contracts and procurement manual
TRANSCRIPT
1
CONTRACTS AND PROCUREMENT
MANUAL
January 2020
Document downloaded on 09-04-2022 07:07:28 by
Document downloaded on 09-04-2022 07:07:28 by
2
TABLE OF CONTENTS
CLAUSE NO. SUBJECT PAGE NO.
SECTION-I INTRODUCTION 12
1.0 INTRODUCTION 12
2.0 OBJECTIVE 12
3.0 IDENTIFICATION OF RESPONSIBILITIES 12
4.0 INITIATION OF PROCUREMENT/ WORKS / SERVICE 16
4.1 PACKAGE DESIGN 16
4.2 SPECIFICATION 17
4.3 TIME SCHEDULE/DELIVERY REQUIREMENT 19
4.4 QUANTITY 19
5.0 COST ESTIMATE 20
6.0 RAISING PURCHASE / SERVICE REQUISITION 22
SECTION-II PRE AWARD CONTRACT MANAGEMENT 23
1. FORMATION OF TENDER COMMITTEE (TC) 23
2. PREPARATION OF BID DOCUMENT 23
3. METHOD OF PROCUREMENT 24
4. INVITATION OF BIDS / TYPES OF TENDER 24
4.1. OPEN DOMESTIC TENDERS 24
4.2. LIMITED DOMESTIC TENDERS 25
4.2.1. VENDOR LIST FOR LIMITED TENDERING 25
4.3. OPEN INTERNATIONAL COMPETITIVE BIDDING (ICB) 26
4.4. LIMITED INTERNATIONAL COMPETITIVE BIDDING
(LICB) 26
Document downloaded on 09-04-2022 07:07:28 by
3
4.5. SINGLE ACCEPTABLE BID 26
4.6. PROCUREMENT OF PROPRIETARY ITEMS / OEM /
SERVICES 27
4.7. PROCUREMENT ON NOMINATION BASIS 30
4.8. PETTY PURCHASES / WORKS / SERVICES 33
4.9. PURCHASES / WORKS / SERVICES THROUGH BOARD
OF OFFICERS 33
4.10. EMERGENCY PURCHASE OF MATERIALS, WORKS
AND SERVICES: 34
4.11.
PROCUREMENT OF MATERIALS, WORKS AND
SERVICES THROUGH RATE CONTRACTS / ANNUAL
MAINTENANCE CONTRACTS
34
4.12. FRAME WORK AGREEMENT 36
4.13.
PURCHASE FROM GOVERNMENTAL CO-OPERATIVE
COMMERCIAL OUTLETS SUCH AS KENDRIYA
BHANDAR OR SIMILAR DESIGNATED CO- OPERATIVE
BODIES/STATE EMPORIUM
36
4.14. EXPRESSION OF INTEREST (EOI) 36
4.15. QUALITY AND COST BASED SELECTION (QCBS) FOR
SERVICES 37
5. BIDDING SYSTEM - SINGLE BID AND TWO BID
SYSTEM 38
5.1. SINGLE BID / SINGLE ENVELOPE SYSTEM 38
5.2. TWO BID / TWO ENVELOPES SYSTEM 39
6. BID EVALUATION CRITERIA 41
6.1 FINANCIAL CRITERIA 42
6.2 TECHNICAL CRITERIA 43
7. ISSUE / SALE OF BID DOCUMENTS 47
Document downloaded on 09-04-2022 07:07:28 by
4
7.1 PROCEDURE FOR ISSUE OF LIMITED/ OPEN
TENDERS 48
7.2 NOTICE INVITING TENDER (NIT) 48
8. NUMBER OF COPIES OF OFFERS 49
9. REASONABLE TIME FOR BID SUBMISSION 50
10. BID VALIDITY 50
11. PRE-TENDER CONFERENCE & PRE BID MEETING 51
12. RECEIPT OF BIDS 52
13. OPENING OF TENDERS 53
13.1 NUMBERING OF TENDERS 53
13.2 DISCLOSURE OF PRICES / READING OUT THE RATES 53
13.3 EXTENSION OF BID SUBMISSION DATE 54
13.4 E-MAIL OFFERS 54
14. BID SECURITY / EARNEST MONEY DEPOSIT (EMD) 54
14.1 EXEMPTION FROM SUBMISSION OF BID SECURITY 55
14.2 AMOUNT OF BID SECURITY 55
14.3 EXTENSION OF BID SECURITY 55
14.4 FORFEITURE OF BID SECURITY 55
14.5 RETURN OF BID SECURITY 56
14.6 MODE OF SUBMISSION OF BID SECURITY 56
14.7 EXAMINATION AND VERIFICATION OF BANK
GUARANTEE 57
15. PERFORMANCE BANK GUARANTEE (PBG) / SECURITY
DEPOSIT (SD) 58
15.1 CONTRACT PERFORMANCE BANK GUARANTEE
(CPBG) FOR EXTRA WORKS 59
Document downloaded on 09-04-2022 07:07:28 by
5
15.2
REDUCTION IN CONTRACT PERFORMANCE BANK
GUARANTEE (CPBG)/ SECURITY DEPOSIT (SD) IN
CASE OF REDUCTION IN THE SCOPE OF WORK 59
16. UNSECURED ADVANCE ON PROPRIETORY IMPORT 60
17. E-PAYMENTS 60
18. REPEAT ODER 60
19. PURCHASE OF CAPITAL ITEMS AND SPARES
THEREOF 61
20. CLAUSES IN SUPPLY ORDER/INVITATION OF
TENDERS 61
20.1. WARRANTY AND GUARANTEE 61
20.2. FAILURE AND TERMINATION CLAUSE 62
20.3. FALL CLAUSE 63
20.4. INSPECTION AND REJECTION OF MATERIALS BY
CONSIGNEE 64
20.5. SUBLETTING ASSIGNMENT 65
20.6. EARLIER DELIVERY 65
20.7. PILOT APPROVAL 66
20.8. BULK INSPECTION 66
20.9. GENERAL CONDITIONS 67
20.10. RESOLUTION OF DISPUTES / ARBITRATION 67
20.11. LOADING AND REJECTION CRITERIA 67
20.12. ABNORMALLY HIGH RATES ITEMS 69
20.13. PERCENTAGE TENDERING 69
20.14. PROCEDURE FOR BUY BACK ITEMS AND TENDER
PROVISIONS 70
Document downloaded on 09-04-2022 07:07:28 by
6
20.15. PROVISION WITH RESPECT TO TAXES IN RFO/
TENDER DOCUMENT 71
20.16.
PROVISION WITH REGARD TO LIQUIDATION,
BANKRUPTCY OR COURT RECEIVERSHIP IN TENDER
DOCUMENTS
75
20.17.
NON APPLICABILITY OF RBITRATION CLAUSE IN
CASE OF BANNING OF VENDORS, SUPPLIERS,
CONTRACTOR, BIDDERS, AND CONSULTANTS
INDULGED IN FRAUDULENT/COERCIVE PRACTICES.
75
20.18.
PROVISION IN TENDER REGARDING PERMANENT
ESTABLISHMENT (PE) W.R.T. FOREIGN BIDDERS 76
20.19. PEGGING OF FEE PAYABLE TO THE CONSULTANT 78
20.20. TRADE RECEIVABLE DISCOUNTING SYSTEM (TREDS) 78
20.21. APPLICABILITY OF INTEREST ON MOBILIZATION
ADVANCE/ADVANCE 78
20.22. DIRECT PAYMENTS TO SUB-VENDORS / SUPPORTING
AGENCIES OF MAIN CONTRACTOR 80
20.23. ZERO DEVIATION BID 80
21. INTEGRITY PACT 80
22. EVALUATION OF BIDS 81
22.1. EVALUATION OF SINGLE STAGE COMPOSITE BIDS 81
22.2. EVALUATION OF BID UNDER SINGLE STAGE TWO BID
SYSTEM 81
22.3. CONDITIONAL & UNSOLICITED DISCOUNT 82
22.4. CLARIFICATION FROM BIDDERS AFTER TENDER
OPENING 82
22.5. COMPOSITE BID 82
22.6. TWO BID SYSTEM 83
Document downloaded on 09-04-2022 07:07:28 by
7
22.7. CORRESPONDENCE WITH BIDDERS 83
22.8. COMPARISON OF BIDS 83
22.9. GUIDELINES FOR SCRUTINY/COMPARISON OF BIDS 84
23. TENDERS NOT IN PRESCRIBED FORMS 86
24. LATE BIDS 88
25. BID WITHDRAWAL 88
26. FURNISHING FRAUDULENT INFORMATION /
DOCUMENT 88
27. ACCEPTANCE OF RECOMMENDATION OF TENDER
COMMITTEE 88
28. BID REJECTION CRITERIA 89
29. RULES FOR PLACEMENT OF ORDER 89
30. STANDARD FORM OFCONTRACT/SUPPLY ORDERS 90
31. SPLITTING OF TENDERS/SUPPLY ORDER 91
32. SPLITTING OF QUANTITIES 91
33. INSUFFICIENT ACCEPTABLE BIDS 92
34. THE REASONABILITY OF PRICE 92
35. NEGOTIATIONS 93
36. ISSUING LETTER OF ACCEPTANCE / LETTER OF
INTENT / PURCHASE / WORK ORDERS 94
37. PRICE REDUCTION SCHEDULE 95
38. CANCELLATION / RE-INVITATION OF TENDERS 95
38.1 CANCELLATION OF TENDERS 95
38.2 RE-INVITATION OF TENDERS 96
39. E-TENDERING 96
Document downloaded on 09-04-2022 07:07:28 by
8
40. ELECTRONIC REVERSE AUCTION 97
41. COMPLAINTS/REPRESENTATION-CONSIDERATION 100
42. LEAD TIME IN PROCESSING OF PR/SR AND
MONITORING THEREOF 100
43. DEVIATION TO THE MANUAL 101
44. AMENDMENT TO THE MANUAL 101
SECTION-III GUIDELINE FOR POST AWARD MANAGEMENT OF
CONTRACT /PURCHASE ORDER 102
1. GUIDELINES FOR POST AWARD ACTIVITIES 102
1.1 ISSUANCE OF DETAILED CONTRACT / PURCHASE
ORDER 102
1.2 PERFORMANCE BANK GUARANTEE / SECURITY
DEPOSIT 102
1.3 SIGNING OF THE AGREEMENT 102
1.4 FOLLOW- UP 102
1.5
MANAGEMENT OF SECURITY DEPOSIT (SD) /
PERFORMANCE BANK GUARANTEE (PBG) AND CLAIM
SETTLEMENT
103
2. CHANGE ORDER 104
2.1 CHANGE ORDER PROCESS 104
2.2 VARIATION IN QUANTITY 105
3.
INLANT TRANSPORTATION/ SHIPMENT/ DISPATCH &
SHIPPING DETAILS / CUSTOMS CLEARANCE/ LETTER
OF CREDIT / EXPORT PROCEDURE
105
3.1 INLAND TRANSPORTATION 105
3.2 SHIPMENT OF IMPORTED GOODS 106
3.3 TRANSIT RISK INSURANCE 108
Document downloaded on 09-04-2022 07:07:28 by
9
3.4 ADVANCE INTIMATION OF DISPATCH / SHIPMENT 109
3.5 CUSTOM CLEARANCE 109
4. INSPECTION OF MATERIAL / WORKS / SERVICES 110
4.1 JOINT MEASUREMENT OF WORK EXECUTED 110
5. TIME EXTENSION FOR ONGOING CONTRACT 111
6. APPLICABILITY OF PRICE REDUCTION 113
7. BILL WATCH SYSTEM 113
8. PAYMENT PROCEDURE 113
9. LETTER OF CREDIT 114
10. MILESTONE PAYMENT 120
11. PRICE ESCALATION AND ADJUSTMENT 120
12. EXTENDED STAY COMPENSATION 121
13. CHANGE IN TAXES AND DUTIES AND OTHER
STATUTORY CHANGES 124
14. CLOSURE OF PURCAHSE ORDER AND WORKS
CONTRACT 125
15.
EVALUATION OF PERFORMANCE OF VENDORS/
CONTRACTORS / CONSULTANTS 126
SECTION-IV PROCEDURE FOR SELECTION OF CONSULTANTS 127
ANNEXURES-I CHECKLIST FOR MONITORING OF PURCHASE
ORDER/CONTRACT 157
ANNEXURES-II POST ORDER MONITORING (PROCUREMENT) 159
ANNEXURES-III POST ORDER MONITORING (PROCUREMENT) 160
SECTION-V APPENDICES 161
Document downloaded on 09-04-2022 07:07:28 by
10
APPENDIX-I METHODOLGY FOR EVALUATION OF FINANCIAL
CRITERIA OF BEC 161
APPENDIX-II GENERAL PURCHASE CONDITIONS FOR LIMITED
TENDERING UPTO RS. 5 LAKH 168
APPENDIX-III GENERAL PURCHASE CONDITIONS FOR DOMESTIC
OEM/ PROPRIETARY 173
APPENDIX-IV GENERAL PURCHASE CONDITIONS FOR OVERSEAS
OEM/ PROPRIETARY 177
APPENDIX-V PROCEDURE FOR ISSUANCE OF
COMPLETION/EXECUTION CERTIFICATE 183
APPENDIX-VI PROFORMAS 185
ANNEXURE-1 COMPLETION CERTIFICATE TO BE ISSUED AGAINST
CONTRACTS FOR SERVICES/CONSULTANCY/WORK 185
ANNEXURE-2
COMPLETION CERTIFICATE TO BE ISSUED AGAINST
ORDER FOR SUPPLY OF GOODS ALONG WITH
SERVICES
186
ANNEXURE-3
EXECUTION CERTIFICATE TO BE ISSUED AGAINST
RATE/ MAINTENANCE CONTRACT FOR SUPPLIES/
SERVICES/ CONSULTANCY/WORKS 187
APPENDIX-VII
PROCEDURE FOR EVALUATION OF PERFORMANCE
OF VENDORS/ CONTRACTORS/ CONSULTANTS 188
APPENDIX-VIII FORMATS 193
ANNEXURE-1 PERFORMANCE RATING DATA SHEET (FOR
PROJECTS/ CONSULTANCY JOBS) 193
ANNEXURE-2 PERFORMANCE RATING DATA SHEET (FOR O&M) 197
APPENDIX-IX
PROCEDURE FOR PUTTING AN AGENCY ON HOLIDAY
AND BANNING LIST 201
APPENDIX-X CHECKLIST FOR PRE-AWARD ACTIVITIES 207
Document downloaded on 09-04-2022 07:07:28 by
11
ANNEXURE-1 CHECK LIST FOR RECOMMENDATION/ PROPOSAL
FOR BEC, EVALUATION METHODOLOGY ETC. 208
ANNEXURE-2
CHECK LIST FOR PROPOSAL FOR ISSUANCE OF
RFQ/TENDER (OEM/ PROPRIETARY/NOMINATION/
CASES WHERE BEC IS NOT REQUIRED)
209
ANNEXURE-3 CHECK LIST FOR RECOMMENDATION/ PROPOSAL
FOR PRICE BID OPENING 210
ANNEXURE-4 CHECKLIST FOR RECOMMENDATION/ PROPOSAL FOR
AWARD 212
APPENDIX-XI PRINCIPLE GUIDELINES FOR INTEGRITY PACT
214
APPENDIX-XII PROPRIETARY ARTICLE CERTIFICATE 224
Document downloaded on 09-04-2022 07:07:28 by
12
SECTION-I
INTRODUCTION
1. INTRODUCTION
Petronet LNG Limited is a Joint Venture Company, promoted by four Oil majors
ONGC, IOCL, GAIL & BPCL. The company was formed with the objective to import
LNG into India and bridge the gas supply deficit faced by the nation, by setting up
regasification terminals and entering into LNG sale and Purchase contracts. The
company started its operation in 2004.
2. OBJECTIVE
Objective of this manual is to provide the broad guidelines to be followed across
the organization for procurement of material, goods, equipment services and
award of Contract on turnkey basis for projects, operation & maintenance, turnkey
contracts and other assets. The following are the primary objective for the manual:
a) Economy and efficiency in procurement.
b) Transparency in procurement process
c) Uniformity in the procurement process across the company
d) Accountability
e) Compliance to statutory guideline if any
3. IDENTIFICATION OF RESPONSIBILITIES
The division of responsibility of contracts management (both pre-award and post
award) between various departments / groups vested with the overall
responsibility of execution of various projects of the Company, at various locations
is summarized below. This division of responsibility is only for guideline so that
confusion in day to day functioning, may be avoided for reasons of overlapping
of functional requirements and lack of clarity in that respect.
Sl. No. ACTIVITY RESPONSIBILITY GROUP/DEPT.
IN PLL
1 TIMING OF TENDERING PROJECT / INDENTOR / USER
DEPT.
Document downloaded on 09-04-2022 07:07:28 by
13
2 SCOPE A ND SPECIFICATIONS PROJECT / INDENTOR / USER
DEPT.
3 TIME SCHEDULE / DELIVERY REQMT. PROJECT / INDENTOR / USER
DEPT.
4 COST ESTIMATE PROJECT / INDENTOR / USER
DEPT.
5 SANCTION FOR EXPENDITURE PROJECT / INDENTOR / USER
DEPT.
6 PRE-TENDER CONFERENCE PROJECT / INDENTOR / USER
DEPT., C&P
7
BID EVALUATION CRITERIA (BEC)
ELIGIBILTY QUALIFICATION /
EVALUATION METHODOLOGY
TENDER COMMITTEE
A. TECHNICAL ASPECTSPROJECT / INDENTOR / USER
DEPT.
B. FINANCIAL ASPECTSC&P IN ASSOCIATION WITH
FINANCE
C. GENERAL COMPLIANCE TO
PROCEDURE C&P, INDENTOR
8
GENERAL CONTRACT CONDITIONS C&P
SPECIAL CONDITIONS of CONTRACT INDENTOR,/ USER DEPT
9 FIXING OF BID SECURITY / EMD
AMOUNT C&P
10 FIXING COST OF TENDER
DOCUMENT C&P
11 PREPARATION OF TENDER
DOCUMENT C&P
12 VETTING OF TENDER DOCUMENTS
(not required if standard GCC are there)
FINANCE, LEGAL, INDENTOR
13 APPROVAL OF TENDER DOCUMENT
BEFORE FLOATING COMPETENT AUTHORITY
Document downloaded on 09-04-2022 07:07:28 by
14
14 ISSUE OF NIT / TENDER DOCUMENT C&P / ADMIN DEPTT.
15 RESPONSE TO QUERIES RAISED BY
BIDDERS AGAINST TENDER
A. TECHNICAL
TO BE COMMENTED BY
TECHNICAL DEPTT. &
RESPONDED BY C&P
B. COMMERCIALC&P IN CONSULTATION WITH
FINANCE
16 PRE-BID CONFERENCE
INDENTOR, USER DEPT.
ASSOCIATION WITH FINANCE&
C&P,
17 RECEIPT OF BIDS C&P
18 OPENING OF UNPRICED ( TECHNO
COMMERCIAL) BIDS
C&P & FINANCE AND A
REPRESENTATIVE FROM
INDENTOR
19
CUSTODY OF EMD/BID SECURITY
RECEIVED UPTO FINALIZATION OF
AWARD
FINANCE
20 CHECKING BANK GUARANTEES
FOR ITS ACCEPTABILITY FINANCE
21 EVALUATION OF BIDS PROJECT / INDENTOR / USER
DEPT., C&P, FINANCE
22 FORMATION OF TENDER
COMMITTEE C&P
23
ISSUE OF TECHNICAL
QUERIES, COMMERCIAL QUERIES
TO BIDDERS AND
CORRESPONDENCE WITH
BIDDERS
C&P IN CONSULTATION WITH
INDENTOR & FINANCE
24
CHECKING COMPLIANCE TO
TECHNICAL CRITERIA OF BEC &
PREPARATION OF TECHNICAL BID
PROJECT / INDENTOR / USER
DEPT
Document downloaded on 09-04-2022 07:07:28 by
15
ANALYSIS
25
CHECKING COMPLIANCE TO
FINANCIAL CRITERIA INCLUDING
PREPARATION OF COMMERCIAL BID
ANALYSIS
C&P IN CONSULTATION WITH
FINANCE
26 RECOMMENDATION FOR PRICE BID
OPENING TENDER COMMITTEE
27 PRICE BID OPENING
C&P & FINANCE AND A
REPRESENTATIVE FROM
INDENTOR
28 PRICE BID EVALUATION C&P IN ASSOCIATION WITH
FINANCE
29 PRICE NEGOTIATION, IF ANY,
AFTER APPROVAL TENDER COMMITTEE
30 FINALIZATION OF
RECOMMENDATION FOR AWARD TENDER COMMITTEE
31 CO ORDINATION FOR APPROVAL
BY COMPETENT AUTHORITY USER DEPT. / C&P
32
RESPONSE TO ANY QUERY BY
COMPETENT PURCHASE
AUTHORITY ON TC
RECOMMENDATION
TENDER COMMITTEE
33 LOI / LOA / AWARD OF CONTRACT /
PURCHASE ORDER
C&P HOWEVER TECHNICAL
SPECIFICATIONS SHALL BE
CONFIRMED BY USER DEPTT.
34 SIGNING OF CONTRACT C&P
35
DISTRIBUTION OF PURCHASE
ORDER / WORK ORDER TO ALL
CONCERNED
C&P
36
SCRUITNY & SAFE CUSTODY OF
PERFORMANCE BANK GUARANTEE /
SECURITY DEPOSIT
FINANCE / RECEIPT THROUGH
C&P
Document downloaded on 09-04-2022 07:07:28 by
16
37 RETURN OF EARNEST MONEY
DEPOSITS / BID SECURITY FINANCE, ON ADVICE FROM C&P
38
EXPEDITING / MONITORING OF
ACCEPTANCE OF ORDER BY
VENDOR / CONTRACTOR AND
RECEIPT OF CONTRACT
PERFORMANCE BANK GUARANTEE /
SECURITY DEPOSIT
USER DEPT / C&P
39 RELEASE OF PERFORMANCE BANK
GUARANTEE / SECURITY DEPOSIT
BY FINANCE, ON ADVICE FROM
C&P/ USER AFTER DEFECT
LIABILITY PERIOD AND
SETTLING THE CLAIM IF ANY.
40
POST AWARD MATTERS FOR
EXECUTION OF CONTRACTS
INCLUDING EXTRA, SUBSTITUTED
ITEMS, ETC.
PROJECT / INDENTOR /
ENGINEER IN CHARGE
41 PURCHASE ORDERS CLOSURE
C&P / PROJECT / USER /
FINANCE
42 CONTRACTS CLOSURE
C&P/ PROJECT / USER / FINANCE
ON RECOMMENDATION OF
ENGINEER IN CHARGE
4. INITIATION OF PROCUREMENT
i. The user / indenting department shall raise the requirement after careful analysis of
inventory, the necessity of such requirement for project, operation & maintenance
and establishment.
ii. The scope of work / supply, specifications & cost estimation shall be prepared by the
indenter.
iii. The indenter shall obtain the administrative approval and financial sanction for the
job.
4.1 PACKAGE DESIGN
The size and scope of individual package/contracts will depend on the size,
nature and location of the project. The objective should be to divide the Document downloaded on 09-04-2022 07:07:28 by
17
requirements of the project into a manageable number of appropriate contract
packages which will produce the maximum competitive response from the
bidders. To be able to do this, one must not only understand the nature and value
of goods, works & services being grouped into contracts but one must also know
the conditions of the potential market of sources of supply of such materials,
works & services.
For breaking-down the total project work into smaller packages, the following
factors may be considered:
(a) The packages formed should be compatible considering the prospective bidders.
Thus, the contents of a package should be interrelated in such a way that
prospective bidders can tie-up with suppliers of the various equipments, works and
services involved in order to be able to bid for the entire package. This will ensure
adequate competition in bidding and consequent procurement at optimum cost.
(b) The packages formed should include such combinations of equipment, works and
services that can be advantageously engineered for the preparation of
specifications for bid documents and subsequent product designs including
manufacturing and construction drawings.
(c) The packages formed must be mutually exclusive as well as collectively exhaustive.
Thus, each package should be independent of all others, with regard to its contents.
(d) The number of packages and their sizes should be at an optimum level for effective
implementation.
(e) It should be possible to clearly define the responsibility for a package to individual
Engineering Coordinators to look after all technical aspects and Contracts
Coordinators to handle all commercial aspects of the packages.
(f) The terminal points of each package should be clearly defined and proper tie-ups
of these terminal points between packages ensured.
(g) In line with above guidelines, Consultants/Project Group shall outline packages for
execution of work/purchase for the projects at the time of deciding the execution
philosophy of a project, which shall be approved by the concerned Director for the
cases falling within the power of Director and above, before proceeding ahead with
tendering process for finalization of award.
4.2 SPECIFICATION
(a) The Purchase/Service/Material Requisition (PR/SR/MR)/Bid Document (Tender)
must indicate clear and detailed specifications, drawings, data sheets, any other
Document downloaded on 09-04-2022 07:07:28 by
18
specific and special requirements pertaining to the material to be procured and
any samples, wherever necessary, so that there is no ambiguity left for the
bidders to quote correctly. The Specifications should be drawn up in general
terms without quoting reference to any particular firm or taking it as model
specification as far as possible.
Specifications/Scope of Work prepared by the concerned User / Indenting
Department shall be approved, prior to invitation of tender/at the time of
administrative approval, by Competent Authority. Any modification in
specifications thereafter shall also be approved by Competent Authority. In case,
approving authority is Director & above, the approval of concerned Head of
Department (one level below Director) shall suffice.
(b) After issuance of tenders, changes in Specifications/Scope of Work given along
with the Bid Document / Purchase / Service / Material Requisition would normally
be avoided. However, if the revision of specification/scope of work is sought
subsequent to pre-bid conference or any other reason, approval shall be sought
from one level higher than the Competent Authority. Where Competent Authority
is Director and above, approval of concerned Director shall be obtained through
a Tender Committee. All such approvals relating to change in specifications and
scope shall be obtained by indenting department and forwarded to dealing C&P
Executive for further processing. Before incorporation of such revisions,
implications in prices and impact on time schedule for carrying out such changes
shall be clearly dealt with at the time of seeking such approval.
Once pre-bid conference is held in a case, specifications should be frozen and
after that no change in specifications will be permitted.
Once the bids have been received, no change in specifications/scope of work
/terms and conditions of the tender documents is permitted. Thus, seeking
revised bids on such accounts is not permitted.
(c) Before forwarding specifications for purchase, type of items required and the
requisite specifications must be firmed up. If required, study of the equipment for
drawing the specifications, by the group / department responsible to do so, may be
carried out well in advance. No team should be sent after the tenders have already
been invited for study of the equipment. Such study, if necessary, shall be
completed before raising Purchase / Service/ Material Requisition (PR/SR/MR) /
Bid Documents.
Document downloaded on 09-04-2022 07:07:28 by
19
(d) Proprietary materials or drawn up specifications that would result in proprietary
procurement should not be resorted to except in cases, where proprietary
procurement is unavoidable. Specifications should normally be drawn up in such a
manner so as to ensure competitive bids.
(e) It is advisable to make use of policy of buying ISI marked products like Fire
Extinguishers, Building Materials, PVC Pipes & fittings etc wherever possible to
have quality product, while framing specification of indented items/goods. In case
of other national /international standards like BIS etc. as applicable, shall be
indicated by Indentor for tendering.
4.3 TIME SCHEDULE / DELIVERY REQUIREMENT
A realistic and achievable Time schedule / Delivery requirement should be firmed
up while Purchase/ Service / Material Requisition (PR/SR/MR) / Bid Document
is prepared. The Bidding Documents must explicitly stipulate the Time Schedule
/ Delivery requirement. Only realistic time schedule / delivery requirements shall
be specified. It shall be the responsibility of the concerned Indentor/ Project
group / Consultant to specify time schedules / deliveries as are achievable based
on past experience with the domestic and global suppliers and on the basis of
data available in respect of other known sources of supplies and normal lead
time of procurement.
The realistic time schedule is essential to increase competition, obtain
competitive price and to avoid provisioning by bidders in their price to meet the
incidence of Price Reduction Schedule. Bidder not confirming the delivery
schedule mentioned in the tender document, then its bid may be liable for
rejection.
4.4 QUANTITY
(a) The requirement should be accurately assessed in the first place. To the extent
possible, over-provisioning should be avoided. Piecemeal demands and ad-hoc
purchases should also be avoided.
(b) Where materials are maintained in stock, the availability of material required,
type & specification should be ascertained and if substitution is possible, the
same should also be analyzed and Material Requisition should be raised only if
the above is not possible.
Document downloaded on 09-04-2022 07:07:28 by
20
5. COST ESTIMATE
The cost estimate is a very important factor in decision making process for
procurement. Therefore, the cost estimate should be made meticulously and real
time by indenter / user deptt./ to achieve the efficiency and economy in
procurement.
The cost estimation may include inter alia the following:
a. Established & Accepted Engineering practices, including DSR / CPWD/DGS&D
Rates etc.
b. Past procurement experience (e.g. last purchase price, including analysis of
WPI/CPI if any, etc.),
c. Costing Details/data available from other sources including CPSEs,
d. Market price trend analysis, and
e. Budgetary quotation (only for those items where detail information is not available
and estimation cannot be done as per Para (a) to (d) above).
Considering the importance of estimation in decision making for finalization of
award, cost estimates are required to be prepared by indenting/user deptt .
/consultant with utmost care and must be realistic to achieve economy &
efficiency in all procurement.
Preparation of estimates on the basis of budgetary quotation is to be adopted
only when the estimation cannot be done as per Para (a) to (d) above. Wherever,
cost estimate is prepared based on budgetary quotes, such budgetary quotes
should be obtained from the agency (ies) who prima-facia appear to be
competent to execute the proposed work. Further, such budgetary quotes should
be used for preparation of cost estimate only after due deliberations and these
deliberations should be made part of the proposal for administrative approval.
Further, whenever the scope of work (SOW) changes from original SOW (which
was considered for preparation of original estimate), a fresh/ additional approval for
revised cost estimate, if any, should invariably be obtained.
Purchase price in the preceding three years in the organization for the same item
(s) is to be considered by the indenter for preparation of estimate along with other
factors while seeking administrative approval. Further, the details/ documents
relating to past purchase prices and estimates are to be made part of proposal for
award.
Document downloaded on 09-04-2022 07:07:28 by
21
PREPARATION OF COST ESTIMATE
i) An estimated cost covering the Purchase/ Service /Work should be provided with
the Purchase/ Service / Material Requisition (PR/SR /MR) / Bid Document.
ii) To avoid wide variation between cost estimate and quoted value, a realistic cost
estimate of indented materials, works & services is essential. Therefore, utmost
care must be exercised while preparing the cost estimate.
iii) While preparing cost estimate, the complete scope of supply and services should
be kept in view as no subsequent revision in cost estimate during the processing
and finalization of award is desirable.
iv) In case of exceptional circumstances, where cost estimation is done based on
budgetary offer, obtained from the prospective bidders/OEM, it should be ensured
that the bidder(s) are provided with the complete specifications, scope of work,
operating conditions, special terms & conditions, General Conditions of Contract so
as to enable bidder(s) to submit realistic offer. The budgetary offer so received shall
be analysed so as to check its authenticity vis-à-vis market conditions before firming
it as a cost estimates.
v) Both the item wise and the total cost estimates are important for the purpose of
taking decision for placement of orders as also are of importance at various stages
of approvals during evaluation of Tenders.
REVIEW OF COST ESTIMATE
The variation between cost estimate and the lowest evaluated bid price calls for
review of the estimate. Such review needs to be done more exhaustively where the
lowest bid price is more than 10% higher the cost estimate. This analysis is required
to arrive at proper decision for placing order also keeping in view the other aspects
like project schedule etc.
Such review of cost estimate shall be done by indentor or PMC as the case may
be. The indentor shall obtain additional financial sanction for increased amount and
revise the PR/SR for further processing the case for award. In case of project
procurement, project group to confirm that increased amount is covered within
overall project cost.
Document downloaded on 09-04-2022 07:07:28 by
22
6. RAISING PURCHASE / SERVICE REQUISITION
The purchase requisition shall be raised by the indenter which should include the
following:
i. Scope & Specification for supply, services and works covered under the purchase
requisition.
ii. Estimated cost for the purchase shall be used for tendering and decision making
process.
iii. The time line when the services/ delivery of material and completion of work is
required.
iv. In case of requirement of Bid Evaluation Criteria the indenter will provide along with
PR the Technical part of BEC to be considered by Tender committee.
v. Budget provision and expenditure sanction.
vi. Schedule of rates with item description in case of item rate contract.
vii. Detailed Technical specification.
viii. If the invitation of Bid is to be done on limited Tender basis beyond the threshold limit
for the limited tender the PR should have the approval of Competent Authority for
Limited Tendering.
ix. In case of limited Tendering the indenter shall provide the list of the prospective
capable bidders.
x. In case of procurement on nomination basis, approval of Competent Authority for
resorting to nomination purchase with necessary justifications.
xi. In case of Propriety purchases, PAC should be provided confirming that no suitable
substitute exists.
xii. Special Condition of contracts (SCC)
xiii. Any other document required for tendering.
All Cases shall be processed on receipt of SAP generated PR/SR only. In case any
PR/SR is created where item wise estimate is not available at the time of creation of
PR/SR (in case of project procurement in exceptional circumstances), the item wise
estimates are required to be incorporated in the PR/SR by the indenter/Project before
generating comparative statement through system.
Only SAP generated Purchase orders/ Letter of Acceptances shall be issued to
suppliers / Vendors in all cases.
PR/SR in SAP is to be raised for the concurred/ approved amount only. In case of
any issue in raising PR/SR in SAP, BIS Group may be contacted for further action.
Document downloaded on 09-04-2022 07:07:28 by
23
SECTION-II
PRE AWARD CONTRACT MANAGEMENT
1. FORMATION OF TENDER COMMITTEE (TC)
No Tender Committee will be held for cases valuing upto Rs.5.00 Lakhs. All cases
valuing above Rs.5.00 Lakhs including finalization of Rate Contracts will be referred to
Tender Committee. TC is also required to be held for carrying out price negotiations (if
applicable) with bidders in all cases, irrespective of the value of the case.
However, TC is not required for placement of orders against PLL rate contracts. The
tender committee(s) will be formed of the three officers’ one level below the competent
purchase authority consisting of an officer each from C&P department, user / Indenting
department and finance department. However, in the event no officer of the requisite
level is posted, an officer of next lower available level in that section will be included in
the tender committee. The user department shall initiate and respective department
shall nominate the Tender committee member for approval by the Competent
Purchase Authority. In cases where the Competent Authority for placement of order
is Director and above, such approval shall be sought from the Director concerned.
In case a regular member of the tender committee is not available because of absence
either on leave or on outstation duty, the officer of next lower available level in that
section will be included in the tender committee, so as to obviate delays in holding
tender committee.
Where approval is required from Director and above, Tender Committee shall be held
at the level of the senior most officers available in the participating departments.
2. PREPARATION OF BID DOCUMENT
Generally a Bid Document shall comprise of the following;
i) Instructions to the Bidders (ITB).
ii) Bid Evaluation Criteria (BEC) comprising of Technical Qualifying Criteria and
Financial Qualifying Criteria.
iii) General Cond iti ons of Contr act (GC C) shall detail all the conditions of contract
applicable to the work.
iv) Scope of Work including Tech Specifications, Drawings etc.
v) Special Conditions of Contract (SCC) shall include specific to particular tender i.e.
