4 Section 4 BF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 50

Section 4: Bidding Forms 4-1

Section 4: Bidding Forms

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-2

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED

Bid No. :

Name of Work:

Name of the Bidder.:

Submitted
Reference Page No.
Sl. No. Item in the Technical
Yes No Submittal

A. CHECK SHEET FOR TECHNICAL BID SUBMISSION

1. Bid Security:

Is Bid Security of requisite amount submitted in separate sealed


1.1
envelope?
Mode of Submitting Bid Security (Please tick the appropriate category) :

(i) Demand Draft (DD):

(ii) Bank Guarantee (BG):

(a)
iii) Banker’s Cheque:

iv) FDR:

(v) Seeking Exemption:

(b) FDR/Banker’s Cheque/Demand Draft/ Bank Guarantee No. (FDR/Banker’s Cheque/DD/BG) No. :

(c) Date of issuing of FDR/Banker’s Cheque/DD/BG:

(d) In case of FDR/BG, validity date :

(e) Amount of FDR/Banker’s Cheque/DD/BG:

(f) Name & Address of issuing Bank:

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-3

In case of Exemption, Exemption certificate submitted from (Please tick the appropriate category) :

(i) MSME:

(g)
(ii) NSIC :

(iii) Startup :

(h) Registration No. of Exemption Certificate:

2. The written confirmation of authorization to sign on behalf of the Bidder:

In case of Private/Public Companies, a Power of Attorney (POA)


from the legal representative of the company who has been
authorized by the Board Resolution, constitution of the legal entity,
2.1
articles of incorporation or other valid legal instruments acceptable
to the Employer. Copy of Board Resolution shall also be
submitted, where applicable.
In case of proprietorship bidders, Power of Attorney by the
2.2
Proprietors.
In case of partnership bidders, Power of Attorney duly signed by
2.3
all the partners.
In case of Limited Liability partnership (LLP), a POA from the legal
representative of the company who has been authorized by the
Board Resolution, constitution of the legal entity, articles of
2.4
incorporation or other valid legal instruments acceptable to the
Employer. Copy of Board Resolution shall also be submitted,
where applicable.
In case of Joint Venture, Power of Attorney duly signed by
2.5 individual partners to the Lead partner as per the form given in NA
Section-4 with stipulated documents.
3. DOCUMENTS REQUIRED AS PER BID

3.1 Letter of Technical Bid

3.2 Affidavit

3.3 Form PER-1 : Proposed Personnel

3.4 Form PER-2 : Resume of Proposed Personnel NA


3.5 Equipment NA
3.6 Site Organization

3.7 Method Statement

3.8 Mobilization Schedule


3.9 Construction/Any other Schedule
3.10 Form ELI-1 : Bidder’s Information Sheet
Form ELI-2 : Joint Venture / Specialist Consultant Information
3.11 NA
Sheet
3.12 Form ELI-3 : Joint Venture Agreement NA

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-4

3.13 Form ELI-4 : Power of Attorney (POA) Single Entity


Form ELI-5: Format for Power of Attorney for Authorized
3.14 Signatory of Joint Venture (JV Partners) NA

Form ELI- 6: Format for Power of Attorney to Lead Partner and


3.15 Authorized Representative of Joint Venture (JV) NA

3.16 Form CON-1 : Historical Contract Non Performance

3.17 Form FIN-1: Historical Financial Performance

3.18 Form FIN-2- Average Annual Turnover

3.19 Form FIN-3- Availability of Financial Resources NA


Form FIN-4- Financial Requirements for Current Contract
3.20 NA
Commitments
Form FIN-5- Self – Assessment Tool for Bidder’s Compliance to
3.21 NA
Financial Resources.
3.22 Form EXP-1- Contracts of Similar Size and Nature

3.23 Form EXP-2- Project Experience in Key Activities NA


Form UT-1 : Undertaking for neighbor sharing land border with
3.24
India
3.25 Form UT-2 : Undertaking by Parent Company NA
3.26 Form UT-3 : - Certificate for Local Content

3.27 Form UT-4: Undertaking for Business Operation in India


Form CL-1: Format for CV of Key Personnel proposed to be
3.28
deployed
3.29 Form CL-2 : Undertaking from sub-consultant NA
3.30 Form CL-3: Tentative Deployment Schedule

4.
ADDITIONAL REQUIREMENT
4.1 PAN No.

4.2
GST registration number

B. CHECK SHEET FOR PRICE BID SUBMISSION

The Price bid is provided in the form of MS-EXCEL file. The bidder shall download the MS-EXCEL
1. file and after quoting their price shall upload the same in the e-procurement portal. The bidder
shall complete the Price Bid in accordance with the instructions given in the Price Bid. No details
about price bid shall be submitted / disclosed directly or indirectly in the technical bid and in
such case, the Bid shall be rejected.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-5

Note:
(i) The check list is indicative and not exhaustive. The bidder must go through the complete bid
documents and submit the required document accordingly.
(ii) If any of the above form or criteria is not applicable to the bidder, then they can simply indicate
N.A. against the relevant column.

I hereby confirm that:

(i) I have checked the above list with our submittal. I am also aware that if our bid is not containing the
above documents, the Employer has the right to reject our bid.

(ii) All the pages of bid submission are properly index and numbered.

Seal:
Date:

(Signature of Authorised representative of bidder)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-6

Letter of Technical Bid


-Note-
The bidder must accomplish the Letter of Technical Bid on its letterhead clearly showing the bidder’s complete name
and address.

