request for proposal (rfp no. rfp-17/tpia …

37
Page 1 of 37 (RFP-17/TPIA-PM/DHBVN/2017-18 ) REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA-PM/DHBVN/2017-18) FOR Appointment of Third Party Inspecting Agency for Quality Assurance, Inspection & Monitoring of Projects in DHBVN. VOLUME-I Indroduction and Terms of Reference

Upload: others

Post on 16-Feb-2022

13 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Page 1 of 37 (RFP-17/TPIA-PM/DHBVN/2017-18 )

REQUEST FOR PROPOSAL

(RFP NO. RFP-17/TPIA-PM/DHBVN/2017-18)

FOR

Appointment of Third Party Inspecting Agency for Quality Assurance, Inspection & Monitoring of Projects in DHBVN.

VOLUME-I

Indroduction and Terms of Reference

Page 2: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Page 2 of 37 (RFP-17/TPIA-PM/DHBVN/2017-18 )

VOLUME-I

General Conditions of Contracrt

Page 3: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Page 3 of 37 (RFP-17/TPIA-PM/DHBVN/2017-18 )

INDEX

VOLUME-I SECTION DESCPRITION

I INVITATION FOR BID

II INTRODUCTION AND TREMS OF REFERENCE

III ANNEXUURES

IV BIDDER RESPONSE FORMS

Page 4: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Page 4 of 37 (RFP-17/TPIA-PM/DHBVN/2017-18 )

SECTION – I

INVITATION FOR BID

(IFB)

Page 5: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …
Page 6: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

DAKSHIN HARYANA BIJLI VITRAN NIGAM

NECESSARY TERMS AND CONDITIONS FOR BIDDERS AGAINST NOTICE INVITING TENDER RFP No. RFP-17/TPIA-PM/DHBVN/2017-18

Sr. No.

Description Bidder response Agreed/ Disagreed

1. Invitation of Bid, Section-I, Volume-1 2. Introduction And Trems Of Reference, Section-II, Volume-1I 3. Annexuures, Section-III, Volume-I 4. BIDDER RESPONSE FORMS, Section-IV, Volume-I 5. Price proposal, Volume-II 6. Payment guideline for etendering, Volume.-3 7. Annexure-x-Quality_Assurance Plan, Volume.-4 8. Labour Regulations (PWD B&R tender), Volume.-5

Page 7: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

SECTION – II

INTRODUCTION AND TREMS OF REFERENCE

Page 8: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

INTRODUCTION AND TREMS OF REFERENCE (ITR)

1. Background

Dakshin Haryana Bijli Vitran Nigam (DHBVN) is a Govt. of Haryana undertaking registered

under the Companies Act-1956. DHBVN inherited the distribution business of erstwhile

Haryana State Electricity Board in pursuance to second transfer scheme notified by the

Govt. of Haryana on July 1, 1999. It commenced its operations on July 1, 1999 for the

Power Distribution and Retail Supply Business in the Southern Parts of Haryana covering

the ten districts of Hisar, Fatehabad, Bhiwani, Sirsa, Faridabad, Palwal, Gurgaon, Mewat,

Rewari and Narnaul.

2. OBJECTIVES of appointing Third Party Inspecting Agency

The main objective of appointing Third Party Inspecting Agency

• Implementation of HVDS (High Voltage Distribution System) and relocation of consumer meters

is to ensure quality of

projects executed by the turnkey contractors engaged by the DHBVN during the process of

execution or on completion. The Inspecting Agency is required to inspect quality of material,

work man ship of the project, standards being followed by the turnkey contractors Generally

following type of works are being carried out by DHBVN to upgrade or strengthen its

distribution network:

• Construction of new 11 kV Feeders and LT feeders.

• Bifurcation/Augmentation & Strengthening of 11 kV Feeders and LT feeders.

• Construction of new 33/11 kV 10 MVA substation (Including Civil Works) and 33KV Lines

• Augmentation of 33 kV S/Stn and 33KV Lines

3. Scope of Work

A. Quality monitoring of turnkey projects under jurisdiction of DHBVN at site of the work on behalf of Nigam.

B. The Inspecting agency shall carry out the following tasks:-

I. To carry out the field inspection at site to check quality of work, work man ship and

standards as per Nigam specifications, relevant electricity rules for the projects

executed under the turnkey modality on behalf of DHBVN, any other duty assigned by

the Nigam not limited to the activities mentioned such as issue of satisfactory

completion certificate of the work, verification of final bills submitted by the turnkey

contractors if so assigned, verification of final quantity of material utilized at the site etc.

Page 9: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

II. All tool and tackles required for inspecting the work will be arranged and transported at

site by the firm at own cost and expenses on receipt of information from nodal officer of

the turnkey project for carrying out the inspection every time till the completion of the

project.

III. Inspection will be carried out and information/Report will be submitted to the Nigam

within 15 days after receiving notice/information from the Nigam. The date of

inspection will be intimated to the Nigam & turnkey contractor before departing for

inspection.

