letter head


(applicable upto 31st December 2021 in line with MSME notification no. S.O. 2347(E), dated 16th June’2021 and S.O.
2119(E), dated 26th June’2020)

This is to Certify that M/S . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ,


(hereinafter referred to as 'company') having its registered office at ……………………………………………………
............................................................................... i s r e g i s t e r e d u n d e r M S ME D A c t 2 0 0 6 , ( E n t r e p r e n e u r
Memorandum No (Part—II)/ Udyam Registration Certificate No.
……………………………………………………………………………………… dtd: …………………………………….,
Category: ..................................................................................(Micro/Small/Medium)). (Copy enclosed).

Further verified from the Books of Accounts that the investment of the company as per the latest
audited financial year………………. as per MSMED Act 2006 is as follows:

1. For Manufacturing Enterprises: Investment in plant and machinery (i.e. original cost excluding land and
building and the items specified by the Ministry of Small Scale Industries vide its notification No. S.O.1722(E) dated October
5, 2006:
Rs ..................................... Lacs

2. For Service Enterprises: Investment in equipment (original cost excluding land and building and furniture, fittings
and other items not directly related to the service rendered or as may be notified under the MSMED Act, 2006:
Rs ..................................... Lacs

3. For Enterprises (having EM-II Certificate/ valid NSIC Certificate or Udyog Aadhar Memorandum): Investment in plant
and machinery or equipment is Rs…………………… Lacs and turnover is Rs. …………………………. Lacs (as notified in
MSME notification no. S.O. 2119 (E) dated 26.06.2020)

4. For Enterprises (Udyam registered under Udyam Registration Portal): Investment in plant and machinery or equipment
is Rs…………………… Lacs and turnover is Rs. …………………………. Lacs (as notified in MSME notification no. S.O.
2119 (E) dated 26.06.2020)
(Strike off whichever is not applicable)

The above investment of Rs ...................... …………Lacs is within permissible limit of


Rs ................................Lacs for ........................................... Micro / Small/ Medium (Strike off which is not applicable)
Category under MSMED Act 2006.
Or
The enterprise has been graduated upward from its original category (micro/small/medium) (strike off which is not
applicable), the enterprise shall maintain its prevailing status till expiry of one year from the close of year of
registration, as notified vide S.O. No. 2119 (E) dated 26.06.2020 & S.O. 2347 (E), dated 16.06.2021 published
in the gazette notification dated 26.06.2020 & 16.06.2021 by Ministry of MSME.
Or
The enterprise has been reverse-graduated from its original category (micro/small/medium) (strike off which is not
applicable), the enterprise will continue in its present category till the closure of the financial year and it will be
given the benefit of the changed status only with effect from 1st April of the financial year following the year in
which such change took place, as notified vide S.O. No. 2119 (E) dated 26.06.2020 & S.O. 2347 (E), dated
16.06.2021 published in the gazette notification dated 26.06.2020 & 16.06.2021 by Ministry of MSME.
Date:

(Signature)