Date: ..................................................
LCB No.: __________________
Invitation for Bid No.: ______________________

To:

National Capital Region Transport Corporation Ltd.


GatiShakti Bhawan,
INA, New Delhi – 110023
Tel : +91-11- 2466 6700
Fax : +91-11- 2466 6723

We, the undersigned, declare that:

(a) We hereby confirm that, we have downloaded the complete set of bidding documents including
all addendum/corrigendum/clarifications along with the set of enclosures issued up to the
deadline of submission of Bid on e-procurement portal. We have examined and have no
reservations to the Bidding Documents, including addendum/corrigendum/clarifications issued
in accordance with Instructions to Bidders (ITB) 8. We accordingly offer to design, execute, and
complete the Works and remedy any defects therein so that they are fit for the purposes
defined in the Contract, and in conformity with the terms and conditions contained in the
Contract.

(b) We offer to execute in conformity with the Bidding Documents the following Works:

Bid No. and Name of Work: _________________

We are participating in the Bids for Bid No. ___________

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of 180 days
from the date fixed for the bid submission deadline in accordance with the Bidding Documents,
and it shall remain binding upon us and may be accepted at any time before the expiration of
that period.

(d) Our firm, including any Subcontractors or Suppliers for any part of the Contract, have
nationalities in accordance with ITB 4.2.

(e) We, including any Subcontractors or Suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITB 4.3.

(f) We are not participating, as a Bidder, either individually or as partner in a Joint Venture, in more
than one Bid in this bidding process in accordance with ITB 4.3(e), other than alternative bids
submitted in accordance with ITB 13.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-7

(g) Our firm, Joint Venture partners, associates, parent company, its affiliates or subsidiaries,
including any Subcontractors or Suppliers for any part of the contract, are not subject to, or not
controlled by any entity or individual that is subject to, a temporary suspension or a debarment
imposed by the Employer.

(h) Bidder or any of its constituents and /or subcontractor / subconsultant included in the bid have
not been blacklisted/banned for business dealings with Ministry of Housing and Urban Affairs
(MoHUA) along with any of its attached and subordinate offices or by any metro rail organizations
in India or by Ministry of Commerce issuing banning of business applicable over all departments
with the banning being valid as on the last date of submission of bids, except in cases where such
blacklisting/banning has been withdrawn by Competent Authority or has ceased on the deadline
for submission of the bids, for which satisfactory evidence is to be produce.

If so debarred, declared ineligible, temporarily suspended, or blacklisted, please state details


(as applicable to (h) Bidder or any of its constituents and /or subcontractor / subconsultant):
(i) Name of Institution: __________________
(ii) Period of debarment, ineligibility, or blacklisting [start and end date]: ____________
(iii) Reason for the debarment, ineligibility, or blacklisting: ________________________

(i) Our firms, Joint Venture partners, associates, parent company’s affiliates or subsidiaries,
including any Subcontractors or Suppliers key officers and directors have not been [charged or
convicted] of any criminal offense (including felonies and misdemeanors) or
infractions/violations of ordinance which carry the penalty of imprisonment.

If so charged or convicted, please state details:


(i) Nature of the offense/violation: __________________
(ii) Court/Area of jurisdiction: __________________
(iii) Resolution [i.e. dismissed; settled; convicted/duration of penalty]: __________________
(iv) Other relevant details [please specify details]:

(j) We understand that it is our obligation to notify Employer should our firm, Joint Venture
partners, associates, parent company, affiliates or subsidiaries, including any Subcontractors or
Suppliers, be temporarily suspended, debarred or become ineligible to work with Employer, the
Employer’s country, or any of our key officers and directors be charged or convicted of any
criminal offense or infractions/violations of ordinance which carry the penalty of imprisonment.

(k) Our firm, Joint Venture partners, associates, parent company, affiliates or subsidiaries,
including any Subcontractors or Suppliers, are not from a country which is prohibited to export
goods to or receive any payments from the Employer’s country by an act of compliance with a
decision of the United Nations Security Council taken under Chapter VII of the Charter of the
United Nations.

(l) [We are not a government-owned enterprise] / [We are a government-owned enterprise but
meet the requirements of ITB 4.5].1

(m) We have not been suspended nor declared ineligible by the Employer based on execution of a
Bid-Securing Declaration in accordance with ITB 4.6.

1
Use one of the two options as appropriate.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-8

(n) We agree to permit Employer or through their Auditors to inspect accounts, records and other
documents relating to the bid submission and contract performance pertaining to contractor,
supplier, sub-contractor.

(o) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance
with the requirements set forth in Section 6 (Employer’s Requirements) and our technical
proposal, or as otherwise agreed with the Employer.

(p) We understand that in case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of subsistence thereof, that we have
made material misrepresentation or has given any materially incorrect or false information, then
remedial actions shall be taken against us in accordance with ITB 3.1 (d).

(q) We declare that we and any of our constituents are not liable to be disqualified in Accordance
with ITB 4.4, and we are enclosing the affidavit for the same as per the Performa given in the bid
document.

(r) We have not made any deviations from the requirement of the bidding document and we have
also not made any tampering or changes in the bidding documents on which the bid is being
submitted and if any tampering or changes are detected at any stage, we understand the bid will
invite rejection and forfeiture of bid security / the contract will be liable to be terminated along with
forfeiture of performance security, even if LOA has been issued.

(s) We declare and confirm that in the submission of this bid, no agent, middleman or any
intermediary has been, or will be engaged to provide any services or any other item of work
related to the award and performance of this contract. We further confirm and declare that no
agency commission or any payment which may be construed as an agency commission has
been, or will be, paid and that the bid price does not include any such amount. We acknowledge
the right of the Employer, if he finds to the contrary, to declare our bid to be noncompliant and if
the contract has been awarded to declare the contract null and void.