The work wise number of Man days and inspection stages are as defined.

1. 10 KM of 33 kV line

Sr. No. Stages Man Days (in Number) 1. Erection of poles with fittings 1.5 2. Erection of complete line 2 3. Final inspection before CEI along

with measurement validation after removal of defects in stage 2

3

2. 10 KM of 11 kV line

Sr. No. Stages Man Days (in Number) 1. Erection of poles with fittings 1.5 2. Erection of complete line 2 3. Final inspection before CEI along

with measurement validation after removal of defects in stage 2

3

3. 10 Nos. DT S/Station

Sr. No. Stages Man Days (in Number) 1. Installation of complete DT S/stn. 0.5 2. Final inspection before CEI along

with measurement validation after removal of defects in stage 1

1

4. Augmentation 10 KM of 33 kV line

Sr. No. Stages Man Days (in Number) 1. Erection of complete line 1.5 2. Final inspection before CEI along

with measurement validation after removal of defects in stage 1

2

Page 10: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

5. Augmentation 10 KM of 11 kV line

Sr. No. Stages Man Days (in Number) 1. Erection of complete line 1.5 2. Final inspection before CEI along

with measurement validation after removal of defects in stage 1

2.0

6. Construction of one no. 33 kV Sub-Station (with one no. 33/11kV power

Transformer) including civil works Sr. No. Stages Man Days (in Number)

1. After 10% construction 1 2. After 90% Construction 2 3. Final inspection before CEI along

with measurement validation after removal of defects in stage 2

2

7. LVDS including meter relocation per 100 consumer

Sr. No. Stages Man Days (in Number)

1. Erection of complete work 1.5 2. Final inspection before CEI along

with measurement validation after removal of defects in stage 1

1.5

8. Any other type of work not included under the above categories:

Sr. No.

Stages Man Days (in Number)

a. For works below Rs 10.00 lacs value 1. Erection of complete work 1 2. Final inspection before CEI along with

measurement validation after removal of defects in stage 1

2

b. For works between Rs 10.00 to 25.00 lacs value 1. Erection of complete work 2.0 2. Final inspection before CEI along with

measurement validation after removal of defects in stage 1

3.0

c. For works between Rs 25.00 to 50.00 lacs value 1. Erection of complete work 2.5 2. Final inspection before CEI along with

measurement validation after removal of defects in stage 1

4

d. For works between Rs 50.00 to 100.00 lacs value 1. Erection of complete work 4 2. Final inspection before CEI along with

measurement validation after removal of defects in stage 1

6.5

e. For works between Rs 01.00 to 2.00 crores value 1. Erection of complete work 4.5 2. Final inspection before CEI along with 8.5

Page 11: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

4. Physical Area of Work

Any where under the jurisdiction of dakshin haryana bijli vitran nigam.

4.1. Pre-Bid Conference

4.1.1. The pre-bid conference will be held on date mentioned in RFP. The bidder may

request for clarification or changes in the tender documents by submitting the

issues in writing befor one working day before the pre-bid conference date. The

issues would be discussed in presence of all the prospective bidders, who wish

to be present on the pre-bid conference.

4.1.2. After thorough discussions held during the pre-bid conference, the dhbvn shall

prepare record notes of discussions, if required, and upload the same on the

website for information of the bidders.

4.1.3. The dhbvn may modify the tender documents by issuing addendum as a result

of a request or clarification discussed during the pre-bid conference.

4.2. Submission of bids

4.2.1. Bids must be submitted in two parts namely ‘proof of eligibility’ and ‘financial

proposal’. Both ‘proof of eligibility’ and financial proposal would be submitted

together on the date of submission of tenders mentioned earlier. Only those

bidders whose eligibility proofs are found complete in all respect and fulfil the

requisite criteria shall be called for the opening of the financial proposal.

5.

5.1.1 The bidder should have minimum experience of 5 years in Quality assurance,

inspection & monitoring of turnkey projects for electric power

distribution/transmission projects. During these 5 years the bidder should

experiance of the single contract of at least two year for quality assurance,

inspection & monitoring of turnkey projects with at least one Govt. owned

Discoms / SEB’s /Power Departments / CPSUs.

Pre Qualification Criteria and Proof of Eligibility 5.1 The bidders are required to fulfil the following essential conditions of eligibility criteria

for its technical and financial evaluation of bid proposal and shall furnish adequate form,

statements and documentary evidence/certificates in proof of the same:

measurement validation after removal of defects in stage 1

f. For works beyond Rs 02.00 crores value, the no. of mandays shall be calculated on the basis of a. to e. above.

Page 12: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

The bidder shall submit experience and performance certificates from the owners

for the works completed by them in the past in support of the above

requirements and other relevant documents to support the credentials,

experience, turnover etc.

