Bridge & Roof Co. (India) Limited
Bridge & Roof Co. (India) Limited
(INDIA) LIMITED
Notice Inviting Expression of Interest (EOI) No. B&R/HO/EMRS/51197 &
98/NESTS/EOI/CW/01
WITH
PRE-QUALIFICATION DOCUMENT
FOR
Sub Head: Civil Work including Electrical work, Sanitary & Plumbing, External
Water Supply System, Fire Protection System, Solar Power Plant,
Street Light, DG Set, CCTV, Landscaping and other Allied Works etc.
Page 1
MASTER INDEX
Name of work: CONSTRUCTION OF 16 (SIXTEEN) NOS. EKLAVYA MODEL RESIDENTIAL SCHOOL (EMRS) IN
DIFFERENT LOCATIONS WITHIN THE STATE OF JHARKHAND AND ODISHA UNDER EMRS
DIVISION OF NATIONAL EDUCATION SOCIETY FOR TRIBAL STUDENT (NESTS), MINISTRY
OF TRIBAL AFFAIRS, GOVERNMENT OF INDIA.
Sub Head : Civil Work including Electrical work, Sanitary & Plumbing, External Water Supply System, Fire
Protection System, Solar Power Plant, Street Light, DG Set, CCTV, Landscaping and other
Allied Works etc.
Page 2
Sl. Description Page
No. Nos.
38. List of Laboratory Equipment : Form - M 162
39. Affidavit Cum Declaration ( for MSME / NSIC / SSI / DGS&D Parties) : Form - N 163
40. Compliance to EOI / Bid Requirement (To be submitted in Bidder’s Letter Head) : Form - O 164
41. Format of Integrity Pact : Annexure - L 165-168
42. Format for Bid-Securing / Earnest Money Deposit(EMD) Declaration : Annexure - M 169
43. Format of Bank Guarantee In Lieu of Retention Money / Security Deposit : Annexure - N 170-171
44. Guarantee to be executed by Contractor for Removal of Defects after Completion of work in 172
respect of Water Proofing Works : Annexure – O(A)
45. Guarantee to be executed by Contractor for Removal of Defects after Completion of work in 173
respect of Anti Termite Treatment Works : Annexure – O(B)
46. Help for the Tenderer 174
Page 3
Notice Inviting Expression of Interest (EOI) No. B&R/HO/EMRS/51197 & 98/NESTS/EOI/CW/01, Dated
18.02.2021
Name of work: CONSTRUCTION OF 16 (SIXTEEN) NOS. EKLAVYA MODEL RESIDENTIAL SCHOOL (EMRS) IN
DIFFERENT LOCATIONS WITHIN THE STATE OF JHARKHAND AND ODISHA UNDER EMRS
DIVISION OF NATIONAL EDUCATION SOCIETY FOR TRIBAL STUDENT (NESTS), MINISTRY OF
TRIBAL AFFAIRS, GOVERNMENT OF INDIA.
Sub Head : Civil Work including Electrical work, Sanitary & Plumbing, External Water Supply System, Fire
Protection System, Solar Power Plant, Street Light, DG Set, CCTV, Landscaping and other Allied
Works etc.
CONTENTS
Sl. Technical Cover Details Documents
No.
1. Cover-I EOI Application Fee, Letter of Submission, Power of Attorney and Detail of
Information to be furnished by the bidder.
Page 4
BRIDGE & ROOF CO. (I) LTD.
“KANKARIA CENTRE” (4TH & 5TH FLOOR),
2/1, RUSSEL STREET,
KOLKATA-700071
INVITATION FOR NOTICE INVITING EXPRESSION OF INTEREST (EOI)
ANNEXURE - A
Notice Inviting Expression of Interest (EOI) No. B&R/HO/EMRS/51197 & 98/NESTS/EOI/CW/01, Dated
18.02.2021
Applications for Expression of Interest (EOI) are invited from Reputed, Resourceful and Experienced Parties
meeting Prescribed QUALIFYING CRITERIA for the work in connection with “CONSTRUCTION OF 16
(SIXTEEN) NOS. EKLAVYA MODEL RESIDENTIAL SCHOOL (EMRS) IN DIFFERENT LOCATIONS WITHIN
THE STATE OF JHARKHAND AND ODISHA UNDER EMRS DIVISION OF NATIONAL EDUCATION SOCIETY
FOR TRIBAL STUDENT (NESTS), MINISTRY OF TRIBAL AFFAIRS, GOVERNMENT OF INDIA.”