(t) If our bid is accepted, we commit to submit work method statements for all major activities and
get these approved from the engineer prior to commencing work on such activities. We also
understand that the work shall be executed as per the approved method statements without
any deviations.
(u) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive

(v) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed; and

(w) We certify that in terms of Public Procurement (Preference to Make in India), Order 2017 as
mentioned in clause 36.1 of BDS.

(i) As we qualify being Class-I local supplier, we shall be availing Purchase Preference as we
meet ______% of Local Content for the Goods to be supplied against Bid No. ____________.
(Strike through this para, if, the bidder does not qualify being the class-I local supplier)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-9

(ii) A certificate for Local Content;

a. A certificate from the Statuary Auditor/Cost Auditor of our Company in terms of


DPIIT’s Order mentioned above is submitted with our offer as Form LC of the Bidding
Form.

b. A certificate from a practicing chartered accountant or cost accountant (in respect of


suppliers other than companies) in terms of DPIIT’s Order mentioned above is
submitted with our offer as Form LC of the Bidding Form.

(Strike out a or b above, whichever is not applicable)

(iii) We acknowledge that false declaration by the bidder regarding local value addition including
payments to be made to their vendors for local value addition shall be treated as a fraudulent
practice and will be in breach of the Code of Integrity under Rule 175(1) (i)(h) of the General
Financial Rules for which a bidder or its successors can be debarred for up to two years as
per Rule 151 (iii) of the General Financial Rules along with such other actions as may be
permissible under law.

(x) If our bid is accepted, we commit to submit a performance security in accordance with the Bidding
Documents;

Name ....................................................................................................................................
In the capacity of ..................................................................................................................
Signed ..................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .............................................................
Date……………………………………………………………………………………………………..

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-10

AFFIDAVIT

(To be executed in presence of Public Notary on non-judicial stamp paper of the


appropriate value in accordance with relevant stamp Act. The stamp paper has to be in
the name of the bidder)**

I …….. (Name and designation)**…… appointed as the attorney/authorized


signatory of the bidder (including its constituents), M/s. ________ (hereinafter
called the bidder) for the purpose of the Bid for the work of _________ as per the
bid No._________ of NCRTC, do hereby solemnly affirm and state on behalf of
the bidder including its constituents as under:

1. We understand that Employer requires that bidders, suppliers, and contractors


must observe the highest standard of ethics during the procurement and
execution of such contracts. We confirm and undertake that we including our
constituents, any subcontractors or suppliers for any part of the contract directly
or otherwise have not been / shall not be engaged in corrupt, fraudulent,
collusive, abusive, coercive, or obstructive practices or other integrity violations in
competing for the Contract in accordance with ITB 3.

We understand that the Employer has the right to reject our bid at any stage if it
determines that we have directly or otherwise, engaged in corrupt, fraudulent,
collusive, abusive, coercive, or obstructive practices or other integrity violations in
competing for the contract and will sanction a bidder or its successor, including
declaring ineligible for a stated period of time, to participate in Employer’s
activities, if it at any time determines that the bidder has, directly or otherwise,
engaged in corrupt, fraudulent, collusive, abusive, coercive, or obstructive
practices or other integrity violations in competing for, or in executing a contract
of the Employer in accordance with ITB 3;

2. That the bidder or any of its constituents and/or sub-contractor /sub-consultant


included in the bid have not been blacklisted/banned for business dealings with
Ministry of Housing and Urban Affairs (MoHUA) along with any of its attached
and subordinate offices or by any metro rail organizations in India or by Ministry
of Commerce issuing banning of business applicable over all departments with
the banning being valid as on the last date of submission of bids, except in cases
where such blacklisting/banning has been withdrawn by Competent Authority or
has ceased on the deadline for submission of the bids, for which satisfactory
evidence is to be produce.

3. That the Partner(s) of an existing JV who is not blacklisted/banned in its


individual capacity by Ministry of Housing and Urban Affairs (MoHUA) along with
any of its attached and subordinate offices or by any metro rail organizations in
India or by Ministry of Commerce, shall be allowed to participate in the future
Bids of the Employer.

4. That any previous contract of the bidder or of any of its constituents had been
terminated for contractor’s failure by MoHUA along with any of its attached and
subordinate offices or by any metro rail organizations in India at any time starting

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-11

from 02 years before the deadline for submission of bids. Provided, however,
there is no stay order or declaration by any Court against such termination of the
Contract or such termination of the Contract has not been revoked.

5. That the Bidder or any of its constituents is neither Bankrupt/Insolvent nor is in


the process of winding-up nor such a case is pending before any Court on the
deadline of submission of the bid.

6. That the name of the Bidder or any of its constituents is not on the list of “Poor
Performer” of MOHUA along with any of its attached and subordinate offices or of
any metro rail organizations in India as on the deadline for submission of bid.

7. We declare and certify that we have not made any misleading or false
representation in the forms, statements and attachments in proof of the
qualification requirements.

8. We declare that the information and documents submitted along with the bid by
us are correct and we are fully responsible for the correctness of the information
and documents, submitted by us.

9. We understand that Bidders shall immediately inform the Employer, in case


Bidder ceased to fulfill eligibility or Employer requests to provide evidence for
their continued eligibility in terms of ITB 4. In case the bidder fails to inform the
Employer or submits a false affidavit, the Employer has the right to reject the bid
and Bidder shall also be liable for Banning of Business dealings by the
Employer for a period of 02 (two) years.