Document downloaded on 09-04-2022 07:07:28 by
24
Payment terms, delivery schedule / completion schedule, any deviation to the
general condition of the contract.
vi) Price Schedule / Schedule of Rates.
vii) Price Evaluation Methodology.
viii) Formats for Bid Bond / performance Bank guarantee and any other undertaking
required from the Bidder.
3. METHOD OF PROCUREMENT
Generally the following methods of procurement for goods, works and services are
considered:
i. Open Domestic Tender
ii. Limited Domestic Tender
iii. Open International Competitive Bidding (ICB)
iv. Limited International Competitive Bidding ( LICB)
v. Single Acceptable Bid
vi. OEM/ Propriety Procurement
vii. Procurement on nomination basis
viii. Petty Procurement of goods/works/ services through hand quotation
ix. Purchase by a Board of Officers
x. Emergency Purchase
xi. Annual Rate Contract / AMC
xii. Frame work Agreement.
xiii. Purchase from Governmental Co-Operative Commercial Outlets such as
Kendriya Bhandar or Similar Designated Co- Operative Bodies/State
Emporium
xiv. Quality and Cost Based Selection (QCBS) for Services
4. INVITATION OF BIDS / TYPES OF TENDER
4.1 OPEN DOMESTIC TENDERS
Wherever necessary particularly in the absence of enlistment of contractors
for a particular type of work, open-bidding with Bidder’s Qualification Criteria may
be resorted to by publication of Invitation of Bids in one English national daily
and one local newspaper wherever required.
While resorting to advertisement in newspapers, in view of significant cost
Document downloaded on 09-04-2022 07:07:28 by
25
involved in advertisement, it is necessary that a brief advertisement appears in
the newspapers while drawing attention of the interested parties to detailed
Invitation for Bid appearing in the website of PLL.
When the value of materials/works/services covered in the tender is more than Rs.5
Crores for the projects (which are part of approved CAPEX budget) and Rs.2 crores for
all other cases such as O&M/ spares / routine works contract and for all services
contract, the open Tender shall be invited.
In case the open tender is not resorted to for any procurement even though the value
exceeds the amount specified above, and it is considered expeditious and appropriate/
adequate supplier/ contractor exists and are known, limited tender may be issued after
approval of Director concerned.
4.2 LIMITED DOMESTIC TENDERS
In cases where sources are reliable and proven for a particular requirement, a limited
tender may be invited in order to save the time and meet the project requirement.
When the value of materials/works/services covered in the tender is less than Rs.5
Crores for the projects (which are part of approved CAPEX budget) and Rs.2 crores
for all other cases such as O&M/ spares / routine works and all services, the limited
Tender may be invited.
In case of limited Tendering, Tenders shall be sent to all vendors indicated by User
Dept/ Indentor However, it should not be less than 6. In the event of number of vendors
/ bidders are less than 6, then approval of competent authority may be obtained as per
DoA with reasonable justification in writing. The names of the parties from whom the
Limited bids are proposed to be invited to be approved by competent authority.
No Tender Fee shall be applicable in case of limited Tender. Tender document shall
be issued free of cost.
4.2.1. VENDOR LIST FOR LIMITED TENDER
A vendor list may be prepared of qualified bidders for resorting to limited tendering
for procurement of goods, works and services. Indentor shall list out the items and
services for which vendors list is necessary based on in house information
especially based on previous procurement a vendor list for the given item may be
drawn. Such vendor list shall be approved by an officer not below the level of
Document downloaded on 09-04-2022 07:07:28 by
26
General Manager of indenting department. Apart from above vendors, an additional
vendor list shall be sought after every two year from one of the promoter companies
or Engineer India Limited. While floating the tender on limited basis, bids may be
invited from all the vendors on the panel without any pick & choose. This list shall
be maintained by C&P department and should be updated after every 2 years by
the indenting department.
4.3 OPEN INTERNATIONAL COMPETITIVE BIDDING (ICB)
The procurement of materials / works / services where substantial import of Plant
and equipment /services are envisaged by indigenous manufacturers/ service
providers or enough competition does not exist in domestic market, the tender shall
be issued on open ICB basis. Further, the items which are not manufactured
indigenously shall be procured necessarily through ICB tender. In all such cases,
the enquiry shall be necessarily advertised through one English National Daily
newspaper and copies of Press notification (NIT) should also be displayed on PLL
website & sent to prospective vendors.
Copies of the ICB Press Notification shall be sent to the consulates / embassy of
the countries of prospective suppliers for circulation amongst likely suppliers in their
countries.
When the value of materials / works / services covered in the tender is more than Rs.5
Crores (which are part of approved CAPEX budget) for the projects and Rs. 2 Crores
for all other cases such as O&M/ spares / routine works and all services, open ICB will
be invited.
4.4 LIMITED INTERNATIONAL COMPETITIVE BIDDING (LICB)
Where value of equipment / material covered in enquiry is not more than Rs.5
Crores in case of Projects (which are part of approved CAPEX budget) and Rs. 2
Crores in all other cases O&M / spares / routine works and all services, tenders may
be issued on limited tender basis in the manner as prescribed in Clause 4.2 above.
4.5 SINGLE ACCEPTABLE BID
In response to limited / open tender if only one bid qualifies for acceptance, it shall
be termed as single acceptable bid received and in such case DoA (when only
single tender is received) shall be applicable.
Document downloaded on 09-04-2022 07:07:28 by
27
4.6 PROCUREMENT OF PROPRIETARY ITEMS / OEM / SERVICES
Procurement of proprietary items/services/should be made only if it is absolutely
essential. The approved list of all items above 5 Crore, which are intended to be
purchased as proprietary will be declared annually by respective Plant Heads and
PAC certificate for such items shall be approved by Concerned Director. However,
the placement of work order will be done as per the power mentioned in DoA.
For items below or equal to 5 Crore, declaration of intended item/services as
proprietary will be done by the Plant Head for plants and Concerned Director in
case of HO. For proprietary purchase, the indenter must provide the Proprietary
Article Certificate, as under, along with the PR/SR.
The indenter should justify the proprietary procurement on technical grounds and
submit PAC along with PR/SR as under:
(a) PROPRIETARY ARTICLE CERTIFICATE (PAC)
1) The equipment/ manuals/ services required are manufactured/ provided only by
M/s. ____________ No other make is acceptable as substitute for technical
reasons;
2) Approval of PAC. (copy to be provided);
3) No suitable substitute exists for the item for which the P.A.C. is given is available in
the Stores/in-house.
(b) Standby equipment, Accessories, sub-assemblies/assemblies and all such items
which are part of the original equipment supplied by OEM, however sourced from
their sub-vendor shall be considered OEM of those sub vendors, provided it is
approved by respective person per above clause confirming that no other
spares/substitute can be used as replacement. These items can be purchased on
OEM basis from the original supplier/ Stockist of original equipment/manufacturer
without PAC.
(c) Purchase of Indigenous items on proprietary basis
i. The indigenous purchase of proprietary items against the PAC should be made
from manufacturers or from dealer if nominated by the manufacturer on exclusive
basis (and not through a third party).
Document downloaded on 09-04-2022 07:07:28 by
28
ii. Spares for machineries, tools and equipment for which no substitutes are available
are to be treated as proprietary articles without PAC provided it is approved by the
General Manager confirming that no other spares/substitute can be used as
replacement. These are to be procured from manufacturers (OEMs) or from
dealer/firm if nominated by the OEM on exclusive basis (and not through a third
party).
(d) PURCHASE OF IMPORTED ITEMS ON PROPRIETARY BASIS
i. For purchase of imported items of proprietary nature from manufacturers/ supply
houses of the manufacturers in different countries, the procedure laid down vide
para (ii) will be followed.
ii. Purchase of spares shall normally be from original equipment manufacturers and
procurement from dealers/ distributors/ stockists should not be resorted to. Where,
however, the Original Equipment Manufacturers (OEMs) have, on their own or in
response to an enquiry, advised that the spares should be purchased from the
appointed dealer/ distributor/ stockist only, offers shall be invited through an enquiry
from all such designated agencies and the spares procured on most competitive
price basis. Such declaration from OEM should be taken on every instance of
purchase.
iii. In the event of nomination of dealer / distributor / stockist on exclusive basis, spares
will be procured from the same nominee.
(e) The steps to be followed while processing the indents of spares from OEMs
are given under:
1) The tender documents for procurement of equipment should necessarily have a
clause seeking commitment from OEM to supply spares directly and not to pass on
the responsibility to dealers / distributers / stockists or Indian associates.
2) If the contract between the foreign supplier and PLL during ‘Purchase of the Original
Equipment’ binds the supplier that the spares would be supplied by “Original
Equipment Manufacturer” only, then insist upon OEM to supply the spares directly
and not to propose supply through other Indian sources.
3)
Document downloaded on 09-04-2022 07:07:28 by
29
a) The spares must be procured directly from the OEM only and not from their dealers
/ distributors / stockist. In exceptional circumstances, if the OEM advises that the
spares should be purchased only from their authorized dealers / distributors /
stockist and they will not supply directly, then alone, bids can be considered from
authorized dealers / distributors / stockist instead of OEM. However, under no
circumstances, bids from Indian agents are to be considered.
b) In partial modification to the above, considering the changed scenario where OEMs
have made joint Ventures with the Indian Companies and have in some cases
opened their own subsidiaries, offers from the OEM specified Joint Ventures/
Subsidiaries can also be considered for procurement of the spares.
c) Thus, if OEM does not agree to point no. 2 above or point no. 2 is not applicable
then OEM may be asked to supply the spares on “High Sea Sales” basis through
their authorized dealers/ distributors / stockists / joint ventures /subsidiaries instead
of OEM. However, under no circumstances, bid from Indian Agents would be
considered.
4) In case procurement through above condition fails then procurement on “other than
High Sea Sales” basis may be made from authorized Indian dealers / distributors /
stockists / joint ventures / subsidiaries of OEM with the approval of concerned OIC
subject to the fulfilment of the following five conditions, which shall form a part of
the tender conditions:
i. The Vendor should provide the proper excisable invoice/proper duty paying
documents in order to enable PLL to avail input tax credit of GST
a) In case of imported spares / stores which are sold as such i.e. without any further
Processing in India:
Vendor should be registered with CBIC (Central Board of Indirect taxes and
Customs)/ any equivalent government in India and should provide invoice in the
name of PLL, specifying the Input tax credit amount details of IGST etc. along with
statutory information as specified under Central/ State GST law/act.
b) In case of spares which are assembled (manufactured) in India (using imported
components also):
Document downloaded on 09-04-2022 07:07:28 by
30
Vendor shall provide invoice in the name of PLL, specifying the CGST plus
SGST/UTGST or IGST, if applicable, along with other statutory information as
specified under Central/ State GST law/act.
ii. The vendor would issue a certificate on its letter head, certifying that in respect of
supplies of goods to PLL under specified PO, the vendor has paid proper duties of
customs on inputs/components/spares being supplied to PLL.
iii. Necessary fall clause should be incorporated.
iv. The price quoted by the bidder may be compared with those at which the bidder
has supplied the same term/services to the other company(ies) in India. For the
purpose, the bidder should be asked to provide the copies of the orders
executed/currently in hand.
v. If the transaction is done other than on high sea sake basis, negotiations, with due
approvals and as per the guidelines in vogue, should be undertaken with the
supplier to pass on appropriate benefit to PLL on account of CST/VAT, that would
have been available to PLL, had the transaction been done on “High sea Sales”
basis.
5) If the Vendor does not agree to fulfil the above conditions mentioned at 4(i) to 4(v)
above, then a clause may be incorporated in tender/ PO that PLL shall be free to
report the transaction to appropriate custom authorities/ Department of Revenue
Intelligence/ Enforcement Directorate and in such case Head of Department shall
be empowered to approve a proposal up to Rs. 5 lacs/case only. For proposals of
Rs 5 lacs & above, approval of concerned Director shall be required taking deviation
to any of the points listed at 4(i) to 4(v) above.
4.7 PROCUREMENT ON NOMINATION BASIS
The award on nomination basis should be avoided however, considering the
operational / organizational need, orders may be placed on nomination basis with
proper reasons / justification in writing and establishing the cost responsibility.
All efforts should be made for timely processing of procurement cases so as to meet
the operation requirements and avoid last minute urgency leading to procurement
on nomination basis.
The following guidelines shall be used for processing the cases on nomination
Document downloaded on 09-04-2022 07:07:28 by
31
basis:
i. Award of Contracts for Materials/Works/Services/Consultancy.
a) Any award made without resorting to competitive bidding, except for procurement
of goods and services from OEM and/or against PAC, shall be considered as award
on nomination basis
b) Placement of order(s) on nomination basis, sought to be justified on the plea of
emergent situation, apparently on account of delay in timely action for floating of
tenders, should be avoided and tendering procedure should be followed to invite
competitive bidding basis as per procedure so as to give fair and equal opportunity
to all, Therefore, award of contract on nomination basis should be resorted to only
in exceptional cases and powers to award contracts on nomination basis should be
exercised judiciously with proper & valid justification, which should be recorded in
writing.
ii. PROCEDURE FOR AWARD OF CONTRACTS/PLACEMENT OF ORDERS FOR
MATERIALS/WORKS/ SERVICES/ CONSULTANCY ON NOMINATION BASIS
1.0 General
1.1 While it is to clearly understood that normal mode of award of contracts is tendering,
this procedure shall be applicable for activities undertaken without resorting to the
normal mode. It is made explicit that this procedure is made only to tide over
contingent requirements meeting exacting quality standards perspective and if not
proceeded with are timely to jeopardize normal operation and business interest,
Any such proposal shall therefore be complete in all respects for the necessity of
adopted method of award as well as fully substantiated / justified for the selected
vendor / contractor / consultant / service provider and duly supported by
reasonableness of rates/ prices .
1.2 The proposal for procurement on nomination basis shall be prepared by the
concerned department for financial concurrence (if required) and approval for
proceeding on nomination basis of an authority defined in 2.0 below.
2.0 APPROVAL OF PROPOSAL
2.1 The concerned department shall put up a Complete Proposal for approval by the
Competent Authority (CA) not below the rank of Chief Manager. The proposal inter-
alia shall include:
Document downloaded on 09-04-2022 07:07:28 by
32
i. Justification of the proposed methodology for award. If the justification provided is
solely for the reason of time criticality, then it must be explained as to why the action
could not have been taken sufficiently in advance and placement of order achieved
as per normal tendering process.
ii. Reasons for selection of single nominated Vendor / Contractor / Consultant /
Service provider. The proposal should also give details of past experiences and
references including other credentials about the capability of such an agency for
procurement of materials / works / services / consultancy.
iii. Price reasonableness of the proposed award including the basis of estimation of
cost. If the cost estimate is based only on budgetary quotation received from the
proposed bidder, then an analysis shall be made by the concerned department of
the adequacy of the same.
iv. A detailed scope of work, specifications and deliverables. Time Schedule of such
activities and payment mechanism as is anticipated for the same.
v. Any other documents, details and data in support of the proposal
Checklist for preparation of proposal for administrative approval:
- Reasons for award on nomination basis
- Reasons for selecting particular vendor / contractor / consultant / service provider.
- Cost estimate with proper analysis and justification
- Proposal in complete proposal format.
2.2 The proposal as indicated above shall be put up to the Competent Authority not
below the rank of Chief Manager through the Head Of Department, where the
Competent Authority for the approval (as per DoA) is below the level of Head Of
Department, the proposal for award on nomination basis must be put up for
approval of concerned Head Of Department.
4.7.1. EXTENSION OF CONTRACT ORIGINALLY AWARDED ON NOMINATION
BASIS:
The extension of contract as far as possible should be avoided. All efforts shall be
made to award a new contract before expiry of the existing contract.
However, in case of service contract if new contract is not finalized for any reason
the existing contract may be extended for a period as per the provision of the
original contract and DoA. The competent authority to approve the extension of
Document downloaded on 09-04-2022 07:07:28 by
33
the contract shall be based on total contract price (the value of original contract +
value of extension) as per DoA.
4.8 PETTY PURCHASES / WORKS / SERVICES
Petty Purchases / Works / Services upto Rs.50, 000.00 at a time can be made without
formal enquiries or, without obtaining hand quotations by taking contingent advance
as per DoA. PR / PO is not required to be made in SAP.
4.9 PURCHASES / WORKS / SERVICES THROUGH BOARD OF OFFICERS
Purchases / Works / Services by Board of Officers will be resorted to in special
circumstances when the materials / works / services are either required urgently to
overcome the exigency or, because the indenter is not able to give firmed up /
detailed specification (necessitating on the spot decision based on the availability in
the market).
Prior sanction of the Competent Authority should be taken for purchase through
Board of Officer.
In case of respective plants, Plant Head is empowered to constitute a Board of
Officers. Board of Officers would comprise of head of indenter, head of finance and
head of C&P. If for any reason it is not possible to constitute a Board of Officers as
mentioned above, the board may be constituted with an officer of the next lower level.
In case of Head Office, respective Sectional Heads are empowered to constitute a
Board of Officers. The Board of Officers would comprise of an officer each from
indenting section, finance section and C&P.
For carrying out Purchases / Works / Services, the Board of Officers shall explore the
local market as first priority before seeking offers from outside the city/town. Further,
the Board of Officers shall obtain as many sealed quotations as possible so as to
determine the reasonability of rates.
The Board of Officers will, in case it is unavoidable, be authorized to make purchases
from the market on cash basis (as per DoA) after market survey and obtaining as
many hand quotations as possible. The cash advance shall be drawn by the F&A
member of the Committee.
The proceedings of the Board of Officers should be ratified by the authority that
constituted the Board of Officers.
Document downloaded on 09-04-2022 07:07:28 by
34
In case where Board Purchase has been resorted for procurement of services to
mitigate the urgency, in such a case the period of contract shall be limited to a
maximum of 06 (six) months only except for cafeteria services. However, in
exceptional cases, if a Work Centre requires extension due to certain reasons,
approval for such extension of awarded contract is to be obtained from the concerned
Director. Further, the procurement of services through normal tendering should be
expedited and all out efforts are to be made to finalize the tender before the expiry of
contract awarded through Board Purchase.
No EMD / Bid bond is required for board purchase.
4.10 EMERGENCY PURCHASE OF MATERIALS, WORKS AND SERVICES:
Emergency refers to cases of natural calamity, burst in pipelines, explosion, fire,
operational emergency which may result in safety hazard if not attended or repaired,
requirement necessitated by plant shut down, break-down of system, flood,
earthquake thereby endangering pipelines, plant, property and lives. Care should be
taken for not mistaking urgent requirements with emergent requirements. For
example, expenditure on laying / construction of road for an impending visit of a
dignitary can only be classified as urgency and not emergency.
Financial sanction / concurrence will not be necessary in the case of emergency. In
case of operational emergencies involving breakdown in operations, the user
department may resort to direct purchases as per powers delegated in the Delegation
of Authority. The limit of placement of order for Purchases / Works / Services during
emergency shall be as per DoA.
In case of emergency purchase normal process of procurement as per procedure
may not apply, however normal prudence and transparency to be maintained. Proper
record to be maintained by user department about consumption of material
purchased for reconciliation.
4.11 PROCUREMENT OF MATERIALS, WORKS AND SERVICES THROUGH
RATE CONTRACTS / ANNUAL MAINTENANCE CONTRACTS
4.11.1. For Materials, Works and Services required continuously throughout the year in large
quantities and of common and frequent use, it may be advantageous to have a rate
contract (ARC/AMC). The Rate Contract may be finalized through competitive
bidding for a period of 2 (two) years without provision for price variation,
Document downloaded on 09-04-2022 07:07:28 by
35
.
The rate contracts should not be extended beyond original specified period. If it is
essentially required, the original contract period may be extended maximum for a
period of 1 (one) year with approval of competent authority in line with DoA and
reasons to be recorded in writing. The tender document should have a provision that
the contract may be extended for additionally one year on same terms and condition
and price.
Timely action should be taken to enter into fresh contract before the expiry of original
contract.
Long term contracts with OEM for repair and maintenance services (including supply
of spares for maintaining optimal inventory level) of equipments having long
operational life (e.g. Gas Turbines, Pumps, etc.) can be entered into for a period of
five years or more where terms and conditions, applicable discount on listed spare
price can be firmed up centrally. These long term contracts can be used by all
concerned units for repair and maintenance of respective equipments pertaining to
their unit.
4.11.2. PROCUREMENT OF MATERIAL ON HIGH SEA SALES BASIS
As a matter of principle the import of goods / equipment and spare parts for operation
and maintenance for the installation should be procured directly from original
equipment manufacturer (OEM) and not from their dealers / distributers / stockiest.
In exceptional circumstances, if the OEM advises the spares should be purchased
only from their authorized dealers / distributers / stockiest and OEM is not willing to
supply directly, then alone, bids can be considered from their authorized dealers /
distributers / stockiest instead of OEM.
In the above situation when the goods / spares are purchased from authorized
dealers / distributers / stockiest of OEM the process of High Sea Sales shall be
applicable. In case of High Sea Sales following shall be applicable:
1. The Order shall be placed on the local authorized dealers / distributers / stockiest of
OEM.
2. The local authorized dealers / distributers / stockiest of OEM shall place order on its
overseas principal.
3. There shall be a High Sea Sales agreement between local authorized dealers /
Document downloaded on 09-04-2022 07:07:28 by
36
distributers / stockiest of OEM and Buyer (Petronet LNG Limited)/overseas supplier.
4. In High Sea Sales the ownership gets transferred to the buyer in the high sea.
5. The seller shall endorse the shipping documents in favor of Petronet LNG Limited.
6. The applicable custom duty shall be paid by Petronet LNG Limited.
4.12 FRAME WORK ARRANGEMENT
The items and services which are regularly required and are prone to sharp price
variation, a frame work arrangement may be made after freezing all technical and
commercial requirements. The frame work arrangement shall be made through
advertisement. The frame work arrangement shall not have price and as and when
the requirement of material or services arises, all the agency with whom the frame
work arrangement has been finalized shall be asked to submit the price only on a
short notice. This shall save the time and PLL shall be able to place order on real
time price.
The validity of frame work arrangement may be for 2 years.
4.13 PURCHASE FROM GOVERNMENTAL CO-OPERATIVE COMMERCIAL
OUTLETS SUCH AS KENDRIYA BHANDAR OR SIMILAR DESIGNATED
CO- OPERATIVE BODIES/STATE EMPORIUM
Purchases from the Governmental co-operative commercial outlets such as Kendriya
Bhandar or similar designated co-operative bodies/ State Emporium/Government
Departments/Central and State PSUs may be effected wherever possible, without
following normal tendering procedure as per Govt. guidelines in vogue. However, a
formal approval shall be taken as per power delegated for placement of order without
calling for tender. Such procurement shall not be treated as procurement on
nomination basis.
4.14 EXPRESSION OF INTEREST (EOI)
This method shall be used when the indenting group is not reasonably sure on the
specifications / scope of work / source of supply and would like to take the help of
prospective bidders in finalizing the same. Approval of the concerned Director would
be required for resorting to EOI route. EOI is not a tender and shall be used by User
group to explore market conditions as follows;
Document downloaded on 09-04-2022 07:07:28 by
37
I. Enquiry for seeking ‘Expression of Interest’ from bidders should be published in at
least one national daily and the PLL web site. The web site address should also be
given in the advertisements. Enquiry for seeking Expression of Interest should
include in brief, the broad scope of work or service, inputs to be provided by PLL,
eligibility and the pre-qualification criteria to be met by the bidder and bidder’s past
experience in similar work or service.
II. The bidders may be asked to send their comments on the objectives and scope of
the work or service projected in the enquiry. Adequate time should be allowed for
getting responses from interested bidders.
III. Instructions regarding nature of job; submission requirement; last date of submission;
place of submission; and any related instruction shall be included.
IV. Proper format in which the bidders are expected to submit their EOI shall be prepared
and enclosed.
Once based on the information available from the perspective agencies the scope
and specification of the job is frozen, a normal Tender may be issued for processing
an award in case it is decided to continue with requirement.
4.15 QUALITY AND COST BASED SELECTION (QCBS) FOR SERVICES
Keeping in view the requirement of engaging the most experienced agencies to
execute the assignment in an efficient and effective manner and to avoid sub-
standard services for assignments of critical and specialized nature, a list of such
services has been identified as under where QCBS is to be followed:-
Creative Advertising Agencies
Architectural Firms
Attorneys
Trainers / Faculty
Management consultants
Facility Management
Specialized Consulting Services
Event Management Agencies
Specialized security services with integrated hardware.
The process to be followed for tendering in QCBS based selection shall be same
as per Procedure for Selection of Consultants and its amendments/ addendums
thereof.
Document downloaded on 09-04-2022 07:07:28 by
38
5. BIDDING SYSTEM - SINGLE BID AND TWO BID SYSTEM
5.1. SINGLE BID / SINGLE ENVELOPE SYSTEM
This system of bidding essentially means that technical and prices are obtained
in a single envelope and opened for processing. This system should be followed
only if the specifications and terms & conditions / quantities tendered for are
absolutely firm and bidders strictly comply with all requirements set out in the
tender documents.
Subject to above the procurement for goods/ services and works may be done
through single envelope system for value upto Rs.5.00 Lakh. The envelope
containing both techno-commercial part and price part should be opened on the
bid opening time and date after verification of bid security and conformation for
compliance to the terms and conditions of tender without deviation. The EMD and
above confirmation to terms and conditions to be provided along with the Bid.
5.1.1. Procurement of OEM / Proprietary / Spare part award of contract on nomination
basis may also be through Single Bid system. The value of such procurement
may be more than Rs. 5.00 lakh as per the requirement.
5.1.2. Procurement of normal items, other than OEM / Proprietary / Spare parts may
also be done on single envelope basis for value more than Rs. 5.00 Lakh, with
approval of Competent Purchasing Authority.
5.1.3. All Tender which are under single Bid system should be finalized within 30days
from opening of the Bid.
The activity wise schedule is given as under:
Sr. No. Activity
Maximum
Period
allowed
1. Opening of Un-priced bids 0
2. Scrutiny of bids and issuance of TQ/CQ (if any) 7 days
3. Vendor response to TQ/CQ (if any) 7 days
4. Evaluation of response to TQ/CQ and finalization of 6 days
Document downloaded on 09-04-2022 07:07:28 by
39
TBA/CBA/CS
5. Vetting of CBA and CS by F&A department 3 days
6. Finalization of TCR for award 5 days
7. Approval of CA and award 2 days
Total Period allowed (max.) 30 days
5.2. TWO BID / TWO ENVELOPES SYSTEM
Two Bid system is generally used in following situations:
i. In case of procurement of capital items / works / services of complex and
sophisticated nature where it is essential to examine the technical offer for
acceptability and compliance to the tender condition.
ii. In procurement of items where service conditions and other parameters are
provided by PLL and equipment are designed and manufactured by Bidder which
may require examination of the Bid for compliance to the tender condition.
iii. Service / works contract where it is necessary to raise technical and commercial
query to the Bidder for examination of the Bid.
Under Two Bid System the bidders will be asked to submit 'Techno-commercial Bid’
(PART-I) containing Technical and Commercial proposals but without prices and
'Price Bid’ (PART-II) containing only prices quoted in requisite formats separately
in sealed covers duly super scribed and both the offers placed in one single sealed
cover. The required Earnest Money Deposit (EMD) / Bid Bond to be submitted
separately in the main envelop.
Before opening of the Bid it shall be verified that whether the Bidder has submitted
the EMD and Tender Fee. The techno-commercial bids will be opened first and
scrutinized by Tender Committee. After the short listing of techno-commercially
acceptable bidders all such bidders will be notified of the date, time and venue of
opening priced bids. The priced bids will be opened by Tender Committee.
In case of the E-tendering, the EMD to be submitted in separate envelop.
Document downloaded on 09-04-2022 07:07:28 by
40
The Activity wise schedule for finalization of tenders under two bid system is
provided below:
Sr. No. Activity Maximum
Period
allowed
1. Opening of Un-priced bids 0
2. Scrutiny of bids and issuance of TQ/CQ (if
any)
10 days
3. Vendor response to TQ/CQ (if any) 7 days
4. Evaluation of response to TQ/CQ and
finalization of TBA/CBA
6 days
5. Vetting of CBA by F&A department 3 days
6. Finalization of TCR for Price Bid Opening 4 days
7. Approval of CA and Price bid opening 3 days
8. Preparation of CS 2 days
9. Vetting of CS by F&A department 2 days
10. Finalization of TCR for award 3 days
11. Approval of CA and award 2 days
11.(A) Approval of award 5 days
Total Period Allowed (max.) 45 days
The Activity wise schedule for finalization of tenders under two bid system for
complex or turnkey package / tender where PMC is involved is provided below:
Sr. Activity Maximum
Period
Document downloaded on 09-04-2022 07:07:28 by
41
No. allowed
1. Opening of Un-priced bids 0
2. Scrutiny of bids and issuance of TQ/CQ (if any) 15 days
3. Vendor response to TQ/CQ (if any) 10 days
4. Evaluation of response to TQ/CQ and finalization of
TBA/CBA
6 days
5. Vetting of CBA by F&A department 3 days
6. Finalization of TCR for Price Bid Opening 5 days
7. Approval of CA and Price bid opening 2 days
8. Preparation of CS 7 days
9. Vetting of CS by F&A department 3 days
10. Finalization of TCR for award 2 days
11. Approval of CA and award 2 days
11.(A) Approval of award by EPC 5 days
Total Period Allowed (max.) 60 days
6. BID EVALUATION CRITERIA
Before invitation of tenders, a suitable technical as well as commercial bid
evaluation criterion is to be formulated and recommended by the tender committee
for approval of the competent authority. However, where the Competent
Authority for placement of order is MD & CEO and above, such approval shall be
sought from MD & CEO.
The bid evaluation criteria so finalized will be incorporated in the tender documents.
The purpose of such criteria is to establish the capability of the prospective bidders in
being able to execute the order strictly in accordance with the various technical
and commercial stipulations of the contract.
Document downloaded on 09-04-2022 07:07:28 by
42
The Eligibility or capability is assessed generally in relation to the technical competence
based on the similar past experience. The financial soundness is ascertained through
scrutiny of financial documents such as balance sheet with reference to turnover, net
worth and other financial parameters.
While factors related to experience in manufacturing/ fabrication capability are more
relevant and important for orders pertaining to supplies; Experience and financial
soundness assume relatively high relevance and importance while assessing the
capability of contractors for construction work / turnkey jobs and services provided by
them.
The bid evaluation criteria and other relevant tender conditions should be made
in such a manner that the competent bidders participate in the tender and there is
sufficient competition. The BEC should never be framed keeping in view a particular
bidder (s). As far as possible, the BEC should be meeting the job requirement and
ensuring adequate competition.
As a general guideline, following may be considered for eligibility assessment.
6.1. FINANCIAL CRITERIA
Financial Criteria mentioned below is to ascertain financial soundness of the bidders
and to be included in open tender only. Considering nature of item/job, some of below
mentioned financial criteria can also be included in limited tender after
recommendation of tender committee with proper justification.
In case of tender upto Rs. 1 Crores for procurement case and Rs 50 Lakhs for works /
services, above financial criteria shall not be applicable:
Sl No. Financial
criteria
1 Annual
Turnover
Value (i) 50% of the annualized estimated value for all
cases where execution / delivery period is more
than one year.*
(ii) 50% of the estimated value for all cases where
execution / delivery period is less than one
Document downloaded on 09-04-2022 07:07:28 by
43
year. **
For
consortium
Leader to achieve 50% requirement and
partner minimum 25%
Period In any one of preceding 3 audited financial year
2 Net worth Positive for preceding audited financial year.
3 Working
Capital
10% of annualized estimated value in the
absence of which a line of credit from Bank.
*For example: The estimated cost of any service/ item is INR 60 Cr. , and delivery /
execution period is 3 years , then the annualized value come to INR 20 Cr. In such
case the threshold annual turnover required would be INR 10 Cr.
**For example: The estimated value of any work is INR 15 cr , and time delivery date/
execution period is 6 months , In such case threshold annual turnover required would
be INR 7.5 Cr.
6 . 2 . TECHNICAL CRITERIA
Depending upon the nature of item/ job, broad guidelines for technical criteria shall be
as under:
6.2.1. PURCHASE:
i. Experience of manufacturing and supply of similar equipment/ material / plant in
previous 5 years.
ii. Availability of manufacturing / fabrication facility with adequate testing/ quality
assurance facility as per applicable code
iii. The bidder should have experience of successfully executing one similar order for 50%
of estimated value in preceding 5 years.
In case of rate contract for supply of bulk materials / off the shelf equipment/
consumables items, the bidder should have executed at least 50% of the annualized
quantity of the estimate under the tender in one year in preceding 5 years.
If the experience can be specified in terms of technical parameters, the criterion of
similar work experience may not be necessary to be specified in terms of value.
6.2.2. WORKS (INCLUDING EPC) / SERVICES:
i. Experience of at least one similar work of about 50% of value of work in previous 7
Document downloaded on 09-04-2022 07:07:28 by
44
years. However in case of Rate / Maintenance Contract, experience of at least one
similar work of about 50% of annualized value of work under tender in previous 7 years
is to be considered.
ii. “Similar works” if specified in BEC must be clearly defined in the tender document.
Further at times, the criterion of similar works experience may not be necessary to be
specified in terms of value, if the experience can be specified on technical parameters.
However, in case of annual contracts (Service and Maintenance), where contract
period is more than one year, 50% single order value is to be considered on annualized
value of work.
In case of tenders for annual rate contracts / maintenance and service contracts, if the
prospective bidder is executing rate / maintenance / service contract which is still
running and the contract value / quantity executed prior to due date of bid submission
is equal to or more than the minimum prescribed value in the BEC such experience
will also be taken in to consideration provided that the bidder has submitted satisfactory
work / supply / service execution certificate issued by the end user.
The above regarding the BEC are the general guidelines to be considered while
formulating bid evaluation criteria. The indenting department concerned with due
reasoning may suitably formulate the BEC depending upon the job requirements and
the same shall not be treated as deviation to the procedure. While making BEC, the
prime objective is that only capable bidder should qualify as it works like filter. At the
same time, there should be sufficient competition.
Once the tender is floated, no amendment / modifications of approved BEC shall be
permitted.
A job executed by a Bidder for its own plant/projects cannot be considered as
experience for the purpose of meeting requirement of BEC of the tender. However,
jobs executed for Subsidiary/ Fellow subsidiary/ Holding company will be considered
as experience for the purpose of meeting BEC subject to submission of tax paid
invoice(s) duly certified by statutory Auditor of the Bidder towards payments of statutory
tax in support of the job executed for Subsidiary/ fellow subsidiary / Holding company.
Such Bidders to submit these documents in addition to the documents specified in the
bidding documents to meet BEC.
Document downloaded on 09-04-2022 07:07:28 by
45
The bidders must submit the completion certificate issued by end user / owner (or their
consultant who has been duly authorized by them to issue such certificate) only after
completion of work / supply in all aspect. However, in case of tenders for annual rate
contracts/ maintenance contracts, where the bidder is executing a rate / maintenance
contract which is still running and the contract value /quantity executed till one day prior
to due date of bid submission is equal to or more than the minimum prescribed value /
quantity mentioned in the BEC, such experience will also be taken into consideration
provided that the bidder has submitted satisfactory work / supply execution certificate
issued by the end user / owner / authorized consultant. The provision of consideration
of experience of a bidder for a running rate/ maintenance contract as mentioned above
is to be included only in case of tenders for Annual Rate Contract (ARC) / Annual
Maintenance Contract (AMC) for supplies/ services/ consultancy/works.