5.1.2 Previous Performance of the bidder with Power utilities of Haryana during last

five years must be satisfactory if the bidder has worked with these utilities. Self

certification is required to be submitted by the firm. Any wrong declaration may

lead termination of the contract at any stage without prior notice and blacklisting

the bidder for at least three year.

5.1.3 The Bidder should submit the earnest money deposit (EMD) and the tender

purchase fees as mentioned in the tender documents in shape of Demand Draft

payable at Hisar in favour of DGM/F&A/MM, DHBVN, Hisar.

5.1.4 The Bidder should be a registered legal entity duly incorporated under the

relevant laws.

5.1.5 They should be a registered legal entity and should possess ISO-9001

certificate. Bidder shall have adequately qualified and experienced engineers

with capability of executing such type of assignments. The project in charge

should possess minimum Bachelor of Electrical Engineering degree or its

equivalent with a minimum relevant post qualification experience on similar jobs

of 8 years in the power distribution sector and shall be assisted by at least ten

engineers having educational qualification Bachelor of Electrical Engineering

degree or its equivalent with a minimum relevant post qualification experience

on similar jobs of 5 years in the power distribution sector. The the project in

charge and inspecting Engineers should possess minimum Bachelor of

Electrical Engineering degree with minimum 60% of marks with a minimum

relevant post qualification experience as mentioned above on similar jobs and

will not be more than 65 years of age at the time of last date of submission of

bid.

5.1.6 Bidders have to supply minim 11 nos. CVs (1 no for project in-charge and 10

no. for inspecting engineers) duly dated signed by the concerned engineer and

should not be later then last date of submission of bid and same must be duly

attested by the authorized signatory of the firm. Also submit the proof regarding

date of joining the firm. Generally, no change in the manpower is allowed,

however, in unavoidable circumstances, can be replaced with a person having

equal or better qualification and experience.

Page 13: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

5.2 FINANCIAL QUALIFICATION REQUIREMENTS: 5.2.1 Min. annual turnover of Rs.5 cr. in any of the last three financial years.

5.2.2 Min. cumulative turnover of Rs. 12 cr. in last Three years.

5.3 The bidder shall furnish following documents/details with its bid: 5.3.1 Documentary evidence/certificates as a proof of meeting the QR.

5.3.2 The complete annual reports together with Audited statement of

accounts of the firm company for last three years (separate),

immediately preceding the date of submission of bid.

5.3.3 Information regarding any litigation, current or during the last

two years, in which the Bidder is involved, the parties

concerned and disputed amount.

5.3.4 The declaration by the firm on NJSP that it is not blacklisted by any

State/Center Govt or Agency and shall be liable for the

consequences of wrong declaration. The bidder should submit along

with the Bid no blacklisting certificate for the past three years.

5.3.5 Copies of original documents defining the constitution or legal

status, place of registration and principal place of business, written

power of attorney of the signatory of the Bidder to commit the Bid.

5.3.6 Bidders who do not meet the above criteria shall not be evaluated

further in the bidding process. A Bidder shall be disqualified if it is

determined by DHBVN at any stage of bidding process that the Bidder

has made misleading or false representation in the form, statements

and attachments in the proof of the qualification requirements. The

bidders shall also be disqualified if it fails to continue to satisfy the

Qualifying Criteria during any stage of the evaluation process.

Supplementary information or documentation regarding qualifications

may be sought from the Bidders at any time and must be so provided

within a reasonable time frame as stipulated by the Client.

6. Financial proposal The bidder shall submit the financial offer in the format, in separate sealed envelope,

as per Annexure attached. In preparing the financial proposal, bidders are expected

Page 14: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

to take into account the requirements Financial Proposal, bidders and conditions

outlined in the tender documents.

7. EVALUATION Methodology

7.1 The ‘proof of eligibility’ shall be opened immediately after the deadline for bid

submission.

7.2 At the time of opening, the DHBVN representatives will carry out a preliminary

examination to ensure that they are complete, whether the EMD and the processing

fees have been submitted, whether the documents have been properly signed, and

whether the documents are generally in order. In case EMD or the tender purchase

fees is not received with the tender, the bid will be rejected out rightly and the tender

will not be opened.

7.3 Bidding company having not furnished the entire requisite within the stipulated time

period shall be rejected.

7.4 The DHBVN will open the financial bids of technically qualified bidders, on a pre-

decided date, in the O/o CE/P&D in the presence of bidders or their authorised

representatives who choose to be present. In case the opening date happens to be

or is declared a holiday, the bid shall be opened on the next working day at the same

place and time unless notified otherwise.

7.5 DHBVN reserves the right to negotiate both the scope of work and financial

proposals with the successful bidders.

8. Award of contract

8.1 The contract will be awarded following the negotiations and agreement shall be

signed between the selected bidders and DHBVN. In case there is a single bidder to

the assignment, then it shall be the DHBVN sole decision to go ahead with the

bidding or not. Any decision made by the DHBVN in this regard shall be considered

as final.