10. We understand that in case it is found during the evaluation or at any time
before signing of the Agreement or after its execution and during the period of
subsistence thereof, that we have made material misrepresentation or has given
any materially incorrect or false information, then remedial actions shall be
taken against us in accordance with ITB 3.1 (d).

(DEPONENT)
SEAL AND SIGNATURE OF THE BIDDER

Verification:

Verified on ______ day of _____ at _________ that the contents of the


above-mentioned affidavit are true and correct and nothing material has been
concealed there from.

(DEPONENT)
SEAL AND SIGNATURE OF THE BIDDER

** The contents in Italics are only for guidance purpose and details as
appropriate, are to be filled in suitably by Bidder.

Attestation before Magistrate/Public Notary

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-12

Letter of Price Bid

(Please refer Price Bid of Bid No. DM/GC/COR-OF/216)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-13

Bid Security

Bank Guarantee
(On non-judicial stamp paper of the appropriate value in accordance with Stamp Act. The
stamp paper should be in the name of the Executing Bank).
From:
......................... [Insert Bank’s Name, and Address of Issuing Branch or Office] ....................
To:

National Capital Region Transport Corporation Ltd.,


GatiShakti Bhawan, INA, New Delhi-110023
Tele: +91-11-24666700,
Email: procurementcell@ncrtc.in
Beneficiary: National Capital Region Transport Corporation Ltd. (hereinafter called “the Employer”)
Date: ........................................................................
Bid Security No.: ..........................................................................................................................

We have been informed that . . . . . [Insert name of the Bidder]............ (hereinafter called "the
Bidder") intends to submit to you its bid (hereinafter called "the Bid") for the execution of . . . . . . . .
[name of contract ]. . . . . under Invitation for Bids No. . . . . . . . . .dated………. (“the IFB”).

WHEREAS, the Bidder is required to furnish Bid Security for the sum of [Insert Value of Bid
Security required], in the form of Bank Guarantee, according to your conditions of Bid.
AND
WHEREAS, ............[Insert Name of the Bank], with its Branch ...............[Insert Address] having
its Headquarters office at........ [Insert Address], hereinafter called the Bank, acting through
..............[Insert Name and Designation of the authorised persons of the Bank], have, at the
request of the Bidder, agreed to give guarantee for Bid security as hereinafter contained, in favour
of the Employer:

1. KNOW ALL MEN that by these present that I/We the undersigned [Insert name(s) of
authorized representatives of the Bank], being fully authorized to sign and incur obligations
for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally and irrevocably
guarantee to pay to the Employer full amount in the sum of [Insert Value of Bid Security
required] as above stated.

2. The Bank undertakes to immediately pay on presentation of demand by the Employer any
amount up to and including aforementioned full amount without any demur, reservation or
recourse. Any such demand made by the Employer on the Bank shall be final, conclusive and
binding, absolute and unequivocal on the Bank notwithstanding any disputes raised/ pending
before any Court, Tribunal, Arbitration or any Authority or any threatened litigation by the
Bidder or Bank.
3. The Bank shall pay the amount as demanded immediately on presentation of the demand by
Employer without any reference to the Bidder and without the Employer being required to
show grounds or give reasons for its demand of the amount so demanded.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-14

4. The guarantee hereinbefore shall not be affected by any change in the constitution of the Bank
or in the constitution of the Bidder.
5. The Bank agrees that no change, addition, modifications to the terms of the Bid document or
to any documents, which have been or may be made between the Employer and the Bidder,
will in any way absolve the Bank from the liability under this guarantee; and the Bank,
hereby, waives any requirement for notice of any such change, addition or modification made
by Employer at any time.
6. That this Guarantee commences from the date hereof and shall remain in force till
…………………. (Date to be filled as mentioned in clause 1.2 (a) of IFB (Bid Schedule)
7. The Bank Guarantee is unconditional and irrevocable.
8. The expressions Bank and Employer herein before used shall include their respective
successors and assigns.
9. The Bank hereby undertakes not to revoke the guarantee during its currency, except with the
previous consent in writing of the Employer. This guarantee is subject to the Uniform Rules
for Demand Guarantees, ICC Publication No.758, except that the supporting statement under
Article 15 (a) is excluded.
10. The Guarantee shall be valid in addition to and without prejudice to any other security
Guarantee (s) of Bidder in favour of the Employer. The Bank, under this Guarantee, shall be
deemed as Principal Debtor of the Employer.
11. Notwithstanding anything contained herein:

a) Our liability under this Bank Guarantee shall not exceed Rs.…………… (Rupees………)

b) This Bank Guarantee shall be valid up to …………….

c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee
only & only if you serve upon us a written claim or demand on or before…………

d) The bank guarantee shall be payable/Encashable at New Delhi.


Date ………… ………………………………………
Place…………. Bank’s Seal and authorized signature(s)
[Name in Block letters]………………....
[Designation]……………..…………
[P/Attorney] No.
Witness:

1 Signature
Name & Address & Seal
2 Signature Bank’s Seal
Name & address & Seal P/Attorney] No.
Note:

All italicized text is for guidance on how to prepare this bank guarantee and shall be deleted
from the final document.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-15

Technical Proposal

Personnel

Site Organization

Method Statement

Mobilization Schedule

Any other Schedule

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-16

Personnel

Form PER – 1: Proposed Personnel

Bidder should provide the details of the proposed personnel and their experience record in the relevant
Information Forms below for each candidate:

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

5. Title of position*

Name

6. Title of position*

Name

etc. Title of position*

Name

-- Note --
* As listed in Section 6 (Employer’s Requirements).