6.2.3. PROVISION OF CONSORTIUM BID IN TENDER
The bids are normally invited from single source/agency having requisite experience
and resources to execute the job.
However, if the quantum of job is very large, the job requires multi-specialties and a
single agency is not likely to have capacity to execute the work on its own with its
experience and resources/ specialization, requires pooling of the resources of various
agencies. In order to facilitate this, the provision of consortium bid is provided in the
tender document so that more than one agency join hands to pool their experience
resources and expertise and submit a consortium bid, wherein there will be a leader
and other members(s).
As regards, Qualifying Criteria, there will be predefined technical and commercial
Qualifying Criteria in the BEC for leader as well as members of the consortium which
they should necessarily meet. In case any member of the Consortium does not meet
the qualifying criteria required for job distribution amongst them, the bid shall be liable
for rejection.
The Provision of Consortium bid should not be used in routine manner. Therefore,
provision of the consortium bid in the tender is to be analyzed based on above lines
before putting the same in the Tender conditions. Before preparing tender document
and its conditions including BEC, a separate approval for keeping provision of
Consortium Bid in a tender shall be obtained from the Competent Authority/ Director
Document downloaded on 09-04-2022 07:07:28 by
46
concerned for cases falling in the power of Board.
6.2.4. AUTHENTICATION OF DOCUMENT SUBMITTED IN SUPPORT OF BID
EVALUATION CRITERIA (BEC)
I. For authentication of document submitted in support of financial Criteria of Bid
Evaluation Criteria (BEC):
a) Indian bidder: shall submit “Details of financial capability of bidder” in prescribed
format duly signed and stamped by a chartered accountant.
Further copy of audited annual financial statements submitted in bid shall be duly
certified/attested by notary public with legible stamp.
b) Foreign bidder: shall submit “Details of financial capability of bidder” in prescribed
format duly signed and stamped by a chartered accountant.
Further, copy of audited annual financial statements submitted in bid shall be
certified true copies, duly signed, dated and stamped by an official, authorized for
this purpose in Indian Embassy/ High Commission in bidder’s country. However,
member countries of Hague Convention 1961, supporting document pertaining to
financial BEC apostille affixed by Competent Authorities designated by the
government of bidder’s country shall also be acceptable.
Above provision should be included in tender/ RFQ documents having estimated
value of more than Rs. 1 Crores for procurement and Rs. 50.00 Lakhs for
works/services
II. All documents in support of Technical Criteria of Bid Evaluation Criteria (BEC) to
be furnished by the bidders shall necessarily be:
(A) For tenders valuing Rs. 50 Crores and above for Projects and Rs. 10 Crores and
above for O&M (both excluding taxes and duties) All documents in support of
Technical Criteria of Bid Evaluation Criteria (BEC) furnished by the bidders shall
be verified and certified by any one of the following independent third party
inspection agency:
(i) Société Générale de Surveillance (SGS)
(ii) Gulf Lloyds Industrial Services (India) Pvt. Ltd. (GLIS)
(iii) International Certification Services (ICS)
(iv) Bureau Veritas (Ind.) Pvt. Ltd (BVIS)
Document downloaded on 09-04-2022 07:07:28 by
47
(v) TUV SUD (TUV).
(vi) Det Norske Veritas (DNV)
(vii) Certification Engineers International Ltd. (CEIL)
(viii) Lloyds Register Industrial Services (LRIS)
All charges of the Third party for verification and certification shall be borne by the
Bidder.
(B) For tenders valuing less than Rs. 50 Crores for Projects and less than 10 Crores for
O&M (both excluding taxes and duties)
a) For Indian bidder: duly certified/ attested by Chartered Engineer and notary public
with legible stamp.
b) For Foreign bidder: duly certified/ attested by Chartered Engineer/ Licensed
Professional Engineer or Equivalent Registered Engineer of bidder’s country with
legible stamp.
Further, supporting document pertaining to technical BEC should also be certified
true copies, duly signed, dated and stamped by an official, authorized for this
purpose in Indian Embassy/ High Commission in bidder’s country. However,
member countries of Hague Convention 1961, supporting document pertaining to
technical BEC Apostille affixed by Competent Authorities designated by the
government of bidder’s country shall also be acceptable.
Above provision should be included in tender/ RFQ documents having estimated
value of more than Rs. 1 Crores for procurement and Rs. 50.00 Lakhs for
works/services
7. ISSUE / SALE OF BID DOCUMENTS
Tender documents will be sold on receipt of application along with requisite tender fee.
No tender documents will, however, be sold / issued to the bidders who are on Holiday
by PLL ( if any) or have initiated any court proceedings , arbitration or started any
litigation process against PLL. If the documents were issued inadvertently /
downloaded from website, offers submitted by such bidder shall not be considered if
the bidder is on holiday as stated above on the due date of Bid submission, Offer from
such bidder shall be returned. The above is with prejudice to other rights of PLL.
Document downloaded on 09-04-2022 07:07:28 by
48
However, the Bid Documents shall be issued free of cost in case of limited
tender / nomination basis and e-tendering. The Bid Documents are not
transferable and the bids shall be accepted only from the bidder in whose name
the tender document has been issued.
7.1. PROCEDURE FOR ISSUE OF LIMITED/ OPEN TENDERS:
1. C&P Department will maintain an enquiry Register. A separate page for each enquiry
will be allotted in that register.
2. In case of limited enquiries, the name of the firms to whom the enquiries is issued will
be entertained in that register.
3. In case of Open Tendering the names of the parties who have bought the Bid
Documents shall be entered along with, their addresses contact person name and
contact details, the cost paid by them and mode of payment and remarks if any. The
above is not required in case of E-tendering.
4. Enquiry may be issued to all the empaneled vendors/contractors without pick and
choose.
5. Tender to have provision that on enquiry from bidder the reason for rejection of their bid
is to be intimated to them. Our tender should have following clause in ITB RFQ.
"Bidders if so desire, may seek in writing the reasons for rejection of their bid, to which
PLL respond quickly."
6. The Tender document should be ready for sale in all respect once the Notice
Inviting have been issued for Open Tender.
7. The intimation for forth coming tenders should be given to all prospective bidders so
that apart from NIT they are aware of upcoming tender.
8. In case of Open Tender, sale of Bid document shall continue up to one day prior to the
Bid submission date.
7.2. NOTICE INVITING TENDER (NIT)
Open tender may be invited by publication of Invitation of Bids in two or more
newspapers of all India repute or local repute depending upon the value and
importance of the work.
While resorting to advertisement in newsp apers, it is necessary that a brief
description of NIT appears in the newspapers, drawing attention of prospective
bidders to visit PLL website (www.petronetlng.com) for the Bid Eligibility Criteria,
Tender fees, bidding schedule etc.
Document downloaded on 09-04-2022 07:07:28 by
49
Cost of Bid Document in case of open tendering shall be fixed as under:
S.N. Estimated Value of Tender
(in INR)
Domestic
(in INR)
International
(in USD or,
equivalent
approximate INR)
1 Upto 10 Lakhs Nil Nil
2 From 10 Lakhs Upto 5 crore 2,500.00 100.00
3 From 5 crore upto 10 crore 5,000.00 200.00
4 More than 10 crore 25,000.00 1000.00
Note:
1. In case of limited bids, the tender documents shall be issued free of cost. The
tender document may be sent in PDF format to the company e-mail address.
2. In case of high value Tenders where Technical drawing / specifications run into
several pages the cost may be fixed by Tender committee duly approved by
competent authority ( In case where CPA is Director and above approval from
concerned Director shall suffice) keeping in view the expenditure occurred thereon
and the labor involved.
3. Foreign Bidders can purchase Tender document by submitting tender fee in USD
or equivalent INR (directly through their authorized Indian representative)
However, Offers made by Agents / Consultants / retainers / of foreign principals
will be rejected.
4. Tender Fee shall not be required in case of E-tendering.
8. NUMBER OF COPIES OF OFFERS
No. of Copies of bids will be sought as under:
Sr.
no.
Description Unpriced Priced
i Where in house evaluation is involved Original plus one Original
ii Where tender evaluation is done by
consultant
Original plus two Original
Document downloaded on 09-04-2022 07:07:28 by
50
9. REASONABLE TIME FOR BID SUBMISSION:
The bidder should be given reasonable time period for studying the tender document
and preparation of bid. Accordingly depending on the nature of the works like supply
indigenous / imported, ICB tenders / LSTK contracts different time slabs should be
given for the submission of the bid.
The following time period shall be allowed to the Bidders to submit bid:
(i) For ICB/ Import Tenders : 30-45 Days
(ii) Turnkey Projects/ EPC Contracts : 45-60 Days
(iii) For Indigenous Purchase and Tenders
a) Limited Tender : 14-21 Days
b) Open Tenders : 21-30 Days
However, a shorter bidding time may be given keeping the urgency of the requirement
with approval of competent authority (In case where CPA is Director and above
approval from concerned Director shall suffice) provided the time allowed is
reasonable for bidding.
In case of procurement on nomination basis / OEM purchase / Proprietary items /
Spares a shorter bidding period may be considered. However, the same should be
reasonable for submission of the bid.
The time allowed for bidding is to be reckoned from the date of publication of NIT in
newspaper / PLL website.
10. BID VALIDITY
10.1. The bids submitted should have validity period as specified. Only those bids
which conform to the bid validity period as specified in the Bid Documents shall
be valid. Bids of shorter validity will not be considered.
The bidders may be asked to keep their offers valid for acceptance as under;
a) Domestic Tender : 60 to 90 days (2 - 3 months)
b) International Tender / LSTK / EPC : 90 to 120 days (3- 4 months)
10.2. Extension of Bid Validity
The Tender should be finalized within the original Bid validity and, extension of Bid
validity should be avoided. In exceptional circumstances after recording the reasons
Document downloaded on 09-04-2022 07:07:28 by
51
the extension may be sought.
In response to the request for validity extension a bidder may extend the validity on
the same terms, condition and price. The corresponding extension in the Bid
security may also be sought. A bidder has options not to extend the Bid validity if
he so desires without forfeiting the bid security.
11. PRE- TENDER CONFERENCE & PRE BID MEETING
11.1. PRE TENDER CONFERENCE: A pre- tender conference may be held for all major
tenders, which are complex in nature or are being procured for the first time or
where insufficient competition has been experienced earlier, for procurement of
materials, works & services so as to add clarity to specifications, drawing / data,
scope of supply, works & services and special/specific requirements pertaining to
the materials, works & services being indented for tendering. During such meeting
the perspective Bidders are invited to attend the meeting the scope, specification
packaging are discussed wherein the perspective bidders also makes some
suggestion which improves the tender document.
The relevant inputs received from the prospective bidders during pre-tender
meeting needs to be deliberated by the Tender Committee for BEC finalization and
suitably incorporated.
In PTC, all issues pertaining to scope, specifications, design details / data, specific
requirements, if any, etc. shall be open for discussion, except for commercial terms
and conditions of tendering process, which may of course be opened for
discussions to some extent with prior approval.
11.2. PRE BID MEETING: In case of Open tender after floating the NIT the pre Bid
meeting to be held with the perspective Bidders so as to resolve any queries in
respect to Tender. The date, time & venue at which the pre-bid conference
is to be conducted shall be indicated in tender document. Pre-bid conference
is to be convened on the specified date, time and venue. In case of open
tendering, bidders having submitted tender fee will only be permitted to attend pre-
bid conference.
11.3. As a result of pre-bid conference, based on the inputs received from the
prospective bidders, if required, amendment will be issued to the tender
document to the Bidder who have purchased the tender document. Such
Document downloaded on 09-04-2022 07:07:28 by
52
Amendments / corrigendum shall require the approval of competent authority.
11.4. As a result of Pre bid conference if there is substantial change in the tender
document like scope of work, specification, delivery / completion period which
requires increase in bidding time then a reasonable extension in due submission
date may be given.
11.5. The Bidder shall be given reasonable time after the Pre bid conference for
submission of Bids after Pre Bid conference.
11.6. The Bidder should be advised to send their queries if any at least three days prior
to schedule date of pre bid conference, this shall enable PLL to study the queries
raised by Bidders well in advance. However the Bidder can also raise the queries
during the Pre Bid conference.
11.7. The pre Bid conference shall be organized by Indentor / C&P Department and to be
attended by member of Tender committee or its representatives.
11.8. The record note of Pre bid conference shall be prepared by Indenter & C&P officials
who has attended the pre Bid conference.
12. RECEIPT OF BIDS
12.1. The Bid shall be received in following manner :
I. Bids to be put directly in Tender box by the Bidders
II. Received by ordinary / Regd. Post / courier by receipt and dispatch section
III. Hand delivery to the C&P section, only in cases where the size of the Bid is so
voluminous that the Bid cannot be put in tender box.
IV. In case of E-tendering, the bids shall be received in e portal of PLL. However, the
documents like EMD / Bid Bond / Power of attorney may be submitted physically.
V. In case the Bidders are required to submit a sample, the same shall be handed over
to the dealing officer of C&P department / receipt and dispatch section.
VI. The receipt and dispatch section shall put date and time on the envelopes / packets
received. In no circumstances the envelope containing the Bids will be opened or
destroyed by Receiving Section.
VII. All bids received after the notified time and date of closing of tenders will be
treated as late bids and shall not be entertained
12.2. A tender box of appropriate size shall be kept at reception. Tender Box will always be
kept locked by two locks. Key of one lock will be under the custody of HOD-C&P and
key of other lock will be with the designated officer of Finance Department.
Document downloaded on 09-04-2022 07:07:28 by
53
12.3. Accounting of the Bids
The designated Tender receiving officer and nominated Finance officer will take
out at Bid closing hour all the Bids from Tender Box and put their initial on the Bids
and the same shall be handed over for opening to concerned officer.
13. OPENING OF TENDERS
I. The tenders can be opened on any working day. If any due date happens to be
unscheduled holiday then next working day may be fixed. The Tenders / bids (un-
priced / techno-commercial & price Bid) will be opened by representative each from
C&P, Finance and Indentor. However, in case of Price Bid opening, a
representative each from C&P, Finance and Indentor is required (where tender
committee is not in place).
II. Un-priced / techno-commercial part of tender shall normally be opened within one
hour after the due date & time of submission of Bid.
III. Tender opening officers shall put their signature with date in tender opening register
and also on the Bids.
13.1. NUMBERING OF TENDERS
All the tenders shall be given serial numbers. As for example, if 7 bids have been
received against one particular enquiry, then bids should be numbered as 1/7, 2/7
and so on. The bids which are received by post after due date should be marked
'Late' tender with No. 8/7 and so on. All envelopes along with the covering page of
the tender are to be initialled by the tender committee or, concerned officers
authorised to open the tenders. The samples received along with the tenders should
also be initialled. If it is not possible to sign on the samples then those samples
should be properly covered mentioning the name of the firm.
13.2. DISCLOSURE OF PRICES / READING OUT THE RATES
All tender of value Rs 1 Cr and above shall be opened in presence of Bidder's
representatives. The Bidder’s name, bid price, discount (if any) and any such details
considered appropriate shall be read out during the price bid opening. Bids should
not, repeat not, be circulated amongst bidder’s representative. Bids should be
considered as confidential document.
The officers opening the tenders should verify that only bidders / authorised
Document downloaded on 09-04-2022 07:07:28 by
54
representatives of bidders who have actually submitted the bids are present.
Unauthorised representatives (or representatives of firms who have not submitted
the bid) should not be allowed to be present.
13.3. EXTENSION OF BID SUBMISSION DATE
13.3.1. Extension of bid due date should be avoided, as far as possible. However, where it
is inescapable, concerned C&P group or the group which has invited the tender,
will process the case for extension through the Indenting / Project department for
approval of Competent Authority for ordering / award. However, where Competent
Authority for ordering / award is Director and above, approval of concerned Director
shall suffice.
13.3.2. The extension of due date should not be a routine matter. While considering
extension of due date in exceptional situation valid reasons should be recorded as
to why extension on completion schedule should be considered.
13.3.3. In case of system failure under e- tendering, on certification from system
Administrator, extension shall be given 3 days in case of ICB and 1 day in case of
domestic tender with the approval of GM/DGM/ Project Head in case of projects.
13.3.4. Extension of Bid submission date should not be a routine manner and only be done
in an inescapable situation.
13.4. E-MAIL OFFERS
E-mail Offers will not be accepted. However, in case of OEM / PAC purchases from
single source or where source of supply is pre-fixed, E-Mail offers may be
considered.
14. BID SECURITY / EARNEST MONEY DEPOSIT (EMD)
EMD / Bid security / Bid bond is obtained from bidders as instrument so that the
bidder does not withdraw / modify his offer within the validity period thereby causing
inconvenience to PLL. The amount of EMD / Bid bond shall be determined in
accordance with cost estimate of items / works / services procured under the subject
Tender as detailed hereinafter.
Document downloaded on 09-04-2022 07:07:28 by
55
14.1. EXEMPTION FROM SUBMISSION OF BID SECURITY
No bid security / EMD will be necessary for purchases upto Rs.7 lakhs. Earnest money
shall also not be necessary for purchase / service contracts on nomination / PAC /
OEM basis.
Competent authority may also waive submission of bid security / EMD as per DoA in
exceptional circumstances.
14.2. AMOUNT OF BID SECURITY
The following slab based on cost estimate shall be used to determine Bid Security /
EMD.
Amount of Cost Estimate Amount of EMD / Bid Security
<= Rs.7 Lakh Nil
>Rs.7 Lakh, <= Rs. 10 Crore @1.5% of total estimated value of tender,
rounded off to nearest hundred rupees
>Rs. 10 Crore, <= Rs. 25
Crore
Rs. 15 Lakhs + 1% on amount exceeding Rs. 10
Crore, rounded off to nearest hundred rupees
>Rs. 25 Crore Rs. 25 Lakhs + 0.5% on amount exceeding Rs.
25 Crore, rounded off to nearest hundred rupees
The Bid Security / EMD should be valid for 30 days beyond the Bid validity. The
closing Base Currency selling market rates (in USD) on the date of approval of BEC
may be used for conversion of Indian Rupees into foreign currency for arriving the
amount of bid security / EMD in USD.
14.3. EXTENSION OF BID SECURITY
In case during the evaluation of the Bid if PLL seeks extension of Bid validity, Bidder
may extend the Bid validity on the same terms and conditions and corresponding
extension to the Bid bond. If Bidder opts for not extending the validity his EMD
cannot be forfeited and the same shall be returned to the Bidder.
14.4. FORFEITURE OF EMD / BID SECURITY
The conditions under which the Bid Security shall be forfeited shall also be specified
Document downloaded on 09-04-2022 07:07:28 by
56
in the Instructions to the Bidders. The Bid Security shall be liable to be forfeited as
per the Bid Documents as stipulated in the Invitation to Bid or Instructions to the
Bidders. The grounds of forfeiture may be the following:
i) If the offer is withdrawn within the Bid validity.
ii) If the bid is altered/ modified within its Bid validity.
iii) If the bidder does not accept the LOA issued within the Bid validity.
iv) If the bid is accepted by Petronet LNG Limited and work awarded but the contractor
does not furnish Contract Performance Security.
v) If the bidder submit the forged document and is indulged in the fraudulent practice
the EMD shall be enchased, further the bidder should be put on holiday after
following the due process.
For invoking the bid security / EMD, approval of competent purchase authority may be
obtained as per DoA, for the cases beyond the powers of Director, the concerned
Director has full powers to approve invocation the bid security / EMD.
“In case of forfeiture of EMD/ Bid Security, the forfeited amount will be considered
inclusive of tax and tax invoice will be issued by PLL. The forfeiture amount will be
subject to final decision of PLL based on other terms and conditions of order/ contract.”
14.5. RETURN OF BID SECURITY
The Bid Security shall be returned to the unsuccessful bidders expeditiously
after the award of the work to the successful bidder and acceptance thereof. The
Bid Security / EMD of successful bidder will be returned on receipt of Security
Deposit / Performance Bank Guarantee.
14.6. MODE OF SUBMISSION OF BID SECURITY / CONTRACT PERFORMANCE
SECURITY
Generally the Bid Security / Contract Performance Security can be in the form of a
Bank Guarantee from any of the Indian Scheduled Banks. However, keeping in view
of the particular conditions of the bidders, the Bid Security in the form of Bank Demand
Draft, Banker’s Cheque, a letter of credit to be denominated in the currency of contract
for the amount as applicable may be accepted.
The Bank Guarantee can be submitted from any following Bank:
I. Any schedule Indian Bank or any branch of international bank situated in IndiaDocument downloaded on 09-04-2022 07:07:28 by
57
and registered with RBI as schedule foreign bank in case of domestic Bidder or,
II. In case of Foreign Bidder, the Bank guarantee can be accepted from any schedule
bank in India or from an International bank who has its Branch in India and
registered with RBI as schedule foreign bank or,
III. Any foreign bank which is not a schedule bank in India, provided that Bank
Guarantee issued by such bank is counter guaranteed by any schedule bank
Incorporated in India.
In addition to above, the bidder can also submit the EMD through online banking
transaction i.e. IMPS/NEFT/RTGS etc.
For this purpose, the details of PLL’s Bank Account i.e. Account Holder’s Name,
Account Number, IFSC Code & other details are to be provided in the tender document
after obtaining it from their concerned F&A Department.
While remitting, the bidder must indicate EMD and tender/E-tender no. under remarks.
Bidders shall be required to submit/ upload the successful transaction details along-
with their bid/e-bid. In absence of submitting/ uploading the remittance details, the bid
is likely to be considered as bid not accompanied with EMD.
Further, in case of the online transaction, submission of EMD in original is not
applicable.
14.7. EXAMINATION AND VERIFICATION OF BANK GUARANTEE
All Bank Guarantee received, after comparing the tender / contract no., validity, name
of the party on whose behalf it has been issued the C&P department shall forward to
Finance department. The finance Department shall check the following:
I. Whether the language of the BG is as per the format provided by PLL
II. In case of any discrepancy with regarding the value of non-judicial stamp and
change / modification of language by the bank, the BG shall be examine by legal
department.
III. In order to know the authenticity of the BG submitted by the party the finance
department shall take up the matter with the issuing Bank.
Document downloaded on 09-04-2022 07:07:28 by
58
15. PERFORMANCE BANK GUARANTEE (PBG) / SECURITY DEPOSIT (SD)
The PBG/security deposit takes care of many liabilities/risks arising during the
execution of contract and performance of the executed job during Defect Liability
Period. Accordingly, the CPBG/ security deposit is returned only after the expiry of
Defect Liability Period.
The monetary limit for security deposit / Performance Bank Guarantee (PBG) will
be as under;
SN Types Value
(i) Procurement of goods /
materials
10 % of order/contract value.
(ii) Contracts for Turnkey
Project / Construction
10% of Contract Value.
(iii) All type of service
including AMC/ARC
10% of contract value for a contract of one
year duration.
If the duration of service contract is for more
than one year the contractor to provide PBG
of 10% of one year contract price, however
its validity should cover three months beyond
total contract period.
(iv) Consulting service
contract
NIL
The Order / Contract value to be considered excluding statutory taxes, duties and
levies as part of terms and conditions of contract as mentioned in DoA.
The Validity of PBG should be three months beyond total contract Period. For any
kind of procurement / service / contract valuing upto Rs. 7 lakh, no SD / PBG shall
be taken. Also, for Procurement of Material or services from OEM / Manufacture/
authorized dealer / distributor/ sole selling agents / Hiring of Services from OEM /
OES and procurement of items on PAC basis SD / PBG shall not be taken.
Contract Performance Bank Guarantee is to be submitted by bidder within 30 days
after issuance of Letter of Acceptance (notification of Award) and in event of delay
in submission of CPBG / SD, the contract can be terminated.
Document downloaded on 09-04-2022 07:07:28 by
59
However, if termination of contract is not in the interest of PLL, an additional time of
30 days can be allowed (while maintaining the validity of EMD for the requisite
period) for submission of CPBG / SD with the approval of competent authority who
has approved the order/ award, beyond which (depending upon the progress of the
order) it shall constitute sufficient ground for termination of order/ contract and
subsequent actions following termination as per the tender. However, where the
Competent Authority for placement of order is Director or above, such approval shall
be sought from the Director concerned.
“In case of forfeiture of PBG, the forfeited amount will be considered inclusive of tax
and tax invoice will be issued by PLL. The forfeiture amount will be subject to final
decision of PLL based on other terms and conditions of order/ contract.”
15.1. CONTRACT PERFORMANCE BANK GUARANTEE (CPBG)/ SECURITY
DEPOSIT (SD) FOR EXTRA WORKS
The extra work/change order is incidental to the main works covered under the
contract. The contract empowers Engineer-in-charge (EIC) to make alteration in
specification, design and extra work. The CPBG/security deposit has to cover the
entire executed contract value which includes extra work also.
It is clarified that the EIC has to monitor the value of executed work including extra
work and once it is envisaged that total executed value is likely to burst the ceiling
of contract price, the contractor should be asked to furnish additional security
deposit/CPBG. However, as long as the CPBG/security deposit already submitted
at the time of award take cares of extra work executed and the total executed value
are within the contract price, there is no need to ask for additional security
deposit/CPBG for each extra work.
15.2. REDUCTION IN CONTRACT PERFORMANCE BANK GUARANTEE (CPBG)/
SECURITY DEPOSIT (SD) IN CASE OF REDUCTION IN THE SCOPE OF WORK
In case of an exceptional situation where the scope of the contract is reduced
beyond certain specified percentage, on its merit, with the recommendation and
approval of the Competent Authority after having financial concurrence, the contract
will have to be amended for reduction in CPBG. While making such
recommendation, reasons for reduction in the scope of work; all risks/liabilities
Document downloaded on 09-04-2022 07:07:28 by
60
arising during the execution of the contract to be borne by contractor and
performance of the job during the Defect Liability Period, etc. are to be analysed in
terms of the contract provision.
16. UNSECURED ADVANCE ON PROPRIETARY IMPORT
Although any unsecured advance payment is not advisable but in exceptional cases
involving procurement of proprietary items where foreign supplier do not agree to
supply without advance payment and requirement cannot be met through any other
sources, such requests limited to payment upto US$ 15000.00 (or equivalent other
foreign currency) should be carefully examined and accepted only with the approval of
authority who has power to write off amounts due to the company as per delegation of
power. This shall, however, be subject to prevailing RBI regulations. Further, this
should be used in exceptional cases as to meet operational/ urgent requirements.
17. E-PAYMENTS
All payment to Indian contractors and vendors will be made through existing system of
e – payment module only. In case contractors and vendors do not have their account
in one of the designated banks, payment to such contractor and vendors can be made
through NEFT/ RTGS.
18. REPEAT ORDER
The repeat order should be considered only in exceptional circumstances, as the
buyer loses the advantage of competitive Bidding.
i. The repeat order can be made with the approval of competent authority as per
delegation of power in following manner :
Upto 50% of original ordered quantity on same terms and conditions within the 6
months from the date of order provided indenter/user department certifies that:
a) There is an apparent escalation in prices in the market and no unintended benefit
to be passed on to the Vendor/contractor; or
b) The normal processing of the case is likely to delay the procurement adversely
affecting the work; or
c) Special approvals have been obtained for any projects from Boards, etc.
Document downloaded on 09-04-2022 07:07:28 by
61
ii. Repeat order shall not be placed where original tender is finalized on single tender
-nomination basis , emergency purchase , negotiated purchase, or where the
market shows downward trend or where order was placed on consideration other
than lowest prices.
iii. The repeat order should not undo what has been intended within overall delegated
authority of the office concerned.
iv. Repeat order provisions should not be considered as a mode of procurement in
place of following normal tendering procedure against a new requirement. The
process of tendering should be initiated well in advance and new contract/ order to
be finalized before expiry of previous order/ rate contract.
19. PURCHASE OF CAPITAL ITEMS AND SPARES THEREOF
As a matter of principle, while tendering for equipment, the bidders should be asked
to quote separately in service materials and spares which are necessary for one or
two year’s operation of the plant and equipment. It should be made clear to the
bidders that they should quote the prices for each item of the spares separately.
For purposes of comparison of the prices quoted for the main plant and equipment,
the prices of commissioning and mandatory spares will be taken into account. O&M
spares will not be evaluated for comparison purposes.
20. CLAUSES IN SUPPLY ORDER/ INVITATION OF TENDERS
20.1 WARRANTY AND GUARANTEE
i) In the case of equipment the warranty for a period of 24 months from the date of
shipment or 12 months from the date of commissioning of the equipment, whichever
is earlier, will be obtained.
ii) The Warranty period in case of turn- key projects will be obtained for 12 months
from the date of satisfactory commissioning and handing over of the complete
project to PLL
iii) The Bank Guarantee for warranty period in the case of equipment shall be insisted
upon. The Bank Guarantee for warranty in the case of turn-key project contracts
will be essential and insisted upon and failure to comply with this will be rejection
criteria of the Tender document.
20.2 FAILURE AND TERMINATION CLAUSE
If vendor / contractor fails to deliver entire quantity of materials ordered/ complete
Document downloaded on 09-04-2022 07:07:28 by
62
the work or a part thereof within the contractual delivery / completion period agreed
to for such part or total quantity as per the delivery / time schedule or at any time
repudiates the contract before the expiry of such period, PLL may without prejudice
to any other right or remedy available to it recover damages for breach of the
contract in accordance with its provisions:
(a) Recover from the vendor/ contractor an agreed amount towards Price Reduction
Schedule and not by way of penalty a sum equivalent ½% (half per cent) of the
contract price of the whole unit per week for such delay or part thereof (this is a
genuine pre-estimate of damages duly agreed by the parties) which the vendor/
contractor has failed to deliver with in the period fixed for delivery in the schedule,
where delivery thereof is accepted after expiry of the aforesaid period.
It may be noted that such recovery of PRS may be up to 5% of the contract price /
of the total quantity of items of materials / equipment which the contractor has failed
to deliver within the period fixed for delivery; or
(b) Purchase or authorize the purchase from elsewhere at the cost and risk of the
contractor, the material not delivered or other such material of similar description,
by serving prior notice to the contractor / supplier without cancelling the contract.
or
(c) Cancel the contract or a portion thereof by serving prior notice to the contractor and
if so desired, purchase or authorize the purchase of the materials not so delivered
or other of a similar description (where such materials exactly complying with
particular are not, in the opinion of the purchaser, which shall be final, readily
procurable) at the risk and cost of the contractor. If the contractor had defaulted in
the performance of the original contract, the purchaser shall have the right to ignore
his tender for risk purchases even though the lowest. Where the contract is
terminated at the risk and cost of the firm under the provisions of this clause, if shall
be solely upto the purchaser to exercise his discretion to collect or not, the security
deposit from the firm, on whom the contract is placed, at the risk and expense of
the defaulting firm.
(d) Where action is taken under sub-clause (b) or sub-clause(c) above, the contractor
shall be liable for any loss which the purchaser may sustain on that account,
Document downloaded on 09-04-2022 07:07:28 by
63
provided the purchase or if there is an agreement to purchase, such agreement is
made, in case of failure to deliver the materials within six months from the date of
such failure and in case repudiation of the contract within six months from the date
of cancellation of contract. The contractor shall not be entitled to any gain on such
purchase and the manner and method of such purchase shall be at the entire
discretion of the purchaser. It shall be necessary for the purchaser to give a notice
of such purchase on the contractor.
(e) It may further be noted that clause (a) above provides for recovery of PRS on the
cost of contact price of delayed supplies (whole unit) at the rate of 1/2% (half per
cent) of the contract price of the whole unit per week for such delay or part thereof
upto a ceiling of 5% of the contract price of delayed supplies thus accrued will be
recovered by the paying authorities of the purchaser specified in the supply order,
from the bill for payment of the cost of the material submitted by the vender/
contractor in accordance with terms of supply order, or otherwise.
(f) Notwithstanding anything stated above equipment and materials will be deemed to
have been delivered only when all its components, parts are also delivered. If
certain components are not delivered in time the equipment and material will be
considered as delayed until such time all the missing parts are also delivered.
20.3 FALL CLAUSE (APPLICABLE IN CASE OF MATERIAL PROCUREMENT
THROUGH RATE CONTRACT, NOMINATION AND PROPRIETARY AWARD)
(i) The price charged for the materials supplied under the contract / supply order by
the contractor / supplier shall in no event exceed the lowest price at which the
supplier / contractor or his agent / principal / dealer, as the case may, sells the
materials or others to sell materials of identical description to any persons /
organizations including the purchaser or any department of the central Government
or any Department of a State Government or any Statutory Undertaking of the
Central or State Government, as the case may be, during the currency of the
contract / supply order.
(ii) If at any time, during the said period, the contractor / supplier or his agent / principal
/ dealer, as the case may be, reduces the sale price, sells or offers to sell such
Document downloaded on 09-04-2022 07:07:28 by
64
materials or any persons / organizations including the purchaser or any department
of Central Government, or State Government, as the case may be, at a price lower
than the price chargeable under the contract / supply order, he shall forthwith notify
such reduction or sale or offer of sale to the Purchase Authority who has issued this
supply order and the price payable under the supply order / contract for the
materials supplied after the date of coming into force of such reduction or sale or
offer of sale shall stand correspondingly reduced. The above stipulation will,
however, not apply to:
a) Exports by the contractor / supplier; or
b) Sale of goods as original equipment at prices lower than the prices charged for
normal replacement.
c) Sale of goods such as drugs which have expiry dates.
(iii) Compliance Methodology: The contractor / supplier shall furnish the below
statements on its certificate on its letter head to the concerned paying authority
along with each bill for payment for supplies made against this supply order /
contract:
I / We certify that there has been no reduction in sale price of the items / goods /
materials of description identical to those supplied to PLL under the contract / supply
order herein and such items / goods/ materials have not been offered / sold by me
/ us to any person / organization including the purchaser or any Department of
Central Government or any Department of a State Government or any Statutory
Undertaking or the Central or State Government, as the case may be, upto the date
of bill / during currency of the supply order / contract whichever is later, at a price
lower than the price charged to PLL under the contract / supply order.
Such a certificate only shall be obtained, except for quantity of items / goods /
materials of categories under sub-clause (a), (b) & (c) of sub para (ii) above of which
details shall be furnished by the supplier.
20.4 INSPECTION & REJECTION OF MATERIALS BY CONSIGNEES
When material are rejected by the consignee, the supplier shall be intimated
promptly with the details of such rejected materials, as well as the reasons for their
rejection, also giving location where such materials are lying at the risk and cost of
the contractor / supplier. The supplier will be called upon either to remove the
materials or to give instructions as to their disposal within 14 days and in the case
Document downloaded on 09-04-2022 07:07:28 by
65
of dangerous, infected and perishable materials within 8 hours, failing which the
consignee will either return the materials to the contractor on freight to pay basis or
otherwise dispose them of at the contractor's risk and cost. C&P department will
also intimate to the Finance and Accounts department concerned the quantity of
the materials rejected to enable him to recover the freight due at the full public tariff
rates from the contractor. The purchaser shall also be entitled to recover handling
and storage charges for the period, during which the rejected materials are not
removed @ 5% of the value of materials for each month or part of a month till the
rejected materials are finally disposed of.