8.2 Within fifteen (15) days of the Notification of the Award the successful Bidder shall

sign and date the contract and return it to the awarding authority. In case the

successful Bidder fails to submit the Contract Agreement duly signed within 15 days

from the date of LoA, the LoA shall be withdrawn and the EMD shall be forfeited.

Page 15: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

8.3 The successful bidder shall be required to enter into a contract and deposit a

performance bank guarantee (in the attached Performa) or submit a D.D./Bankers

Cheque worth Rs. 5 lakh towards faithful performance of the contract payable at

Hisar and drawn on a Nationalized Bank in favour of ‘DGM/F&A/PD&C, DHBVN,

Hisar’ within 15 days from the date of issue of LoA, which shall be refunded without

any interest after successful completion of the contract. Security in any other form

shall not be accepted.

8.4 The Bank charges, if any, shall be to the account of the Bidder.

8.5 In case the performance bank guarantee or DD in lieu of performance security is not

submitted within 15 days of the date of LoA

i. The issue of the work order/contract shall be withheld by the concerned authority till

the receipt of Performance Bank Guarantee or DD/Bankers Cheque in lieu of

performance security.

ii. Penalty @ 0.35% per week or part thereof of the value of the BG would be charged

from the due date of submission, till the BG or DD in lieu of performance security is

not submitted by the firm.

iii. In case the Performance Bank Guarantee or DD/Bankers Cheque in lieu of the

Performance Security is not submitted within 45 days from the date of issue of issue

of LoA or the date if any as stipulated by the tender inviting authority, the DHBVN

reserves the right to cancel the LoA, forfeit the earnest money deposited by the

bidder and initiate the action for allotment to L-2 firm at L-1 rate or below.

iv. However before the expiry of above mentioned 45 days, the consultinf agency may

seek approval for grant of additional 1 month (maximum) on payment of the entire

penalty amount for 45 days as mentioned above. The grant of one month will not

entitle the firm to claim the extension during of duration of assignment.

Note: - BG would be issued by any scheduled bank in branch situated in Hisar. 8.6 All payments will be made only after successful completion of the assignment as per

the terms of the agreement/contract signed between the Consultant and the DHBVN.

8.7 All establishment charges will be inclusive and no extra charges will be paid by

DHBVN.

Page 16: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

9. Contract Period

The contract period shall be 24 months from the date of LoA.

10. Drop Dead

DHBVN may, at any stage and in its sole discretion discontinue this

assignment and terminate the services of the consultant by giving a 15 days notice in

advance.

11. Terms of Payment

11.1 The invoices against the inspection of material / execution of works carried shall be

raised directly to the concerned office which issues the letter of Inspection

Authorization. The payment shall be made on 30th day of submission of the bill and

requisite documents to the executing office by the inspecting agency after attending

the discrepancies/shortcomings, if any pointed out by the Engineer-in-

charge/Executing office.

11.2 A rebate of 0.35 percent per week or part thereof shall be availed off by the Nigam if

payment is made earlier than the period specified above.

11.3 The delay in payments to the inspecting agency beyond the stipulated period

indicated in the bid document, unless supported by cogent reasons and approved by

a higher authority, would attract penal interest on the defaulting amount @ Rs. 0.15/-

per one thousand per day of delay beyond the stipulated.

12. Taxes and Duties

a. The final payment under this Clause shall be made only after satisfactory

completion of the activities mentioned in the Scope of Work.

b. If any excess payment has been made by the DHBVN due to difference in

price agreed and Inspecting Agency’s invoice, the amount will be deducted

from the bills of Inspecting Agency

c. The Inspecting Agency and the personnel shall pay all kind of taxes, duties,

fees, levies and other impositions levied under the existing, amended or

enacted laws during life of this contract and the Nigam shall perform such

duties in regard to the deduction of such tax as may be lawfully imposed.

Page 17: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

d. The TDS will be deducted from the due payment as per applicable rates at the

time of payment.

e. Payment of taxes/duties shall not be made separately in any case. However,

service tax will be paid by DHBVN as per applicable rates at the time of

payment.

13. Confidential Information

The Inspecting Agency and the personnel of any of them shall not either during the

term or within two (2) years after the expiration of this contract, disclose any

proprietary or confidential information relating to the Project, the Services, this

Contract or the Owner’s business or operations without the prior written consent of

the owner.

14. Subcontracting

No sub contracting, consortium or joint venture is permitted.

15. Settlement of Disputes

a. If any dispute or difference of any kind whatsoever will arise between the consultant

and the DHBVN in connection with or arising out of the Contract, the parties will

make every effort to resolve amicably such dispute of difference by mutual

consultation.

b. If after thirty (30) days the parties have failed to resolve their dispute or difference by

such mutual consultation, then either party may give notice to the other, of its

intention to commence arbitration, as hereinafter provided, as to the matter in

dispute, and no arbitration in respect of the matter may be commenced unless such

notice is given.