SEAL AND SIGNATURE OF THE BIDDER

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-17

Form PER – 2: Resumé of Proposed Personnel

DELETED

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-18

Equipment

DELETED

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-19

Site Organization

Method Statement

Mobilization Schedule

Any other Schedule

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-20

Bidders Qualification
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and
Qualification Criteria) the Bidder shall provide the following information requested in the
corresponding Information Sheets.

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of a Joint Venture,


legal name of each partner

q MSEs

Whether MSEs/Startup,
q Startup

Bidder’s country of
constitution/Incorporation

Bidder’s year of
constitution/Incorporation

Bidder’s legal address in


country of
constitution/Incorporation

Bidder’s authorized
representative
(name, signature, address,
telephone number(s), fax
number(s), e-mail address)

Attached are copies of the following documents.

q 1. In case of a single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB
4.1 and ITB 4.2.

q 2. Affidavit in case of Proprietary firm

q 3. Partnership Deed in case of partnership firm.

q 4. Authorization to represent the firm or Joint Venture named above, in accordance with ITB 20.2.

q 5. In case of a Joint Venture, Joint Venture agreement, in accordance with ITB 4.1.

q 6. In case of a government-owned enterprise, any additional documents not covered under 1 above required to comply with
ITB 4.5.

q 7. In case of MSEs/Startup, attach required certificate.

(Signature of Authorised representative of bidder)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-21

Form ELI - 2: Joint Venture Information Sheet

DELETED

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-22

Form CON - 1: Historical Contract Non-performance

Each Bidder must fill out this form in accordance with Criteria 2.2.1 and 2.2.3 of Section 3 (Evaluation and
Qualification Criteria) to describe any history of nonperforming contracts and pending litigation or
arbitration formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: ___________________


Table 1: History of Nonperforming Contracts
Choose one of the following:
q No nonperforming contracts.
q Below is a description of nonperforming contracts involving the Bidder (or each Joint Venture member if Bidder is a Joint
Venture).
Amount of
Non-
performed Total
Year Description
Portion of Contract
Contract (INR Amount (INR
equivalent) equivalent)
[insert year] Contract Identification: [indicate complete contract name/ number, and any [insert amount] [insert amount]
other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for nonperformance: [indicate main reason(s)]

(Signature of Authorised representative of bidder)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-23

Form FIN - 1: Historical Financial Performance


Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: ___________________

Financial Data from Balance Sheet for Previous 5 Years

Year 1*: Year 2: Year 3: Year 4: Year 5:

Total Assets (TA)

Total Liabilities (TL)

Net Worth = TA – TL

Current Assets (CA)

Current Liabilities (CL)

Working Capital = CA
– CL

*Year 1 shall be the latest financial year.

To be obtained for most recent year and carried forward to FIN -


Most Recent 3 Line 1; in case of Joint Ventures, to the corresponding Joint
Working Capital Venture Partner’s FIN – 3.

q The contents of this Form should be certified by a Chartered Accountant/Auditor (In case bidder or JV Partner is Indian, the
Form should be certified by generating Unique Document Identification Number (UDIN) as per Gazette Notification No.1-
CA(7)/192/2019 dated 02.08.2019), failing which Employer has right to reject the Bid.

q In case of Financial Statements are in currency(s) other than INR, in addition to above, Bidder shall also provide above
information in separate sheet duly certified by Chartered Accountant/Auditor (In case bidder or JV Partner is Indian, the Form
should be certified by generating Unique Document Identification Number (UDIN) as per Gazette Notification No.1-
CA(7)/192/2019 dated 02.08.2019) in INR equivalent by using methodology for adopting exchange rate as specified in Note 7
of EQC and ITB 15.4.

_____________________________________

SEAL AND SIGNATURE OF THE BIDDER


Certified that all figures and facts submitted in this form have been furnished after full consideration
of all observations/notes in Auditor’s reports.

_____________________
(Signature of CA/Auditor)

Name of CA/Auditor:______________

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-24

Registration No: ______________


______________________
(Seal)
UDIN No.________________________

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-25

Form FIN - 2: Average Annual Turnover from Consultancy Services


Each Bidder must fill out this form.

The information supplied should be the Annual Turnover from Consultancy Services of the Bidder or
each member of a Joint Venture in terms of the amounts billed to clients for each year for work in
progress or completed.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:

Joint Venture Partner: ___________________

Annual Turnover from Consultancy Services: Data for the Last 5 Years

Amount Exchange Turnover Amount in INR


Year
Currency Rate

Year 1*

Year 2

Year 3

Year 4

Year 5

*Year 1 shall be the latest financial year.


Average Annual Turnover from Consultancy Services

Notes:

q The contents of this Form should be certified by a Chartered Accountant/Auditor (In case bidder or JV Partner is Indian, the Form
should be certified by generating Unique Document Identification Number (UDIN) as per Gazette Notification No.1-CA(7)/192/2019
dated 02.08.2019), failing which Employer has right to reject the Bid.

q Exchange rate shall be adopted by using methodology as specified in Note 7 of EQC and ITB 15.4.