20.5 SUBLETTING AND ASSIGNMENT
The contractor shall not, save with previous consent in writing of the Engineer-in-
charge, sublet, transfer or assign the contract or any part thereof or interest therein
or benefit or advantage thereof in any manner whatsoever. Provided, nevertheless,
that any such consent shall not relieve the contractor from any obligation, duty or
responsibility under the contract.
However, Subletting of WHOLE WORKS is prohibited. An undertaking to this effect
will be given by Vendor/ Contractor along with each invoice/ bill.
20.6 EARLIER DELIVERY
i) When contracts are placed at higher rate for the sake of earlier delivery, the clause
as given below, enabling PLL to realize compensation for the extra cost due to delay
in supply must be included therein;
It should be noted that on your assurance of delivery of materials strictly as per
agreed schedule, this order has been placed on you in preference to the lowest
acceptable tender. In case of failure to complete supplies against this contract in
terms thereof within the date of delivery specified herein, you would be liable to pay
to the PLL, the difference between the contract rates and those of the lowest
acceptable tender, i.e., Rs. _______ per unit, notwithstanding the fact that the delay
in supply may have been caused by force majeure. This is without prejudice to the
right of the PLL to receive all other losses and right of cancellation and repurchase
at your risk and expense.”
Document downloaded on 09-04-2022 07:07:28 by
66
ii) The following clause will invariable be included in all invitations to tenders:-
It should be noted that if a contract is placed on a higher bidder as a result of this
tender, in preference to the lowest acceptable offer, in consideration of an earlier
delivery, the contractor will be liable to pay to PLL the difference between the
contract rate and the rate quoted by the lowest acceptable bidder in case of failure
to complete the supply in terms of such contract within the date of delivery specified
in the tender and incorporated in the contract. This is without prejudice to other
rights and remedies available to PLL, under terms of contract.”
20.7 PILOT APPROVAL (WHEREVER APPLICABLE)
i) Before commencing bulk supply if necessary, the supplier may be asked to forward
two sets of samples supported by two sets of their manufacturing drawings for
approval of the Inspecting Officer. Such an approval by Inspecting Officer may need
atleast 15 days’ time, which should be catered for by supplier within the delivery
schedule. Inspecting Officer would return one set of the samples and one set of
manufacturing drawings duly signed for supplier's guidance in bulk supply.
ii) Supplier will make available free of charge all testing facilities in his plant to the
inspecting officer to enable him to test the sample and carry out inspection. Supplier
will arrange for any test desired by the Inspecting Officer at any other test house /
laboratory as approved by the Inspecting Officer. If facilities for such test are not
available in his plant. The test charges would be reimbursed by the purchaser if the
samples are considered acceptable whereas if the test charges would be borne by
the supplier.
20.8 BULK INSPECTION (WHEREVER APPLICABLE)
i) The bulk shall be accepted in accordance with the samples approved. The inspector
shall be given sufficient notice which shall not be less than 21 working days to plan
out the bulk inspection. Percentage would be arranged by the supplier on the same
lines as in case of the pilot samples and the test charges would be dealt with
accordingly.
ii) Sampling procedure will be as per the requirement of the inspection authority.
iii) The materials rejected by the inspecting officer during this inspection will be
replaced by the supplier immediately, latest within two weeks of such rejections.
Any rejection by the inspection officer shall be considered final and binding.
Document downloaded on 09-04-2022 07:07:28 by
67
20.9 GENERAL CONDITIONS
i) When the materials are dispatched to the consignee intimation must also be given
to this effect. Reference to the supply order should invariably be given in all the
relevant correspondence.
ii) The tender is liable to be rejected in case the tender does not comply with tender
stipulations or the goods, works and services offered do not conform to the required
specification indicated there in.
iii) Any other terms and conditions offered by the firm and not included in the
order/contract, are not acceptable to PLL.
20.10 RESOLUTION OF DISPUTES / ARBITRATION
Provision of resolution of disputes / arbitration shall be stipulated in General
Purchase Conditions and General Conditions of Contract, which provides for
dispute resolution mechanism in accordance with the prevailing Arbitration &
Conciliation Act, 1996 as amended from time to time.
20.11 LOADING AND REJECTION CRITERIA
20.11.1. As per tender terms and conditions, bidders are advised to submit their bids in strict
compliance with the specifications and other stipulations contained therein. They
are further advised not to stipulate deviations.
20.11.2. The bidders are required to comply with the tender conditions. Tender should have
rejection criteria where the deviation is not acceptable. However, if considered
appropriate financial loading for acceptable deviation should be incorporated
upfront.
20.11.3.
a) In addition to the above, some of the tender conditions require submission of data
by the bidder. If such details have been foreseen, the same should be described in
the Tender Document with clarity including the method of evaluation of the data so
received. Some of such requirements are :-
Document downloaded on 09-04-2022 07:07:28 by
68
i) Stipulations for cement and steel consumption in turnkey civil packages, where
cement and steel are envisaged to be supplied by PLL, for reasons of quality control
and timely availability.
ii) Stipulations for Boil Off Gas generation, power and other such utilities, where these
are to be evaluated for assessing overall economics in operation of plants procured
through turnkey packages.
iii) Provisions pertaining to compensation for extended stay for construction works
awarded when such delays can be reasonably anticipated solely for reasons
attributable to PLL and are considered advantageous to invoke instead of resorting
to repeated reissue of tenders, during execution stage. Payment of mobilization
advance, if so required by the bidder, while submitting offers.
b) There may be similar other terms and conditions calling for evaluation of their
impact on the price quoted by the bidder(s). As such, it is imperative that not only
such stipulations and the expected data from bidders are explicitly and clearly
indicated in tender documents, but also the manner in which at the same shall be
evaluated should be stated unambiguously, as the loadings on these counts may
alter the status of bidders while comparing the prices quoted by them.
20.11.4. The tender document shall also explicitly include all such terms and conditions as
are considered absolutely necessary to be acceptable by bidders, without any
deviations. It should also be clearly stipulated that any deviations to these will
render the bid liable for outright rejection. Broadly, the following to be included in
the tender as rejection criteria:
i) Firm Price
ii) EMD/ Bid Bond
iii) Scope of work
iv) Specifications
v) Price Schedule
vi) Delivery / Completion Schedule
vii) Period of validity of bid
viii) Price reduction schedule
ix) Performance Bang Guarantee / Security Deposit
x) Guarantee of material / workDocument downloaded on 09-04-2022 07:07:28 by
69
xi) Arbitration / Resolution of Dispute
xii) Force Majeure
xiii) Applicable Laws
xiv) Integrity Pact, if applicable
xv) Any other condition specifically mentioned in the tender documents elsewhere that
non-compliance of the clause lead to rejection of the bid.
Deviation to the clause if considered acceptable with financial loading declared in
tender document shall not be included in rejection criteria.
20.12 ABNORMALLY HIGH RATES ITEMS (AHR)
The following provision be invariably incorporated in the special conditions of
contract of the tenders for works/ service contracts:
“In items rate contract where the quoted rates for the items exceed 50% of the
owners / estimate rates such item will be considered as abnormally high rates items
(AHR) and increase in quantity after ordering for AHR item needs to be avoided.
However, in exceptional circumstances, payment of AHR items beyond the SOR
stipulated quantities shall be made at the least of the following rates:-
i) Rate as per SOR, quoted by the contractor.
ii) Rate of the item, which shall be derived as follows:
A. Based on rates of machine and labour as available from the contract (which
includes contractor’s supervision profit, overheads and other expenses)
B. In case rates are not available in the contract , rates will be calculated based on
prevailing market rates of machine, material and labour plus 15% to cover
contractor`s supervision profit, overhead & other expenses.”
20.13 PERCENTAGE TENDERING
In case of civil contracts including civil ARCs/ AMCs where proper in-house
estimate available, tender may be invited on percentage tender basis.
In percentage tender, estimated item wise rates are to be mentioned in the tender
but the bidders are required to quote only the percentage (plus or minus) over
the total estimated amount of package / part / section as per evaluation
methodology.
Document downloaded on 09-04-2022 07:07:28 by
70
The above will ease preparation of comparative statement and also eliminate the
possibility of abnormally high rates for individual items.
20.14 PROCEDURE FOR BUY-BACK ITEMS & TENDER PROVISIONS
Technological advancement and obsolescence have reduced in the replacement of
old existing plant and machineries in PLL. As such with the passage of time and as
PLL is growing, the requirement of new items in place of old/obsolete items is also
increasing. PLL may invite tender(s) for procurement of new item(s) with a buy back
clause in the tender(s).
Keeping in view the need of transparency in dealing in buy back items, the tender
where buy back items is involved and the bidder is required to quote for new item
(s) / installations and is also required to take back the old item (s) / machines, the
tenders are to be prepared in the manner stated below:
a. The details of old item(s) and quantity (ies) shall be indicated in the tender
document.
b. The tender will have a provision and separate line item (s) in the SOR to quote
separate price for old item(s)/ buy back price of old item(s) by the bidder.
c. While evaluating the bids, the quoted price for old item(s)/ buy back price of old
item(s) plus applicable GST on buy pack prices is to be reduced from the quoted
price of the new item (s).
d. The removal of old item (s) is to be done in SAP following the process adopted for
“sale of old capital goods/ scrap items, as the case may be. The invoice for old items
(s) shall also be raised in SAP only.
e. In case the buyback price of old items is less than written down value (WDV), then
write off approval is required from competent authority.
f. In case of buy back PLL is to raise invoice for buy back items and pay GST to Govt.
department. Therefore, Buy back price and applicable GST is to be deducted while
evaluating the offer
Further the tender shall stipulate the following procedure to be followed by PLL and
vender/ contractor:
1. That old materials are to be handed over to the vendor/contractor
in terms of the contract with proper documentation on "as is where basis is”. The
Document downloaded on 09-04-2022 07:07:28 by
71
vendor/contractor is required to take away such materials out of PLL immediately
after handing over to them.
2. That the vendor/contractor will not sell these materials to any PLL employee
without written permission of HR Department- PLL, to be obtained by the PLL
employee (s)
Even after permission is obtained by employee(s) from PLL, the contractor is free
to take decision whether to sell such item (s) to PLL employee (s) or not.
3. That vendor/contractor will accept payment only by cheque/ demand draft for sale
of old item(s) to PLL employee(s).
4. That vendor/contractor will maintain a separate record for such sales to PLL
employees and will make the same available as and when requested by PLL.
20.15 PROVISION WITH RESPECT TO TAXES IN RFQ/ TENDER DOCUMENT
A. Where the PLL is entitled to avail the input tax credit of GST (CGST &
SGST/UTGST or IGST) and there is certainty at the time of bid evaluation about
the quantum of input tax credit available for the tendered goods/services/ works.
Owner/PLL will reimburse the GST (CGST & SGST/UTGST or IGST) to the Supplier
of Goods / Services (Service Provider) at actuals against submission of Invoices as
per format specified in rules/ regulation of GST to enable Owner/PLL to claim input
tax credit of GST (CGST & SGST/UTGST or IGST) paid. In case of any variation in
the executed quantities, the amount on which the GST (CGST & SGST/UTGST or
IGST) is applicable shall be modified in same proportion. Returns and details
required to be filled under GST laws & rules should be timely filed by supplier with
requisite details.
The input tax credit of GST (CGST & SGST/UTGST or IGST) quoted shall be
considered for evaluation of bids, as per evaluation criteria of tender document.
B. Where the PLL is not entitled to avail/take the full input tax credit of GST (CGST &
SGST/UTGST or IGST) or there is uncertainty at the time of bid evaluation about
the quantum of input tax credit available for the tendered goods/services/ works:
Owner/PLL will reimburse GST (CGST & SGST/UTGST or IGST) to the Supplier of
Goods / Services (Service Provider) at actuals against submission of Invoices as
per format specified in rules/ regulation of GST subject to the ceiling amount of GST
(CGST & GST/UTGST or IGST) as quoted by the bidder, subject to any statutory
variations, except variations arising due to change in turnover. In case of any
Document downloaded on 09-04-2022 07:07:28 by
72
variation in the executed quantities (If directed and/or certified by the Engineer-In-
Charge) the ceiling amount on which GST (CGST & SGST/UTGST or IGST) is
applicable will be modified on pro-rata basis.
The bid will be evaluated based on the total prices including GST (CGST &
SGST/UTGST or IGST).
C. PLL will prefer to deal with registered supplier of goods/ services under GST.
Therefore, bidders are requested to get themselves registered under GST, it not
registered yet.
However, in case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) while evaluation of
bid. Where PLL is entitled for input credit of GST (CGST & SGST/UTGST or IGST),
the same will be considered for evaluation of bid as per evaluation methodology of
tender document.
D. In case PLL is required to pay entire/certain portion of applicable GST (CGST &
SGST/UTGST or IGST) and remaining portion, if any, is to be deposited by Bidder
directly as per GST (CGST & SGST/UTGST or IGST) laws, entire applicable
rate/amount of GST (CGST & SGST/UTGST or IGST) to be indicated by bidder in
the SOR.
Where PLL has the obligation to discharge GST (CGST & SGST/UTGST or IGST)
liability under reverse charge mechanism and PLL has paid or is /liable to pay GST
(CGST & SGST/UTGST or IGST) to the Government on which interest or penalties
becomes payable as per GST laws for any reason which is not attributable to PLL
or ITC with respect to such payments is not available to PLL for any reason which
is not attributable to PLL, then PLL shall be entitled to deduct/ setoff / recover such
amounts against any amounts paid or payable by PLL to Contractor / Supplier.
E. Supplier shall ensure timely submission of correct invoice(s), as per GST rules/
regulation, with all required supporting document(s) within a period specified in
Contract to enable PLL to avail input credit of GST (CGST & SGST/UTGST or
IGST). Further, returns and details required to be filled under GST laws & rules
should be timely filed by Supplier of Goods / Services with requisite details.
If input tax credit is not available to PLL for any reason not attributable to PLL, then
PLL shall not be obligated or liable to pay or reimburse GST (CGST &
SGST/UTGST or IGST) claimed in the invoice(s) and shall be entitled to deduct /
Document downloaded on 09-04-2022 07:07:28 by
73
setoff / recover such GST amount (CGST & SGST/UTGST or IGST) or Input Tax
Credit amount together with penalties and interest, if any, against any amounts paid
or becomes payable by PLL in future to the Supplier/Contractor under this contract
or under any other contract.
In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority /
any equivalent government agency brings to the notice of PLL that the Supplier has
not remitted the amount towards GST (CGST & SGST/UTGST or IGST) collected
from PLL to the government exchequer, then, that Supplier shall be put under
Holiday list of PLL for period of six months after following the due procedure. This
action will be in addition to the right of recovery of financial implication arising on
PLL.
F. ANTI-PROFITEERING CLAUSE: As per Clause 171 of GST Act it is mandatory to
pass on the benefit due to reduction in rate of tax or from input tax credit to the
consumer by way of commensurate reduction in prices. The Supplier of Goods /
Services may note the above and quote their prices accordingly.
(A confirmation to above will also be sought in the Agreed Terms and Conditions).
G. In case the GST rating of vendor on the GST portal / Govt. official website is
negative / black listed, then the bids may be rejected by PLL. Further, in case rating
of bidder is negative / black listed after award of work for supply of goods / services,
then PLL shall not be obligated or liable to pay or reimburse GST to such vendor
and shall also be entitled to deduct / recover such GST along with all penalties /
interest, if any, incurred by PLL. Vendor has to provide the declaration stating that
GST rating of them on the GST portal / Govt. official website is Positive.
H. In case of statutory variation in GST (CGST & SGST/UTGST or IGST), other than
due to change in turnover, payable on the contract value during contract period, the
Supplier of Goods / Services (Service Provider) shall submit a copy of the
'Government Notification' to evidence the rate as applicable on the Bid due date
and on the date of revision.
Beyond the contract period, in case PLL is not entitled for input tax credit of GST
(CGST & SGST/UTGST or IGST), then any increase in the rate of GST (CGST &
SGST/UTGST or IGST) beyond the contractual delivery period shall be to
Supplier/Service Provider’s account whereas any decrease in the rate GST (CGST
& SGST/UTGST or IGST) shall be passed on to the PLL/ Owner.
Document downloaded on 09-04-2022 07:07:28 by
74
Beyond the contract period, in case PLL is entitled for input tax credit of GST (CGST
& SGST/UTGST or IGST), then statutory variation in applicable GST (CGST &
SGST/UTGST or IGST) on supply and services, shall be to PLL’s account.
Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory variation,
should be raised within two [02] months from the date of issue of 'Government
Notification' for payment of differential (in %) GST (CGST & SGST/UTGST or
IGST), otherwise claim in respect of above shall not be entertained for payment of
arrears.
The base date for the purpose of applying statutory variation shall be the Bid Due
Date.
I. New Taxes & duties: Any new taxes & duties, if imposed by the State/ Central Govt.
of India after the due date of bid submission but before the Contractual
Delivery/Completion Date, shall be reimbursed to the Supplier on submission of
copy of notification(s) issued from State/ Central Govt. Authorities along with
documentary evidence for proof of payment of such taxes & duties, but only after
ascertaining it’s applicability with respect to the Order/Contract.
J. For procurement of Goods: The supplier shall mention the particulars of PLL,
(place specified in tender) on the Invoice. Besides, if any other particulars of PLL
are required to be mentioned, under GST rules/ regulations on the date of dispatch,
the same shall also be mentioned on the Invoice.
K. Wherever TDS under GST Laws has been deducted from the invoices raised /
payments made to the vendors, as per the provisions of the GST law / Rules,
Vendors should accept the corresponding GST-TDS amount populated in the
relevant screen on GST common portal (www.gst.gov.in). Further, Vendors should
also download the GST TDS certificate from GST common portal (reference path:
Services > User Services > View/Download Certificates option).
L. E-way Bill for movement of goods under GST Regime have been notified, the
provisions related to E-way bill has been made applicable from 1stFeb. 2018. All
the process/ procedure in this regard is to be followed for inward/ outward
movement of Goods.
20.16 PROVISION WITH REGARD TO LIQUIDATION. BANKRUPTCY OR COURT
RECEIVERSHIP IN TENDER DQCUMENTS (FOR WORK / SERVICE TENDER)
The following provisions to be included in the ITB/RFO of the tenders for
Document downloaded on 09-04-2022 07:07:28 by
75
procurement of works/ services:
The prospective bidders should not be under ‘liquidation’, any 'court receivership
or similar proceedings’ or ‘bankruptcy’ during the processing of the tender.
The bidder shall give an undertaking regarding the same in their bid. In case it
comes to the notice of PLL that the bidder has given wrong declaration in this
regard, the same shall be dealt as ‘fraudulent practices’ and action shall be initiated
as per the procedure for action in case of corrupt / Fraudulent / collusive / coercive
practices.
Further, it shall be the sole responsible of the bidder to ensure that any changes
occurring in their above declaration during the processing of the tender are brought
to the notice of Employer “
Further, in case of ‘liquidation’, any ‘court receivership or similar proceedings’ or
‘bankruptcy’ after award of contract for service/ works suitable action in accordance
with of GCC of the contracts.
20.17 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF BANNING OF
VENDORS/SUPPLIERS/CONTRACTORS/BIDDERS/CONSULTANTS
INDULGED IN FRADULENT/COERCIVE PRACTICES
Arbitration clause will not be applicable in case of banning of
Vendors/suppliers/contractors/bidders/consultants indulged in fraudulent/ coercive
practices. Accordingly, the following provision is to be included in the ITB
(instruction to Bidder) of tender documents.
“Notwithstanding anything contained contrary in GCC and other “ CONTRACT
DOCUMENTS”, in case it is found that the Vendors/ Suppliers/ Contractors/
Bidders/ Consultants indulged in fraudulent/ coercive practices at the time of
bidding, during execution of the contract etc., and/or on other grounds as mentioned
in PLL’s “Procedure”, the contractor/bidder/vendor/supplier /consultant shall be
banned (in terms of aforesaid procedure) from the date of issuance of such order
by PLL., to such Vendors/ Suppliers/ Contractors/ Bidders/ Consultants and PLL
has the right to take appropriate legal remedy available to it under the applicable
laws. Such disputes shall be governed by the jurisdiction clause of the contract.
Document downloaded on 09-04-2022 07:07:28 by
76
20.18 PROVISION IN TENDER REGARDING PERMANENT ESTABLISHMENT (PE)
W.R.T. FOREIGN BIDDERS
The following provision in respect of PE Status of Foreign Vendors is to be included
in all ICB tenders and in RFQ on OEM / Nomination / Proprietary basis for foreign
bidders:
“Foreign bidders must submit (along with their bid) the following particulars
Which are required to be furnished by PLL to Income Tax Department for
Complying with the requirements for making remittances to non-residents as per
Income Tax Act, 1961 (as amended from time to time):
(i) Certificate of having No Permanent Establishment / No Business Connection in
India.
(ii) In case the non-resident has a Fixed Place Permanent Establishment (PE) or a
Dependent Agency PE in India, in terms of the Double Taxation Avoidance
Agreement (DTAA) between India and his country of tax residence through which
the non-resident carries on business activities in relation to its engagement by PLL,
the address of the Fixed Place PE or name & address of the Dependent Agent is to
be provided.
(iii) Deemed Permanent Establishment: Whether by carrying on activities in relation to
its engagement by PLL, the non-resident constitutes an Installation / Construction
PE or a Service PE in India in terms of the DTAA between India and his country of
tax residence.
(iv) If the non-resident has PE in India, whether the remittances to be made to him under
his engagement by PLL are attributable to such PE or not with reasons thereof.
(v) Non-resident’s complete address in the country of residence along with Local
Contact No. with ISD Code and E-Mail ID of concerned person.
(vi) If the non-resident has an Indian Income Tax Permanent Account Number (PAN),
details of the same.
(vii) Country of tax residence of the non-resident supported by a Tax Residency
certificate (TRC) issued by the Government of country or specified territory to the
effect that the person named therein is a resident of that country or specified
territory along-with Form 10F, if non-resident desire to avail benefits available under
Double Tax Avoidance Agreement(DTAA).
Document downloaded on 09-04-2022 07:07:28 by
77
(viii) If it is not possible for the non-resident to obtain & submit Tax Residency Certificate
to PLL within a reasonable time, the bidder should furnish Form No. 10F along with
an undertaking to the effect that the bidder is a tax resident of (the specified country)
and that they shall obtain and provide the TRC to PLL before 30 days of submission
of first Invoice by them or within 3 months from the date of entering into the contract
whichever is earlier.
(ix) Whether the non-resident is constituted as a company, a partnership firm, or any
other form of business organization.
In addition to above particulars, the bidder should also provide any other information
as may be required later for determining the taxability of the amount to be remitted
to the non-resident. Further, the bidder shall be liable to intimate the subsequent
changes (if any) to the information submitted against any of the above particulars,
along with full details
Bidders should note that if there is any delay in submission / non-submission of
information / documents required as above within the specified time, PLL will be
constrained to deduct tax as per Income Tax Act, 1961. In case, tax liability is to be
borne by PLL as per purchase / work order terms & conditions, any additional tax
liability due to delay in submission / non submission of information / documents
required as above shall be recovered from the supplier /
Contractor / consultant.
TAX INCIDENCE:
a) If bidder insists at the time of bidding that Tax Liability is to be borne by PLL, then
the bidder’s total quoted prices shall be suitably loaded by equivalent amount for
evaluation purpose (depending upon the status of Foreign Vendor based on the
documents submitted by them at the time of bidding) and WHT Certificate will be
issued.
b) In case bidder agrees to bear the WHT as per the provision of Income Tax Act 1961,
no loading on quoted prices towards WHT will be done. The WHT will be deducted
from their payments due to them and WHT certificate will be issued as per IT Act.
c) If the bidder wants to avail the benefit of DTAA, then they have to submit the Tax
Residency Certificate (TRC) issued by Government or Specified Authority of that
country and Form 10F
Document downloaded on 09-04-2022 07:07:28 by
78
d) Bidders should note that any delay in submission of TRC, Form 10F or PE
information within specified time OR any subsequent change in TRC, Form 10F or
PE status after submission of bid, may lead to deduction of tax at higher rate than
at which it would otherwise have been deducted. Such additional tax liability shall
be recovered from the supplier/contractor/ consultant.”
20.19 PEEGING OF FEE PAYABLE TO THE CONSULTANT
The following condition shall be included in the tenders for Appointment of
Architects/Consultants for pegging the Architects/ Consultants fee linked with the
estimated/ awarded cost of project wherever, fees are sought on percentage basis:
“ The percentage (%) fee of the Architect/ Consultant shall be pegged to the lower
of (a) estimated cost of project/ job(s)/ work (s) and (b) the original awarded contract
value of project/ job(s)/ work (s) [combined awarded value of jobs/ works in case of
more than once job/ work under a project].”
Note: Milestone based payments will be formulated to ensure that payment made
at any stage is commensurate with the progress of work.
20.20 TRADE RECEIVABLE DISCOUNTING SYSTEM (TReDS)
Government of India (GoI) introduced a scheme for setting up and operating the
institutional mechanism for facilitating the financing of trade receivables of MSMEs
from corporate buyers through multiple financiers known as Trade Receivables
Discounting System (TReDS). This enables MSMEs to maintain the level of their
Working Capital and process more and more corporate orders with minimum lead
time.
PLL is in process for signing the Master Agreement with M/s ATREDS Ltd (platform
owner)
20.21 APPLICABILITY OF INTEREST ON MOBILIZATION ADVANCE/ADVANCE
Any advance sought by a bidder must be secured and shall bear interest rate
(medium terms) at Marginal Cost of Fund based Lending Rate (MCLR) for one year
charged by SBI (applicable on the date of disbursement of mobilization advance)
plus 2.0% p.a. on reducing balance basis, for which suitable stipulation shall be
made in tenders of PLL wherever applicable.
Document downloaded on 09-04-2022 07:07:28 by
79
The Bank Guarantee etc. taken towards security of ‘Mobilization Advance' should
be at least 110% of the advance so as to enable recovery of not only principal
amount but also the interest portion, if so required.
The mobilization advance should not be paid in less than two instalments (each
maximum of 5%) subject to the fulfilment of the following conditions:
i. First Instalment
5% (five percent) of Contract Value shall be payable as the first instalment of
Mobilization Advance, within 15 (fifteen) Calendar Days, after fulfilling the following
formalities by the Contractor:
a) Signing of the Contract Agreement by the Contractor;
b) Submission of the Contract Performance Bank Guarantee; and
c) Submission of the Mobilization Advance Guarantee.
ii. Second Instalment
Balance 5% (five percent) as follows (or other specific conditions on case to case
basis)
a) After the Contractor has constructed a site office, storage shed, fabrication yard,
etc. and has physically mobilized construction equipment and is ready to start the
Works to the entire satisfaction of the Engineer-in-Charge or linked to the progress
of work if so indicated in Special Conditions of Contract
b) Submission of Mobilization Advance Guarantee. This will keep check on contractor
utilizing the full mobilization advance when the work is delayed considerably.
Recovery of Mobilization Advance
Recoveries will be effected from each Running Account Bill at the rate of 10% of
the gross bill value, till the entire Mobilization Advance (Together with interest
accrued thereon) is fully recovered. In any Case, mobilization advance shall be fully
recovered before release of Payment due towards Mechanical completion/ pre-final
bill.
Document downloaded on 09-04-2022 07:07:28 by
80
20.22 DIRECT PAYMENTS TO SUB-VENDORS / SUPPORTING AGENCIES OF MAIN
CONTRACTOR
Normally, the payment is to be made to vendor/contractor only as per provision of
contract. During execution, in case of financial constraints, PLL may make direct
payment to their sub-vendor / supporting agencies as an exception from the
amounts due to the vendors/contractors from any of their bills under process upon
certification by EIC subject to receipt of such request from the vendor/contractor.
Further, the request for direct payments to the sub-vendor / sub-contractor shall be
considered in performance evaluation of such vendor/ contractor.
The prior approval for release of direct payment to sub-vendor / supporting agencies
as mentioned above to be obtained from the Competent Authority (under whose
delegation of power the award of Main/original contract would fall). In case where
Competent Authority is Director and above, the approval of Director concerned shall
be obtained.
20.23 ZERO DEVIATION BID
Zero deviation bid will be incorporated in case of limited tendering. While same can
be preferably incorporated in open tendering also. However, the competent
authority may waive the requirement of zero deviation bid in case of open tendering.
21. INTEGRITY PACT
PLL as one of its endeavour to maintain and foster most ethical and corruption free
business environment, have decided to adopt the Integrity Pact to ensure that all
activities and transactions between the Company (PLL) and its Counterparties
(Bidders, Contractors, Vendors, Suppliers, Service Providers/Consultants etc.) are
handled in a fair and transparent manner, completely free of corruption.
Considering the above, the copy of the Integrity Pact at Appendix - XI shall be
included in the Bid submitted by the bidder (to be executed by the bidder for all
tenders of value Rs. 15 (Fifteen) crore and above). In case a bidder does not sign
the Integrity Pact, his bid shall be liable for rejection.
Document downloaded on 09-04-2022 07:07:28 by
81
22. EVALUATION OF BIDS
22.1. EVALUATION OF BIDS UNDER SINGLE BID / SINGLE ENVELOPE
In case of composite bids price and technical part comes together and prices of all
bidders are known on the date of opening. It is not preferred to raise technical and
commercial queries to the Bidders and the bids should be evaluated as submitted.
However, if unavoidable clarification may be sought where ever necessary, without
affecting the quoted price.
22.2. EVALUATION OF BID UNDER TWO BID / ENVELOPE SYSTEM
22.2.1. The Techno commercial unpriced bid shall be opened first and scrutinised by user
department for meeting the technical requirement. As a process for preparing the
Technical Bid Analysis (TBA) the user department shall examine and check for
compliance to Bid evaluation criteria and other technical requirement of the tender
document.
If necessary the user department shall prepare technical queries and forward the
same to C&P department for seeking clarification from the Bidders.
Likewise C&P department after opening the Bid shall commercially evaluate the
offer for compliance of tender document in consultation with finance department. If
necessary C&P department shall prepare commercial queries.
22.2.2. The Indentor / C&P department shall forward to bidders, the Technical and
commercial queries seeking clarification from the Bidders. On receipt of reply from
the bidders against technical and commercial queries, response to the technical
part shall be forward to user department who will prepare the technical Bid analysis.
The technical Bid analysis shall clearly indicate the technical acceptability of a bid.
In case a Bid is technically not accepted the reason thereof shall be clearly
mentioned.
The C&P department shall simultaneously prepare Commercial Bid Analysis (CBA)
which shall be vetted by finance department.
22.2.3. Once the Technical and commercial evaluation is complete, the Tender Committee
(TC) shall put up recommendation for price Bid opening of techno commercial
acceptable bid(s) for approval of competent authority. Tender Committee shall also
deliberate about the reasons for rejection of bids if any. The bidders whose price
Document downloaded on 09-04-2022 07:07:28 by
82
Bids are acceptable for price bid opening, shall be notified the date of price Bid
opening so that Bidders may attend price bid opening if they so desire.
22.2.4. The Price Bid of the qualified Bidder shall be evaluated strictly as per the provision
of Tender document to know the inter-se ranking of the Bids.
22.2.5. Wherever there is engagement of Project Management Consultant (PMC) who are
responsible for technical aspect as well as procurement, the Technical Bid analysis
and commercial Bid analysis shall be provided by the consultant along with the
recommendation for award.
22.2.6. The Tender committee consisting the members from Indentor, C&P and Finance
shall make final recommendation based on the Technical / Commercial Bid analysis
or recommendation by PMC for approval of Competent Authority as per DoA for
award.
22.3. CONDITIONAL & UNSOLICITED DISCOUNT
Conditional and unsolicited discount will not be considered in evaluation. However,
if such bidder happens to be the lowest recommended bidder, unsolicited discount
without any condition will be considered for computing the contract price.
22.4. CLARIFICATION FROM BIDDERS AFTER TENDER OPENING
As a principle the Bid shall be evaluated based on the information, details,
documents etc. submitted by Bidder without resorting to any communication with
the bidder. However during the process of evaluation there may be necessity to
have clarification from the bidder as mentioned here under:
22.5. COMPOSITE BID (TECHNICAL AND PRICE)
In case of Single Bid system where the price as well as technical part is in one
envelope the procurement should be finalized invariably without any technical /
commercial queries, however if any query becomes unavoidable the same may be
raised with the approval of competent authority provided it does not changes the
substance of the original submission.
22.6. TWO BID SYSTEM
22.6.1. During the Techno Commercial evaluation of the Bids if it is considered necessary
to seek clarification from Bidders in relation to their original submission, Technical
Document downloaded on 09-04-2022 07:07:28 by
83
and commercial queries if any shall be raised to the bidders giving a reasonable
time to respond, such clarification from bidder should not change the substance of
the original submission.
22.6.2. While seeking clarification from the bidders, it should not be pick and choose and
wherever required against any bidder, the clarification should be sought from such
bidders. Any subsequent query can be issued only after the tender committee
deliberates and considers it necessary for taking proper clarification.
22.6.3. While seeking clarification from bidder and giving a reasonable time to respond a
cut-off date should be indicated with the stipulation that in case no response is
received from the Bidder his bids will be evaluated based on the available
information as per bid submission.
22.6.4. In OEM cases, bidder can be asked to withdraw the exceptions and deviations
taken by them to PLL’s standard terms and conditions by the dealing officer in C&P
department.
22.6.5. Post Tender Bid Modification is not permitted.
22.7. CORRESPONDENCE WITH BIDDERS
Before finalisation of the tender, all correspondence with the bidders should be done
by C&P department. However, after placing supply order / contract, the Indentor
shall interact with supplier(s) / contractor(s) in respect of the execution of the order
/ contract.
22.8. COMPARISON OF BIDS
Comparison will be made amongst various bidders in the following manner when
tenders have been invited on ICB basis with provisions clearly stipulated in the
tender documents, where Domestic and Foreign Offers Exists.
Ex-works price of domestic bidder (with Customs Duty, IGST on imported raw
materials and components, etc. and applicable GST on finished products) including
inland transportation and transit insurance to owner’s site.
and
CIF (Cost, Insurance and Freight) landed price of foreign bidder which includes
(Cost and Freight price, applicable IGST, Marine Insurance, Landing charges plus
applicable customs duty) including inland transportation and transit Insurance to
owner's site shall be compared.
Document downloaded on 09-04-2022 07:07:28 by
84
22.9. GUIDELINES FOR SCRUTINY / COMPARISON OF BIDS
The discrepancies in rate filled for various items shall be resolved in the following
manner:-
(i) When there is a difference between the rates in figures and words, the rate which
corresponds to the amount worked out by the Bidder (by multiplying the quantity
and rate) shall be taken as correct.
(ii) When the rate quoted by the contractor in figures and words tallies but the amount
is incorrect, the rate quoted by the Bidder shall be taken as correct and not the
amount and the amount corrected.
(iii) When it is not possible to ascertain the correct rate, in the manner prescribed above,
the rate as quoted in words shall be adopted and the amount worked out, for
comparison purposes.
(iv) In case it is observed that any Bidder has not quoted for any item in the schedule
of rates (such unquoted item not being in large numbers), the quoted price for the
purpose of evaluation shall be considered as the maximum rate quoted by the
remaining bidder for such items.
If after evaluation, such bidder is found to be the lowest evaluated bidder, the rates
for the missing item shall be considered as included in quoted bid price.
If the estimated price impact of the unquoted items is more than 10% of the bidder’s
quoted price, the above provision shall not be applicable and such bid shall be
rejected.