SUB-HEAD : Civil Work including Electrical work, Sanitary & Plumbing, External Water Supply System,
Fire Protection System, Solar Power Plant, Street Light, DG Set, CCTV, Landscaping and other Allied
Works etc.
Interested Bidder(s) have to enroll & register with the Government e-Procurement System and download the
tender document through logging on to https://eprocure.gov.in/eprocure/app.
Page 5
BRIDGE & ROOF CO.(INDIA) LIMITED
Kankaria Centre (4th & 5th Floor), 2/1, Russel Street, Kolkata – 700 071
CIN No. : U27310WB1920GOI003601
Notice Inviting Expression of Interest (EOI) No. B&R/HO/EMRS/51197 & 98/NESTS/EOI/CW/01, Dated 18.02.2021
Applications for Expression of Interest (EOI) are invited from Reputed, Resourceful and Experienced Parties meeting prescribed Qualifying Criteria by B&R for “CONSTRUCTION OF
16 (SIXTEEN) NOS. EKLAVYA MODEL RESIDENTIAL SCHOOL (EMRS) IN DIFFERENT LOCATIONS WITHIN THE STATE OF JHARKHAND AND ODISHA UNDER EMRS
DIVISION OF NATIONAL EDUCATION SOCIETY FOR TRIBAL STUDENT (NESTS), MINISTRY OF TRIBAL AFFAIRS, GOVERNMENT OF INDIA.” SUB-HEAD : Civil Work
including Electrical work, Sanitary & Plumbing, External Water Supply System, Fire Protection System, Solar Power Plant, Street Light, DG Set, CCTV, Landscaping and
other Allied Works etc.
The Bidder(s) shall submit the documents for any or all the following work :-
TABLE-1
Sl. Location Name of Tentative Value Completion Cost of EOI Tender Tender Inviting Put Tick
No. Package (Rs. in Cr.) (Excld. GST) Time Document Authority (TIA) ( √ ) Applied
(in Months) (Non Refundable) # for
(1) (2) (3) (4) (5) (6) (7) (8)
1 Construction of 16 (Sixteen) Nos. Eklavya Model Residential School (EMRS) in following locations under EMRS Division of Chief General
National Education Society for Tribal Student (NESTS), Ministry of Tribal Affairs, Government of India. Manager
A. FOR STATE OF JHARKHAND (Commercial)
Commercial
Ghaghra 18.00 Cr. Department,
i. Sisai Gumla District Package - 1 18.00 Cr. = 54.00 Cr. 12 Months Rs. 50,000/- Bridge & Roof Co.
Bherno 18.00 Cr. (India) Ltd,,
Kankaria Centre,
Gumla 18.00 Cr. (4th & 5th Floor),
ii. Raidih Gumla District Package - 2 18.00 Cr. = 54.00 Cr. 12 Months Rs. 50,000/- 2/1, Russel Street,
Dumri 18.00 Cr. Kolkata – 700071
Dumka
iii. Masalia Package - 3 18.00 Cr. = 18.00 Cr. 12 Months Rs. 15,000/-
District
B FOR STATE OF ODISHA
Padmapur 18.00 Cr.
Rayagada
iv. Kalyansinghpur Package - 4 18.00 Cr. = 54.00 Cr. 12 Months Rs. 50,000/-
District
Ramanguda 18.00 Cr.
# Tender Fee as mentioned in Column No. (6) shall be submitted along with EOI Application in the form of Demand Draft (DD) / Pay Order / Banker’s Cheque in favour of Bridge &
Roof Co. (India) Limited issued by a Nationalised / Scheduled Bank payable at Kolkata. [No A/c Payee Cheque shall be Considered].
Note : The Bidder must put Tick( √ ) for the Respective Package(s) applied for in Column No. (8)
Page 7
3. CRITICAL DATE SHEET:
1. EOI documents consisting of Pre-Qualification Criteria and the set of Techno-Commercial Terms & Conditions of
Contract, Technical Specification and other necessary Documents may be downloaded from the website
www.bridgeroof.co.in & https://eprocure.gov.in/eprocure/app.