_________________________________

SEAL AND SIGNATURE OF THE BIDDER


Certified that all figures and facts submitted in this form have been furnished after full consideration of all
observations/notes in Auditor’s reports.
______________________
(Signature of CA/Auditor)
Name of CA/Auditor:______________
Registration No: ______________
______________________
(Seal)
UDIN No.________________________

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-26

Form FIN – 3: Availability of Financial Resources

(DELETED)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-27

Form FIN – 3A: Evidence of Availability of Credit Line Financial Resources

(DELETED)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-28

Form FIN- 4: Financial Requirements for Current Contract Commitments

(DELETED)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-29

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources


(Criterion 2.3.3 of Section 3)

(DELETED)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-30

Form EXP – 1: Contracts of Similar Size and Nature

Fill out one (1) form per contract.

The exchange rate to be used to calculate the value of the contract for conversion to a specific
currency as specified in Note 7 of EQC and ITB 15.4.

Contract of Similar Size and Nature


Contract No . . . . . .
Contract Identification
of . . . . .

Award Date Completion Date

Total Cost of Work (in *Project Area (in Ha)


INR)

If partner in a Joint
Venture or
Subcontractor, specify
Percent of Total
participation of Total
built-up area of the
project

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Similarity in Accordance with Criterion 2.4.1 of Section 3 (Evaluation


and Qualification Criteria)

(Signature of Authorised representative of bidder)

Notes:

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-31

1. The bidder shall attach a copy of the Certificate(s) issued by the employer in support of the information
being furnished in each EXP-1 Form, failing which the claim of the bidder shall be liable to be rejected
(in case of experience as a sub-contractor, the employer shall be the owner of the Project who has
engaged the main Contractor).

2. The experience certificate issued by the Engineer acting on behalf of the employer (owner of the
project) shall also be considered provided the documentary evidence establishing the appointment of
the said Engineer by the owner of the project shall also be required to be submitted with the bid.

3. As an alternative to the stipulated at 1 & 2 above, in case of DBFOT/BOT/BOOT projects which


are awarded by an owner to a concessionaire, a certificate from the concessionaire
certifying the experience of the bidder (Construction contractor) in execution of the
work to whom the execution work is subsequently awarded by the same concessionaire, can be
considered as proof execution of said work by the bidder. However, such certificate will need
to be countersigned by:

a) The owner of the Project who has granted the concession to the concessionaire, clearly indicating
the name, designation and official address of the signing authority.

Or

b) An Engineer appointed by the owner of the project who has granted the concession clearly indicating
the name, designation and official address of the signing authority. The document(s) establishing the
appointment of the said Engineer by the owner of the project shall also be required to be
submitted with the bid.

4. As an alternate to the stipulation at 1,2 & 3 above alternatively, the following notarized
set of documents from the Bidder can be considered to be proof of execution of the said
work by the Bidder subject to:

a) Completion Certificate issued by the Concessionaire / Contractor duly certified by Statutory Auditor /
Chartered Accountant of the bidder (In case bidder or JV Partner is Indian, the Completion Certificate
should be certified by generating Unique Document Identification Number (UDIN) as per Gazette
Notification No.1-CA(7)/192/2019 dated 02.08.2019) clearly indicating following shall also be
considered:

i. The subsequent award of the work to the bidder by the concessionaire/ Contractor, as the case
may be

Name of work, name of owner/employer, reference of contract agreement number,

ii. Period of execution (from date of start of work- date of completion)

iii. Project details as per eligibility Qualification criteria.

iv. Construction cost as per Concession agreement

v. Actual Construction cost

vi. Quantities of major items of work fulfilling the eligibility criteria, if any

vii. A clear averment to the effect that whether the work was completed/ Taken Over or
substantially completed.

However, the Bidder may also submit other documentary evidence duly certified by MD/CEO, full time
Director, Partner Authorised to Sign, Proprietor of the firm, to the satisfaction of the Employer, establishing

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-32

the technical parameters mentioned in Completion Certificate issued by Concessionaire / Contractor.


Certificate from Statutory Auditor /CA in such cases shall not be mandatory.

b) In case the option of this Para 4 is exercised by the bidder, then a documentary evidence establishing the
identity of the concessionaire/ contractor by the Employer (owner of the project) shall also be required to
be submitted with the bid.

5. *In case documents required as per para 1/ 2/ 3/ 4 does not mentioned the project area as required in
Clause 2.4.1 of EQC, then bidder as an alternative shall submit the project area duly certified by
MD/Director on the Board/CEO of Bidder’s company as proof.

6. The documentation/ information produced/ furnished by the bidder shall be subject to verification by
the Employer at any stage during the bidding process or during the contract execution. In case of
incorrect certification/ information furnished by any bidder, being noticed during such verification, the
employer reserves the right to disqualify or take suitable action. However, the Bidder/Contractor shall
not be absolved of the responsibility of submitting the genuine documents and will remain responsible
for all the documents submitted even if the Employer do not verify the Documents.

7. In case documents required as per para 1/ 2/ 3/ 4 does not mentioned the completion/ substantially
completed cost of the work as required for Clause 2.4.1 of EQC, then bidder as an alternative shall
submit the completed/ substantially completed cost of the work duly certified by Statutory Auditor /
Chartered Accountant and MD/Director on the Board/CEO of Bidder’s company as proof.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-33

Form EXP - 2: Consultancy Experience in Key Activities

(DELETED)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-34

Schedules

Schedule of Payment Currencies

(Not Applicable)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-35

Tables of Adjustment Data

Not Applicable

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-36

Bill of Quantities

(Please refer to Price Bid of Bid No. DM/GC/COR-OF/216)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-37

Form ELI-3 – Intended Joint Venture Agreement


[Ref ITB 4.1]

DELETED

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-38

Form ELI-4: Power of Attorney (POA) for Submitting Bid

(For Single Entity/Sole Bidder only)

