Professional Documents
Culture Documents
Corrigendum III 4
Corrigendum III 4
Corrigendum III 4
Corrigendum - III
NHAI/11013/NajibabadtoKotdwar/2021/E-107944 10.12.2021
To,
Sub: - 2-lane with paved shoulder of Najibabad Kotdwar section of NH-119 from Design Ch. 122+200
to Km. 137.760 (Existing Ch. 138.635) in the State of Uttar Pradesh. (Tender ID:-
2021_NHAI_90538_1)
This is regarding above subject tender. The following amendment are made in the RFP and
DCA of the above subject project tender:-
(i) Amendment in RFP & DCA – Annexure-I and Annnexure-1A (regarding APBG)
(ii) Amendment in RFP & DCA on account of Circular dated 07.12.2021 – Annexure-II
(iii) Reply of Pre-bid Queries – Annexure-III
(iv) Revised Technical Schedules, GAD, P&P, Geo Tech Report etc. – Annexure-IV
(v) * NHAI Circular dated 16.11.2021- reg- FlyAsh
*
NHAI has issued Policy Circular for Fly Ash Annexing Circular issued by
Ministry of Power dated 22.09.2021. Bidders are requested to consider the said Circular
while submitting bids.
Sub: - 2-lane with paved shoulder of Najibabad Kotdwar section of NH-119 from Design Ch. 122+200
to Km. 137.760 (Existing Ch. 138.635) in the State of Uttar Pradesh. (Tender ID:-
2021_NHAI_90538_1)
Annexure-I
Authority’s Engineer shall analyse these drone videos and Authority Engineer shall analyse these drone
give their comments in its digital MPRs covering inter-alia but videos and give their comments in its digital MPRs
not limited to the encumbrances/lands not available, sites of covering inter-alia but not limited to the
COS demands, progress of project, mobilisation of plant & encumbrances/lands not available, sites of COS
equipment, mobilisation of camp sites, progress on demands, progress of project, mobilisation of plant
rectification of NCRs etc. alongwith the proposed action plan. & equipment, mobilisation of camp sites, progress
Project Director of NHAI shall cross-check drone videos on rectification of NCRs etc. along with the
during the monthly physical inspections and notify the proposed action plan, Project Director of NHAI
discrepancies noticed, if any, between drone video, on shall cross-check drone videos during the monthly
Authority’s Engineer comments and ground reality. The physical inspections and notify the discrepancies
discrepancies shall be examined and addressed through joint noticed, if any, between drone video on Authority
site inspections. Engineer comments and ground reality. The
discrepancies shall be examined and addressed
through joint site inspections.
As per the policy, the Network Survey Vehicle
(NSV) survey needs to be carried out twice in a
year on completed project. Therefore, PDs should
plan biannually drone based video recording during
O&M period in such a manner so that there is no
overlap and digital data of O&M period is available
in regular intervals (quarterly)through NSV and
drone videography.
As the drone videos/ report will be permanent
record on Data Lake and will be used as evidences
during dispute resolution process before Arbitral
Tribunals/ Court including Supreme Court, the
drone video shall be carried out carefully and
correctly without distortions/ tampering by all the
parties concerned. The amount spent on recording
shall be charged to Contractor to the extent
covered in the agreement.
Annexure-I A
The following clause & article of Standard RFP of EPC and Standard EPC Agreement
are modified as under:
S.
Clause Reference Existing Clause Modified Clause
No.
1. Clause 1.2.7 of RFP Generally, the Lowest Bidder shall be the selected Generally, the Lowest Bidder shall be
Bidder. In case such Lowest Bidder fails to submit the selected Bidder. In case such
the originals Bid Securing Declaration, POA for Lowest Bidder fails to submit the
signing the Bid, POA for lead member of JV, if any, originals Bid Securing Declaration,
JBA for JV, if any, Integrity Pact, and experience POA for signing the Bid, POA for lead
certificates apostile at foreign origin, if any or member of JV, if any, JBA for JV, if
withdraws or is not selected for whatsoever reason any, Integrity Pact, and experience
except the reason mentioned in Clause 2.1.12 (b) certificates apostile at foreign origin, if
(4), the Authority shall annul the Bidding Process any and other documents required as
and invite fresh BIDs. per clause 2.11.2 or withdraws or is
not selected for whatsoever reason
except the reason mentioned in
Clause 2.1.12 (b) (4) & Clause 3.3.1,
the Authority shall annul the Bidding
Process and invite fresh BIDs.
2. Clause 1.2.10 Addition of New Clause in RFP A Bidder is required to submit, along
with its technical BID, a self-
certification that the item offered meets
the local content requirement for
'Class - I local Supplier' / `Class - II
local Supplier', as the case may be.