2. Bids must be accompanied by cost of Tender Document (Non-Refundable) as mentioned in Table-1, in the form
of Demand Draft (D.D.) / Pay Order / Banker’s Cheque in favour of Bridge & Roof Co. (India) Limited issued by a
Nationalised / Scheduled Bank payable at Kolkata.
3. Checklist is to be duly filled in.
4. Price Bid shall be issued to only the Techno-Commercially Recommended / Qualified bidder(s) through CPP
Portal. Techno-Commercially Recommended / Qualified bidder(s) shall submit Percentage Price (to be quoted
as "above/ below/ at par" in percentage) in the allotted space of the Price Bid format. Quoted price shall be
inclusive of all but excluding GST.
5. If any of the intending bidders wishes to withdraw from participation in the bid, he / she can freely withdraw from
the participation before scheduled date and time of closure of Bid Submission.
6. B&R reserves right to cancel the bid without assigning any reason thereof.
7. Instructions / Guidelines for tenders for electronic submission of the tenders have been annexed for assigning the
agencies to participate in e-Tendering.
8. Any agencies willing to take part in the process of e-Tendering will have to be enrolled & registered with the
Government e-Procurement System; through logging on to https://eprocure.gov.in/eprocure/app. The agency
has to click on the link for e- Tendering site as given on the web portal.
9. Each Tenderer is required to obtain DSC (Enlisted Class-II / III ) for submission of online e-tendering from
any Certifying Authorities (CAs) certified by the Controller of Certifying Authorities (CCA) on payment of
requisite amount , details are available at the Website www.cca.gov.in.
10. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids shall
not be accepted. Tenderer / Contractors are advised to follow the instructions provided in the ‘Instructions to
Tenderer’ for the e-submission of the bids online through the Central Public Procurement Portal for e-
Procurement at https://eprocure.gov.in/eprocure/app before proceeding with the tender.
NOTE : All corrigendum, addenda, amendments and clarifications to this Tender will be hosted in Company’s
Website & CPP Portal and not in the newspaper. Bidder shall keep themselves updated with all such
amendments.
Page - 8
ANNEXURE -B
QUALIFYING CRITERIA
Notice Inviting Expression of Interest (EOI) No. B&R/HO/EMRS/51197 & 98/NESTS/EOI/CW/01, Dated 18.02.2021
Bridge and Roof Co. (India) Ltd., Kolkata as Executing Agency of National Education Society for Tribal Student (NESTS),
Ministry of Tribal Affairs, Government of India for this Project, invites EOI application / offers from Capable and
Competent Agencies to carry out the works mentioned below:
“CONSTRUCTION OF 16 (SIXTEEN) NOS. EKLAVYA MODEL RESIDENTIAL SCHOOL (EMRS) IN DIFFERENT
LOCATIONS WITHIN THE STATE OF JHARKHAND AND ODISHA UNDER EMRS DIVISION OF NATIONAL
EDUCATION SOCIETY FOR TRIBAL STUDENT (NESTS), MINISTRY OF TRIBAL AFFAIRS, GOVERNMENT OF INDIA.”
SUB-HEAD : Civil Work including Electrical work, Sanitary & Plumbing, External Water Supply System, Fire
Protection System, Solar Power Plant, Street Light, DG Set, CCTV, Landscaping and other Allied Works etc.
Interested Reputed, Resourceful & Experienced Parties having adequate proven experience in similar type of work may
download the EOI Tender alongwith Qualifying Criteria from Company’s website: http://www.bridgeroof.co.in &
https://eprocure.gov.in/eprocure/app.
The Company (B&R) reserves the right to reject any or all offer(s) or cancel the notice at their sole discretion without
assigning any reason, whatsoever thereof, which shall be final & binding upon the Bidders.
ii. 02 (Two) Similar completed work each costing not less than the amount equal to 60% of the Estimated
Cost of work for respective Package(s) (As per Table – 1)
iii. 03 (Three) Similar completed work each costing not less than the amount equal to 40% of the Estimated
Cost of work for respective Package(s) (As per Table – 1)
“Similar Work” shall mean a Project comprising Construction of Multi-storied Frame Structure Building /
Integrated Complex, which may include any Building (G+1 Storied Minimum) other than Industrial
Building including Civil, Finishing, Electrical Work, Sanitary & Plumbing, Fire Protection System, CCTV,
Landscaping and other allied works etc in all respect under one Agreement / Contract.