(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant stamp Act. The stamp paper to be in the name of the company who is issuing the
power of Attorney)

Know all men by these presents, we ……………………………………. (name and address of the
registered office) do hereby constitute, appoint and authorize Mr./Ms.
……………………………..…………..(name and residential address) who is presently employed
with us and holding the position of ………………………….as our attorney, to do in our name and
on our behalf, all or any of the acts, deeds or things necessary or incidental to the bid for the
contract, including submission of bid, withdrawal, substitution and modification of bid, participating
in conferences, responding to queries, submission of information/ documents and generally to
represent us in all dealings with National Capital Region Transport Corporation Limited or any
other Government Agency or any person, in connection with the bid/contract for the said work until
culmination of the process of bidding till the contract agreement is entered into with the National
Capital Region Transport Corporation Limited and thereafter till the expiry of the contract
agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall
always be deemed to have been done by us.

…………………………………. (Signature)
(Name, Title and address) of the Person Accepting the POA.
…………………………………. (Signature)
(Name, Title and address) of the Person issuing the POA.
Note:
(i) The bidder should submit the notarized Power of Attorney. In case of Foreign Partners, Power of
Attorney(s) and Board Resolution, constitution of the legal entity, memorandum & articles of
association or other valid legal instruments acceptable to the Employer confirming authority on the
persons issuing the Power of Attorney for such actions shall be submitted duly notarized by the notary
public of country of origin and should be either stamped by Embassy/High Commission of India in
Bidder’s Country or Bidders from Partner Countries of Hague convention may submit these
documents with “Apostille” stamp.

Also, in case these documents are in foreign language the translation of the same shall be
authenticated by Embassy/High Commission of India in Bidder’s Country.

(ii) The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,
laid down by the applicable law and the charter documents of the executant(s) and when it is so
required the same should be under common seal affixed in accordance with the required procedure.

(iii) The bidder should submit following additional document in support of the POA as case to case basis:

a) In case of Private/Public Companies, a Power of Attorney (POA) from the legal representative
of the company who has been authorized by the Board Resolution, constitution of the legal

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-39

entity, articles of incorporation or other valid legal instruments acceptable to the Employer. Copy
of Board Resolution shall also be submitted, where applicable.

b) Proprietorship Affidavit in case of Proprietary bidder.

c) Partnership deed in case of partnership bidder.

d) In case of Limited Liability Partnership (LLP), a POA from the legal representative of the
company who has been authorized by the Board Resolution, constitution of the legal entity,
articles of incorporation or other valid legal instruments acceptable to the Employer. Copy of
Board Resolution shall also be submitted, where applicable.

e) Memorandum & Articles of Association in case of a Public/Private Company.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-40

Form: ELI-5

POWER OF ATTORNEY FOR AUTHORISED SIGNATORY


OF JOINT VENTURE (JV) PARTNERS
POWER OF ATTORNEY*
(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant stamp Act. The stamp paper to be in the name of the company who is issuing the
power of Attorney)

DELETED

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-41

Form: ELI-6

POWER OF ATTORNEY TO
LEAD PARTNER AND AUTHORISED REPRESENTATIVE
OF JOINT VENTURE (JV)
(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant stamp Act. The stamp paper to be in the name of the company who is issuing the
power of Attorney)

POWER OF ATTORNEY1

DELETED

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-42

Form: UT-1

UNDERTAKING FOR RESTRICTIONS UNDER RULE 144(xi) OF THE GENERAL FINAICIAL RULES
(GFRs)-2017 AS ISSUED BY LETTER NUMBER F.7/10/2021-PPD(1) DATED 23.02.2023 OF
PROCUREMENT POLICY DIVISION, DEPARTMENT OF EXPENDITURE (DOE) UNDER MINISTRY
OF FINANCE, GOVERNMENT OF INDIA OR ANY SUBSEQUENT AMENDMENT ON THE SUBJECT
MATTER ISSUED BY GOVERNMENT OF INDIA TILL DEADLINE FOR BID SUBMISSION

We ……………………………have read the Orders of Government of India mentioned in ITB Clause 4.2
(a) regarding restrictions on procurement under Rule 144(xi) of the General Financial Rules. We hereby
certify that we fulfil all the requirements under Orders of Government of India mentioned in ITB Clause
4.2 (a) and are eligible to be considered as follows:

i. We come under the details of bidder who are required to be registered with Competent Authority
as per para 2 & 3 of the orders of Government of India mentioned in ITB Clause 4.2 (a) and are
registered with Competent Authority vide registration no…..….. valid upto ……….. (attached
with this form)
ii. We do not come under the details of bidder who are required to be registered with
Competent Authority as per para 2 & 3 of the orders of Government of India mentioned in ITB
Clause 4.2 (a)

(Strike out (i) or (ii) whichever is not applicable. In case of (i), registration should be valid at the time of
submission of bids and at the time of acceptance of Bids)
We also undertake that we shall not sub-contract any work to an entity who comes under the details of
bidder who are required to be registered with Competent Authority as per para 2 & 3 of the orders of
Government of India mentioned in ITB Clause 4.2 (a), unless such entity(ies) are registered with
Competent Authority.
We further undertake that in case the work is awarded to us and at any point of time before completion of
the work, if we cease to comply the orders mentioned herein above, we are bound to notify the same to
the Employer as soon as possible but not later than 28 days of such change in status.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

• To be submitted along with the Technical Bid separately by sole entity/ each JV partner/ any
specialist subcontractor being the part of the Bidder.