Note: The above provision should invariably be made a part of tender document.
Further, in case of SAP generated schedule of rates / where manual pricing is
sought, the following provision should be included:
“Rates should be quoted both in figures as well as in words by the bidders “.
22.9.1. If any unconditional rebate has been offered in the quoted rates, the same shall be
considered in arriving at the net tendered amount. No cognizance shall be taken for
Document downloaded on 09-04-2022 07:07:28 by
85
any conditional discount for the purpose of evaluation of the bids.
22.9.2. After the total quoted amount for each tender has been worked out, the financial
implications in respect of the retained technical and commercial deviation will be
added for evaluation purpose as per terms and conditions declared upfront in the
tender documents.
22.9.3. If any bidder offers suo-moto discount after opening of un-priced bids but before
opening of price bids, such reduction / discounts shall not be considered for
evaluation. However, if the bidder happens to be the lowest evaluated bidder
without considering such discount then the benefit of discount will be availed at the
time of award of work. In the event as a result of techno-commercial discussions or
pursuant to seeking clarifications / confirmations from bidders, while evaluating the
un-priced part of the bid, any of the bidders submits a sealed envelope stating that
it contains revised prices; such bidder(s) will be requested to withdraw the revised
prices failing which the bid will not be considered for further evaluation. Such a
stipulation should clearly be indicated in the tender document.
22.9.4. As far as possible only firm prices shall be accepted. However, in case of tenders,
completion period is for more than one year, escalation clause may be accepted
subject to an overall ceiling as a percentage amount. Loading shall be done where
such escalation is requested by a bidder upto the limit of ceiling quoted by him.
Depending upon the nature of work, if considered appropriate a price variation
clause on account of certain inputs may be provided in the tender document linked
with National/International indices for which bidder is required to quote ceiling if he
desire to opt such clause. A bid with price variation clause without ceiling shall be
rejected.
22.9.5. The evaluated price of each of the bidders whose price part have been opened by
adding the loading amount to the tendered / quoted price, shall be recommended
for award on lowest evaluated bid basis.
22.9.6.
A. Work centre/Project is entitled to avail Tax Credit of GST (CGST & SGST/UTGST
or IGST) and there is certainty at the time of bid evaluation about the quantum of
input tax credit available for the tendered items/services/ works:
Document downloaded on 09-04-2022 07:07:28 by
86
The input credit of GST (CGST & SGST/UTGST or IGST) shall be considered for
evaluation of bids.
B. Work Centre/Project cannot avail/take the credit of GST (CGST & SGST/UTGST or
IGST) or there is uncertainty at the time of bid evaluation about the quantum of input
tax credit available for the tendered items/services/ works:
The bids will be evaluated based on total price including applicable GST (CGST &
SGST/ UTGST or IGST).
C. In case any unregistered bidder is submitting their bid, their prices will be loaded
with applicable GST (CGST & SGST/UTGST or IGST), if applicable as per Govt.
guidelines, during evaluation of bid. Where PLL is entitled for input credit of GST
(CGST & SGST/UTGST or IGST), the same will be considered during evaluation
as per evaluation methodology of tender document.
D. In case any cess on GST is applicable same shall also be considered in evaluation.
E. For Procurement of Goods: In case the bidder is covered under Composition
Scheme under GST laws, then bidder should quote the price inclusive of the GST
(CGST & SGST/UTGST or IGST). Further, such bidder should mention “Cover
under composition system” in column for GST (CGST & SGST/UTGST or IGST) of
price schedule.
23. TENDERS NOT IN PRESCRIBED FORMS
23.1. If quotation are received from a registered or otherwise well- known firm in their own
letter form instead of on the prescribed Tender form, against an advertised or limited
tender, such quotations shall be considered for evaluation, if they are received in
time as long as such bid meets all technical, commercial criteria specially the
specification/ scope or work and does not have any problem in execution of the
contract in terms of measurement and invoicing.
23.2. BIDS FROM INDIAN AGENTS OF FOREIGN PRINCIPALS
Bids from only foreign suppliers / Manufactures are acceptable and offers from the
Indian Agents of foreign Principals/ suppliers / manufactures are not permitted. A
stipulation to this effect must be incorporated in all ICB tenders.
Document downloaded on 09-04-2022 07:07:28 by
87
23.3. PARTICIPATION OF CONSULTANTS IN TENDERS
Appointment of Consultants for preparation for projects report for any new projects,
expansions, modernization / modification of the existing projects etc. should be
done with maximum attention to the suitability, competence and proven track
record.
A consultant firm which has been engaged by the PLL to provide goods or works
(except feasibility report) for a project and any of its affiliates will be disqualified
from providing consulting services for the same project. Conversely, a firm hired to
provide consulting services for the preparation or implementation of a project and
any of its affiliates, will be services related to the initial assignment for the same
project.
Consultant or any or their affiliates will not be hired for any assignment which by its
nature may be in conflict with another assignment of the consultant.
23.4. TENDERS NOT CONFORMING TO SPECIFICATIONS
a) Tenders which do not confirms to the specifications are to be ignored straightaway.
Lowest tender may be determined from amongst those tenders which are in full
conformity with the specification.
b) ACCEPTANCE OF MATERIALS IN DEVIATION TO SPECIFIED
SPECIFICATIONS
Normally material with deviation from requisite specifications will not be accepted.
However, in exceptional circumstances, material under deviation in specification
may be accepted on the recommendation of user/ indenting department with the
confirmation of F&A. Such deviation in scope and specification shall be considered
by Indentor without compromising with performance of the material / equipment /
works. The requisite reduction in the contracted rates is to be effected as
determined and adequacy of the same is to be certified by the Indentor. Such
deviation and reduction in rates requires approval of one level above the competent
authority. Where ever the Competent Authority is Director and above, approval of
Director will suffice.
24. LATE BID / SUBMISSION OF TENDERS SAMPLES AFTER OPENING OF
TENDERS/ UNSOLICITED BIDS OR BIDS BEING SUBMITTED TO ADDRESS
OTHER THAN THE ONE SPECIFICALLY STIPULATED IN TENDER
Document downloaded on 09-04-2022 07:07:28 by
88
DOCUMENT.
i. All Tenders received after the notified time and date of closing of tenders will be
treated as late tenders.
ii. Unsolicited alteration or modification of tenders received after the notified time and
date of closing of the tenders shall not be entertained.
iii. Late tender, as defined in para (i) above, shall not be considered, such late tenders
may be recorded in the register maintained for this purpose and returned to the
Bidder within 10 days in “unopened condition”. The Bid bond of such Bidders shall
be returned along with the unopened bid. In case of e- tendering where bid bond is
received but bid is not submitted by the Bidder, such bid bond shall be returned
immediately.
Unsolicited Bids or bids being submitted to address other than the one specifically
stipulated in the tender documents will not be considered for evaluation if not
received to the specified destination within stipulated date and time.
25. BID WITHDRAWAL
In case Bidder withdraw its Bid within Bid validity period after passage of due date
for Bid submission, Bid security shall be forfeited and such party should be
considered for putting on holiday with due process as per guideline.
26. FURNISHING FRAUDULENT INFORMATION / DOCUMENT
If it is found during the evaluation of the tender that a Bidder has furnished
fraudulent document / information, the Bid security shall be forfeited and such party
should be considered for putting on holiday with due process as per guideline.
27. ACCEPTANCE OF RECOMMENDATION OF TENDER COMMITTEE:
27.1. Tender Committee Recommendations will be put up directly for approval of the
Competent Purchase Authority as per the DoA in vogue without routing through the
intermediary(ies). Comments/Observations/Directions by any other person
including staff officers of Director/C&MD on such recommendation are not allowed.
27.2. Competent authority can either approve the recommendation of tender committee
or give written directives to TC for reconsideration of its recommendation with
specific observation.
27.3. When the recommendation of tender committee is unanimous, and the competent
purchase authority does not agree with recommendation, he/she will refer the case
Document downloaded on 09-04-2022 07:07:28 by
89
for a decision to the next higher competent authority along with his / her
recommendation and giving reason for not agreeing with TC recommendation.
27.4. In case there is dissenting view in the tender committee recommendation, the
Competent Purchase authority will be empowered to accept the majority
recommendation of the tender committee. If the majority recommendation of TC is
not acceptable, the competent purchase authority with his views along with his
recommendation shall refer the matter to next higher Competent Purchase
Authority, empowered to take decision and approve the majority recommendation.
27.5. In cases where there is recorded difference of opinion amongst the tender
committee members and there is no majority view within the tender committee, the
matter shall be put up to the competent purchase authority for decision.
28. BID REJECTION CRITERIA
The Bids submitted by Bidder shall be liable to be outright rejected if Bidder take
deviations to the following stipulation:
I. Compliance with requirement of submission of Performance bank guarantee/
security deposit.
II. Non provision of Guarantee / Warrantee of equipment / material supplied / work
executed.
III. Prices subject to escalation without a ceiling.
IV. Submission of forged and misleading information
29. RULES FOR PLACEMENT OF ORDER
29.1. Normally the order shall be placed on the; lowest evaluated Techno commercially
acceptable Bidder.
29.2. If the Bidder does not comply with Tender stipulations (specifications and critical
stipulations which are already specified in Bid Documents), his tender shall not be
accepted and such a Bid shall not be considered for placement of order.
In case after price bid opening the lowest evaluated Bidder (L1) is not awarded the
job for any mistake committed by him in Bidding or Withdrawal of Bid or varying any
term in regard thereof leading to re- tendering, PLL shall forfeit Earnest Money paid
by the Bidder and such Bidder shall be debarred from participation in Re- Tendering
of same job(s)/ item(s).
Where two -envelope system is followed, it may be ensured that all bidders are
Document downloaded on 09-04-2022 07:07:28 by
90
brought on common footing in technical and commercials bid and thereafter on price
bid should be opened and the work awarded to lowest Bidder.
30. STANDARD FORM OF CONTRACT/ SUPPLY ORDERS
30.1. All contracts should normally be entered into on the standard form prescribed for
making procurement for the company, except where existing clauses are to be
modified or special clauses added for compliance by the supplier/ contractor.
30.2. PURCHASE OF MACHINERY AND EQUIPMENT
When deciding orders for the procurement of "Machinery and Equipment” on
indigenous cases it has to be ensured that orders are placed only on the
manufactures or their authorized dealers licensed by the Government for production
under the Industries Development and Regulation Act of 1951.
30.3. ADJUSTMENT OF SUPPLY ORDER
i. Adjustment in indented / ordered quantity to match standard packing offered by
vendor or to facilitate logistics may be considered, provided the difference in cost is
not significant. In such cases, indenter may be asked to review the indented /
ordered quantity and seek requisite approval for such variation provided shelf life of
product remains.
ii. Where nature of items is such where the items cannot be supplied in exact quantity
on order as in the case of cables / steel/ chemical etc., quantity tolerance up to +-
5% may be allowed. For such tolerance separate amendment to purchase order is
not necessary.
Decision for the purchase of equipment should be taken so that it could prove to be
more economical in the long run. Therefore, while evaluating the offers for purchase
of capital equipments the cost of maintenance spares subsequently required over
the estimated life span of the equipment will also be taken into consideration where
it plays a significant role.
31. SPLITTING OF TENDERS/SUPPLY ORDER
31.1. While the tender are generally considered on an item-wise basis and the practice
is to split these items where necessary and award the contract to the lowest
acceptable bidder on an itemised basis, it is not necessary to split up where the
monetary gain in splitting the tender for award is not commensurate with the
Document downloaded on 09-04-2022 07:07:28 by
91
additional ordering/inspection costs, etc is not more than Rs. 5000/-.
31.2. Items in a tender may be split up in more than one order depending on the item of
each case keeping in view the operational needs. Tender for part of items may be
finalised with the approval of competent purchase authority for complete tender. For
finalization of tender for the remaining items, the case will be submitted to the
competent purchase authority for complete tender reflecting therein the facts that
tender for part items in that case had already been finalised.
32. SPLITTING OF QUANTITIES
32.1. The cases for critical services/supply where more than one source is required, the
same should be pre-disclosed in the tender including the ratio of order quantity such
as 70:30 or 60:20:20 and L2, L3… is to get order only after matching L1 price. The
ratio should be such that L1 bidder should get larger quantity compared to L2, L3…
the above exercise shall not be considered as negotiations. In case L2, L3 ….. does
not match it prices the remaining quantity is to be re-tendered following the normal
tendering procedure.
32.2. In such cases of tendering where splitting is pre-defined, Bid Eligibility Criteria shall
be fixed considering maximum percentage that can be ordered on a single Bidder.
32.3. The cases where entire work is divided into more than one part and tender has
provision for evaluation and award of the job part wise the entire work shall be
finalized on least cost to PLL, if a bidder happens to be lowest in more than one of
the parts and has qualified only for one or more than one of the parts and not all
parts, as the case may be. Once certain part(s) awarded to such L1 bidder, the
bidder ceases to be lowest bidder for the remaining part(s). the award of remaining
part(s) on other bidders should not be considered as award on L2,L3 … bidder.
32.4. Counter- offers to L1, in order to arrive at an acceptable price, shall tantamount to
negotiations.
In case L1 Backs-out, there should be a re-tender.
33. INSUFFICIENT ACCEPTABLE BIDS
33.1. In case after inviting open/ limited tenders, less than three techno commercial
acceptable offers are found, the order should be placed on lower of the two or the
single acceptable bidder as per DoA provided at least one of the following
conditions are met :
Document downloaded on 09-04-2022 07:07:28 by
92
I. The rates are considered reasonable,
II. The requirement is urgent,
III. The sources are really limited,
While forwarding the recommendation for award to the competent authority the
applicable situation as per above may be clearly mentioned in the recommendation.
33.2. The reasonableness of the rate shall be confirmed by the group who has done the
cost estimate. The urgency of the requirement would be certified by the user
department. As regards limitation of sources the same shall be commented upon
by User.
34. THE REASONABILITY OF PRICE
34.1. When minimum three acceptable bids have been received against competitive
bidding process, the bids should be processed for award of Contract on lowest (L1)
bidder. However, the lowest price should be compared with the estimate, if
necessary the estimate should be reviewed and reasonability of the price be
examined before recommendation for award.
34.2. If the price of the lowest bidder is higher than 10% of the estimate, the estimate
should be exhaustively reviewed in order to enable the decision making process for
the award. Such review of the cost estimate shall be done by the Indentor. The
Indentor shall also obtain addition sanction for increased amount. The Project
schedule and the operational requirement shall also be kept in view while taking the
decision.
34.3. PRICES LOWER THAN THE ESTIMATE
In case the quoted price of the lowest (L1) bidder is lower than 70% of the estimate,
the in house estimate needs to be revisited. The bidder should be asked to explain
as to how he proposes to execute the Contract. This discussion shall be conducted
by the Tender Committee with the bidder. If the Tender committee is satisfied it may
recommend for placement of order on the lowest (L1) bidder.
In case the Tender Committee is not satisfied and it opines that quoted prices are
so low that the job cannot be executed; the TC may recommend for cancelation of
tender and re-tendering. Such lowest bidder shall not be allowed to quote in the
fresh bidding.
Document downloaded on 09-04-2022 07:07:28 by
93
35. NEGOTIATIONS
As a principle negotiations should be avoided. The Bidders in the market should
carry an impression that this buyer generally don’t go for negotiation, this shall
enable to quote their best prices without having any margin for negotiation.
However, under exceptional situations the negotiations can be held only with L1
Bidder. Prior approval of the competent authority / Director for the cases where
competent authority is Director and above should be obtained for negotiation. The
exceptional situations may include the following:
I. Procurement of Proprietary items
II. Items with limited source of supply
III. Suspicion of cartelisation
IV. The requirement is urgent and price of lowest bidder is unreasonably high
V. Procurement on nomination basis if quoted price are considered high
The tender committee after due deliberation shall recommend for price negotiation
for approval by competent authority.
The negotiation shall be carried out by the tender committee. During the negotiation
the Tender committee may seek the justification of quoted price along with the
breakup. The tender committee should keep in view the internal cost estimate while
negotiating the prices. All efforts should be made by the committee to bring down
the price to a reasonable level.
Negotiations should not be misused as a tool for bargaining with L-1 bidder which
may lead to delays in decision-making. Convincing reasons must be recorded by
the Tender Committee recommending negotiations. Competent Purchase Authority
should exercise due diligence while accepting a tender or ordering negotiations or
calling for a re-tender.
In cases where a decision is taken to go for re-tendering due to the
unreasonableness of the quoted rates, but the requirements are urgent and a re-
tender for the entire requirement would delay the availability of the item, thus
jeopardizing the essential operations, maintenance and safety, negotiations would
be permitted with L-1 bidder(s) for the supply / services of a bare minimum
quantity/period, subject to acceptance by the bidder. The balance quantity should,
however, be procured expeditiously through a re-tender, following the normal
tendering process.
Document downloaded on 09-04-2022 07:07:28 by
94
36. ISSUING LETTER OF ACCEPTANCE / LETTER OF INTENT / PURCHASE /
WORK ORDERS
36.1. After approval of the Competent Purchase Authority (CPA), the successful bidder
shall be promptly issued a communication by Fax / Email / letter conveying
acceptance of his tender giving reference of correspondence exchanged with
particular reference to the letters wherein the successful bidder had
confirmed acceptance of and compliance with tender stipulations. Such letter of
acceptance shall also include the order value, time schedule / delivery period for
supply and other important requirements the Supplier / Contractor is required to full-
fill after acceptance of the offer.
36.2. The letter of acceptance may be followed by detailed letter of award / Purchase
order which shall contain scope of work / specification / delivery / completion
schedule / contract price and all other relevant condition based on tender / offer and
subsequent agreed variation if any.
36.3. In case of procurement of goods / equipment following information may also be
provided in Purchase order:
i. Purchase order reference
ii. Consignee
iii. Date of delivery
iv. Place of delivery
v. Despatch instruments
vi. Packing Instructions
vii. Inspection & Tests to be conducted at various stages
viii. Place at which inspection shall be carried out and name of the Inspection agency
ix. Mode of transport
x. Insurance instruction
37. PRICE REDUCTION SCHEDULE ( PRS)
i. Price Reduction @ 0.5 % of the total order / contract value per week for delay in
supply / completion of work subject to a maximum (ceiling) of 5% of total order value
will be applicable for order for supply, works and turnkey projects and services
contracts. However, on exceptional circumstances, tender committee may
Document downloaded on 09-04-2022 07:07:28 by
95
recommend different weekly percentage which needs to be approved by competent
Authority before incorporation in the tender document.
ii. In a contract, the portion of supply completed in all respect which is being used for
commercial operation shall not be considered for applying Liquidated damages, if
delivered within contractual delivery period. The remaining supplies which are
completed beyond the contractual delivery period shall attract Price Reduction @
0.5% of the value of the delayed delivery maximum upto 5% of the total order value.
However, on exceptional circumstances, tender committee may recommend
different weekly percentage which needs to be approved by competent Authority
before incorporation in the tender document.
iii. No Price Reduction clause will be inserted in contracts / supply order for purchase
upto Rs. 7 Lakh. For other contracts PRS should be made applicable.
For OEM purchases, OEM services, Proprietary chemicals and other articles of
proprietary, PRS should not be used.
iv. Price Reduction schedule clause may not be applicable for Consultant e.g. in case
of appointment of rating agency, auditors and cases where the performance of the
consultant depends to a large extent on the information, details and regular
feedback to be given back by PLL to the Consultant to complete the assignment
etc.
v. The following may be added in Price Basis/Contract Value clause of PO/LOA:
“The Order/ contract value mentioned above is subject to Price Reduction Schedule
clause.”
38. CANCELLATION / RE-INVITATION OF TENDERS
38.1. CANCELLATION OF TENDERS
A tender where Bids has been invited should ideally be result into a contract.
However in exceptional situation there may be need to cancel the ongoing tender.
There have to be valid reasons for cancellation of a tender. The cancellation of a
Tender shall be with approval of competent authority on recommendation of Tender
committee. The cases falling under power of director and above shall have approval
of concerned director for cancellation.
In case if L1 Bidder back out, there should be a re-tender.
Document downloaded on 09-04-2022 07:07:28 by
96
38.2. RE-INVITATION
38.2.1. In the event of re-invitation of bids whether on a limited or open tender basis, the
approval will be obtained from the Authority one level higher than the CPA. In
respect of proposals falling under the purview of Director and above, the concerned
Director will have final authority. Reasons for re-invitation of tenders in all such
cases will be recorded. Such re-invitation intimation will be sent to all the bidders
who quoted against the original tender.
38.2.2. In the event, the response against original enquiry was less, new names shall be
added with the approval from the Competent Authority. Where competent authority
is Director and above, approval of Director concerned will be adequate for addition
of new names and tender re-issuance.
39. E-TENDERING
39.1. E-tendering may be done for tenders having estimated value of Rs. 10.00 Lakhs
and above. Tender document is to be uploaded on PLL’s E-tender Portal and
Bidders shall submit the bids electronically through PLL’s E-tender portal only. Bid
submitted manually shall not be accepted. Bidders are required to upload the copies
of EMD / Bid Bond / BG on the E- Portal. The original Bid bond / EMD, shall be
submitted in physical form on or before the due date of submission.
Power of attorney of signatory or any specific third party document required in
Originals shall be submitted physically.
39.2. The purchase requisition (Indent) for e-procurement tender should flow
automatically from SAP system. The process for approval of BECs, etc. shall be as
per existing process. After due approval all related document shall be uploaded in
the system by the dealing officer. Thereafter the dealing officer will prepare the
tender document and upload the same after affixing digital signature.
39.3. For submitting the bids, the Bidders shall also require to obtain digital signature
from authorized agency.
39.4. For e-procurement tenders, the tender fee shall not be applicable
39.5. In the Invitation to Bid published on the website, the name, designation and e-mail
address of the designated Dealing Officer who is to be contacted by bidders, as
nominated by PLL for the particular tender, should be indicated.
Document downloaded on 09-04-2022 07:07:28 by
97
39.6. EVALUATION AND AWARD
39.6.1. The Bids submitted by the Bidders shall be downloaded from the system. The
Technical and commercial; evaluation for determining the Techno commercial
acceptable Bid shall be carried out manually. The TBA (Technical Bid Analysis) and
TBA (Technical Bid Analysis) shall be manually prepared.
39.6.2. The Price Bid of the techno commercial acceptable bidder shall be opened as per
procedure. The price evaluation which may include certain loading shall also be
done manually to decide the inter-se ranking of the bidders as per tender conditions.
39.6.3. In case of procurement for standard items where evaluation for technical &
commercial acceptability is not required and the price is main criteria, the
comparison of prices to decide inter-se ranking may be done through the electronic
system
39.6.4. After finalization of tender, the purchase orders shall be issued through SAP.
39.7. All cases for procurement of materials / services / Works through Board purchases
shall be exempted from e-procurement.
40. ELECTRONIC REVERSE AUCTION
40.1 REVERSE AUCTION**
Reverse Auction is a procurement tool to obtain competitive price through multi
bidding online negotiating amongst short-listed bidders. Through this process, the
short listed bidders get an opportunity to reduce their prices online in a transparent
and fair manner based on the evaluation methodology stipulated in tender
document without the identity of bidders being disclosed either to other bidders or
to officials of PLL. The entire process is designed to bring a complete transparency
in the process as under:
i. Minimizes human involvement.
ii. System offers greater insights into the current market prices.
iii. Gives equal opportunity to all short listed Bidders to be most competitive.
iv. Help bidders to know respective price / position dynamically vis-a-vis the other
bidders and provide them an opportunity to react to it.
Reverse Auction shall be applicable in case of procurement of Bunker Fuel andDocument downloaded on 09-04-2022 07:07:28 by
98
procurement cases above INR 5 Cr. or for any other cases as approved by director
concerned. However, Reverse Auction Shall not be applicable in case of EPC
Contract. If Reverse Auction not to be done for any cases, then the same shall be
approved by Concerned Director. **(Refer MANUAL/AMENDMENT/01 dated 9th May 2020)
40.2 TENDER FOR REVERSE AUCTION
The tender where reverse auction is to be conducted should have the stipulation
about the same. Before conducting the reverse auction the Bidders shall be
informed about time and date of reverse auction.
40.3 INSUFFICIENT PARTICIPATION IN REVERSE AUCTION
The reverse auction shall be carried out in the cases where the acceptable bids are
more than one. In case of single acceptable bids the offer shall be processed for
award as per guidelines provided in the procedure keeping in view insufficient
participation.
40.4 REVERSE AUCTION
The reverse auction may be conducted with Rank with L-1 price. The applicable
exchange rate for conversion and applicable custom duty to be loaded (in case of
foreign Bidders) and price basis for evaluation (in case of domestic bidders) like ex
works, FOT shall be conveyed to bidders prior to reverse auction. The loading factor
for each techno commercial acceptable bidder should be worked out and
communicated to respective bidder.
After opening the price bid the Bid shall be evaluated for each Bidder to arrive at
evaluated price. The evaluated price of respective Bidder shall be uploaded in the
system which shall be the sealing price for respective Bidder.
40.5 FEATURES OF ONLINE EVENT
I. The online reverse auction will be conducted through online bidding software.
II. The Bidder cannot increase its price the bidders can only reduce by permissible
decrement or its multiples.
III. During reverse auction the bidder shall reduce its last price by minimum 0.1% (or
any other value as the case may be) of its last price.
Document downloaded on 09-04-2022 07:07:28 by
99
IV. The bidder shall see the lowest bid and their own numeric rank.
40.6 TIMINGS AND DURATION OF ONLINE REVERSE AUCTION
I. All timings of online Bid shall be based on time indicated by server hosting the
auction, which should be Indian standard time. The Bidder should be advised to
refresh the window of the auction module and check the server time.
II. The process of online reverse auction shall initially be held for a period of 30
minutes. In the event of a bid received in the last 3 minutes resulting in a change of
prevailing L1 price, the period of auction shall get extended automatically by 5
minutes from the time of submission of such bid. This process will continue till no
change in L-1 price place in last 3 minutes. Then the auction will close.
III. All Bidders, regardless of their previous position, can submit their bid in extended
period also.
IV. The identity of the Bidders shall not be disclosed to tender committee and dealing
officers during reverse auction.
V. In order to maintain the sanity, unauthorised communication shall not be allowed
during reverse auction. A landline phone shall be available during the reverse
auction for any urgent authorised communication with the Bidder. The number of
such telephone shall be communicated to bidders well in advance. The contact
number of all the Bidders shall be available with the dealing officer and Tender
committee during the reverse auction.
VI. In case of tie during the reverse auction i.e. two Bidders entering the same lowest
price, the Bidder who enters the price first in the system will be considered as L-1
and the other bidder will be L-2.
VII. On the completion of reverse auction the history of online reverse auction shall be
signed by the dealing officer and the Tender committee members.
VIII. Bidder at their own interest should ensure uninterrupted internet connectivity at their
end during the reverse auctions. However, in case of failure in connectivity of any
of the bidders, the reserve auction time shall be extended once against request of
each bidder if the request is received within the auction time. Such extensions shall
each be of 10 minutes and no more than one request for such extension from a
Document downloaded on 09-04-2022 07:07:28 by
100
bidder shall be entertained in an auction. The extension of auction time shall be
communicated to all the bidders through system broadcast message and also
intimated telephonically to the bidders who are disconnected from reverse auction
at that point of time.
IX. The tender which has stipulation for such auction shall be mandatory for the bidders
to confirm participation in reserve auction. In case any such bidder does not
participate in reserve auction his bid shall be rejected and EMD shall be encashed.
A bidder while participating in the auction may or may not reduce his original price,
however, he should participate in auction.
X. At the end of the reserve auction proposal may be processed for award on L1 price.
However, the price reasonability of final needs to be established.
41. COMPLAINTS / REPRESENTATION-CONSIDERATION
a) Anonymous representations received should be ignored. If a proper representation
is received when a proposal is under consideration of the tender committee, then
the same should be commented upon by the tender committee in its
recommendations.
b) Any complaint or representation received after finalisation of the case should be
examined and dealt with suitably so that corrective action, if any, should be taken
in future.
42. LEAD TIME IN PROCESSING OF PR/SR AND MONITORING THEREOF
42.1. Normally the time taken to process various type of enquiries for procurement of
materials, works and services shall be as per time schedule allowed in the
procedure.
42.2. It should be the endeavour of all concerned to achieve the target at all stages so
that placement of orders is not delayed.
42.3. The progress achieved will be entered in the format enclosed as Annexure I to
Annexure IV as applicable. These activities should be preferably be placed on
computers for ease of availability of information whenever need arises.
43. DEVIATION TO THE MANUAL
During the course of executing the projects / operation of plant there may be a
situation where it becomes necessary to deviate from this manual in order to meet
Document downloaded on 09-04-2022 07:07:28 by
101
the organizational need. Such deviations shall be approved by the Concerned
Director.
44. AMENDMENT TO THE MANUAL
The manual may require modification / amendment with the passage of time due to
certain changes in policy and business requirement of the company. If the need for
amendment of manual in certain area is felt by any department / business centre
the same shall be forwarded to C&P department at corporate office. The C&P
department shall examine and if considered essential a proposal shall be moved
for approval by MD & CEO on recommendation of concerned Director with
concurrence of Director Finance.
However the C&P manual will be holistically reviewed every 5 (five) years by the
Board.
Document downloaded on 09-04-2022 07:07:28 by
102
SECTION-III
GUIDELINE FOR POST AWARD MANAGEMENT OF
CONTRACTS/PURCHASE ORDER
1. GUIDELINE FOR POST AWARD ACTIVITIES
Once the letter of Acceptance (LOA) has been released in accordance with the
tender conditions / bid and agreed variations, the following activities shall be under
taken;
1.1 ISSUANCE OF DETAILED CONTRACT / PURCHASE ORDER
A detailed contract / purchase order shall be prepared comprising of the scope of
work, specifications, scope of supply, delivery schedule, payment terms, Schedules
of Rates, the other relevant conditions of the contract etc. as provided in the tender
document, agreed deviations if any. The detailed work order shall be placed within
7 days of issuance of LOI. The Vendor/ Contractor shall provide acknowledgement
of receipt of work order with 7 working days.
1.2 PERFORMANCE BANK GUARANTEE / SECURITY DEPOSIT
The follow up action shall be taken by C&P department in order to obtain PBG /
Security deposit with in time as specified in the tender document.
In case there is a delay in submission of PBG, matter should be taken up promptly
and there should be monitoring of EMD submitted by Bidder so that if the need be,
seek the validity extension of EMD or en-cash the EMD.
1.3 SIGNING OF THE AGREEMENT
Agreement shall be signed at the earliest after submission of the PBG. The contract
agreement should be signed on Non-judicial stamp papers of values as applicable
as per Stamp Duty Act of the State in which the contract is finalized.
1.4 FOLLOW-UP
After the order is issued, the concerned C&P officer shall expedite for obtaining
acceptance of purchase order / signing of contract and receipt of contract
performance guarantee / security deposit.
Expediting the supplies / works / services suppliers will be done by the group
involved by C&P department wherever applicable.
Document downloaded on 09-04-2022 07:07:28 by
103
1.5 MANAGEMENT OF SECURITY DEPOSIT (SD) / PERFORMANCE BANK
GUARANTEE (PBG) AND CLAIM SETTLEMENT (IF ANY)
The Performance Bank Guarantee shall be used or released as per the provision
of contract / Purchase order.
1.5.1. All concern shall ensure that details of any claim to be recovered from supplier /
contractor is promptly reported to paying authority so that claim is recovered before
releasing the pending payment.
1.5.2. Details of such claims shall be intimated to dealing purchase officer who has concluded
the contract. After completion of supply / execution of contract following actions needs
to be taken:
a) In case of supply of goods, for recovery of any claim the details of the same to be
intimated to the dealing purchase officer by consignee who shall take up the matter
with supplier. If at the end of the contract there is no claim on supplier the consignee
shall give “no demand certificate” to the dealing purchase officer.
b) Where ever installation and commissioning is involved with supply of the equipment,
the user shall forward information about satisfactory commissioning along with details
of claim in any to the dealing purchase officer. In case there is no claim the user shall
give “No claim Certificate” to the dealing purchase officer.
c) In case of service contract user/ Indenter shall forward the details of outstanding claim
(if any which could not be recovered from the regular payment) or a “No demand
certificate” to the dealing officer.
d) In case of LSTK contract, equipment, package, where the performance security is
obtained to cover warranty period also, the user/ indenter shall forward the details of
outstanding claim or a “No demand certificate” to the dealing purchase officer.
e) On receipt of intimation regarding recovery of claim (if any) the concerned purchase
officer shall verify in consultation with finance that whether such claims has already
been recovered from payments or can be recovered from the payments due on the
contractor.
1.5.3. In case it comes out that certain outstanding recovery is to be made from performance
security. The case shall be processed for invocation of Bank guarantee as per the
provision of the contract. The bank guarantee shall be invoked with the approval of
competent authority. Finance Department shall invoke the Bank Guarantee. The SD /
Document downloaded on 09-04-2022 07:07:28 by
104
PBG can be invoked for other reason as provided in the contract, such as
nonperformance, breach of contract, or any other valid reason. In case of no claim /
recovery the performance bank guarantee shall be released after defect liability period
as per provision of contract, after following the due process.
2. CHANGE ORDERS
Change order will be applicable in all the LSTK/ EPC/ works/service contracts. A
change order will be initiated only in case:
a. PLL directs in writing to the Contractor to include any addition or deletion to the
scope of work, design criteria etc.
b. Contractor requests for deletion / addition of any part of the Work and if the deletions
/ additions proposed are agreed to by PLL
c. Any other contractual change leading to change in the contract price either
reduction or increase in contract price.
2.1. CHANGE ORDER PROCESS
i. Any change/extra work not covered under current contract shall be identified. Once
such requirement has been identified, the detailed technical assessment related to
the requirement is finalized between the PLL representative and the supplier /
contractor.
ii. In case of additional scope, the finalization shall involve indicative additional
timelines for executing the additional scope, detailed technical requirements /
design needed for executing the work. The supplier / contractor shall give the
estimate for additional work. In case the change is such that it may result in
reduction in contract price, the estimate for the same shall be given by the
contractor.
iii. Based on cost estimate and details provided by contractor, the engineer in charge
in consultation with PMC (if applicable) shall put up a proposal for deliberation and
recommendation by a committee (consisting of members from user department,
C&P & finance department) for approval by the competent authority. Such
recommendation shall confirm the reasonability of increase in price and extra time
required commensurate with the additional scope of work. In case any change leads
to reduction in price the adequacy of the reduction in price in relation to reduction
in scope of work may also be confirmed in committee recommendation.
Document downloaded on 09-04-2022 07:07:28 by
105
iv. The tender committee recommendation shall be approved by the competent
authority who has approved the award, however the cases which were approved
by the director and above, approval for the same shall be obtained from concerned
Director.
v. Based on the approval the change order shall be issued by C&P department.
vi. Preferably the process of issuance of change order should be completed before
executing the extra work, however in case of urgency contractor may be advised
by engineer in charge to proceed with execution of additional work and
simultaneously the proposal may be initiated for approval by competent authority
so that change order may completed timely.
2.2. VARIATION IN QUANTITY
i. In item rate contract if there is quantity variation, the engineer in charge will get the
contract executed with variation in quantity. In case the variation is more then (+/-)
10% of original quantity the engineer in charge shall make a report along with
reason for such variation and the same should be communicated to the competent
authority which has approved the award of contract for information and advice to
the concerned people for accurate assessment of quantity for future tender.
ii. The competent authority shall be the one who approved the award of the contract,
the cases which were approved by the director and above, approval for the same
shall be obtained from concerned Director.