16. Arbitration

All matter questions, disputes, differences and /or claims arising out of and/or

concerning and/or in connection and/or in consequences or relating to this

contract/agreement whether or not obligations of either or both parties under this

contract to subsisting of the time of such dispute and whether or not this

contract/agreement has been terminated or purported to be terminated or completed,

Page 18: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

shall be referred to the sole arbitration of the MD, DHBVN or an officer appointed by

the M.D. DHBVN or his nominee .The award of the Arbitrator shall be final and

binding on the parties to this contract. The Arbitrator may from time to time may

enlarge the time for making the award with the consent of the parties to the

agreement.

17. Failure to execute the contract and effecting recoveries

17.1 Short listed Bidder failing to execute the order placed on them to the

satisfaction of the DHBVN under terms and conditions set forth therein or

failing to complete the contract, will be liable to make good the loss sustained

by the DHBVN consequent to the placing of fresh orders elsewhere at higher

rate i.e. the difference between the original prices and prices at which fresh

contract has been placed.

17.2 Any loss or penalty, arising due to non-fulfilment of this contract or any other

contract, will be adjusted after encashment of the performance bank guarantee

or any other amount due to the short listed Bidder from the DHBVN from this

contract as well as from other contract

17.3 The inspecting agency will complete the assignment within 10 days of receipt of

the information form authorizing DHBVN office through Fax/e-mail or any other

communication media. The inspection report should reach to the concerned

office issuing the Letter of Authorisation of Inspection within 15 days from the

date of authorisation. If the assignment is not carried out and report is not

received within the specified period or delayed, penalty @ Rs. 10,000/- per

week or part thereof during first 2 weeks or part thereof will be charged. A

penalty of Rs 25,000/- per week or part thereof will be levied for not carrying

out any job assigned or carried out after a delay of 2 weeks. If the delayed

assignments exceeds equal to or more than twenty and ten or more

assignments are not carried out during the contract period of two years, an

amount equal to 10% of total payment made during the period will be deducted

from the Contract Performance Guarantee or from the due payment. This will

be in addition to the normal penalty.

17.4 DHBVN reserve right to cross check the material and site inspected by the third

party inspecting agency. If pseudo inspection is noticed or quality of material

inspected by the inspecting agency is found of poor quality and results are not

Page 19: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

within permissible limit as specified in the specification/relevant ISS/Electricity

rules then on first default a penalty of Rs. 0.5 lacs, on second default a penalty

of Rs.1.0 lakh and on third default contract be terminated and contract

performance Guarantee submitted by the firm will be forfeited and case for

black listing of firm may be initiated. Any terms and condition not mentioned in

the document will be applicable as per procurement manual of the Nigam and

amendments thereof which is available at the Web-Site www.dhbvn.com.

17.5 Any terms and condition not mentioned in the document will be applicable as

per procurement manual of the Nigam and amendments thereof which is

available at the Web-Site www.dhbvn.com .

18.

The e-tendering sytem has been introduced in DHBVN through the portal

Important Instructions to Bidders for e-tender:

https://haryanaeprocurement.gov.in. The existing instructions to the bidders are for the offline mode of submission of tenders. But, with the introduction of e-tendering mode, the procedures as laid down below shall be followed. In the event of contradiction between the existing ITR for offline mode and following instructions for e-tendering, the procedures of e-tendering shall govern.

1.

All the bidders intending to participate in the tenders processed online are required to get registered on the centralized e - Procurement Portal i.e.

Registration of bidders on eProcurement Portal:-

https://haryanaeprocurement.gov.in. Please visit the website for more details. 2.

2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificates are issued by an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For more details please visit the website – https://haryanaeprocurement.gov.in.

2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain information and application format and documents required for the issue of digital certificate from:

M/s Nextenders (India) Pvt. Ltd. O/o. DS&D Haryana, SCO – 09, IInd Floor,

Obtaining a Digital Certificate:

Page 20: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Sector – 16, Panchkula – 134108 E - mail: [email protected] Help Desk: 1800-180-2097 (Toll Free Number) 2.4 Bid for a particular tender must be submitted online using the digital certificate

(Encryption & Signing), which is used to encrypt the data and sign the hash during the stage of bid preparation & hash submission. In case, during the process of a particular tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the users are advised to keep a backup of the certificate and also keep the copies at safe place under proper security (for its use in case of emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection certificate/power of attorney /lawful authorization to that User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm.

2.6 In case of any change in the authorization, it shall be the responsibility of management / partners of the firm to inform the certifying authority about the change and to obtain the digital signatures of the new person / user on behalf of the firm / company. The procedure for application of a digital certificate however will remain the same for the new user.

2.7 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company.

3

Tender document can be downloaded online. Bidders are required to pay the tender documents fees online using the electronic payments gateway service. For online payments guidelines, please refer to the Home page of the e-tendering Portal

Opening of an Electronic Payment Account:

http://haryanaeprocurement.gov.in. 4

In order to bid online on the portal Pre-requisites for online bidding:

http://haryanaeprocurement.gov.in , the user machine must be updated with the latest Java. The link for downloading latest java applet is available on the Home page of the e-tendering Portal.