Fire Protection System and CCTV, if not done in any of the qualifying work under Sl. No. 5.A (i) / (ii) / (iii),
Bidder should submit relevant documents towards completion of Fire-Fighting and CCTV of any value in
separate Contract(s) under Govt /Semi Govt. / Reputed Private Sectors, in support of which, certificate to
this effect should be furnished from an officer not below the rank of EE or equivalent.
“Completed” means that work of above value (Executed Gross Value) or till Gross Value of Work
executed (in case of running work) should have been completed ending on the last date of month
previous to the one in which is tender invited.
Notarized copy of Completion Certificate mentioning Executed Value of Work & Date of Completion along
with corresponding LOI/WO duly certified by clients from an officer not below the rank of EE or equivalent,
substantiating the above mentioned criterion under Sl. No. A & B as well as value of work to be submitted.
The value of executed works shall be brought to current costing level by enhancing the actual value of work at
simple rate of 7% per annum; calculated from the date of completion to last date of receipt of offers for Tenders.
Page - 9
In case the work experience is of Private Sector, the completion certificate shall be supported with copies of letter
of award and copies of corresponding TDS Certificates along with the copy of relevant certified invoice. Value of
work will be considered equivalent to the amount of TDS Certificates duly Notarized.
Details of “Similar type of work” executed indicating value of work in each contract with self-attested
documentary evidence such as Copy / Copies of completion certificate(s) of work(s) from respective Owner(s) /
Client(s) mentioning name and nature of work(s) date(s) of commencement and value(s) of the job(s) executed
during last 07 (Seven) financial years and the current financial year upto the date of opening of tender. [As per
Form – C1]
C. Average Annual Financial Turnover during the last 03 (Three) years ending 31.03.2020 should not be less than
the amount equal to 50% of the Estimated Cost of work for respective Package(s) (As per Table – 1). Copy
of Audited Balance Sheet(s) alongwith Turnover Certificate duly signed by Chartered Accountant with his / her
Seal, Signature & Registration Number for last 03 (Three) financial years ending 31.03.2020 to be submitted. The
year in which no Turnover is shown, would also be considered for working out the average. Turnover should be
of the Bidding Company and not for Subsidiary / Associate Company / Group Company etc.
D. The Bidder should not have incurred any loss (Profit after Tax should be Positive) in more than two years
during the last five years ending 31st March, 2020. Net Worth of the Company / Firm as on 31st March
2020 should be positive. Net Worth Certificate for F.Y.: 2019-20 should be submitted duly certified by Chartered
Accountant with his / her Seal, Signature & Registration Number.
E. Bidder has to submit Bank Solvency Certificate not less than the amount equal to 40% of the Estimated Cost
of work for respective Package(s) (As per Table – 1). The Solvency certificate being not more than 3
months old from the last date of bid submission.
F. The bidder should have adequate Engineers in his Company's roll and the bidder should also have own / lease /
hiring arrangement for plant and machineries for execution of the work.
G. The bidder should have PAN, GST Registration and Current Income Tax Deposition Document.
H. The bidder should be able to abide by and handle statutory requirements related to Labour License, PF & ESI
Registration Certificate during tenure of construction activities.
I. Bidder(s) should not have been black-listed by any Central / State Govt. / Autonomous Body / PSU in last five
years from the original last date of bid submission. Bidder shall submit duly Notarized Affidavit to this effect as
per Format (Form – F).
J. Constitutional Status i.e. to specify whether Proprietary or Partnership Firm etc. with Documentary Evidence.
K. Bidder(s) have to submit copy of valid Electrical License or Bidder must associate himself with Agencies for
Electrical Work having valid Electrical License. Therefore Bidder have to submit Willingness Certificate as per
specified format from Associating Electrical Agency alongwith valid Electrical License.
L. Bidder(s) should have submitted copy of Latest Filed Monthly / Quarterly GSTR-3B Return as GST
Clearance Certificate.
All Suppliers / Contractors having registration in other State (except Seven States i.e. West Bengal,
Maharashtra, Haryana, Uttarakhand, Tamilnadu, Odisha & Delhi) shall raise their Tax Invoice by charging
IGST only. Otherwise, their price shall be evaluated by loading GST amount as applicable rate specified
by Bidder(s).
M. Direct or Indirect Joint Venture(s) / Consortium / Special Purpose Vehicle (SPV) / Special Purpose Entity
(SPE) are not permitted to participate.