3. INLANDTRANSPORTATION / SHIPMENT/ DISPATCH &SHIPPING DETAILS /
CUSTOMS CLEARANCE/ LETTER OF CREDIT/ EXPORT PROCEDURE.
3.1. INLAND TRANSPORTATION
Inland transportation covers , the transportation of ordered goods from the
supplier(s) works, in case of domestic supplies or from port of entry in case of
foreign supplies , to the relevant delivery point as may be specified under the terms
of the purchase order. The Purchase order should include instructions in this
respect in sufficient clarity so that no dislocations of ordered goods take place and
disputes resulting out of the same are avoided.
3.1.1. As a matter of practice the purchase order(s) on domestic supplier(s) are finalized
based on FOT (free on truck) / FOR (free on Rail) project site on freight prepaid
&door delivery basis except for the cases where order(s) are finalized on FOT
Document downloaded on 09-04-2022 07:07:28 by
106
dispatch point (normally Vendor's works) basis, in which case the transportation is
arranged by supplier(s) / PLL on 'freight to pay' basis and the freight is paid at the
destination. Normally transportation of goods for domestic supplies is through any
one of the following modes:
(i) Dispatch by Rail
(ii) Dispatch by Road
(iii) Dispatch by Air
3.1.2. TRANSPORTATION OF IMPORTED GOODS
(i) Where the contract is on FOB (free On Board) / FCA( Free along Carrier)/ FAS (
Free along Ship) port/ airport of exit basis, the supplier shall arrange for
transportation of good from their works to port / airport of loading in their country.
Sea freight and inland transportation after arrival of materials at port of destination,
customs clearance and collection of delivery thereof in such cases is carried out by
PLL.
(ii) Where the contract is on CFR (cost of supplies and Freight) / CIF (cost of supplies,
marine insurance and marine freight) the supplier shall arrange for transportation of
goods, till port of loading in his country and shall also bear the marine freight
charges and / or cost of insurance of goods in transit, as the case may be, as a part
of his contract. The inland transportation cost pertaining to shipment of material
from the port / airport of destination upto the site or where the material is to be
stored or processed is borne by PLL.
3.2. SHIPMENT OF IMPORTED GOODS
3.2.1. SEA SHIPMENT
(a) FOB /FAS CONTRACTS
(i) Copies of PO in duplicate are forwarded to Ministry of Shipping & Surface
Transport.
(ii) Shipping arrangement are made by Ministry of Shipping & Surface Transport
(Chartering Wing), New Delhi on receipt of copies of PO through their respective
forwarding Agent / nominees as appointed by them.Document downloaded on 09-04-2022 07:07:28 by
107
(iii) Shipment is arranged by MOST after getting adequate advance notice (at last 6
weeks before the cargo readiness) about the readiness of consignment given by
the seller from time to time depending upon the requirement of the purchase order.
All shipment are made by first class direct vessels. The foreign sellers are required
to arrange with the vessel owner / shipping agents ofr forwarding agents for proper
storage of entire cargo intended for the project in specified manner so as to facilitate
the handling and offloading at the port of destination and to avoid any over carriage
at the port of discharge. All the shipments shall necessarily be arranged "UNDER
DECK" unless carriage of "OVER DECK “is unavoidable, which may be done with
the prior approval of PLL.
(iv) All the shipment are required to be through Indian flag vessels or / UK/ India/
Pakistan conference or US/ India/ Bangladesh/ Pakistan conference vessels as the
case may be. However, in case the vessel is not available out of these categories,
MOST may take decision to consider the shipment through other than above
specified vessel as per the Government Guidelines.
(b) CFR OF CIF CONTRACTS
Contracts on CFR/ CIF basis are finalized only after obtaining NOC form Ministry of
surface transport and the shipping arrangements are to be made by supplier as per
provisions of the Order.
3.2.2. SHIPMENT BY AIR
All air shipment are to be arranged by nominated freight forwarding / consolidated
agents of PLL unless specified otherwise. Air shipment shall preferably be arranged
through 'Air India' on 'freight to pay' basis either through the nominated forwarding
agent or by directly contracting Air India.
3.2.3. Instruction for arranging Air/ Sea Shipping Documents
(i) The Bill of lading or Air way bill shall be made out to the order of PLL and not to the
order of bank and notify party shall be the concerned port office of PLL. All columns
in the body of bill of lading / AWB namely marks & number, material description,
weight particulars etc. shall be filled in accurately in accordance with the purchase
order conditions and such statements should be uniform in all the shipping
Document downloaded on 09-04-2022 07:07:28 by
108
documents. The freight particulars should be mentioned along with the basis of
freight, tonnage, heavy lift charge, surcharge, discount, if any etc. clearly &
separately and the net total freight payable shown at the bottom.
(ii) All shipment shall necessarily be arranged on 'freight to pay 'basis (i.e. freight
charges payable at destination) consigned to the designated port as specified in the
contract , except for CFR/ CIF contracts where the freight is paid at the shipping
port itself.
(iii) All documents viz. AWB/ bill of lading, invoices, packing list, freight memo etc. shall
be arranged only in English language.
(iv) The bill of lading / AWB , invoice & packing list specifically must show the marks &
nos. of contents , case wise , country of origin, consignee name , port of destination
and all other particulars Invoices must show the unit rates and net total FOB prices
as per the contract . Items packed separately should also be involved and the value
shown accordingly as per the contract. Packing list must show apart from other
particular actual content of each case, net and gross weight, dimension and total
no. of packages / cases. All documents are to be signed by vendor's authorized
representatives.
(v) The bill of lading / AWB shall indicate the following :-
Shipper - Govt of India (for contract on FOB / FAS port of exit basis) or vendor (for
contracts on CFR/ CIF port of discharge basis). Consignee- PLL. Notify Port - PLL,
Bill of Lading / AWB in no circumstances be made out to the order of the SHIPPER.
3.3. TRANSIT RISK INSURANCE
(i) All equipment / material are to be insured by PLL for transit risks unless specified
otherwise in the purchase order, to cover the damages during the transportation
etc.
(ii) Any such damage during the transportation shall be immediately notified to under-
writers as well as the transporter, for further necessary action for recovery of transit
damages.
(iii) for the purpose of arranging transit insurance of the goods dispatched / shipped ,
vendors are required to furnish the dispatched / shipping particulars to the
Insurance Company giving complete details of dispatches along with policy number
etc.
Document downloaded on 09-04-2022 07:07:28 by
109
3.4. ADVANCE INTIMATION OF DISPATCH / SHIPMENT
The Vendor(s) are advised in P.O to furnish information in advance with regard to
dispatch / shipping particulars for making necessary arrangements by PLL for its
receipt / custom clearance etc. Generally the following information is required to be
furnished by vendor;-
(i) The name of the transporter / shipping agency through whom the material have
been dispatched / shipped.
(ii) Name of vessel (for consignments shipped through sea) and air liner & flight No.
(For air consignment) relevant in case of imports.
(iii) In case of domestic supplies the LR no’s (Lorry receipt) / GR No. ( Goods receipt)
together with the date thereof and in case of shipment by sea or air the Bill of Lading
No. or airway bill No. together with date thereof.
(iv) The dispatch point 9 for FOT Dispatch point - domestic supplies) / port of shipment
(for supplies on FOB basis).
(v) The invoice number, value and date
The vendor shall not, except with previous consent in writing of the purchase
authority, sublet, transfer or assign the contract or any part thereof or interest
therein or benefit or advantage thereof in any manner whatsoever. Provided,
nevertheless, that any such consent shall not relieve the contractor from any
obligation, duty or responsibility under the contract.
(vi) Number of cases in which the shipment is embarked and the net and grass weights
of the cargo.
(vii) The expected date of departure (ETD) form the port of shipment and expected date
of Arrival (ETA)at the port of ______
3.5. CUSTOM CLEARANCE
After shipment of goods by foreign supplier(s) against PLL purchase order & its
arrival at port (sea/ air) of discharge / destination ( usually Mumbai) , customs
clearance activities are arranged as per the prevailing custom procedure ( as
elaborated in store procedure manual for reference) by PLL 's Port consignee which
include inter alia the following :
– Appointment of clearing & forwarding agent
– Registration of project for which imports are required to be arranged. Document downloaded on 09-04-2022 07:07:28 by
110
– Liaison with customs / port authorities.
– making payment of customs duty and all other port charges
– Fixing up of transport agency for transportation of imported goods to project site.
– Arranging for warehouse of imported goods, if required.
– Filing & settlement of claims with underwriters & filing of claims with custom
authority for refund of duty , if any,
– Reconciliation of imports - all other activities associated with such imports.
4. INSPECTION OF MATERIAL / WORKS / SERVICES
The inspection shall be carried out as per provisions provided in individual purchase
order / contracts. The inspection of material/ works shall be coordinate with
contractor / vendor in a manner such that the delivery of material / execution of work
is not affected due to delay in inspection.
4.1. JOINT MEASUREMENT OF WORK EXECUTED
4.1.1. The measurement of the work executed, billing, invoice and payment shall be as
per the provisions of contract.
4.1.2. Measurement shall be as per the methods of measurement spelt out in
specifications/Contract procurements. The responsibility for checking the
measurements as recorded in the Measurement Books/Bills shall be as under:
A. WHERE PLL EXECUTIVE IS ENGINEER-IN-CHARGE (EIC) E.G. (O&M
CONTRACTS)
a. Site-in-charge/site engineer will check 100% measurements of executed work.
b. EIC will further check measurements at least 15% of bill value. IN case, site-in-
charge/site engineer is not available, EIC will check 100% measurements of
executed work.
c. An officer one level above EIC but not below level of HOD will check measurements
of 5% of bill value. IN case, HOD is EIC, then he will check measurements of 20%
of bill value.
B. WHERE PMC IS EIC E.G. PROJECT CONSTRUCTION):
a. PMC will check 100% measurements of executed work.
b. PLL site Engineer will check measurements of at least 15% of bill value, certified
by PMC.
Document downloaded on 09-04-2022 07:07:28 by
111
c. An officer one level above site Engineer but not below level of DGM will further
check measurements of 5% of bill value. However, wherever CM is not available,
an officer of one level below CM will check measurement of 5% of bill value.
C. WHERE PLL EXECUTIVE IS EIC AND WHERE THIRD PARTY INSPECTOR IS
DEPLOYED (E.G. ARC TYPE CONSTRUCTION CONTRACTS)
a. Third party Inspector will check 100% measurements of executed work.
b. PLL Site engineer will check measurements of at least 10% of bill value, certified
by third party Inspector.
c. EIC will further check measurements of 5% of bill value. In case there is no site
engineer, EIC himself will check measurement of 15% of bill value.
d. An officer one level above EIC but not below level of HOD (for O&M cases) and CM
(for project cases) will check measurements of 5% of bill value. In case, HOD (for
O&M cases) and CM (for project cases) is EIC, then he will check measurements
of 10% of bill value or measurements of 20% of bill value, in case there is no site
Engineer.
D. OIC (or HOD in case of corporate office) or an officer of higher level to that of EIC
authorized by OIC may carry out random checking of executed items where the
executed quantity exceeds SOR quantities.
E. While exercising test check of 5%, 15% level and on random basis as above, it may
be ensured that high rate items, AHR items, items exceeding SOR quantity and
concealed items have been covered in the items selected for checking.
F. The superior officer should preferably check such items/quantities other than those
already checked by PLL executives at lower levels and should also ensure that the
subordinate officer/officers have exercised the requisite percentage check as
stipulated in the procedure.
G. All concerned officers should indicate the measurements of SOR items checked by
them and marked as “checked and verified”.
H. Necessary provision mandating the above shall be included in the tender document
under Special Conditions of Contract.
4.1.3. The Abstract of bill and the memorandum of the bill shall be signed by PLL
Engineers rather than countersigned.
5. T IME EXTENSION FOR ONGOING CONTRACT
In cases where the delivery / work is not likely to be completed as per original
Document downloaded on 09-04-2022 07:07:28 by
112
schedule, the time of delivery / completion should be suitably extended before the
expiry date of mobilization / delivery / completion, so that the contract continues and
the job is executed. Such extension will be provisional without prejudice to the
contractual right of owner including right for PRS (Price Reduction Schedule).
The indentor / Project department shall make a recommendation for such extension
confirming that continuation of the contract with existing contractor is essential in
the interest of the job. No Tender committee is required in this case. Further no
financial concurrence is required. The competent authority shall approve such
proposal where ever the competent authority is director and above, the approval by
concerned director shall suffice.
The amount of Price Reduction (PRS) shall be withheld on proportionate basis from
the bills of supplier/ contractor while releasing the payments.
Seeking approval for extension in delivery /completion period on ex-post facto basis
should be avoided, as far as possible and that extension, if any, in delivery
/completion period should be given to the contractor before the expiry date of
delivery/ completion after obtaining approval of the competent authority. However,
in exceptional circumstances, if extension in delivery / completion period is not given
before the expiry of the delivery/ completion period, in such cases, ex-post facto
approval for extension of delivery/ completion period can be accorded by the
authority as per DOA. In cases where CPA is director and above, director
concerned shall approve such proposal.
On completion of contract/ delivery / services there shall be a delay analysis. During
the examination of the delay it shall be established that how much delay is on
account of contractor and how much delay is on account of PLL. The Engineer in
charge shall make a recommendation with delay analysis and finally applicable
Price Reduction or otherwise.
The tender committee which will make recommendation for closure of contract shall
consider the recommendation of engineer in charge for PRS (Price Reduction
Schedule) or otherwise. The tender committee shall comprise of members from
finance, C&P and user department who shall make a recommendation to be
approved by the competent authority for PRS (Price Reduction Schedule) or
otherwise.
PRS (Price Reduction Schedule) will be calculated on the basis of supply order
price of materials/ work services excluding duties and taxes, where such
Document downloaded on 09-04-2022 07:07:28 by
113
duties/taxes have been shown separately in contract/supply order. In case of
service contracts PRS will be calculated on the basis of annual contract value
excluding duties and taxes, where such duties/taxes have been shown separately
in the contract.
6. APPLICABLITY OF PRICE REDUCTION SCHEDULE
In all cases of delays beyond contractual delivery date / contractual completion
schedule Price Reduction shall be applicable except the following;
i. When Force Majeure occurs during the contract execution period and the supplier /
contractor adheres to and fulfills all his obligations stipulated in the contract.
ii. When PLL defaults in fulfilling its obligations, hindering the progress of works and
causing the delay in execution. However if contractor himself is not ready, the delay
on part of PLL shall not be the justification for nonperformance by the contractor.
iii. Reason for delay in supply / completion of work for which PLL is responsible:
a) Delay in approval of drawing, where drawing approval is required before proceeding
with manufacturing.
b) Delay in release in work fronts such as, work site, foundation for erection of
equipment etc. which is in PLL’s responsibility as per contract.
c) Delay in providing free issue materials, details pertaining to sizing and other requisite
information essential for proceeding for manufacture/ fabrication/ construction.
Delays in payments against certified bills of vendors/ contractor and such payments
affects adversely any sequential activities of contractor involving major finance.
7. BILL WATCH SYSTEM
Computer generated receipt should reach vendors/contractor for each and every
bill submitted by them to PLL/PMC.
The vendor/contractor should be able to track the status of their bill through the
internet.
8. PAYMENT PROCEDURE
During the execution of the contract the payment shall be released promptly in
accordance to the payment terms provided in the contract / Purchase order linked
with various milestones. The payment should be released after submission and
checking of requisite documents as provided in the contract / purchase order.
Document downloaded on 09-04-2022 07:07:28 by
114
9. LETTER OF CREDIT
a) A foreign letter of credit is a very common and familiar instrument in settling trade
between parties belonging to different nations. Buyers and sellers negotiate for
purchase and sale of goods, sellers demanding cash or the buyers’ banker’s letter
of credit as guarantee for payment before they undertake shipment. A letter of credit
reinforces the buyer’s integrity by adding to it his banker’s undertaking. A
documentary credit is a signed instrument embodying an undertaking by the banker
of a buyer to pay his seller a certain sum of money in presentation of documents
evidencing shipment of specified goods and subject to compliance with the
stipulated terms and conditions.
b) In order to bring uniformity in matters pertaining to documentary credits, the
international Chamber of Commerce (ICC), Paris have published a set of Rules
(called UCPDC), wherein a documentary credit has been defined as , “Any
arrangement, however, named or described, whereby a bank ( the issuing bank)
acting at the request and on the instructions of a customer ( the applicant for the
credit) or on its own behalf is to make payment to or to the order of a third party (the
beneficiary) or to accept and pay bills of exchange drawn by the beneficiary) or to
accept and pay bills of exchange drawn by the beneficiary; authorizes another bank
to effect such payment or to accept and pay such bills of exchange or authorizes
another bank to negotiate against stipulated documents and compliance with
stipulated terms and condition.”
c) Banks handling documents under a credit are guided by the UCPDC Rules.
d) A documentary credit requires that drafts drawn there under (representing money
claim) must be accompanied by other documents as stipulated therein, giving title
to the goods, providing protection to loss or damage to the goods, and furnishing
other information and particulars. Bills of Lading, Marne Insurance Policies or
Certificates, Commercial Invoice, Customers Invoice, Certificate of origin, weight
list, packing list, Inspection Certificate of Analysis and / or other documents may be
stipulated, are such documents.
e) When a person who ships goods in reliance on a letter of credit issued by a bank,
does so in exact compliance with its terms the bank concerned is bound to honour
his draft if drawn and presented in strict accordance with the credit as opened. They
Document downloaded on 09-04-2022 07:07:28 by
115
paying or the confirming bank can claim indemnity if the term and conditions of the
credit are strictly observed, for which it must examine all the documents with care.
9.1. MECHANISM OF DOCUMENTARY CREDITS
a) Acting in accordance with the agreements between seller and buyer, the buyer
instructs his bank to open a credit.
b) Before the bank acts on the instructions, it checks whether the customer’s balances
or credit facilities will permit the payment to be made under the documentary credit.
c) If the bank is asked to open a documentary credit in favour of a foreign seller, it
generally utilizes the services of a correspondent bank, if possible, at the same
location as the seller. This second bank is referred to as the advising bank. It
forwards the credit of the issuing bank to the beneficiary.
d) Following receipt, the beneficiary checks whether he can meet the conditions
mentioned in the credit and whether they agree with those stated in the purchase
contract or other agreement.
e) If this is not the case, he asks the buyer directly to modify the credit conditions.
f) If the credit agrees with the purchase contract and the stipulated conditions that can
be met, the exporter will start manufacturing the goods or deliver them from stock.
Following shipment, the beneficiary will assemble the required documents and
present them to the advising bank.
g) The advising bank checks whether the documents received agree with the
conditions of the credit in all respects. Afterwards, it makes payment in the manner
prescribed in the credit and transmits the documents to the issuing bank. The latter
reimburses the advising bank the amount specified under the documents.
9.2. REVOCABLE OR IRREVOCABLE LETTER OF CREDIT
a) Basically, the credits are either (i) revocable or (ii) irrevocable.
b) All credits should, therefore, indicate whether they are revocable or irrevocable, but
in the absence of any indication, the credit will be treated as irrevocable as per
Article 6(c) or UCP 50.
Document downloaded on 09-04-2022 07:07:28 by
116
c) The inherent weakness of revocable credit is that it may be cancelled or modified
without prior notice by the issuing banker to the beneficiary. However, the opening
bank is responsible for any operation on the revocable credit effected prior to the
receipt by the negotiating bank of any cancellation or modification advice.
d) An irrevocable letter of credit does not suffer from such disadvantage and it is,
therefore, widely accepted. An irrevocable letter of credit constitutes an irrevocable
commitment on the part of the issuing bank provided stipulated documents are
presented and the conditions of the credit are complied with. In this case, the issuing
bank has no recourse to the drawer in the event of non-payment.
e) Both revocable and irrevocable credits are advised by the advising bank without
any engagement on their part. When the beneficiary insists on bank in his own
country to add its undertaking to pay against presentation of proper documents the
credit is deemed to bear confirmation of the advising bank and the credit is called
confirmed credit. The credits are confirmed under the express authority or request
of issuing bank. However, if the advising bank is not prepared to add its
confirmation, it must inform the issuing bank without delay. By adding its
confirmation the confirming bank steps into the shoes of the issuing bank and
consequently its confirmation constitutes a definite undertaking to honor its
commitment provided stipulated documents are presented and the terms and
conditions are complied with.
f) Such an undertaking on the part of the confirming bank can be cancelled only with
the consent of the issuing bank, confirming bank and the beneficiary.
The advantage to the beneficiary under a confirmed letter of credit is that even if he
does not know the standing of the opening bank, he may rely solely on the
confirming bank for the commitment under the letter of credit and is relieved of the
problem of any “sovereign risk” or “transfer risk” attributable to the country where
the L/C opening bank is situated.
Moreover, the exporter can get payment without recourse from the confirming bank
in his country and the ‘transit risk’ that the documents may get lost or damaged
during the course of transmission to the L/C opening bank is also avoided for the
exporter. If the confirmed L/C is also a transferable one, the beneficiary will find it
easy to find a transferee to whom the credit is acceptable if the L/C has beenDocument downloaded on 09-04-2022 07:07:28 by
117
confirmed by a bank in the beneficiary’s country.
9.3. CONFIRMED CREDIT
If an irrevocable credit is opened by a bank in the buyer’s country, the seller may
require the credit to be confirmed by a bank in his own country as he may be
unaware of the standing of the opening bank, or may otherwise like to ask for
additional protection of his interest. In such cases, the opening bank request its
correspondent in the seller’s country to add its confirmation which in effect means
that the confirming bank undertake the liability to honour the seller’s draft drawn
under the credit. It bears an unequivocal undertaking that drafts confirming to the
terms of the credit will be honoured notwithstanding any change in the position
between the person or the bank opening the credit and the bank confirming the
same. It ensures double protection to the seller since it is already irrevocable on
the part of the opening bank and additionally on the part of the confirming bank in
his own country. Although a confirmed letter of credit is irrevocable, an irrevocable
credit is not necessarily a confirmed one.
9.4. REVOLVING LETTER OF CREDIT
Such credit stipulates automatic restoration of the amount already drawn (under the
credit)- as soon as the bills are paid, thus obviating the necessity of opening a fresh
credit for each despatch / shipment. A revolving credit may revolve with reference
to the either its amount or validity period, and if the latter, it may be either cumulative
or non-cumulative.
9.5. THE SIGHT CREDIT
a) The amount is payable as soon as the prescribed documents have been presented
and the bank has checked them. So the proceeds are normally at the immediate
disposal of the beneficiary.
b) In some cases (e.g. foreign currencies) a few days may pass between presentation
of the documents and actual transfer of the funds. As a rule it is the time required
by the banks to remit the amount of the credit.
c) In the case of unconfirmed credits, situations can arise where the advising bank
delays payment to the beneficiary until it has received the amount specified by the
Document downloaded on 09-04-2022 07:07:28 by
118
documents from the issuing bank.
9.6. STAND-BY LETTER OF CREDIT
a) The stand-by letter of credit is a guarantee declaration in the broadest sense. It is
used mainly in the USA, because American banks are prevented from giving
guarantees by the regulations in that country.
b) Stand-by letter of credit can be used, for example, to guarantee the following types
of payment and performance:
- Repayment of loans
- Fulfilment of sub-contractors
- Securing the payment of goods, deliveries by third parties and dependent of the
recipient,
- bid bonds
- Performance bonds
9.7. PAYMENT THROUGH LETTER OF CREDIT
a) Whenever the contract specified payment through Letter of Credit (LC), the
purchaser shall open an irrevocable Letter of Credit, which is generally the
acceptable mode of operating through Letter of Credit in case of international
commercial transactions.
b) For this purpose, the supplier is required to furnish the details of their bankers
through whom such a Letter of Credit is required to be operated for negotiations
and payments. As a general rule, the Letter of Credit is opening by the purchaser
through their bankers who give corresponding guaranties for making payments to
the supplier. The Letter of Credit as normally operated are not required to be
confirmed in the country of the purchaser.
c) However, at times some of the suppliers insisted on confirmed Letter of Credit for
which the additional fee charged by the corresponding banker is borne by the
supplier himself, depending upon such agreement with buyer.
d) Following details shall be required for opening the Letter of Credit which also forms
Document downloaded on 09-04-2022 07:07:28 by
119
a part of terms and conditions of Letter of Credit for the purpose of documents
negotiation and payment against shipment :-
1. Beneficiary of Letter of Credit
2. Value of goods and payment to be made
3. Validity of L/C for shipment and negotiation as per delivery requirement of Purchase
Order (Normally 2-3 weeks are allowed after shipment for negotiation of
documents).
4. Mode of shipment whether by sea or by air?
5. Inspection requirements
6. Any other test certificates, Quality Assurance certificate required in accordance with
the Purchase Order.
7. Any other documents as may be required under Letter of Credit such as:
a) Supplier’s confirmation for furnishing shipping details to insure Company to arrange
for marine insurance.
b) Certificate of recent manufacture.
c) Certificate of country of origin
8. Any other operative instrument to be kept in Letter of Credit such as Purchase Order
acceptance and confirmation of submission of contract Performance Bank
Guarantee of the supplier in accordance with the provision of Purchase Order.
9. Port of shipping
10. Port of discharge
11. Whether part shipment would be allowed. Whether trans-shipment would be
allowed.
12. The provisions pertaining to price reduction schedule in case of delay in deliveries
beyond the contractual delivery date. In such an event the documents are to be
negotiated for a reduced value proportionate to the amount of as per contractual
provisions of price reduction.
Document downloaded on 09-04-2022 07:07:28 by
120
e) Normally foreign bidders insist for commencement of delivery period- until after they
have received the Letter of Credit. However, for getting a hold on the delivery
requirement, a conditional Letter of Credit may be opened, though, such a
conditional Letter of Credit is neither operable nor does it certify any other
performance for any commercial transaction. The Letter of Credit in such an event
can be made operative upon submission by the supplier of another document which
could not be furnished earlier before opening of such a conditional Letter of Credit.
(e.g., submission of an unconditional order acceptance and submission of Contract
Performance Guarantee). A time frame can be made part of the Letter of Credit to
enable seller to submit such documents, as a check to expedite action by him.
10. MILESTONE PAYMENT
Milestone payments can be made as per payment schedule in the contract. The
amount for PRS (if applicable) shall however be withheld by finance, from the bills
of supplier / contractor, while releasing payments as per terms mentioned in the
contract.
The invoice should be accompanied with all relevant documents required for
releasing the payments. An invoice complete in all respect as per provision of the
contract should be processed expeditiously and payment is released in maximum
15 days.
In case there is any observation / comments against the invoice the same should
be communicated promptly not later than 5 working days after submission of
invoice.
All the payments shall be remitted to the vendor's / contractor's bank account as
per the initial details specified in the bids. The payment shall be made in currencies
stated in the Contract. PLL shall also inform in writing to the vendor / contractor the
details of remittance i.e. amount and date.
In case there is any recovery from the contractor/ payment due to PLL shall be
recovered from the invoice and the contractor shall be informed accordingly.
11. PRICE ESCALATION AND ADJUSTMENT
In case the contract provides with a formula for price escalation or any adjustment
the same shall be worked out as per provision of the contract, and adjustment shall
be made while releasing the payments.
Document downloaded on 09-04-2022 07:07:28 by
121
12. EXTENDED STAY COMPENSATION
12.1. The tenders being issued, provide for a clause pertaining to payment of extended
stay compensation to the contractor in the event the contractual schedule is
extended beyond the time period specified in the contract for reasons which are
solely attributable to the owner.
The provision is basically for a notional compensation to the contractor as the
extension and specifically the continuation of establishment of the contract at the
site is necessitated for reasons of non-availability of fronts or materials which are in
the scope of owner’s obligations. As time is the essence of the contract, unless
extended the contracts would generally conclude on the date the time schedule
expires, such a provision of extended stay compensation has the effect of keeping
the contract alive.
12.2. The general conditions of the contract provide for that “the schedule of rates quoted
by the bidder shall be deemed to cover the risk of all possibilities of delay and
interference with the contractor’s conduct of work, which occur from any causes
including orders of the owner in the exercise of its power and on account of
extension of time generated due to various reasons and for all other possible and
probable causes of delay.” The Provision of extended stay compensation is an
overriding clause included in the Special Conditions of Contract.
12.3. Further, a nominal amount is indicated or agreed as a compensation to be paid and
that too is permitted after a grace of about 1/5th of the time of completion of the
contract or at least two months (beyond the time schedule included in the contract).
The following clause is generally provided for:
“In case the time of completion of work is delayed beyond time schedule indicated
in the tender plus a grace period equivalent to 1/5th of the time schedule or two
months whichever is more, due to reasons solely attributable to the owner, the
contractor shall be paid extended stay compensation in order to maintain necessary
organizational set up and construction tool, tackles, equipments etc. at site of work”
12.4. As is evident, the purpose of providing for this is to compensate the contractor only
for maintaining his set up at site which may inter alia include the bare minimum
Document downloaded on 09-04-2022 07:07:28 by
122
requirement of men and machinery necessary only to execute a very small amount
of left over work. In addition to the compensation payable for the extended stay,
contractor would receive payments towards the work done during the extended time
schedule as per provision of the contract. The provision for compensation for
extended stay must be exercised with abundant caution.
The following essential pre-requisites, therefore, should be kept in mind:-
a) The extension in the contract should necessarily have been as a result of reasons
which do not under any circumstances account for delays by the contractor himself.
As such if owner failed to fulfil the obligations namely providing materials stated to
be provided as free issue or at a specified rate, providing land or foundations or
other physical work fronts or providing drawings necessary to execute work etc. and
if during this period the contractor was fully mobilized with all necessary
construction tools and tackles and materials in his own scope of supply as also the
contractor has fully established at site with sufficient man power; the provision for
extended stay if the contract is required to be extended would become applicable.
b) It is necessary that all contractual provisions be kept in mind before a final decision
as to the applicability of extended stay compensation or otherwise can be finalized.
Various provisions in the General Conditions of Contract require that the contractor
shall have performed in accordance with the agreed schedule of work progress. It
would, thus, be necessary to establish that there were no failures attributable to the
contractor at any stage during the contract execution. In this regard provisions
contained in General Conditions of Contract assume importance. These provisions
inter-alia provide that the contractor should prepare a detailed monthly or weekly
construction programme, with the Engineer-In-Charge within one month of receipt
of Letter of Intent and the work shall be executed strictly as per this time schedule.
Further, the contractor is also required to submit a detailed PERT Network within
the time frame agreed and the same is required to consist of adequate number of
activities covering various key phases of the work such as design, procurement,
manufacturing, establishment and field erection activities within 15 days from the
date of Letter of Intent.
Document downloaded on 09-04-2022 07:07:28 by
123
c) In the event it can be established during the execution of work that Contractor also
failed in certain respects in fulfilling his obligations under the contract, the
applicability of compensation for extended stay would not be justifiable as, even if
the owner had not failed in fulfilling his obligations the contractor may have failed in
achieving the compensation in time. In such an event, as per the provision of the
contract PRS would have become applicable. This, therefore calls for review of the
case in its entirety prior to final decision in the matter.
d) Needless to say that such an analysis may require going through the records
extensively particularly with regard to the mobilization of the resources by the
contractor, mobilization of adequate work force at sites supply of materials covered
in the contractor’s scope of supply and release of work fronts including drawings
etc. by owner/consultant.
e) If, however, it can be reasonably assessed that the work fronts/materials/drawing
would not be available in the near future also and there would be delays in doing
so, it may be worthwhile to deliberate amongst the following options:-
i. To get the job executed through an alternative agency for which either a fresh
enquiry would be required to be issued; or
ii. To get the job executed through an existing contractor, whose contract is expected
to continue for a longer period, at the rates at which the contract had been awarded;
or
iii. To seek demobilization of the contractor so as to remobilize him later at site, when
work fronts, materials and drawings etc. are expected to be made available for
execution of work. In such an event, the financial implication for demob/remob
should be analyzed vis-à-vis extended compensation while choosing the option
between asking the contractor to demob/remob and retain the contractor and pay
extended stay compensation; or
iv. In taking the final decision with regard to applicability of compensation for extended
stay compensation it may be pertinent to evaluate the date available in that regard.
As also it is important to ascertain at what point of time such an exercise could be
meaningful. The following important observations made at the time such a situation
Document downloaded on 09-04-2022 07:07:28 by
124
confronts the contract administrators at site will have a bearing on the final outcome
in respect of Owner’s liability to pay compensation.
a) The contract has not yet concluded.
b) Major portion of the work awarded has been complete while a small portions still
remains to be executed by the contractor. The contractor established adequately
and continued to have made available at site adequate resources and manpower.
c) Obviously there have been delays which can be attributable solely to PLL and
contractor has not contributed to the delay in any manner.
d) The work cannot be executed through an alternative agency or resources to
alternatives modes
e) The contractor’s available resources of work force and construction equipment is
adequate at this stage.
f) The presence of the contractor is essentials as in case he is carrying out
continuously some works for which the work fronts are still being released.
g) In view of the contractor performing some minor works on the work fronts released
to him, he cannot be asked to demobilize and mobilize once again at a later date
and the discussions pertaining to the future methodology to complete the work have
taken place and contractor’s presence at site is considered essential at any cost,
and
h) The contractor has refused to carry out the left over works without payment of
compensation for the continuing at site.
v. While the work is still being executed at site some of the decisions would be difficult
to be arrived at. An appropriate time would be when it is possible to take the entire
data relating to execution of work into cognizance. It would, therefore, be crucial
that analysis of the factors has been done before decision to accept payment to
contractor towards extended stay compensation is take, as apart from additional
expenditure beyond the contracted amount it would also have an effect of
acknowledging the delays to be solely on account of PLL and subsequent findings
to the contrary may be difficult to sustain.
13. CHANGE IN TAXES AND DUTIES AND OTHER STATUTORY CHANGES
Any changes in taxes, duties or other statutory changes shall be governed as per
terms and conditions mentioned in the Purchase Order / Contract.
Document downloaded on 09-04-2022 07:07:28 by
125
14. CLOSURE OF PURCAHSE ORDER AND WORKS CONTRACT
14.1. One of the important requirement after the execution of the order and completion of
the works by the supplier / contractor, is the closure of the Purchase Order /
Contract.
The following are to be examined and considered in accordance with terms and
condition of the contract:
i. The supplies have been made as per the specifications provided in the Order.
Correspondingly the work has been executed in accordance with specification and
scope given in the contract.
ii. The time schedule for delivery and completion time for the contract has been
adhered to. In case of delay whether the matter related to Liquidated Damages has
been dealt with as per provision of the contract / Purchase order. At this stage it is
to be examined whether PRS (Price Reduction Schedule) for delay in supply has
been recovered in case of purchase orders. In case of works contracts it is to be
seen that whether Engineer in charge has retained or recovered PRS amount for
delay if any.
iii. All payments have been released as per provision of the contract / Purchase order
and PBG are available with required validity to cover the warrantee period.
iv. In case of works contract / LSTK it is to be ascertain whether free issue material
has been reconciled. The recovery of any on account of excess consumption /
scrape generated beyond the tender provision have been made or accounted for
making such recovery.
v. In the event of any shortage or damages were noticed in the materials received,
necessary replacements have either been received or claims lodged for
replacement of such material, in so far as the liability of the vendor can be specified
in that context. Similarly for the damages and or defect noticed in the works
executed by the contractors necessary rectification have been carried out and
recovery if any made in that regard from the contractor.
vi. If any additional / extra work has been executed by the contractor the required
settlement have been done with regards to price and time required for such extra
work and the payment has been affected.
vii. The recommendation of Engineer in Charge in consultation with PMC (if applicable)
regarding closure of the contract considering all aspects including but not limited to
analysis for delay if any, time extension and applicable Liquidated damages.