5

The bidders can view the detailed NIT and the time schedule (Key Dates) for all the tenders floated through the single portal eProcurement system on the Home Page at

Online Viewing of Detailed Notice Inviting Tenders:

http://haryanaeprocurement.gov.in.

Page 21: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

6

The tender documents can be downloaded free of cost from the e-Procurement portal Download of Tender Documents:

http://haryanaeprocurement.gov.in. 7 Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the online Notice Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders.

8

(A) If bidder fails to complete the Online Bid Preparation & Submission stage on the stipulated date and time, his/hers bid will be considered as bid not submitted, and hence not appear during tender opening stage.

Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee, eService fee, EMD fees and Submission of Bid Seal (Hash) of online Bids:

8.1 The online payment for Tender document fee, eService Fee & EMD can be done

using the secure electronic payment gateway. The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD can be made online directly through RTGS / NEFT.

The secure electronic payments gateway is an online interface between contractors and Debit card / online payment authorization networks.

8.2 The bidders shall upload their technical offer containing documents , qualifying

criteria, and all other terms and conditions except the rates (price bid). The bidders shall quote the prices in price bid format. 8.3 Submission of bids will be preceded by submission of the digitally signed & sealed

bid (Hash) as stated in the time schedule (Key Dates) of the Tender. NOTE:-

(B) Bidders participating in online tenders shall check the validity of his/her Digital Signature Certificate before participating in the online Tenders at the portal http://haryanaeprocurement.gov.in.

(C) For help manual please refer to the ‘Home Page’ of the e-Procurement website at https://haryanaeprocurement.gov.in, and click on the available link ‘System Requirement” to download the file.

Page 22: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

SECTION – III

ANNEXURES

Page 23: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Annexure I Proof of eligibility (i) Details of EMD and tender fees submitted (DD/Cheque no. and date) as per the

requirements mentioned in the tender documents.

(ii) Proof of Organization as a legal entity under relevant laws.

(iii) FINANCIAL STATEMENTS OF THE LAST THREE FINANCIAL YEARS FOR BIDDER-

bidders are required to attach Balance sheet and Profit & Loss statement of last three

years. (IV) Proof/Citation of experience and performance.

(v) Declaration by the firm that it is not black listed by any Govt. or Agency for past three

years and also have no litigation during the period.

(vi) Approach and Methodology as per format.

(vii) Technical and Financial proposals.

(viii) List of cities where the firm has its offices

(ix) Format of Manpower Details – Sr. No. Manpower Details work

experience (years)

Qualification Key Projects Describing the skill set of Team member

Page 24: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Annexure-II RELEVANT EXPERIENCE OF TEAM, PROPOSED TEAM STRUCTURE AND STAFFING SCHEDULE In this section the Bidders should elaborate the team structure proposed, relevant

experience of team and staffing schedule for the Services covered under the Proposal. The

format to be used for submitting CVs of the team members is attached along with a format

to be used for Staffing Schedule Format to be used for submitting Curriculum Vitae (CV) of

Team Members

1. Proposed Position [only one candidate shall be nominated for each position]:

2. Name of Firm [Insert name of firm proposing the staff]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality: 5. Education[Indicate college/university and other specialized education of staff

member, giving names of institutions, degrees obtained, and dates of obtainment]:

6. Membership of Professional Associations: 7. Other Training [Indicate significant training since degrees]:

8. Countries of Work Experience: [List countries where staff has worked in the last ten

years]:

9. Languages [For each language indicate proficiency: good, fair, or poor in speaking,

reading, and writing]:

10. Employment Record [Starting with present position, list in reverse order every

employment held by staff member since graduation, giving for each employment (see

format here below): dates of employment, name of employing organization, positions held.]:

From [Year]: To [Year]:

Employer:

Positions held:

11. Detailed Tasks Assigned

[List all tasks to be performed

under this assignment]

12. Work Undertaken that Best Illustrates

Capability to Handle the Tasks Assigned

[Among the assignments in which the staff

has been involved, indicate the following

information for those assignments that

best illustrate staff capability to handle

the tasks listed under point 11.]

Page 25: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Name of assignment or project: Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

(Signature of staff member)

13. Declaration:

I,--------------------- being authorized signatory of the firm, certify that this CV correctly

describes qualifications and experience of Sh-------------------. I understand that any

misstatement described herein may lead to disqualification of firm at any stage.

Date: (Authorized Signatory of the firm)

Page 26: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Annexure III Format for Bank Guarantee PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with stamp Act)

Ref: ………………………. Bank Guarantee No………………

Dated …………………………...

To

The Chief Engineer/P&D,

DHBVN,Vidyut Sadan,

Vidyut Nagar,

Hisar-125005.