Name:
Membership Number:
Seal of the Chartered Accountant

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 24 of 30

Annexure –D

Specific Clause w.r.t. BOCW Act & Cess Act

1. It shall be the sole responsibility of the contractor as employer to ensure compliance of all the statutory
obligations under the Building and other Construction Workers’ (Regulation of Employment and Conditions of
Service) Act, 1996 and the Building and other Construction Workers’ Welfare Cess Act, 1996 and the rules
made thereunder.
2. It shall be sole responsibility of the contractor engaging Building Workers in connection with the building or
other construction works in the capacity of employer to apply and obtain registration certificate specifying the
scope of work under the relevant provisions of the Building and Other Construction Workers’ (Regulation of
Employment and Conditions of Service) Act, 1996 from the appropriate Authorities.
3. It shall be responsibility of the contractor to furnish a copy of such Registration Certificate within a period of
one month from the date of commencement of Work.
4. It is responsibility of the contractor to register under the Building and other Construction Workers’ Welfare
Cess Act, 1996 and deposit the required Cess for the purposes of the Building and other Construction
Workers’ (Regulation of Employment and Conditions of Service) Act, 1996 at such rate as the Central
Government may, by notification in the Official Gazette, from time to time specify. However, before
registering and deposit of Cess under the Building and other Construction Workers’ Welfare Cess Act, 1996,
the contractor will seek written prior approval from the Construction Manager.
5. In case where the contractor has been accorded written approval by the Construction Manager and the
contractor is required to furnish information in Form I and deposit the Cess under the Building and other
Construction Workers’ Welfare Cess Act, 1996, fails to do so, BHEL reserves right to impose penalty at the
rate of 30% of Cess Amount.
6. It shall be sole responsibility of the contractor as employer to get registered every Building Worker, who is
between the age of 18 to 60 years of age and who has been engaged in any building or other construction
work for not less than ninety days during the preceding twelve months as Beneficiary under the Building and
other Construction Workers’ (Regulation of Employment and Conditions of Service) Act, 1996.
7. It shall be sole responsibility of the contractor as employer to maintain all the registers, records, notices and
submit returns under the Building and other Construction Workers’ (Regulation of Employment and
Conditions of Service) Act, 1996 and the Building and other Construction Workers’ Welfare Cess Act, 1996
and the rules made thereunder.
8. It shall be sole responsibility of the contractor as employer to provide notice of poisoning or occupation
notifiable diseases, to report of accident and dangerous occurrences to the concerned authorities under the
Building and other Construction Workers’ (Regulation of Employment and Conditions of Service) Act, 1996
and the rules made thereunder and to make payment of all statutory payments & compensation under the
Employees’ Compensation Act, 1923.
9. It shall be responsibility of the Contractor to furnish BHEL on monthly basis, Receipts/ Challans towards
Deposit of the Cess under the Building and other Construction Workers’ Welfare Cess Act, 1996 and the
rules made thereunder along with following statistics:
(i) Number of Building Workers employed during preceding one month.
(ii) Number of Building workers registered as Beneficiary during preceding one month.
(iii) Disbursement of Wages made to the Building Workers for preceding wage month.
(iv) Remittance of Contribution of Beneficiaries made during the preceding month
10. BHEL shall reimburse the contractor the Cess amount deposited for the purposes of the Building and other
Construction Workers’ (Regulation of Employment and Conditions of Service) Act, 1996 under the Building
and other Construction Workers’ Welfare Cess Act, 1996 and the rules made thereunder. However, BHEL
shall not reimburse the Fee paid towards the registration of establishment, fees paid towards registration of
Beneficiaries and Contribution of Beneficiaries remitted.
11. It shall be responsibility of the Building Worker engaged by the Contractor and registered as a beneficiary
under the Building and other Construction Workers’ (Regulation of Employment and Conditions of Service)
Act, 1996 to contribute to the Fund at such rate per mensem as may be specified by the State government
by notification in the Official Gazette. Where such beneficiary authorizes the contractor being his employer

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 25 of 30

to deduct his contribution from his monthly wages and to remit the same, the contractor shall remit such
contribution to the Building and other construction Workers’ Welfare Board in such manner as may be
directed by the Board, within the fifteen days from such deduction.
12. If any point of time during the contract period, non-compliance of the provisions of the Building and other
Construction Workers’ (Regulation of Employment and Conditions of Service) Act, 1996 and the Building and
other Construction Workers’ Welfare Cess Act, 1996 and the rules made thereunder is observed, BHEL
reserves the right to withhold a reasonable amount from the payables to discharge any obligations on behalf
of Contractors. The reasonable amount shall be decided by the Construction Manager in consultation with
Resident Accounts Officer & Head HR and shall be final.
13. The contractor shall declare to undertake any liability or claim arising out of employment of building workers
and shall indemnify BHEL from all consequences / liabilities / penalties in case of non compliance of the
provisions of the Building and other Construction Workers’ (Regulation of Employment and Conditions of
Service) Act, 1996 and the Building and other Construction Workers’ Welfare Cess Act, 1996 and the rules
made thereunder.

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 26 of 30

ANNEXURE-E

Statewise GST Registration nos.

Sl.
State / UT GST Reg. No.
No.
1 Andhra Pradesh 37AAACB4146P7Z8
2 Assam 18AAACB4146P1ZE
3 Bihar 10AAACB4146P1ZU
4 Chandigarh 04AAACB4146P1ZN
5 Chattishgarh 22AAACB4146P1ZP
6 Daman & Diu 25AAACB4146P1ZJ
7 Delhi 07AAACB4146P1ZH
8 Gujarat 24AAACB4146P1ZL
9 Haryana 06AAACB4146P1ZJ
10 HP 02AAACB4146P1ZR
11 Jharkhand 20AAACB4146P5ZP
12 Karnataka 29AAACB4146P1ZB
13 Kerala 32AAACB4146P1ZO
14 Maharashtra 27AAACB4146P1ZF
15 MP 23AAACB4146P1ZN
16 Punjab 03AAACB4146P2ZO
17 Rajasthan 08AAACB4146P1ZF
18 Tamil Nadu 33AAACB4146P2ZL
19 Telangana 36AAACB4146P1ZG
20 Tripura 16AAACB4146P1ZI
21 UP 09AAACB4146P2ZC
22 Uttarakhand 05AAACB4146P1ZL
23 West Bengal 19AAACB4146P1ZC
24 Mizoram 15AAACB4146P1ZK
25 Orissa 21AAACB4146P1ZR
26 Arunachal Pradesh 12AAACB4146P1ZQ

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 27 of 30

ANNEXURE-F

UNDERTAKING

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

To,

(Write Name & Address of Officer of BHEL inviting the Tender)

Dear Sir/Madam,

Sub: DECLARATION REGARDING INSOLVENCY/ LIQUIDATION/ BANKRUPTCY PROCEEDINGS

Ref: NIT/Tender Specification No:

I/We, _______________________________________________________________________________________

declare that, I/We am/are not under insolvency resolution process or liquidation or Bankruptcy Code Proceedings

(IBC) as on date, by NCLT or any adjudicating authority/authorities, which will render us ineligible for participation in

this tender.