The self-certification shall also have
details of the location(s) at which the
local value addition is made. In case,
bidder has not submitted the aforesaid
certification the bidder will be treated
as 'Non- Local Supplier'.
3. Clause 2.1.2 of RFP An International Bidder bidding individually or as a An International Bidder bidding
member of a Joint Venture shall ensure that Power of individually or as a member of a Joint
Attorney is apostille by appropriate authority Venture shall ensure that Power of
notarised in the jurisdiction where the Power of Attorney is apostille by appropriate
Attorney is being issued and requirement of Indian authority and requirement of Indian
Stamp Act is duly fulfilled. Stamp Act is duly fulfilled.
I. Any “Bidder from a country which shares a
land border with India” will be eligible to bid,
only if the Bidder is registered with the
Competent Authority, specified in Annexure-
I of Order (Public Procurement No. 1) issued
by Ministry of Finance, Department of
Expenditure Public Procurement Division
vide F. No. 6/18/2019- PPD, dated 23rd July
2020, which shall form an integral part of
RFP and DCA (Copy enclosed).
II. “Bidder” (including the terms ‘tendered’,
‘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” 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 incorpora
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. “Beneficial owner” for the purpose of (III)
above means:
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 judicial 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 shareholding
agreements or voting agreements;
Validity of Registration:
4. Clause 2.1.15 of RFP Addition of New Clause in RFP All Orders of Ministry of
Finance/DPIIT/any other Government
agencies, as applicable and prevalent
on the date of LOA, shall be
applicable
5. Clause
C 2.1.16 Addition of New Clause in RFP Entities of countries
which have been identified by
Ministry of Road Transport a
Highways as not allowing Indian
companies to participate in their
Government procurement for any
item related to Ministry of Road
Transport Highways shall not be
allowed to participate in Government
procurement in India for all items
related to Ministry of Road Transport
& Highways, except for the list of
items published by the Ministry of
Road Transport & Highways
permitting their participation.
6. Clause
C 2.2.1 (d) Addition of New Clause in RFP For determining the eligibility of
Bidder from a country which
shares a land border with India
the following shall apply:
i. Any Bidder from a country
which shares a land border
with India will be eligible to
bid, only if the Bidder is
registered with the
Competent Authority,
specified in Annexure I of
Order (Public Procurement
No. 1) issued by
Ministry of
Finance, Department of
Expenditure Public
Procurement Division vide
F. No. 6/18/2019-PPD,
dated 23rd July 2020,
which shall form an
integral part of RFP and
DCA (Copy enclosed).
1. In c as e of a c om pany or
Lim ited Liability Partnership,
the beneficial owner is the
natural person(s), who,
whether acting alone or
together, or through one or
more judicial 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
shareholding agreements
or voting agreements;
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 such association or
body of individual;
iv. An Agent is a
person employed to do any act for
another, or to represent another
in dealings with third person.
v. The Selected
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. The definition
of "contractor from a country which
shares a land border with India"
shall be as in Clause 2.2.1(d)(ii)
above.
Certificate regarding Compliance:
A certificate on the letterhead of
the Bidder shall be required to be
submitted by the bidders certifying
the following:
"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 this
bidder is not from a country or, if
from such a country, has been
registered with the Competent
Authority as defined in Public
Procurement Order no F.No.
6/18/2019-PPD dated 23 July
2020. I hereby certify that this
bidder fulfills all requirements in
this regard and is eligible to be
considered."
It may be noted that in case the
above
certification is found to be false,
this would
be a ground f or imm ediate
rej ec tion of Bid/termination and
further legal action in accordance
with law.
Validity of Registration:
In respect of RFP,registration
should be valid at the time of
submission of bids and at the time of
acceptance of bids. If the Bidder
was validly registered at the time of
acceptance, registration shall not be a
relevant consideration during contract
execution.
7. Clause 2.2.2.1 of RFP Bidders who interalia meet the minimum qualification Bidders who inter alia meet the
criteria will be qualified only if their available BID minimum qualification criteria will be
capacity is more than the total BID value (value as qualified only if their available BID
per Clause 1.1.1). The available BID capacity will be capacity is more than the total BID
calculated as per following, based on information value (value as per Clause 1.1.1).
mentioned at Annexure-VI of Appendix-IA: The available BID capacity will be
Assessed Available BID capacity = (A*N*2.5 – B + c alc ulated as per following,
C), Where bas ed on information mentioned
N= Number of years prescribed for completion at Annexure-VI of Appendix-IA:
of work for which Bid is invited.