Document downloaded on 09-04-2022 07:07:28 by
126
14.2. A committee consisting of member from user department, C&P and Finance shall
examine all the issue above including the site recommendation for the closure of
contract. Where the committee shall recommend inter –alia the following;
I. Final time extension, in case PRS (Price Reduction Schedule) is applicable the
amount of recoverable Price.
II. Any recovery from the contractor and amount thereof
III. Confirming the availability of required PBG to cover the warrantee period.
IV. Any other issue which Committee considers essential.
V. Net amount to be recovered or payable to the contractor as final payment.
15. EVALUATION OF PERFORMANCE OF VENDORS/ CONTRACTORS /
CONSULTANTS
The performance of vendors / contractors / consultants is important to support an
effective purchasing & contracting function of an organization. Therefore,
performance of all participating vendors / contractors / consultants need to be
closely monitored to ensure timely receipt of supplies from a Vendor, completion of
an assignment by a consultant or complete execution of order by a contractor
within scheduled completion period. For timely execution of projects and
meeting the operation & maintenance requirement of operating plants, it
is necessary to monitor the execution of order or contracts right from the award
stage to completion stage and take corrective measures in time.
The indenter / C&P / Project shall keep a record of the performance of vendors /
contractors / consultants associated with PLL. The objective is to recognize, and
develop reliable vendors / contractors / consultants so that they consistently meet
or exceed expectations and requirements.
At the end of every contract the performance of every vendor / contractor are to
be evaluated under various heads with proper marking. This is to be done as per
a laid down guideline and procedure in PLL. The Procedure shall have evaluation
of the vendors / Contractor and put them under various categories like Poor,
satisfactory, good and very good wherever necessary the vendors shall be issued
advisory for improvement. if need be based on such evaluation in accordance with
laid down procedure some vendors can be put on holiday for non-performance
after following the due process.
Document downloaded on 09-04-2022 07:07:28 by
127
SECTION-IV
PROEDURE FOR SELECTION OF CONSULTANTS
1. PURPOSE
1.1 The practice of employing outside experts with special skills and experience called
“Consultants” to assist in dealing with various tasks is well established in Corporate
World. With increasing complexities in business operations, rapid change in
technology, tax and commercial business environments and globalization of
business activities, consultants play an important part in terms of providing new
external environment inputs, specialized knowledge, international perspectives and
practices.
Consultants provide the intellectual inputs in the form of innovative and creative
Advice/Reports/ Recommendations etc which have far reaching and long term
impact on the growth of the Company. By providing specialized expertise and an
independent viewpoint, consultants can contribute to the analysis and preparation
of Projects, to their implementation and operation and to the organizational and
financial restructuring often associated with development.
1.2 Advantage of “Consultants” include
– diversity of professional experience
– up-to-date knowledge of the latest methods and techniques
– speed in execution
– reliability of results
– economy in required resources
– independent and objective approach
– transfer of knowledge, skills and techniques coupled with formal training to in-house
staff (need for consultants for future Projects may reduce in such situations).
Consultants are generally appointed by the following departments in PLL. A typical
example of Consultants engaged by various departments are as follows:
(i) Marketing : For Market research, Demand Analysis/
Forecast, Pricing, Long Term Strategies etc.
Document downloaded on 09-04-2022 07:07:28 by
128
(ii) Finance : Lead Arranger/ Merchant Banker, Pricing,
Valuation Experts, Financial Advisor, Forex Consultant, Project Appraisal,
Tax/Legal Consultants, Legal Registrars, Trustees, Rating Agency, Auditor,
Accountants etc.
(iii) HR : Management Consultants, training Consultants,
Organizational Restructuring, Recruitment Consultants etc.
(iv) Business Development : Feasibility reports, Due diligence, Transaction
Advisor, Merger & acquisition etc.
(v) Project development : Feasibility Reports, Legal & financial appraisal etc.
(vi) Corporate Planning : Management Consultants, Performance
Management system, Environment Scanning Analysis, Strategic Planning/
Restructuring etc.
(vii) Corporate Communication : Media relations, Internal Communication strategy,
Branding Strategy & Research etc.
(viii) Corporate Social responsibility : Empanelment of NGOs/CSOs & prescribing
Accrediting Norms, Consultant for conducting Need identification & impact
assessment studies etc.
(ix) Projects : Project Management Consultants (PMC), Inspection
Agents etc.
(x) O&M : Specific studies for maintaining integrity of Process
Plants & other operating facilities, Metering audit, Benchmarking Study, Third Party
Inspections, and Conceptualization study etc.
(xi) Law : Due diligence for big projects
(xii) C&P : Stores/Inventory Management, Disposal etc.
(xiii) R&D : Carrying out of Basic/Fundamental/Applied Research
Projects through external agency on the recommendations of Research Advisory
Council (RAC), shall be governed by approved R&D Policy & Manual.
Exception: This procedure will not be applicable for assignments for appointment of
Lead Arranger/ Merchant Bankers/ Registrars etc. in respect of mobilizing
funds/loans etc.
Document downloaded on 09-04-2022 07:07:28 by
129
1.3 SOLUTION WITHOUT CONSULTANTS
Efficient use of consultants requires considerable efforts. Hiring consultants is not
a simple process. It may therefore, at times be prudent to consider a methodology
that would not require consultants. This may often be possible by mobilizing talent
resources, by minor shifts in assignments or by small increase in manpower.
Assessing the options, “WITH AND WITHOUT CONSULTANTS” is certainly
worthwhile before deciding on the initiation of a major venture. The “WITHOUT”
situation may be particularly advantageous where the assignment is expected to be
repetitive and where a permanent expansion of manpower would be both
economical and expedient. In many cases, reliance on existing manpower can
boost morale, particularly when coupled with a Training Programme.
1.4 SELECTION OF CONSULTANTS
1.4.1. The C&P Procedures, by and large, covers the general aspects of the Process of
selection of vendors/contractors/service providers. Therefore, the C&P Procedure
does not do full justice with the special nature of the consultancy assignments
where quality, intellect and innovations are far more important than just cost.
Therefore, the “LEAST COST METHOD” under C&P Procedure may not be the
appropriate methodology for selection of consultants except assignments of routine
nature or where the physical outputs of the assignments predominate and are
measurable or where very little or no innovation is involved.
1.4.2. While the specific rules and Procedures to be followed to employing consultants
depend on the nature and circumstances of each case, five main considerations
guide the selection Process:-
a) The need for high quality services and expert Knowledge
b) Innovative and intellectual approach
c) The Need for economy and efficiency
d) Competitive Bidding process
e) The need for transparency and fairness
In the majority of cases, these considerations can best be addressed through
competition among qualified shortlisted firms in which the selection is based on the
Document downloaded on 09-04-2022 07:07:28 by
130
quality of the proposals and, there appropriate, on the cost of the services to be
provided.
1.5 Conflict of Interest
PLL requires that consultants provide professional, objective, and impartial advice
and at all times hold the client’s interests paramount, without any consideration for
future work, and that in providing advice they avoid conflicts with other assignments
and their own corporate interests. Consultants shall not be hired for any assignment
that would be in conflict with their prior or current obligations to other clients, or that
may place them in a position of being unable to carry out the assignment in the best
interest of PLL. Without limitation on the generality of the foregoing, consultants
shall not be hired under the circumstances set forth below:
a) Conflict between consulting activities and procurement of goods, works or services
(other than consulting services covered by these Guidelines): a firm that has been
engaged by PLL to provide goods, works or services (other than consulting services
covered by these Guidelines) for a project, and each of its affiliates, shall be
disqualified from providing consulting services related to those goods, works or
services for the Project. Conversely, a firm hired to provide consulting services for
the preparation or implementation of a project, and each of its affiliates, shall be
disqualified from subsequently providing goods, works or services (other than
consulting services covered by these Guidelines) resulting from or directly related
to the firm’s consulting services for such preparation or implementation.
The expert advice/ modification in the existing installation suggested by OEM(s)
shall not disqualify them (OEM) from participation in the tender for such
modifications.
b) Conflict among consulting assignments; neither consultants (including their
personnel and sub-consultants) nor any of their affiliates shall be hired for any
assignment that, by its nature, may be in conflict with another assignment of the
consultants. As an example, consultants hired to prepare engineering design for an
Document downloaded on 09-04-2022 07:07:28 by
131
infrastructure project shall not be engaged to prepare an independent
environmental assessment for the same project.
c) Relationship with Employer’s staff: Consulting (including their personnel and sub-
consultants) that have a business or family relationship with a member of the
Employer’s staff (or of the project implementing agency’s staff) who are directly or
indirectly involved in any part of: (i) The preparation of the TOR of the contact (ii)
the selection process for such contract or (iii) supervision of such contract may not
be awarded a contract, unless the conflict stemming from this relationship has been
resolve in a manner acceptable to the Employer throughout the selection process
and the execution of the contract.
d) A Consultant, who prepares Detailed Feasibility Report (DFR) of a Project is not
debarred from participation as Project Management Consultant (PMC) for the same
Project as both are services in nature.
Normally, TOR should be prepared in-house. However, in exceptional cases, if a
Consultant is engaged for preparation of TOR of an assignment, such Consultant
shall not be allowed to participate in bidding process of the assignment in question.
e) A Consultant who has been appointed by PLL to assist in a bidding process where
PLL is a bidder, should not be a Consultant to any other prospective bidder(s) for
the same assignment. Similarly, a Consultancy appointed by any competition of
PLL in a bidding process shall not be qualified in PLL’s tender for the same
assignment.
1.6 Unfair Competitive Advantage
Fairness and transparency in the selection process require that consultants or their
affiliates competing for a specific assignment do not derive a competitive advantage
from having provided consulting services related to the assignment in question. To
that end, the Employer shall make available to all the short-listed consultants
together with the request for proposals all information that would in that respect give
a Consultant a competitive advantage.
Document downloaded on 09-04-2022 07:07:28 by
132
1.7 Fraud and Corruption
1.7.1. It is required that PLL as well as consultants and their subcontractors, observe the
highest standards of ethics during the selection and execution of contracts. In
pursuance of this policy, for the purpose of this provision, the terms set forth below
as follows:
(i) “Corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly,
of anything of value to influence improperly the actions of another party;
(ii) “Fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to misleads a party to obtain financial
or other benefit or to avoid an obligation;
(iii) “Collusive practice” is an arrangement between two or more parties assigned to
achieve an improper purpose, including to influence improperly the actions of
another party;
(iv) “Coercive practice” is impairing or harming or threatening to impair or harm, directly
or indirectly, any party or the property of the party to influence improperly the actions
of a party;
(v) “Obstructive practice”
a) deliberately destroying, falsifying, altering or concealing of evidence material to the
investigation or making false statements to investigators in order to materially
impede an Employer investigations into allegations of a corrupt, fraudulent coercive,
or collusive practice; and /or threatening, a harassing, or intimidating any party to
prevent it from disclosing its knowledge of matter relevant to the investigation or
from pursuing the investigation, or
b) acts intend to materially impede the exercise of the Employer’s inspection and audit
rights
1.7.2. PLL will reject a proposal for award if it determines that the consultant
recommended for award has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practices in competing for the contract
in question.
1.7.3. PLL will sanction a consultant, including declaring ineligible, either indefinitely or for
a selected period of time, to be awarded a contract if it at any time determines that
the consultant has, directly or through an agent, engaged in corrupt, fraudulent,
Document downloaded on 09-04-2022 07:07:28 by
133
collusive, coercive, or obstructive practices in competing for, or in executing, a PLL
contract.
2. QUALITY AND COST BASED SELECTION (QCBS)
QCBS uses a competitive process among short listed firms that takes into account
the quality of the proposal and the cost of the services in the selection of the
successful firm. Quality is of prime importance and therefore Cost as a factor of
selection shall be used judiciously. The relative weight is to be given to quality and
cost shall be determined for each case depending on the nature of the assignment.
2.1. Enlistment of Consultants
2.1.1. The department concerned shall enlist the Consultants for a particular type of work,
estimated value etc. The enlisting shall be made in the following manner by the
concerned department:
Preparation of Minimum Technical and Financial Criteria (as the case may be) in
line with the guidelines given at 5.0 in this procedure.
Through Press Advertisement in the newspapers, expression of interest shall be
sought from prospective Consultants for undertaking such assignments along with
all relevant information for estimated value of (i) less than Rs. 50 Lacs and (ii) more
than Rs. 50 Lacs.
The concerned deptt. shall obtain approval of the short listed bidders from the
competent authority However, where the Competent Authority for award of job is
Director and above, such approval shall be sought from the Director concerned.
The enlisting should comprise consultants of the same category, similar capacity
and business objectives with rules, limitations for a period of 2 years and the
Consultants shall be communicated in this regard. Prior to 2 years period, the
process of enlisting shall be initiated well in advance and the enlistments shall be
done afresh.
Efforts shall be made to enlist at least six firms. The deptt. may go for enlisting a
smaller number of firms in special circumstances, for example, when only a few
Document downloaded on 09-04-2022 07:07:28 by
134
qualified firms have expressed interest for the specific assignment or when the size
of the contract does not justify wider competition.
2.1.2. In case the departments like BD corporate Planning and Marketing and not able to
do the enlistment of consultant due to non-availability of Information for freezing
Qualifying Criteria for enlistment, in such a situation, the list of respective bidders
on a predefined criteria may be drawn from league list published ny reputed/
eminent International or National agencies ( like Global F&A for financial advisors,
ENR for EPC and design, Vault guide for ranking of consulting firms and similar
others available in public domain with or without subscriptions ranking different
categories of consulting firm, instead of short listing based on BEC in beginning of
the year, with the approval of Competent Authority and such list shall be valid for
use for one year. The exercise shall be done every year.
2.1.3. In case of urgent requirement, which was not known earlier for exercise on
enlistment in above manner, BD Corporate Planning and Marketing (including
Sourcing) may draw a list of prospective bidder (s) for floating the tender from list
published by reputed/eminent International or National agencies (like Global M&A
for financial advisors, ENR for EPC and design, Vault Guide for ranking of
consulting firms and similar others available in public domain with or without
subscriptions) ranking different categories of consulting firm, instead of short listing
based on BEC, with the approval of Competent Authority, This shall be used as
exception.
2.1.4. The unforeseen assignments and/ or considered non-repetitive assignments can
be decided through tendering mode with BEC (instead of enlistment as mentioned
at 2.1.1 above.)
In case of 2.1.2 &2.1.3 above, indenting department shall make endeavour to draw
adequate number of prospective bidders (minimum Six) to ensure competition.
Further, indenting department will obtain approval of Competent Authority (HOD not
below the level of GM) for the same and this will be treated as enlistment of bidders
for a period of 2 Years unless the list is reviewed by indenting department prior to
2 Years period for addition/deletion of name of bidders (s). In case approving
authority is at the level of Director and above, approval shall be obtained from
Document downloaded on 09-04-2022 07:07:28 by
135
Director.
After the enlistment process as mentioned above, QCBS/QBS/LCS methods shall
be followed.
2.2. Once the process of enlistment is over, further process for award shall be made as
under:
a) Preparation of cost estimate and budget
b) Preparation of Terms of Reference (TOR)
c) Preparation and Issuance of the request for Proposals (RFP) to enlisted bidders
which should include
– Letter of Invitation
– Instruction to Consultants
– TOR
– Proposed Draft Contracts
d) Receipt and opening of Proposals
e) Evaluation of Technical Proposals, Consideration of quality
f) Opening of Financial proposals
g) Evaluation of financial proposal
h) Final evaluation of quality and cost
i) Negotiation and Award
2.3. TERMS OF REFERENCE (TOR)
The concerned deptt. shall be responsible for preparing the TOR for the
assignment. TOR shall be prepared by person(s) or a firm specialized in the area
of the assignment. The scope of the services described in the TOR shall be
compatible with the available budget. TOR shall define clearly the objectives, goals,
and scope of the assignment and provide background information (including a list
of existing relevant studies and basic data) to facilitate the consultants’ preparation
of their proposals. If transfer of knowledge or training is an objective, it should be
specifically outlined along with details of number of staff to be trained, and so forth,
to enable consultant to estimate the required resources. TOR shall list the services
and surveys necessary to carry out the assignment and the expected outputs (for
Document downloaded on 09-04-2022 07:07:28 by
136
example, reports, data, maps, surveys). However, TOR should not be too detailed
and inflexible, so that competing consultants may propose their own methodology
and staffing. Firms (bidders) shall be encouraged to comment on the TOR in their
proposals. The PLL’s and Consultants’ respective responsibilities should be clearly
defined in the TOR.
The TOR of the consultant provides a broad outline of the services the consultant
is required to perform. They should normally include the following:
a) background information
b) a statement of objectives
c) a precise scope of work
d) the nature, experience & no. of key personnel to be deployed
e) the indicative work plan
f) schedule for completion of each task
g) the inputs to be provided by PLL
h) the final outputs or deliverables required from the consultant.
The TOR should be clear and precise since the performance of a consultant would
necessarily have to be measured in terms of the agreed TOR. Clarity in the TOR is
essential for ensuring that the consultants have a good understanding of the aims
and objectives of PLL and the relevance of their consultancy.
In the event that, PLL requires a consultant firm for advising on a no. of projects
with a similar TOR, a cluster of projects could be combined into a package and a
single consultant can be selected for the same.
2.4. COST ESTIMATE (BUDGET)
Preparation of a well-through cost estimate is essential if realistic budgetary
resources are to be earmarked. The cost estimate prepared by the concerned
department shall be based on the assessment of the resources needed to carry out
the assignment: staff time, logical support, physical inputs, market feedback etc.
Cost may be divided into broad categories such as (a) fee or remuneration
[according to the type of contract used] (b) reimbursable and (c) taxes and duties,
and further divided into foreign and local costs. The cost of staff time shall be
estimated on realistic basis for foreign and national personnel.
Document downloaded on 09-04-2022 07:07:28 by
137
PREPERATION AND ISSUANCE OF THE REQUEST FOR PROPOSALS (RFP)
2.5. Pre-tender meeting: wherever the concerned department wishes to obtain inputs
from the prospective consultants for finalization of TOR, they may organize pre-
tender meeting and finalize TOR prior to issuance of Request for Proposal (RFP).
2.6. Pre-bid meeting: Pre-bid meetings play an important role in clarifying the
applicants’ doubts with the view to enabling clear understanding of the TOR and
the conditions of the contract. If concerned department decides to make changes
in the terms/scope as a result of pre-bid meetings or otherwise, a formal
corrigendum should be issued and reasonable time should be provided to the
applicant firms to submit their bids.
2.7. The RFP shall include (a) a Letter of Invitation, (b) Information to Consultants, (c)
the TOR, and (d) the proposed contract. The concerned deptts. can use the
applicable standard RFPs as per C&P Procedures with minimal changes, as
necessary to address specific conditions. The deptt. shall list all the documents
included in the RFP. The deptt. may use an electronic system to distribute the RFP,
provided the adequacy of such system is ensured.
LETTER OF INVITATION (LOI)
2.8. The RFP shall contain LOI which shall state PLL’s intention to enter into a contract
for the provision of consulting services and the date, time and address for
submission of proposals as per C&P Procedure.
INSTRUCTION TO CONSULTANTS (ITC)
2.9. The ITC shall contain all necessary information that would help consultants prepare
responsive proposals, and shall bring as much transparency as possible to the
selection procedure by providing information on the evaluation process and by
indicating the evaluation criteria and factors and their respective weights and the
minimum passing quality score. Consultants shall be free to prepare their own
estimates of staff time to carry out the assignment and to offer the corresponding
cost in the proposals. The ITC shall specify the proposal validity period, which
should be adequate for the evaluation of proposals, decision on award and
finalization of contract negotiations. For detail list of the information that should be
included in the ITC, C&P Procedures on “INSTRUCTION TO BIDDERS” may be
followed.
Document downloaded on 09-04-2022 07:07:28 by
138
EMD/ BID BOND, PBG/ SD AND PRS
2.10. For selection of consultants, EMD/ BID Bond and PBG/ SD shall not be applicable.
Further depending upon nature of assignment/ service to be provided by the
Consultant, the Price Reduction schedule clause may not be applicable in certain
cases e.g. in case of appointment of rating agency, auditors and cases where the
performance of the consultant depends to a large extent on the information, details
and regular feedback to be given back by PLL to the Consultant to complete the
assignment etc. The decision regarding applicability/non- applicability of PRS
clause shall be taken by concerned department keeping in view the requirements
of the particular assignment and will be suitably incorporated in the tender.
DRAFT CONTRACT
2.11. A draft contract format as applicable to the specific assignment is to be attached
with the RFP. If necessary, the standard “General Conditions of Contract” (GCC)
and “Special Conditions of Contract” (SCC) both may be attached.
Where the nature of the assignment is not very complex, PLL may enter into a
simple contract as may suffice to capture the broad contours of the assignment.
RECEIPT OF PROPOSALS:
2.12. This is same as PLL’s standard C&P Procedures. Enough time is to be given to
enable the Consultants to prepare and submit their proposals. The time allowed
shall depend on the assignment, but normally shall not be less than two weeks or
more than six weeks. However, depending upon the exigencies, a shorter period
may be allowed with the approval of Competent Authority and rigorous follow up is
to be made to ensure adequate competition. During the interval, the firms may
request clarifications about the information provided in the RFP. PLL shall provide
the clarifications in writing and copy them to all firms on the short list (who intend to
submit proposals). The technical and financial proposals shall be submitted at the
same time. No amendments to the technical or financial proposal shall be accepted
after the deadline. To safeguard the integrity of the process, the technical and
financial proposals shall be sealed in two separate envelopes and both the
envelopes will be put in a larger envelope for submission. The technical envelopes
Document downloaded on 09-04-2022 07:07:28 by
139
shall be opened by a committee of officials drawn from the relevant departments
(technical, finance, C&P as appropriate), after the closing time for submission of
proposal. The financial proposals shall remain sealed. Any proposal received after
the closing time for submission of the proposals shall be returned unopened.
EVALUATION OF PROPOSALS: CONSIDERATION OF QUANTITY AND COST
2.13. The evaluation of the proposals shall be carried out in two stages; first the quality,
and then the cost. Evaluators of Technical Proposal shall not have access to the
Financial Proposal, Financial proposals of acceptable bidders shall be opened only
after carrying out the technical evaluation in full conformity with the provisions of
the RFP.
All the bidders/firms are required to submit Integrity Pact duly signed by them along
with their proposals for tenders having estimated value of Rs 1 Crore and above.
However, PMCs are required to submit Integrity pact irrespective of the value of the
tender
EVALUATION OF THE QUALITY
2.14. The concerned departments shall evaluate each technical proposal taking in to
account several criteria but not limited to: (a) the consultant’s relevant experiences
for the assignments (the minimum experience to be specified in the tender as
provided by the concerned deptt.) (b) the quality of the methodology proposed (c)
the qualifications of the key staff proposed (the key personnel should be regular
employee of the Consultant on their payroll or full time employee) and (d) transfer
of knowledge, if required in the TOR. Each criteria shall be marked on a scale of 1
to 10. Then the total points shall be weighted to become scores. The following
points and the criterion are indicative:
Consultants Specific Experience : Maximum upto 20 Points
Methodology : Maximum upto 20 points
Key Personnel : Maximum upto 50 Points
Transfer of Knowledge/Training : Maximum upto 10 points
(if reqd.)
Total : 100 Points
Document downloaded on 09-04-2022 07:07:28 by
140
In case, transfer of knowledge and/or training is not applicable, the points towards
the same are to be suitably distributed amongst other parameters to make a total
of 100 points.
However, depending upon the complexity/critically and the requirement of the
assignment, the concerned department may add or delete any criteria and allocate
the requisite points against each of the criterion. The actual percentage figures to
be used shall fit the specific assignment.
The ratio of weight towards quality and cost shall normally be 80:20. However, the
concerned department may change it suitably keeping in view the
complexity/criticality of the assignment in question.
The concerned deptt. shall obtain approval of the proposed criteria and allocation
of the points against each criterion from the Competent Authority and the same shall
be disclosed in the RFP including a minimum of total Technical points to be scored
(75%) to qualify for opening of financial proposal. However, where the Competent
Authority for award of Job is Director and above, such approval shall be sought from
the Director concerned.
2.15. The concerned deptt. may divide these criteria in to sub criteria. For example, sub-
criteria under methodology might be innovation and level of detail. However, the
number of sub criteria should be kept to the essential. The use of exceedingly
detailed list of sub-criteria that may render the evaluation a mechanical exercise
more than a professional assessment of the proposals is not recommended. The
weight given to experience can be relatively modest, since this criterion has already
been taken into account when shortlisting the consultant. More weight shall be given
to methodology in the case of more complex assignments (for example
multidisciplinary feasibility or management studies)
2.16. Evaluation of only the key personnel is recommended. The key personnel should
be regular employee of the Consultant on their payroll or full time employee. Since
Key personnel ultimately determine the quality of performance, more weight must
be assigned to this criterion if the proposed assignment is complex and/or personal
appearance is critical/vital. The concerned deptt. shall review the qualifications and
experience of proposed key personnel in their curricula-vitae, which must be
Document downloaded on 09-04-2022 07:07:28 by
141
accurate, complete, and signed by an authorized official of the consulting firm and
the individual proposed.
The individuals may generally be rated in the following sub-criteria as relevant to
the tasks:
(a) General qualifications: general education and training, length of experience
positions held, time with the consulting firm as staff and so forth.
(b) Adequacy for assignment: education, training and experience in the specific sector,
field, subject and so forth, relevant to the particular assignment; and
(c) Experience in the region: knowledge of the local language, culture, administrative
system, Government organizations, and so forth.
2.17. The technical evaluation of the proposal shall normally be done by 3 persons of the
concerned deptt. Independently who will give technical score on the basis of its
responsiveness to the TOR and the average score shall be considered for
evaluation. However, in case of non-availability of 3 technical persons, the technical
evaluation shall be done by lesser no. of person (preferably more than one person).
A proposal shall be considered unsuitable and shall be rejected at this stage if it
does not respond to important aspects of the TOR or it fails to achieve a minimum
technical score (75%), to be specified in the RFP. In case of vide difference in
technical score of the members (i.e. beyond plus /minus 25% of the average score),
all the members will be asked to review the same.
2.18. At the end of the process, the concerned deptt. shall prepare a Technical
Evaluation Report of the ' quality" of the proposals. All records relating to the
evaluation, such as individual mark sheets, shall be retained until completion of the
project and its audit. The Technical Evaluation Report shall be passed on to the
Tender Committee.
EVALUATION OF COST
2.19. After the evaluation of quality is completed, the concerned deptt. shall notify those
consultants whose proposals did not meet the minimum qualifying mark or were
considered non- responsive to the RFP and TOR and the financial proposals of
such bidders will be returned unopened after the signature of the contract.
The concerned deptt. shall simultaneously notify the consultants that have secured
Document downloaded on 09-04-2022 07:07:28 by
142
the minimum qualifying mark , the date , time and place set for opening the financial
proposals. Reasonable time will be given to enable the Consultants to attend the
opening of the financial proposals.
2.20. In case of domestic bidding, the prices are to be quoted in Indian rupees only.
However , in case of International competitive Bidding , for the purpose of
comparison and award , the prices quoted in foreign currency shall be converted to
a single currency i.e. INR. In line with C&P procedure, the declared rate of exchange
(Bills selling rate of State Bank of India) one day prior to the due date of opening of
bids shall be considered, for conversion purpose. The Tender committee shall then
review the financial Proposals.
2.21. Tender document shall specify the taxes and duties to be considered or not to be
considered for evaluation and award purpose. The cost shall include all consultant's
remuneration and other expenses such as travel, translation, report printing, or
secretarial expenses.
The proposal with the lowest cost (Fm) shall be given financial score (Sf) of 100
points. The financial scores of other proposals should be computed as follows;
Sf = 100 x Fm / F
Where F= amount of financial proposal
The methodology to be used shall be described in the RFP.
COMBINED QUALITY AND COST EVALUATION
2.22. The total score shall be obtained by weighting the combined quality / technical and
cost scores and adding them , as follows;
S=St x Tw + Sf x Fw
where
S = total score
St=combined technical score
Sf=combined financial score
Tw=weight assigned to technical score i.e. 0.8
Fw= weight assigned to financial score i.e. 0.2
Document downloaded on 09-04-2022 07:07:28 by
143
For example if the combined technical score is 80, financial score is 90, then the
total score (S) works out to
S= 80x0.8 + 90 x 0.2 = 82
Generally, the successful applicant shall be the applicant having the highest
technical score. In the event two or more proposal have the same scores in the final
ranking, the proposal with the higher total score should be ranked first.
The weight of the “cost “shall be chosen, taking into account the complexity of the
assignment and the relative importance of quality. The weight for cost shall normally
be 20 points out of a total score of 100. The proposed weight age for quality and
cost shall be specified in the RFP. The firm obtaining the highest total score shall
be invited for negotiations.
NEGOTIATIONS AND AWARD OF CONTRACT
2.23. It may be pertinent to mention that negotiations is not permitted However, in the
case of selection of Consultants, negotiation with the first ranked bidder is an
Industry Practice and may be done in a limited manner as described hereinafter.
2.24. Negotiation is not desirable in the process of selection of consultant. However, if
considered necessary with reasons to be recorded, a negotiation which shall
include discussion in respect of TOR, methodology, staffing, employers input and
special conditions of contract may be held with the first rank bidder. Such
discussions should not change the substance of the bid including original scope of
work/ services. The final TOR and the agreed methodology shall be incorporated in
“Description of Services" which shall form part of the contract.
This negotiation shall not include negotiation of prices which form part of financial
evaluation.
If the negotiation with the selected Consultant fail, the employer shall cancel the
bidding process and re-invite the bids.
2.25. The selected firm should not be allowed to substitute key staff, unless both parties
agree that undue delay in the selection process makes such substitution
unavoidable or that such changes are critical to meet the objectives of the
Document downloaded on 09-04-2022 07:07:28 by
144
assignment. If this is not the case and if it is established that the key staff were
included in the proposal without confirming their availability, the firm may be
disqualified. The key staff proposed for substitution shall have qualifications and
experience equal to or better than the key staff initially proposed. During execution
of the assignment, if for unavoidable reasons, the consultant proposes for
substitution of key personal, the same may be allowed by the client with the
approval of competent authority without any prejudice to the completion period.
However in such a situation also, the key staff proposed for substitution shall have
qualification and experience equal or better than the key staff earlier working for the
assignment.
2.26. Negotiations shall also include clarification of the consultants 'tax liability (if any)
and how this tax liability has been or would be reflected in the contract. As Lump-
sum Contracts Payments are based on delivery or outputs for products, the offered
price shall include all costs (staff time, overhead, travel, hotel, etc.). Consequently,
if the selection method for a lump-sum contract include price as a component, this
price shall not be negotiated. In the case of time based Contract, payment is based
on inputs (Staff time, and reimbursable) and the offered price shall include staff
rates and an estimation of the amount of reimbursable. When the selection method
includes price as a component negotiations of staff rates should not take place,
except in special circumstances, for example, staff rates offered are much higher
than typically charged rates by consultants for similar contracts. Consequently, the
prohibition of negotiation does not preclude the right of the PLL to ask for
clarifications and, if fee are very high, to ask for reduction of fees. Reimbursable are
to be paid in actual expenses incurred at cost upon presentation of receipts and
therefore are not subject to negotiations. However, whenever it is considered
essential to define ceilings for unit prices of certain reimbursable (like travel or hotel
rates), the maximum levels of those rates should be indicated in the RFP or a per
diem to be defined in the RFP.
3. OTHER METHOD OF SELECTION
QUALITY BASED SELECTION (QBS)
Document downloaded on 09-04-2022 07:07:28 by
145
3.1. QBS is appropriate for the following types of assignments:-
a) Complex or highly specialized assignments for which it is difficult to define precise
TOR and the required inputs from the consultants and for which client expects the
Consultant to demonstrate high level of innovation in their proposal (Reforms,
Sectoral Studies, Country Studies, Due diligence etc.).
b) Assignments having high downstream impact and in which the objective is to have
the best experts (Feasibility studies, Policy studies of national significance,
Management Studies).
c) Assignment that can be carried out in substantially different ways such that
proposals cannot be comparable such as
- Management consultancy
- Sector & policy studies in which the value of services depend on the quality of
analysis.
3.2. The procedure as mentioned at clause 2.1 to 2.12 (as applicable) under QCBS shall
also be followed in QBS.
In QBS, the RFP shall request submission of both technical and financial proposals
under single stage two envelope system. The RFP shall provide either the
estimated budget or the estimated number of key staff time specifying that this
information is given as an indication only and that consultant shall be free to
propose their own estimates.
3.3. After evaluation the technical proposals using the same methodology as in QCBS,
the price proposal of only the selected firm (who has secured first rank in technical
evaluation. The concerned deptt. And the consultant shall then negotiate and
finalize the contract. The negotiation shall not include negotiation of prices. All other
aspects of the selection process shall be identical to those of QCBS. The unopened
financial proposals of the rest of the bidders shall be returned, after the negotiations
are successfully concluded.
3.4. LEAST COST SELECTION (LCS)
3.4.1. This Method is only appropriate for selecting consultants for assignments of a
standard or routine nature (engineering design of noncomplex works, PMCs,
Document downloaded on 09-04-2022 07:07:28 by
146
Inspection Agencies and so forth) where well - established practices and standards
exists. Under this method, a “minimum" qualifying mark for the “quality" will be
established using the similar methodology as in QCBS. The minimum qualifying
mark (75%) shall be stated in the RFP. Proposals to be submitted in two envelopes,
are invited from a short list. Technical proposals are opened first and evaluated.
Those securing less than the minimum qualifying mark are rejected, and the
financial proposals of the rest are opened. The firm with the lowest price shall then
be selected.
3.4.2. The procedures as mentioned at clauses 2.1 to 2.12 (as applicable) under QCBS
shall also be followed in LCS.
3.4.3. Exceptions :
In case of one time / non-repetitive assignments which are simple and / or not of
complex / strategic in nature, any of the following procedures may be followed:
a) To seek proposal from the short listed bidders without any BEC/ credentials,
evaluate them based on compliance to scope of services and terms & conditions,
opening of prices of acceptable bidders and award of job to the lowest evaluated
bidder.
b) To seek proposal from the prospective bidders with BEC like normal tenders,
evaluate them based on compliance to BEC, scope of award and terms &
conditions, opening of prices of acceptable bidders and award of job to the lowest
evaluated bidder.
SINGLE SOURCE SELECTION (SSS) / NOMINATION
3.5. Single-source selection or nomination of consultants does not provide the benefits
of competition in regard to quality and cost, lack transparency in selection, and
could encourage unacceptable practices. Selection on nomination basis, sought to
be justified on the plea of emergent situation, apparently on account of delay in
timely action for floating of tenders, should be void and tendering procedure should
be followed to invite competitive bidding basis as per procedure so as to give fair
and equal opportunity to all. Therefore, award of contract of SSS / Nomination basis
should be resorted to only exceptional cases and powers to award contracts on
nomination basis should be exercised judiciously with proper and valid justifications
Document downloaded on 09-04-2022 07:07:28 by
147
in the context of the overall interest of the proposed assignment and duly supported
by reasonableness of rates / prices, which should be recorded in writing.