Sign. of the AUTHORISED SIGNATORY


(With Name, Designation and Company seal)

Place:
Date:

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 28 of 30

Annexure- CPP-GST/I

Please arrange to submit this filled-up format along with Tender


Name of the Company
Address of Company*
Company Registration Number*
Name of Partners / Directors

ALL THE STATES WHERE BIDDER HAS A PLACE OF


BUSINESS*
ALL ADDRESS OF VENDOR MENTIONING THEIR PIN AS
PER THE LATEST GST REGISTRATION*
GSTN OF ALL THE ABOVE NOTED PLACES OF VENDOR*

Bidder Type: Indian/ Foreign*


City*
State*
Country*
Postal Code*
PAN/TAN Number*
Company's Establishment Year
Company's Nature of Business*
Company's Legal Status* {limited /undertaking/joint
venture/partnership/other}
Company Category* {micro unit as per MSME/small
unit as per MSME/medium unit as per MSME/ UAN as
per Udyog Aadhaar Memorandum/ Udyam
Registration Certificate / Ancillary unit/project affected
person of this company/SSI/ other}

Relevant documents to be submitted as applicable.


Enter Company's Contact Person Details
Title (Mr. / Mrs. / Ms. / Dr. / Shri) *
Contact Name*
Date of Birth*
Correspondence Email*
(Correspondence Email ID can be same
as your Login ID. All the mail correspondence
will be sent only to the Correspondence Email ID.)
Designation
Phone*
Fax*
Mobile*

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 29 of 30

Form-1 (Format for local content)

DECLARATION REGARDING MINIMUM LOCAL CONTENT IN LINE WITH


REVISED PUBLIC PROCUREMENT (PREFERENCE TO MAKE IN INDIA), ORDER 2017 DATED 04TH JUNE, 2020
AND SUBSEQUENT ORDER(S)
(To be typed and submitted in the Letter Head of the statutory auditor or cost auditor of the company (in the case of
companies) or a practising cost accountant or practicing chartered accountant (in respect of suppliers other than
companies))

----------------------------------------------------------------------------------------------------------------------------------------------
To,

(Write Name & Address of Officer of BHEL inviting the Tender)

Dear Sir,
Sub: Declaration reg. minimum local content in line with Public Procurement (Preference to Make in India), Order
2017-Revision, dated 04th June, 2020 and subsequent order(s).
Ref : 1) NIT/Tender Specification No: …………………………,
2) All other pertinent issues till date

We hereby certify that the items/works/services offered by……………………………………… (specify the name of the
organization here) has a local content of _______ % and this meets the local content requirement for ‘Class-I local
supplier’ / ‘Class II local supplier’ ** as defined in Public Procurement (Preference to Make in India), Order 2017-
Revision dated 04.06.2020 issued by DPIIT and subsequent order(s).
The details of the location(s) at which the local value addition is made are as follows:
1. ______________ 2. ______________
3. ______________ 4. ______________

Thanking you,
Yours faithfully,

(Signature, Date & Seal of Authorized Signatory of Statutory


Auditor/Cost Auditor/ practicing Cost Accountant/practicing
Chartered Accountant)

** - Strike out whichever is not applicable.

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

POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000
TENDER NO: PSER:SCT:RGN-M2324:24 Page 30 of 30

FORM – 3

DECLARATION REGARDING COMPLIANCE TO RESTRICTIONS UNDER RULE 144 (xi) OF GFR 2017
(To be submitted in the bidder’s letter head)

----------------------------------------------------------------------------------------------------------------------------------------------
To,

(Write Name & Address of Officer of BHEL inviting the Tender)

Dear Sir,

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

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


2) All other pertinent issues till date

I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border
with India and on sub-contracting to contractors from such countries. I certify that ________________ (specify the
name of the organization here), is not from such a country / has been registered with the Competent Authority (attach
valid registration by the Competent Authority, i.e., the Registration Committee constituted by the Dept. for Promotion of
Industry and Internal Trade (DPIIT)); and will not sub-contract any work to a contractor from such countries unless
such contractor is registered with the Competent Authority. (attach relevant valid registration, if applicable)

I hereby certify that we fulfil all requirements in this regard and is eligible to be considered.

Thanking you,
Yours faithfully,

(Signature, Date & Seal of


Authorized Signatory of the Bidder)

Note: Bidders to note that in case above certification given by a bidder, whose bid is accepted, is found to be false, then
this would be a ground for immediate termination and for taking further action in accordance with law and as per
BHEL guidelines.

Signature Not Verified


Digitally signed by MONISHA
ROYCHOUDHURY
Date: 2024.09.02 15:43:41 IST
Location: BHEL
POWER SECTOR EASTERN REGION, DJ-9/1, SALT LAKE CITY, KOLKATA - 700 091
(033) 23211960 (033) 23398000

You might also like