A = Maximum value of civil engineering works Assessed Available BID capacity =
excluding the amount of bonus received, if (A*N*2.5 - B + C), Where
any, in respect of EPC Projects executed in
any one year during the last five years N= Number of years prescribed for
(updated to the price level of the year completion of work for which Bid is
indicated in table at Note- 3 below) taking invited.
into account the completed as well as works A = Maximum value of civil
in progress. The EPC projects include engineering work s exc luding
turnkey project/ Item rate contract/ the am ount of bonus
Construction works. received, if any, in respect of
B = Value (updated to the price level of the EPC Projects executed in any
year indicated in table at Note-3 below) of one year during the last five
existing commitments, works for which years (updated to the price level
Appointed Date/ Commencement Date of the year indicated in table at
has been declared or on-going works to Note- 3 below) taking into
be completed during the period of account the completed as well
completion of the works for which BID is as works in progress. The
invited. For the sake of clarification, it is EPC projects include
mentioned that works for which LOA has turnkey project/ Item rate
been issued but Appointed Date/ contract/ Construction works
Commencement Date not declared as on B = Value (updated to the price
Bid Due Date shall not be considered level of the year indicated in
while calculating value of B. table at Note-3 below) of
C = The amount of bonus received, if any, in existing commitments, works
EPC Projects during the last 5 years for which the bidder has
(updated to the price level of the year emerged as the winner of the
indicated in table at Note-3 below). bids or on-going works to be
Note: completed during the
1. The Statement showing the value of all period of completion of the
existing commitments, works for which works for which BID is invited.
Appointed Date/ Commencement Date For the sake of clarification, it is
has been declared and ongoing works as mentioned that works for
well as the stipulated period of completion which bidder has emerged as
remaining for each of the works listed the winner of the bids but LOA
should be countersigned by the Client or has not been issued as on the
its Engineer-in-charge not below the rank day before opening the
of Executive Engineer or equivalent in financial bids shall also be
respect of EPC Projects or considered while calculating
Concessionaire / Authorized Signatory of value of B.
SPV in respect of BOT Projects and C= The amount of bonus received, if
verified by Statutory Auditor. any, in EPC Projects during the last
2. The amount of bonus received, if any, in 5 years (updated to the price level
EPC Projects should be countersigned by of the year indicated in table at
the Client or its Engineer-in-charge not Note-3 below).
below the rank of Executive Engineer or
equivalent in respect of EPC Projects. Note:
1. The Statement showing the
3. The factor for the year for updation to the value of all existing
price level is indicated as under:
commitments, works for
Year Year-1 Year-2 Year-3 Year-4 Year-5
which the contractor has
Up-dation 1.00 1.05 1.10 1.15 1.20emerged as the winner of
factor the bid as given by bidder
and ongoing works as well
as the stipulated period of
completion remaining for
each of the works listed
should be counters igned
by the Client or its
Engineer-in-charge not
below the rank of Executive
Engineer or equivalent
in respect of EPC Projects or
Concessionaire/Authorise
d Signatory of SPV in
respect of BOT Projects
and verified by Statutory
Auditor.
2. The amount of bonus
received, if any, in EPC
Projects should be
countersigned by the
Client or it Engineer-in-
charge not below the rank
of Executive Engineer or
equivalent in respect of
EPC Projects.
3. The factor for the year for
updation to the price level
is indicated as under:
Year Year-1 Year-2 Year-3
Up-dation 1.00 1.05 1.10
factor
Notes:
{Where applicable, evidence of valid
registration by the Competent
Authority shall be attached}
In case the above certification is
found to be false, this would be a
ground for immediate rejection of
Bid/termination and further legal
action in accordance with law.
11 Clause 4.14 of EPC Addition of New Clause in RFP The Contractor [Class I Local
Agreement Obligations relating to Local Content Supplier/ Class II Local Supplier/
Non Local Supplier] undertakes to
ensure minimum Local Content
in the Project Highway of at
least [50%/20%] duly complying
with the provisions of Department
for Promotion of Industry and
Internal Trade, Ministry of
Commerce and Industry,
Government of India Order No.
P-45021/2/2017-PP (BE- II)
dated September 16, 2020, as
amended or modified till Bid
Due Date and the provisions
under Rule 144(xi) of GFR, 2017.
Annexure-III
S. Clause
Queries by Bidder Reply
No. Reference
1. General The Najibabad to Kotdwar tender of As per clause 2.2.1 (a) “The Bidder may be a single
Rs.81 crs. Joint ventures of Indian or entity or a group of entities (the “Joint Venture”),
international allowed into this bid as coming together to implement the Project. The term
there is confusion in tender inviting BID. Bidder used herein would apply to both a single
entity and a Joint Venture. However, in case the
estimated cost of the project for which bid is
invited is upto Rs. 100 Crore, then Joint Venture
shall not be allowed. ” of RFP.