• To be submitted by any/all Proposed Sub-Contractor(s) duly signed by the Contractor, with the
proposal of Contractor for approval of any/all such Proposed Sub-Contractor(s), during execution of the
Contract.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-43

Form: UT-2

GUARANTEE BY PARENT COMPANY


(in terms of ITB 32.2)

DELETED

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-44

Form: UT -3

CERTIFICATION FOR LOCAL CONTENT

It is certified that we M/s ____________________ , the Statutory Auditor or Cost Auditor of


the Company (in the case of company) or from a practicing cost accountant or chartered
accountant (in case of other than company), M/s __________________ who have informed
us that they are submitting their Bid to NCRTC for the work of:

Bid No. & Name of Work: ____________________________

We certify that the M/s ________________ fulfills to qualify as Class-I / Class-II local
Supplier or Service Provider (Strike out whichever is not applicable) in terms of Public
Procurement (Preference to Make in India), Order 2017 as mentioned in clause 36.1 of
BDS.

M/s___________ meet ______% of Local Content for _________________to be supplied


against Bid No. ______________ of NCRTC.

Seal and Signature of the


Statutory Auditor or Cost Auditor/
Practicing Cost Accountant or Chartered Accountant
of M/s______________

The details including name of vendor, location and percentage of ‘local content', should be
enclosed as 'Attachment to Form- Local Content'* …………………………......(Bidders to
Complete)

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-45

Form: UT-4

UNDERTAKING FOR BUSINESS OPERATION IN INDIA


(Refer Clause 3.2 (I) A. 1. of EQC)

It is to undertake that M/s …………………………. is registered/incorporated on


………………. (ddmmyyyy) and is in continuous operation since………………(ddmmyyyy) in
India in the field of Regional Plan / Masterplan / Development Plan / Zonal Plan / Local Area
Plan / Town Planning Scheme.

Seal and Signature


of MD/whole time Director on the Board /CEO/Proprietor/
Partner with maximum shares in partnership firms

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-46

Form: PQ
STANDARD FORMAT FOR PRE-BID QUERIES

Contract No. and Name of the Work:

Name of Bidder:

S.No. Relevant Relevant Queries Replies


Section/Clause Page No. of (To be filled by
No. and bid document NCRTC)
complete
description of
clause

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-47

FORM CL-1
Format for CV of Key Personnel proposed to be deployed

1. Proposed Position:

2. Name of Personnel:

3. Date of Birth:

4. Nationality:

5. Education Qualifications:

Year of passing Qualification Institute

(Add rows if required)

6. Membership of Professional Associations:

7. Other Trainings:

8. Countries of Work Experience

9. Languages (For each language indicate proficiency: good, fair, or poor in speaking, reading and
writing)

Language Speaking Writing Reading

10. Employment Record:

(Starting with present position, list in reverse order every employment held)

S No Period Employer Position Major Activities Location (City,


Held performed country)
From To

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-48

11. Experience of the Key person in carrying out “Eligible works” as defined in Clause 3.2 of
Section -3).

Project Name of Name of Period Position Brief Details of Remarks


Name Project client held by details of eligible
owner From -to the Key the project work
Person carried
out by the
key
person

12. Certifications

(a) I am willing to work for M/s _______ (name of Bidder ) in case M/s ___________(name of
bidder ) is awarded the work of ______________________________________(name of work
),and I will be available for the entire duration of the assignment as required
(b) I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes my qualifications, my experience and me

(Signature and name of the Key personnel)

Place………………………

(Signature and name of the authorized signatory of the Bidder)

Notes:
1. Use separate sheet for each Key Personnel

2. The CV shall be signed in ink by both the Key Personnel concerned and by the Authorized
Representative of the bidder along with the seal of the tenderer. Scanned documents with
signature of the expert shall also be accepted. Such scanned document shall be signed in ink by
the Authorized representative of the bidder.

3. The information in the CV especially under S.No.11 should be in details so as to correctly


evaluate the proposed key person/expert in terms of the requirements of Clause 3.2-II of the
Evaluation and Qualification criteria.

4. If an individual key Expert makes an averment regarding his qualification, experience, age or
any other details in his CV and it turns out to be false, the Expert shall be debarred for future
assignments in NCRTC and further action shall be taken in accordance with the clause 3.1 (d) of
ITB. Hence the bidder is required to verify and satisfy himself about the details stated by the
individual key experts, prior to its incorporation in its bid.

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-49

FORM CL-2
UNDERTAKING FROM SPECIALIST SUB-CONSULTANT
(Refer Clause 2.4.2 of EQC)
(On the Letterhead of specialist sub-consultant)

DELETED

DM/GC/COR-OF/216 NCRTC
Section 4: Bidding Forms 4-50

FORM CL-3
TENTATIVE DEPLOYMENT SCHEDULE
(Refer Note 11 and 3.2-II of EQC)

S No Description Unit Quantity

1. Deployment of various key Expert


(a) Team Leader (Project Manager and Senior Urban Man Month
Planner)
(b) Urban Planner Man Month
(c) Urban Designer Man Month
(d) Transport Planner Man Month
(e) Infrastructure Planner Man Month
(f) Environmental Planner Man Month
(g) Regulatory & Institutional Expert Man Month
(h) Real Estate Expert Man Month
2. Other support personnel (Details to be submitted)
(i) Man Month
(ii) Man Month
(iii) Man Month
(iv) Man Month
(v) Man Month
(vi) Man Month
(vii) Man Month
(xii) Man Month

DM/GC/COR-OF/216 NCRTC

You might also like