Dear Sirs,

In consideration of DHBVN (hereinafter referred to as the ‘Owner’ which expression

shall unless repugnant to the context or meaning thereof include its successors,

administrators and assigns) having awarded to M/S ……………… with its registered/Head

office at ………………………(herein after referred to as the Contractor which expression

shall unless repugnant to the context or meaning thereof, include its successors,

administrators, executors and assigns ), a Contract by issue of Owner’s Letter of Award

No.………………………..dated ……………and the same having been unequivocally

accepted by the Contractor, resulting in a Contact bearing

No.…………………Dated…………………Valued at ………………………..

for………………………(Scope of Contract) and the Contractor having agreed to provide a

Contract Performance Guarantee for the faithful performance of the entire Contract equivalent

to ……………….. of the said value of the Contract to the Owner.

We …………………………………………………………………………(Name and Address of

the Bank ).

Having its Head Office at ……………………(hereinafter referred to as the ‘Bank’ which

expression shall, unless repugnant to the context or meaning thereof, include its successors,

administrators, executors and assigns) do hereby guarantee and undertake to pay the

Owner, on demand any and all monies payable by the Contractor to the extent

of………………………….. as aforesaid at any time upto

………………………..(days/month/year) without any demur, reservation, contest recourse or

protest and/or without any reference to the Contractor.

Any such demand made by the owner on the Bank shall be conclusive and binding

notwithstanding any difference between the owner and the Contractor or any dispute

Page 27: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

pending before any Court, Tribunal, Arbitrator or any authority. The Bank undertakes not to

revoke his guarantee during its currency without previous consent of the Owner and further

agrees that the guarantee herein contained shall continue to be enforceable till the Owner

discharges this guarantee.

The Owner shall have the fullest liberty without affecting in any way the liability of the Bank

under this guarantee, from time to time to extend the time for performance of the contract by

the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee to

postpone from time to time the exercise of any powers vested in them or any right which they

might have against the Contractor, and to exercise the same at any time in any manner and

either to enforce or to for bear to enforce any covenants, contained or implied, in the

Contract between the Owner and the Contractor or any other course or remedy or security

available to the owner. The Bank shall not be released or its obligations under these

presents by any exercise by the Owner of its liberty without reference in the matters

aforesaid or any of them or by reason of any other Act of omission or commission on the part

of the Owner or any other indulgences shown by the Owner or by any other matter or thing

whatsoever which under law would but for this provision have the effect of relieving the Bank.

The Bank also agrees that the Owner at its option shall be entitled to enforce this a

guarantee against the Bank as a principal debtor, in the first instance without proceeding

against the Contractor and notwithstanding any security or other guarantees the owner may

have in relation to the Contractor’s liabilities.

Notwithstanding any thing contained herein above our liability under this guarantee is

restricted to……………………….And it shall remain in force upto and including……..and

shall be extended from time to time for such period as may be desired by M/S

…………………………………. On whose behalf this guarantee has been given.

Dated this…………………….Day of……………………2015 at…………………..

WITNESS

……………………….. …………………………….

(Signature) (Signature )

……………………….. ……………………………..

(Name) (Name)

……………………………..

(Official Address) (Designation with Bank Stamp) Attorney as per Power Of Attorney No:.……………………. Date:………………. Note:

The stamp papers of appropriate value shall be purchased in the name of issuing Bank.

Page 28: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Annexure lV Contract agreement This CONTRACT (hereinafter called the "Contract") is made on ___day of ____ by and

between Dakshin Haryana Bijli Vitran Utilities Ltd. (hereinafter referred as the “Client”)

having its principal place of business at Vidyut Sadan, Vidyut Nagar, Hisar, 122025 and

_______________ (hereinafter referred as the “Inspecting Agency” and abbreviated

as_______ having its principal office located at ________________________.

WHEREAS

(a) The Client has requested the Inspecting Agency to provide certain services for DHBVN

as defined in the bid document no._____ dated _____ and through letter of Award bearing

DHBVN reference vide memo number _________ dated __________ and confirmation of

the same by Inspecting Agency vide letter dated ________.

(b) The Inspecting Agency, having represented to the Client vide their bid that they have the

required professional skills, and personnel and technical resources, have agreed to provide

the Services on the terms and conditions set forth in this Contract.

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of this

Contract:

(a) The tender document and its subsequent addendums (if any) which shall include the

(b) The client’s letter of award to the Inspecting Agency

(c) The consultant’s acceptance letter against the letter of award.

2. The mutual rights and obligations of the Client and the Inspecting Agency shall be as set

forth in the Contract; in particular:

(a) The Inspecting Agency shall carry out the Services in accordance with the provisions of

the Contract; and

(b) The Client shall make payments to the Inspecting Agency in accordance with the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their

respective names as of the day and year first above written.