Page - 10
N. BID CAPACITY :
Bidders who meet the minimum Qualification Criteria will be qualified only if their available bid capacity of work is
equal to more than the total bid value put to tender.
The Bidder who fulfills the following requirements and having bidding capacity as per the following formula, shall
be eligible to apply. Consortium / Joint ventures are not accepted.
Bidding Capacity =[ { A x N x 2 } - B ]
Where,
A = Maximum turnover in construction works executed in any one year during the last 05 (Five) years taking into
account the completed as well as works in progress. The value of completed works shall be brought to current
costing level by enhancing at a simple rate of 7% per annum
N = Number of years prescribed for completion of work for which bids has been invited. [N=1]
B = Value of existing commitments and ongoing works to be completed during the period of completion of work for
which bids have been invited.
Page - 11
4. Letter of Transmittal : Annexure : K
5. Financial Information (Form-A)
6. Solvency Certificate from a Scheduled Bank (Form-B)
7. Details of Similar nature of works (Form-C1) and Project under Execution or Awarded (Form-C2)
8. Performance Report of Works (Form-D)
9. Structure & Organization (Form-E)
10. Affidavit by the Bidder (Form-F) on non-judicial stamp paper of appropriate value duly notarized
11. Affidavit by the Bidder (Form-G) on Bidder’s Letter Head
12. Willingness Certificate of Electrical Agency (Form-H)
13. List of Technical Manpower in Company’s roll (Form-I)
14. List of Tools & Plants owned by the Company. (Form-J)
15. Information on Litigation History, Liquidated Damages, Disqualification etc (Form-K)
16. Declaration confirming Knowledge about Site Conditions (Form-L)
17. Laboratory Equipments (Form-M)
18. Only DGS&D / MSME / NSIC / SSIC (Bidder have to submit ‘Notarized Copy’ of the Valid Registration Certificate
and AFFIDAVIT CUM DECLARATION as per Form-N alongwith the offer for exemption of Tender Fee.
22. Exhibits – EA to EK
23. Documentary evidence of Permanent Account No. (PAN) with Income Tax Department.
24. Documentary evidence of GST Registration with the concerned department and copy of Latest Filed Monthly /
Quarterly GSTR-3B Return.
25. Documentary Evidence of P.F., ESI and Labour License with the Concerned Department. (if not registered with
Concerned Department(s), Successful Bidder must take Registration within one month from the date of
Award and in this regard bidder has to submit an undertaking in their Letter Head alongwith their offer or
the same)
26. Bidder(s) have to submit copy of valid Electrical License or, Bidder must associate himself with Agencies for
Electrical Work having valid Electrical License. Therefore Bidder have to submit Willingness Certificate as per
specified format from Associating Electrical Agency alongwith valid Electrical License.
27. Constitution and legal status along with attested copies of Deeds / Articles and Memorandum of Association etc.
as applicable.
28. Documents pertaining to Qualifying Criteria furnished in Annexure–B of the EOI Tender and Detail of information
to be furnished by the bidder as per prescribed format.
By submitting the offer, the bidder authorizes B&R to seek verification on the information supplied and related matters.
1. Bidders shall, on request, provide any necessary authority and assistance to enable relevant enquiries to be
carried out.
Page - 12
2. After submission of their offer, bidder must notify B&R promptly, if there is any:
3. The bidder must provide any further details required for the review upon request from B&R. Failure to
comply with any request by B&R for such information will result in rejection of their offer.
4. B&R may, in its absolute discretion suspend or disqualify an agency/agencies who, at any time, is considered to
have breached any of the qualification conditions or has performed in an unsatisfactory manner without
assigning any reason whatsoever.
5. B&R will not be liable for any loss or damages incurred by the agency/agencies in the above exercise.
6. B&R reserves the right to disqualify such bidders who had a record of not meeting the contractual obligations
against earlier contracts entered into with the B&R.
SRI H. KARMAKAR
DGM(CONTRACTS)-I
COMMERCIAL DEPARTMENT
BRIDGE AND ROOF CO (I) LTD.