FOR THE CLIENT FOR THE INSPECTING AGENCY

Signed by Signed by

Title: Title:

Page 29: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

SECTION – IV

BIDDER RESPONSE FORMS

Page 30: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

BIDDER RESPONSE FORMS Form No F-1: BID Submission Sheet From: <Bidder> To: DHBVN ______________ _______ _____________________ _____________________ _____________________ _____________________ _____________________ _____________________ _____________________ Sir, Appointment for Inspecting Agency . I/we ____________________________________ Firm herewith enclose BID for appointment of my/our firm as Inspecting Agency for ________________. I/We hereby accept and abide by the scope & terms and conditions of BID document unconditionally. I/we ____________________________________ Firm also undertake that in case of the award of consultancy assignment for the Nigam / utilities, to provide services for the proposed assignment, we and any of our affiliates, will not be eligible to work as contractor for turnkey projects or in any other capacity with the Nigam during the currency of the quality monitoring assignment. I/we undertake to open office at the head quarter of DHBVN. Yours faithfully,

Signature : _________________ Full Name : _________________ Address : _________________

Page 31: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Form No F-2: Certificate as to Corporate Principal CERTIFICATE AS TO CORPORATE PRINCIPAL

Signature :

(To be signed by any of Board Directors or Co.Secry) I _______________________ certify that I am _________________ of the Company under the laws of __ _______________ and that __________________ who signed the above tender is authorised to bind the Company / Firm by authority of its governing body.

_________________ Seal: Full Name

_________________

Page 32: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Form No F-3a: Project Experience Kindly provide relevant Project Experience of the Firm's relevant past experience in either: Expe rie nce for qua lity monitoring work for s upe rvis ion of e xe cution of e le ctric powe r distribution/ transmission projects of Govt. owned Discoms/SEB’s/Power Departments/ CPSUs. Va lue a nd Ye a r of a wa rd/ comple tion of a s s ignme nts . Role of the Firm in a s s ignme nt Applica tions / Module s worke d on by the Firm Sl. No.

Assignment

Year Value of Assignment

Role of Firm

Client & Business

Award Completion

Please provide proof of completed assignments.

Signature

_________________ Seal: Full Name

_________________ Address : _________________

Page 33: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Form No F-3b: Performance Certificate Kindly provide Client Performance Certificates for the completed projects provided for Form No F-3a stating the role, value, Year of award/ completion and broad scope of work of the engaged firm and the client’s satisfaction level. Or Copy of LoA/ Work Order along with proof of release of final payment

Page 34: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Form No F -4: Company Information Kindly provide the following details for the Firm and Consortium Members: 1 Name of the Firm:______ ____________________________ 2 Individual and Cumulative Turnover in the Last three audited financial years (in Rs): Firm

Year 2006-07

Year 2007-08

Year 2008-09

Total

<Amount in Rs >

<Amount in Rs >

<Amount in Rs >

<Amount in Rs >

(Please provide Published Annual Account for Balance Sheet and Profit and Loss statements as Proof)

Signature : _________________ Seal: Full Name

_________________

Page 35: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Form No F-5: Approach and Methodology Approach & Methodology, Team Composition and Task Assignment

Technical approach, methodology and work plan are key components of the Technical

Proposal. The Participants are suggested to present their approach, methodology and work

plan in maximum 50 pages, inclusive of charts and diagrams, dividing into the following

three chapters:

a) Technical Approach and Methodology,

b) Work Plan, and

c) Organization and Staffing,

a) Technical Approach and Methodology: In this chapter, understanding of the

objectives of the assignment, approach to the services, methodology for carrying out

the activities and obtaining the expected output, and the degree of detail of such

output shall be explained. The problems areas to be addressed and their importance

shall be highlighted along with explanation of the technical approach; the

participants will adopt to address them. The participants shall also explain the

methodologies they propose to adopt including the compatibility of those

methodologies with the proposed approach.

b) Work Plan: In this chapter, the main activities of the assignment, their content and

duration, phasing and interrelations, milestones (including interim approvals by the

Client), and delivery dates of the reports shall be included. The proposed work plan

should be consistent with the technical approach and methodology, showing

understanding of the SoW and ability to translate them into a feasible working plan. A

list of the final documents, including reports, drawings, and tables to be delivered as

final output, should be included here. The work plan should be consistent with the

Deliverables and Time Schedule.

c) Team Composition and Task Assignment: In this chapter, the structure and

composition of team and the task assignment to each team member shall be

highlighted in the table given below. It should be based on main activities/tasks of

the assignment and the key expert assigned to that activity/task.

Name of Staff Area of Expertise Position Assigned Task Assigned

Page 36: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Signature : _________________ Attestation by

authorized Signatory Full Name

_________________

Page 37: REQUEST FOR PROPOSAL (RFP NO. RFP-17/TPIA …

Form No F-6: Deviations/No Deviations Confirmation, Comments & Suggestions

Signature :

DEVIATIONS/COMMENTS/ SUGGESTIONS OF CONSULTANT On the Scope of Work, or any related area: 1. 2. 3. 4. (In case of no deviations, a statement to that effect must be given)

_________________ Seal Full Name

_________________ Address : _________________