Page - 13
Government e-Procurement System
GOVERNMENT E-PROCUREMENT SYSTEM has successfully rolled out the e-bid submission Tendering System through
its web site https://eprocure.gov.in/eprocure/app Tenders of various Departments have been uploaded, their bids
submitted and the same have been opened on line. Bids for various tenders published in the web site of Government
Departments can be submitted online by enrolling with the above mentioned web site. The bidders can enroll themselves on
the website https://eprocure.gov.in/eprocure/app using the option “Click here to Enroll”. This enrollment is free at this
point of time. Possession of a Valid Class II / III Digital Signature Certificate (DSC) in the form of smart card/e-token in
the Company's name is a prerequisite for registration and participating in the bid submission activities through this web site.
Digital Signature Certificates can be obtained from the authorized certifying agencies, details of which are available in the
web site https://eprocure.gov.in/eprocure/app under the link “Information about DSC”.
The web site also has user manuals with detailed guidelines on enrollment and participation in the online bidding process.
The user manuals can be downloaded for ready reference. Vendors can also attend the training / familiarization
programme on the e-tendering system conducted periodically by the GOVERNMENT E-PROCUREMENT SYSTEM in
association with NIC.
The bidders will be able to see the status of the tenders for which they have submitted quotes in different stages and would
also be informed of the status by E-Mail. For the bidders who have registered themselves on the website through the “Stay
Updated” option, information of all the tenders for which they are interested to participate will be sent by E-Mail.
Please note that all the departments of GOVERNMENT E-PROCUREMENT SYSTEM are gradually switching over to
e-Tendering system in a phased manner. All the tenders in future will be issued only through the e-Tendering
system and only registered vendors will be allowed to participate in the tendering process.
Administrator,
GOVERNMENT
E-PROCUREMENT SYSTEM
“”””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””””
Page - 14
Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature
Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their
bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for
submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal
which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a
password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process.
These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III
Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode
/ eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that
they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password
of the DSC / e-Token.
2) Once the bidders have selected the tenders they are interested in, they may download the required documents
/ tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the
CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any
clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting their
bids.
2) Please go through the tender advertisement and the tender document carefully to understand the documents
required to be submitted as part of the bid. Please note the number of covers in which the bid documents have
to be submitted, the number of documents - including the names and content of each of the document that
need to be submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document /
schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with
100 dpi with black and white option which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents which are required to
be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy,
annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or
‘’Other Important Documents’’ area available to them to upload such documents. These documents may be
directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again.
This will lead to a reduction in the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on
or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender
document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details
of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be
posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as
specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should
tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise
the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided
and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender
document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to
download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective
financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online, without changing the filename. If
the BoQ file is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for
referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should
follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of
bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption
technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server
is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to
asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become
readable only after the tender opening by the authorized bid openers.
7) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
8) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the
portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the
date & time of submission of the bid with all other relevant details.
9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated below.
Instructions / Guidelines for tenders for electronic submission of the tenders have been annexed for assigning
the agencies to participate in e-Tendering.
Any agencies willing to take part in the process of e-Tendering will have to be enrolled & registered with the
Government e-Procurement System; through logging on to https://eprocure.gov.in/eprocure/app the agency
is to click on the link for e- Tendering site as given on the web portal.
Each Tenderer is required to obtain DSC (Enlisted Class-II / III ) for submission of online e-tendering from any
Certifying Authorities (CAs) certified by the Controller of Certifying Authorities (CCA) on payment of requisite
amount , details are available at the Web Site www.cca.gov.in
THE TENDERERS / BIDDERS CAN APPROACH ANY ONE OF THE FIVE CAS FOR GETTING DIGITAL SIGNATURE
CERTIFICATE. THE WEBSITE ADDRESSES ARE GIVEN BELOW.
www.safescrypt.com
www.idrbtca.org.in
www.tcs-ca.tcs.co.in
www.ncodesolutions.com
www.e-Mudhra.com
http://hrinfracon.com [ Is LRA and alliance partner of (n)Code Solutions (a div. of GNFC) ]
www.crgcorporate.co/ [authorized agent of eMudhra Consumer Services Ltd. ]
Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app Manual bids shall not be
accepted. Tenderer / Contractors are advised to follow the instructions provided in the ‘Instructions to Tenderer’ for the e-
submission of the bids online through the Central Public Procurement Portal for e-Procurement at
https://eprocure.gov.in/eprocure/app before proceeding with the tender.
FOR FURTHER INFORMATION, REGARDING SUBMISSION OF TENDER PLEASE VISIT TO BIDDER MANUAL KID
https://eprocure.gov.in/eprocure/app?page=BiddersManualKit&service=page