3.6. Single – source selection may be appropriate only if it presents a clear advantage
over competition (a) for tasks that represent a natural continuation of previous work
carried out by the firm (b) in emergency cases, such as in response to disasters
and for consulting services required during the period of time immediately following
the emergency, (c) for very small assignments (d) when only one firm is qualified or
has experience of exceptional worth for the assignment (e) when consultancy
needed is of specific nature from a person or firm of exceptional/ reputed standing
(f) when time is of essence e.g. to participate in bidding for Domestic / International
projects (g) when reputed consultant is to be selected who do not participate in the
competitive bidding process as a matter of their policy.
3.7. When continuity for downstream work is essential, the initial RFP shall outline this
prospect, and, if practical, the factors used for the selection of the consultant shall
take the likelihood of continuation into account. Continuity in the technical approach,
experience acquired, and continued professional liability of the same consultant
may make continuation with the initial consultant preferable to a new competition
subject to satisfactory performance in the initial assignment.
3.8. If the assignment was not awarded on a competitive basis or if the downstream
assignment is substantially larger in value, a competitive process shall normally be
followed in which the consultant carrying out the initial work is not excluded from
consideration if it expresses interest.
3.9. PROCEDURE FOR SELECRION OF CONSULTANT ON NOMINATION BASIS
3.9.1. The proposal for procurement on nomination basis shall be prepared by the
concerned department for financial concurrence (if required) and Approval for
proceeding on nomination basis of an authority defined below.
Document downloaded on 09-04-2022 07:07:28 by
148
3.9.2. The concerned department shall put up a Complete Proposal / EPC note (if
applicable) for approval by the Competent Authority (CA) as per DoA. The proposal
inter-alia shall include:
i) Justification of the proposed methodology for award, if the justification provided is
solely for the reason of time criticality, then it must be explained as to why the action
could not have been taken sufficiently in advance and placement of order achieved
as per normal tendering process.
ii) Reasons for selection of the single nominated Consultant. The proposal should also
give details of past experiences and references including other credentials about
the capability of such an agency for consultancy.
iii) Price reasonableness of the proposed award including the basis of estimation of
cost. If the cost estimate is based only on budgetary quotation received from the
proposed bidder, then an analysis shall be made by the concerned department of
the adequacy of the same.
iv) A detailed scope of services and deliverables. Time Schedule of such activities and
payment mechanism as is anticipated for the same.
v) Any other documents, details and data in support of the proposal.
Checklist for preparation of proposal for administrative approval:
- Reasons for award on nomination basis.
- Reasons for selecting particular consultant
- Cost estimate with proper analysis and justification
- Proposal in compete proposal format
3.9.3. The proposal as indicated above shall be put up to the Competent Authority through
the HOD.
3.9.4. In such cases, it is anticipated that the concerned department has already carried
out necessary assessment of capability of Consultants along with their suitability /
credibility assessment.
3.9.5. SR for processing the case for award on nomination basis will be placed on C&P
deptt. by user departments.
Document downloaded on 09-04-2022 07:07:28 by
149
3.9.6. On receipt of PR/SR from Indenting department, C&P department will issue RFQ
on single bid (single envelope system) preferably through e-mail. This RFQ will
include Scope, delivery / completion schedule and other terms and conditions.
Receipt of bid and evaluation will be done as per the normal C&P procedure. It
would be the responsibility of the User Department to establish price
reasonableness of the bid. After Approval of the Competent Authority as per DoA,
C&P department will place the Order.
3.10. Assignment based selection: Depending upon the complexity of the assignment,
need etc., the various methods of selection like QCBS, QBS, LCS, SSS etc.) Shall
suitably be decided by the concerned department. As a matter of convenience, the
methods mentioned against the assignments (which are indicative only) may be
followed however, it is up to the concerned department to decide in this regard:
Departments Name of assignment Method of
selection
Marketing Market Research, Demand Analysis /
Forecast, Pricing, Long Term Strategies
etc.
QCBS
Finance Lead Arranger / Merchant Banker, Pricing,
Valuation Experts, Financial Advisor,
Project Appraisal, Tax / Legal Consultants,
Legal Registrars, Trustees, Rating Agency,
Auditor, Accountants etc.
QCBS / LCS
HR Management Consultant, Training
Consultants, organizational Restructuring,
Recruitment Consultants etc.
QCBS / QBS
Business
Development
Feasibility Report, Due diligence,
transaction Advisor, Merger & Acquisition,
Business opportunities etc.
QCBS / LCS
Project
Development
Feasibility Reports, Legal & Financial
appraisal etc.
QCBS / LCS
Document downloaded on 09-04-2022 07:07:28 by
150
Corporate
Planning
Management Consultants, Performance
Management System, Environment
Scanning Analysis, Strategic Planning /
Restructuring etc.
QCBS / QBS
Corporate
Communications
Media relations, Internal Communication
Strategy, Branding Strategy and Research
etc.
QCBS / QBS
Corporate Social
Responsibility
Empanelment of NGOs /CSOs and
prescribing Accrediting Norms, Consultant
for conducting Need Identification and
impact assessment studies etc.
QCBS / LCS
Projects Project Management Consultants (PMCs),
Inspection Agents etc.
LCS
O&M Specific studies for maintaining integrity of
Process Plants and other operating
facilities, Metering Audit, Benchmarking
Study, Third Party Inspections,
Conceptualization Study etc.
LCS
Law Due diligence for big projects QCBS
C&P Stores / Inventory Management, Disposal
etc.
QCBS / LCS
a) The assignments under Projects in the table shall also include Architects.
b) The indicative methods of selection for Projects and O&M in the table shall be QCBS
/ LCS. However, it is up to the concerned department to decide in this regard.
c) *Action for appointment of TPIA is taken on time so that TPIA (wherever considered
necessary for job/ works) is appointed before award of the jobs/ works.
3.11 Professional liability:
The following shall be mentioned in the ITB of all the consultancy tenders:
“The Consultant is expected to carry out its assignment with due diligence and in
accordance with prevailing standards of the profession”.
Document downloaded on 09-04-2022 07:07:28 by
151
4. TYPES OF CONTRACT AND IMPORTANT PROVISIONS
TYPES OF CONTRACT
4.1 Lump sum Contract : Lump sum contracts are used mainly for assignments in
which the content and the duration of the services and the required output of
the consultants are clearly defined. They are widely used for simple planning and
feasibility studies, environmental studies, detailed design of standard or common
structures, preparation of data processing systems, and so forth. Payments are
lined to outputs (deliverables), such as reports, drawings, bills of quantities, bidding
documents, and software programs. Lump sum contracts are easy to administer
because payments are due to clearly specified outputs.
4.2 Time Based Contract: This type of contract is appropriate when it is difficult to define
the scope and the length of services, either because the services are related to
activities by other for which the completion period may vary or because the input of
the consultants required to attain the objectives of the assignment is difficult to
assess. This type of contract is widely used for complex studies, supervision of
construction, advisory services, and most training assignments. Payments are
based on agreed hourly daily, weekly, or monthly rates for staff (who are normally
named in the contract) and on reimbursable items using actual expenses and/ or
agreed unit prices. The rates for staff include salary, overhead, Fee (or profit), and,
where appropriate, special allowances. This type of contract shall include a
maximum amount of total payments to be made to the consultants. This ceiling
amount should include a contingency allowance for unforeseen work and duration,
and provision for price adjustments, where appropriate. Time-based contract need
to be closely monitored and administered to ensure that the assignment is
progressing satisfactorily and that payments claimed by the consultants are
appropriate.
4.3 Retainer and/or Contingency (Success) Fee Contract: Retainer and contingency
fee contracts are widely used where consultants (banks or financial firms) are
preparing companies for sales or mergers of firms, notably in privatization
operations. The remuneration of the consultant includes a retainer and a success
fee, the latter being normally expressed as a percentage of the sale price of the
assets.
Document downloaded on 09-04-2022 07:07:28 by
152
4.4 Percentage Contract: These contracts are commonly used for Civil Construction
architectural services. They may be also used for procurement and inspection
agents. Percentage contracts directly relate the fees paid to the consultant to the
estimated or actual project construction cost, or the cost of the goods procured or
inspected. The contracts are negotiated on the basis of market norms for the
services and/or estimated staff-month costs for the services, or connectivity bid. It
should be borne in mind that in the case of architectural or engineering services,
percentage contracts implicitly lack incentive for economic design and are hence
discouraged. Therefore, the use of such a contract for architectural services is
recommended only if it is based on a fixed target cost and covers precisely defined
services.
4.5 Indefinite Delivery Contract (Price Agreement): These contracts are used when the
deptt need to have “on call” specialized services to provide advice on a particular
activity, the extent and timing of which cannot be defined in advance. These are
commonly used to retain “advisers” for implementation of complex projects, expert
adjudicators for dispute resolution panels, institutional reforms, procurement
advice, technical troubleshooting, and so forth, normally for a period of a year or
more. The client and the firm agree on the unit rates to be paid for the experts, and
payments are made on the basis of the time actually used.
IMPORTANT PROVISIONS
4.6 Currency: RFPs shall clearly state that firms may express the price for their
services, in any fully convertible currency and/or Indian Rupees. If the consultants
wish to express the price as a sum of amounts in different foreign currencies, they
may do so, provided the proposal includes not more than three foreign currencies.
Payment under the contract shall be made in the currency or currencies in which
the price is expressed in the proposal.
4.7 Price Adjustment: To adjust the remuneration for foreign and or local inflation, a
price adjustment provision may be included in the contract if this duration is
expected to exceed 18 months. Contracts of shorter duration may include a
provision for price adjustment when local or foreign inflation is expected to be high
and unpredictable.
Document downloaded on 09-04-2022 07:07:28 by
153
4.8 Payment Provisions: Payment provisions, including amounts to be paid, schedule
of payment, and payment procedure, shall be agreed upon during negotiations.
Payments may be made at regular intervals (as under time-based contracts) or for
agreed outputs (as under lump sum contracts). Payments for advances be backed
by advance payment securities.
4.9 Payments shall be made promptly in accordance with the contract provisions. To
that end.
a) only disputed amounts may be withheld, with the remainder of the invoice paid in
accordance with the contract; and
b) the contract shall provide for the payment of interest if payment is delayed due to
the client’s fault beyond the time allowed in the contract; the interest rate shall be
specified in the contract.
4.10 Bid and Performance Securities: Bid and performance securities are not
recommended for consultants’ services. Their enforcement is often subject to
judgement calls, they can be easily abused, and they tend to increase the costs to
the consulting industry without evident benefits, which are eventually passed on to
the client.
4.11 Client’s/ PLL’s Contribution: PLL/concerned deptt may assign members of its own
professional staff to the assignment in different capacities. The contract between
the PLL and the consultant shall give the details governing such staff, known as
counterpart staff, as well as facilities that shall be provided such as housing, office
space, secretarial support, utilities, materials, and vehicles. The contract shall
indicate measures the consultant can take if any of the items cannot be provided or
have to be withdrawn during the assignment, and the compensation the consultant
will receive in such a case.
4.12 Conflict of Interest: the consultant shall not receive any remuneration in connection
with the assignment except as provided in the contract. The consultant and its
affiliates shall not engage in consulting or other activities that conflict with the
interest of PLL under the contract. The contract shall include provisions limiting
future engagement of the consultant for other services resulting from or directly
related to the firm’s consulting services.
Document downloaded on 09-04-2022 07:07:28 by
154
4.13 Staff Substitution: During an assignment, if substitution is necessary for example,
because of ill health or because a staff member proves to be unsuitable), the
consultant shall propose other staff of at least the same level of qualifications for
approval by the concerned deptt.
4.14 Applicable Law and Settlement of Disputes: The contract shall include provisions
dealing with the applicable law and the forum for the settlement of disputes.
Consultant’s contract shall always include a clause for settlement of disputes.
5. BID EVALUATION CRITEREA (BEC)
5.1 For shortlisting of bidders or invitation of tenders (for unforeseen/ non-repetitive
jobs) with BEC, a suitable technical criteria (for all cases) and financial criteria (for
assignments having estimated value of more that Rs. 50 lacs) is to be formulated
for approval of the Competent Authority. However, where the Competent Authority
for placement of order is MD & CEO and above, such approval shall be sought from
the MD & CEO.
5.2 The criteria so approved will be incorporated in the invitation document. The
purpose of such criteria is to establish the capability of the prospective bidders in
being able to execute the order strictly incompliance with PLL’s requirements.
5.3 The Eligibility or capability is assessed in relation to the technical competence
judged based on the similar past experience as submitted in regard thereto.
Further, financial soundness is ascertained through scrutiny of financial documents
such as Annual reports, Balance Sheet and Profit & Loss account towards annual
turnover of the bidder in preceding 3 year’s period.
5.4 The criteria and other relevant tender conditions should be made in such a
manner that the competent bidders participate in the short listing process and/or
invitation of tender and that there is sufficient competition. The criteria should
never be framed keeping in view a particular bidder (s). As far as possible the
criteria should be general in nature meeting the job requirement and ensuring
adequate competition.
5.5 As a general guideline, following may be considered for eligibility assessment: -
5.5.1. Technical Criteria
Depending upon nature of assignment, broad, guidelines for technical criteria shall
Document downloaded on 09-04-2022 07:07:28 by
155
be as under:
Experience of at least one similar assignment of about 50% of value of assignment
in previous 5 years. However, in case of Rate Contract or assignment of having
more than one year period, experience of at least one similar assignment of about
50% of annualized value of assignment in previous 5 years is to be considered.
“Similar assignment” if specified in the criteria must be clearly defined in the
invitation document.
Alternatively, the criterion of similar assignment experience may not be necessary
to be specified in terms of value, if the experience can be specified in terms of
technical parameters.
5.5.2. Financial Criteria
Financial Criteria mentioned below is to ascertain financial soundness of the
bidders. For assignments having estimated value of more than Rs. 50 lacs, annual
turnover criteria of 50% of the annualized estimated value to be incorporated where
completion period is more than one year and where completion period is less than
one year, 50% of the estimated value is to be considered for annual turnover
criteria.
5.6 The above mentioned criterion are the general guidelines to be considered while
formulating the BEC. The indenting department with due reasoning may suitably
formulate the criteria depending upon the job requirements and the same shall not
be treated as deviation to the procedure. While making the criteria, the prime
objective is that only capable bidder should qualify as it works like filter. At the same
time, there should be sufficient competition.
5.7 The Bids submitted by only such bidders who meet fully the criteria, should be taken
up for detailed evaluation. No. relaxation is permitted for inclusion of any bidder(s)
who do not meet the criteria in entirely, for reasons only to increase the competition.
5.8 A job executed by a bidder for its own in-house purpose/sister concern/subsidiary
cannot be considered as experience for the purpose of meeting BEC.
6. Compliance with procedure
6.1. Compliance with procedure & Powers for Deviations
Document downloaded on 09-04-2022 07:07:28 by
156
i) The C&P Group will function strictly within the policy guidelines, procedure and such
administrative guidelines as may be prescribed from time to time. In addition to the
procedures mentioned above, the other provisions of C&P procedure for
procurement of goods and services shall apply in the event of conflicting versions,
the provisions of the procedure for Selection of Consultants shall supersede.
ii) Any deviation to this procedure shall require approval of concerned Director.
iii) Any amendment to the procedure shall require approval of MD& CEO.
6.2. Amendments / Explanations / Clarifications to the Procedure / Updation of
Procedure
6.2.1 The policy as described in this procedure may require amendments from time to
time keeping in view the organizational need. Amendments to the procedure will
be issued with the approval of MD&CEO and any such amendments will form an
integral part of the procedure.
6.2.2 During the process of executing various projects some of the provisions as
described herein above may require elaboration or substantiation to achieve more
clarity. Such explanatory/ clarificatory communication will be issued by C&P
department and such communication shall also form an integral part of the
procedure.
6.2.3 When amendments / clarifications have been issued pursuant to the provisions
described above, C&P department shall review, periodically, the need to issue an
updated procedure, after incorporating such amendments / clarifications.
6.2.4 Files containing Tender Committee Recommendations are required to be put up to
the Competent Authority directly for decision and not to be referred to/routed
through C&P Department except cases which are handled by the C&P Department.
However, clarifications relating to the Procedure can always be referred to the C&P
Department and the same shall be promptly responded to. Such clarifications
should be issue based and should be raised separately rather than on the Files
meant for decision making pertaining to a Tender.
6.2.5 Clarifications concerning Delegation of Authority (DoA) should be sought from the
Company Secretary.
Document downloaded on 09-04-2022 07:07:28 by
157
Annexures: Formats
Annexures-I
Checklist for monitoring of Purchase order/Contract
CDD_______________
PLL Project______________
Consultant__________________________
EDD________________
PO/LOA No.___________ Dated __________ (To be filled when issued)
PR/SR No. ___________ Dated __________ (To be filled when issued)
Name of Item(s)/Job
Order value
Delivery Basis: FOB/CFR/CIF/FOR SITE/ Ex-Works
Sr. No. Check List Target date Action By Details
Status
1 2 3 4 5
1. LOA Acceptance
by Vendor
2. Validity of EMD/Bid
Bond
3. PO/LOA
Acceptance
4. Submission of PBG
5. LC date ( where
ever is applicable
6.
Drawing Approvals
Submission
Approval
7. Sub Vendor details
8. Sub Order Details
9. Fabrication /
Document downloaded on 09-04-2022 07:07:28 by
158
manufacturing
Schedule
10. Expediting Reports
11.
Inspection
Schedule (Stage
inspection witness
tests etc.)
12. Release date for
dispatch
13. Dispatch details
(whether ODC)
14. Shipping Details
15.
At port of arrival/
customs clearance
by
16. At site
17. Payments Details
18. Dely. Ext. reqd.
19. Reasons
20. PRS ( leviable / not
leviable)
21.
Review of order for
any unforeseen
event/utilities
22. Recommendations
23. Approval required
24. GR No.
25. Warranty /
Guarantee
26. Order Closure
27. PBG Release Date
Document downloaded on 09-04-2022 07:07:28 by
159
Annexure-II
Post Order Monitoring
(Procurement)
Sr.
no. Item
PO
No.
Ven
dor
PO
val
ue
Dt. Of
PO
acc.
Rec
eipt
of
PBG
Dt. Of
refund
of EMD
LC
no.
& Dt.
Val
ue
of
LC
CDD Actual
Qty. Time
Order
Closure
/ GR
No.
Remark
s /
status
Document downloaded on 09-04-2022 07:07:28 by
160
Annexure-III
Post order Monitoring
(Contracts)
Sr.
No.
Wor
k
W
o
No
.
Dt
.
Orde
r
value
Dt.
Of
FO
I
Dt.
Of
LO
A
Dt.
Of
LO
A
acc.
Dt. Of
Signing
contract
PB
G
/SD
Dt. Of
Refun
d
Dt.
Of
pay.
of
Adv.
CD
D
Act. Of
completi
on
Time
extensio
n
Orde
r
closu
re
Rem
arks/
statu
s
Document downloaded on 09-04-2022 07:07:28 by
161
SECTION-V
Appendix-I
METHODOLOGY FOR EVALUATION OF FINANCIAL CRITERIA OF BEC
The detailed methodology consisting of parameter-wise Evaluation Methodology
along with the relevant formats is given hereunder. Theses relevant formats
should be included in the tender document itself.
1. Annual Turnover
Sl. Single
Joint
Ventures/Cons
ortium
Documents
Required Remarks
1.
The turnover of
the Bidder
should be
minimum 50%
of the
annualized
estimated value
of work/supply
tendered for, in
any of the 3
preceding
financial years.
The turnover of
each Partner
should be
minimum 25%
of the
annualized
estimated value
of work/supply
tendered for, in
any of the 3
preceding
financial years.
Leader of the
JV/Consortium
should have
minimum
criteria as
applicable for
bidder under
“single entity”.
Bidder or Each
Partner or the
Bidding Joint
Venture must fill
form as per
Format-A
enclosed.
In case the tenders
having the bid closing
date up to 31st
January of the
relevant financial
year, and audited
financial results of
the immediate 3
preceding financial
years are not
available, the bidder
has an option to
submit the audited
financial results of
the 3 years
immediately prior to
that. Wherever the
closing date of the bid
is after 31st January
of the relevant
financial year, bidder
has to compulsorily
Document downloaded on 09-04-2022 07:07:28 by
162
submit the audited
financial results for
the immediate 3
preceding financial
years.
2. Net Worth
Sl. Single Entity Joint
Ventures/Con
sortium
Documents
Required
Remarks
1 Net Worth of
the Bidder
should be
positive as per
the last audited
financial
statement.
Net Worth of
each Partner of
the Bidding
Joint Venture/
Consortium
should be
positive as per
the last audited
financial
statement.
Bidder or Each
Partner of the
Bidding Joint
Venture/Conso
rtium must fill
form as per
Format-B
enclosed.
In case the tenders
having the bid closing
date up to 31st January
of the relevant financial
year, and audited
financial results of the
immediate preceding
financial year is not
available, in such case
the audited financial
results of the year
immediately prior to that
year will be considered
as last financial year for
Net worth calculation.
Wherever the closing
date of the bid is after
31st January of the
relevant financial year,
bidder has to
compulsorily submit the
audited financial results
for the immediate
Document downloaded on 09-04-2022 07:07:28 by
163
preceding financial
years.
3. Working Capital
S
l.
Single Entity Joint
Ventures/Consortium
Documents
Required
Remarks
1 Bidder should
have minimum
working capital
equal to 10% of
the annualized
estimated
Leader of Joint
Venture/Consortium
should have minimum
Working capital equal to
10% of the annualized
estimated Contract Value
as per the last audited
financial year. If the
Leader’s working
1) Bidder or Each
Partner of the
Bidding Joint
Venture/Consorti
um must fill form
as per Format-B
enclosed.
2) Bank’s Letter,
if
In case the tenders
having the bid closing
date up to 31st January
of the relevant
Document downloaded on 09-04-2022 07:07:28 by
164
contract value
as per the last
audited
financial year. If
the bidder’s
working capital
is inadequate,
the bidder
should
supplement this
with a Vendor’s
bank, having
net worth not
less than Rs.
100 Crores or
US $ 22 million,
letter confirming
the availability
of line of credit
for at least 10%
of the
annualized
estimate
contract value.
capital is inadequate,
the bidder should
supplement this with a
Leader’s bank, having
net worth not less than
Rs. 100 Crores or US $
22 million, letter
confirming the
availability of line of
credit for at least 10% of
the annualized
estimated contract
value.
required. financial year, and
audited financial
results of the
immediate preceding
financial year is not
available, in such case
the audited financial
results of the year
immediately prior to
that year will be
considered as last
financial year for
Working Capital
calculation.
Wherever the closing
date of the bid is after
31st January of the
relevant financial year,
bidder has to
compulsorily submit
the audited financial
results for the
immediate preceding
financial years.
Document downloaded on 09-04-2022 07:07:28 by
165
Annual Turnover
(FORMAT-A)
Applicant’s Legal Name: Date:
JV Partner’s Legal Name: TENDER
NO:
Page…………..of……….
Each Bidder must fill in this form (Single Entity)
Annual Turnover data for the last 3 years
Year Currency Amount Ex. Rate(*) Amount(INR)
(*)
Year1:
Year2:
Year3:
Each member of a JV/Consortium must fill in this form (J.V./Consortium)
Annual Turnover data for the last 3 years
Year Currency Amount Ex. Rate(*) Amount(INR)
Leader of
J.V./Consor
tium
Year1:
Year2:
Year3:
Partner A
Year1:
Year2:
Year3:
Partner B
Year1:
Document downloaded on 09-04-2022 07:07:28 by
166
Year2:
Year3:
Total:
1. The information supplied should be the Annual Turnover of the applicant and each
member of a JV/Consortium.
2. A brief note should be appended describing thereby details of turnover as per
audited results.
Signature of Bidder
(*) To filled by Owner/Consultant
Document downloaded on 09-04-2022 07:07:28 by
167
FINANCIAL SITUATION
FORMAT -B
Applicant’s Legal Name: Date:
JV Partner’s Legal Name: TENDER No.:
Page…………of……….
Each Bidder or member of a JV/Consortium must fill in this form
FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR
Description Year
Amo
unt
Ex. Rate(*) Amount (INR)
(*)
1. Current assets
2. Current Liabilities
3. Working Capital (1-2)
4. Net Worth Owners
funds (Paid up share
capital and Free Reserves
& Surplus)
1. Attached are copies of the audited balance sheets, including all related notes, and
income statement for the last Audited Financial year, as indicated above,
complying with the following conditions:
o All such documents reflect the financial situation of the bidder or partner to a
JV/Consortium, and not sister or parent companies.
o Historic financial statements must be audited by a certified accountant
o Historic financial statements must be complete, including all notes to the financial
statements.
o Historic financial statements must correspond to accounting periods already
completed and audited (no statement for partial periods shall be requested or
accepted)
Signature of Bidder
(*) To be filled by Owner/Consultant
Document downloaded on 09-04-2022 07:07:28 by
168
APPENDIX – II
(Limited Domestic Tendering upto Rs. 7 Lacs)
PETRONET LNG LIMITED
GENERAL PURCHASE CONDITIONS (GPC)
1. Consignee: C&P In-charge, PLL, (complete address ………………………). Any
expenditure and/or demurrage incurred in respect of a wrong delivery shall be
recovered from supplier.
2. Quotation, duly sealed & super scribed with the tender/enquiry no., bid opening date
and the words ‘QUOTATION – DO NOT OPEN’, should reach this office on or
before 1500 hrs on the due date of opening along with samples, if required, failing
which your offer will not be considered. Quotations received late are liable to be
rejected. A quotation received late by post or other means are liable to be rejected.
PLL reserves the right to accept/reject any or all tenders without assigning any
reason whatsoever.
3. Local Sales Tax and Central Sales Tax/VAT/TIN registration Nos. must be
mentioned in the quotation.
4. Rates should be given according to unit mentioned in NIT and no alternative unit
will be considered. Further, rates should be quoted on FOT dispatch point basis
including P&F and indicating rate of taxes, duties etc. and freight upto Site. Price
shall be written in both words and figures. In the event of difference, the price in
words shall be valid and binding. Unit prices shall be considered correct in the event
of any discrepancy with regard to total price.
5. The offer should remain valid for not less than 3 months from the bid opening date.
Offers with less validity are likely to be ignored.
6. Offers subject to prior sale will not be considered. Further, the standard terms and
conditions of the bidder are not acceptable.
7. Revised offer or post-bid modification of offer after the opening date will not be
considered.
8. The required quantities at the time of placement of order can be changed upto ±
25% of the quantities specified in enquiry.
9. Inspection, Testing & Expediting: Purchaser or its representative shall have the
right to inspect and / or test the goods to confirm their conformity to the contract
specifications. The inspection & tests may be conducted on the premises of the
seller at the point of delivery and / or at the goods final destination. All reasonable
Document downloaded on 09-04-2022 07:07:28 by
169
facilities & assistance including access to drawings & production data shall be
furnished by seller to purchaser free of cost.
When stores are rejected by the consignee, the same will be intimated to the
supplier with the details of such rejected stores as well as the reason for their
rejections and that the material will be lying at the consignee’s premises at the risk
and cost of supplier. The supplier will also be called upon either to remove the
materials or to give instructions as to their disposal within 14 days and in the case
of dangerous/infested and perishable materials within 48 hrs, failing which the
consignee will either return the materials to the supplier on freight to pay or
otherwise dispose them off at the supplier’s risk and cost. The consignee will also
intimate the concerned paying authority, quantity of the material so rejected so as
to recover the freight charges from the supplier. The purchaser shall also be entitled
to recover handling and stores charges for the period during which the rejected
stores are not removed @ 5% of the stores for each month or part of a month till
the rejected stores are finally disposed off.
10. Warranty :
The supplier shall warrant that everything to be furnished hereunder shall be free
from all defects and faults in material, workmanship and manufacture and shall be
of the highest grade and consistent with the established and generally accepted
standards of the materials of the type offered and in full conformity with the
specifications drawings or samples, if any, and shall if operable, operate, properly.
This warranty shall survive inspection of payment for and acceptance of the goods
but shall expire 12 months from the date of commissioning / operations or 24
months from the date of despatch, whichever is earlier.
11. Payment terms:
100% Payment will be released within 15 days of receipt and acceptance of
material/installation at site/stores through e-banking. In case of payment through
bank, all bank charges shall be borne by the vendor.
12. Invoice:
In case where documents are not routed through Bank, original plus one copy of
invoice may be directly sent to In-charge (F&A) PLL … immediately after dispatch
with copies to purchaser and the consignee mentioned in purchase order. Invoice
must bear the purchase order no. with date and should also indicate the dispatch
Document downloaded on 09-04-2022 07:07:28 by
170
particulars. It may be noted that the documents will be retired only if the dispatches
are made as per the terms of the purchase order.
13. Packing & Marking:
While dispatching ordered stores, it will be the responsibility of the supplier to
properly pack the consignment so as to enable its delivery at destination free from
loss, damage or pilferage. Each packing must contain a list of stores packed therein.
Each packing/bundle must be prominently marked with order no. and packing no.
& consignee name & address.
14. Despatch documents:
Transit Risk Insurance shall be arranged by PLL. The vendor will intimate dispatch
particulars to purchaser through e-mail at the time of dispatch of goods.
The dispatch documents shall consists of Invoice, Challan, Packing List, GR/LR,
inspection/Test Certificate and any other document(s) as mentioned in the P.O.
Copies of dispatch documents should reach PLL well in advance failing which any
demurrage/wharfage etc. incurred on account of late/ non-receipt of dispatch
document/wrong dispatches of consignment will be recovered from supplier. In
case of documents through Bank, it may be noted that the documents will be retired
only if the dispatches are made as per the terms of the purchase order.
15. It should be noted that if an order is placed on a higher tenderer as a result of this
tender, in preference to the lowest acceptable offer, in consideration of an earlier
delivery, the supplier will be liable to pay to PLL the difference between the ordered
rate and the rate quoted by the lowest acceptable tenderer in case he fails to
complete the supply in terms of such order within the date of delivery specified in
the tender and incorporated in the order. This is without prejudice to other rights
under terms of order.
16. Limitation of Liability: Notwithstanding anything contrary contained herein, the
aggregate total liability of the contractor under the agreement or otherwise shall be
limited to 100% of order price. However, neither party shall be liable to the other for
any indirect and consequential damages, loss of profits or loss of production. The
above limitation will not apply in the event of fraud, wilful misconduct, unlawful
activity, breach of applicable law, infringement of IPR, and damage to third party
17. Repeat Order: Purchaser reserves the right within six months of order to place
repeat order up to 50% of ordered quantity.
Document downloaded on 09-04-2022 07:07:28 by
171
18. Termination of Contract: The PURCHASER may, without prejudice to any other
remedy for breach of contract, by written notice of default sent to the Seller,
terminate the contract in whole or part –
a) If the Seller fails to deliver any or all of the goods within the time period/(s) specified
in Contract; or
b) If the Seller fails to perform any other obligation(s) under the Contract and
c) If the seller, in either of the above circumstances, does not cure his failure within a
period of 30 days (or such longer period as the Purchaser may authorize in writing)
after receipt of the default notice from the Purchaser.
In the event the Purchaser terminates the contract in whole or part, the Purchaser
may procure, upon such terms and in such manner as it deems appropriate, goods
similar to those undelivered and the Seller shall be liable to the Purchaser for any
excess costs for such similar goods. However, the Seller shall continue
performance of the Contract to the extent not terminated.
In case of termination of contract herein set forth except under conditions of FORCE
MAJEURE and on expiry of contract, the vendor shall be put under holiday [i.e.
neither any enquiry will be issued to the party by PLL. against any type of tender
nor their offer will be considered by PLL against any ongoing tender(s) where
contract between PLL and that particular vendor (as a bidder) has not been
finalized.
The Purchaser may at any time, terminate the contract by giving written notice to
the Seller, without compensation to the Seller, if the Seller becomes bankrupt or
otherwise insolvent, provided that such termination will not prejudice or affect any
right of action or remedy which has accrued or will accrue thereafter to the
Purchaser.
19. FORCE MAJEURE : Shall mean and be limited to the following –
(a) War / Hostilities (b)Riot or Civil Commotion (c) Earthquake, flood, tempest,
lighting or other natural disasters (d) Restrictions imposed by the Government or
other statutory bodies which prevents or delays the execution of the Contract by the
Seller
The Seller shall advise Purchaser by a registered letter duly certified by the local
Chamber of Commerce or statutory authorities, the beginning and end of the above
causes of delay within seven (7) days of the occurrence and cessation of such
Force Majeure conditions, In the event of delay lasting over one month, if arising
Document downloaded on 09-04-2022 07:07:28 by
172
out of causes of Force Majeure, Purchaser reserves the right to cancel the Contract
and the provisions governing termination stated above shall apply. For delays
arising out of Force Majeure, the Seller shall not claim extension in completion date
for a period exceeding the period of delay attributable to the causes of Force
Majeure and neither Purchaser nor Seller shall be liable to pay extra costs provided
it is mutually established that Force Majeure conditions did actually exist. In the
event of any Force Majeure conditions, the Seller or the Purchaser shall not be
liable for delays in performing their obligations under this order and the delivery
dates will be extended to the Seller without being subject to price reduction for
delayed deliveries, as stated elsewhere.
20. Jurisdiction: The Contract/Purchase order / LOA shall be governed by the Laws
of India subject to the jurisdiction of the courts in Delhi.
21. Intellectual Property Rights: Seller shall protect and fully indemnify PLL from any
claim from infringement of patents, copyright, trademark and the like. In case of any
claim in this regard, Seller shall be solely responsible for any
consequences/damages
22. Subsequent to receipt of bids, the information related to the examination,
clarification, evaluation and comparison of bids and recommendations for award of
contract shall not be disclosed to bidder or other person not officially concerned with
such process. Any effort by bidder to influence PLL processing of bid or award
decisions may result in rejection of such bids.
23. The Purchaser requires that Bidders/Suppliers observe the highest standard of
ethics during the procurement and execution of the order. In pursuance of this
policy, the Purchaser:
(i) will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract
in question;
(ii) will declare a firm ineligible, either indefinitely or for a stated period of time, if at any
time the Purchaser determines that the firm has engaged in corrupt or fraudulent
practices in competing for or in executing a contract.
--------------x-----------------
Document downloaded on 09-04-2022 07:07:28 by
173
APPENDIX - III
(Domestic OEM/Proprietary)
PETRONET LNG LIMITED
GENERAL PURCHASE CONDITIONS (GPC)
1. Consignee: C & P In-charge, PLL, (complete address ………………………). Any
expenditure and/or demurrage incurred in respect of a wrong delivery shall be
recovered from supplier.
2. Quotation, duly sealed & super scribed with the tender/enquiry no., bid opening date
and the words ‘QUOTATION – DO NOT OPEN’, should reach this office on or
before the due date of opening along with samples, if required. Quotation may also
be sent through e-mail.
PLL reserves the right to accept/reject the bid without assigning ant reason
whatsoever.
3. Local Sales Tax and Central Sales Tax /VAT /TIN registration Nos. must be
mentioned in the quotation.
4. Rate should be given according to unit mentioned in NIT and no alternative unit will
be considered. Taxes, duties, P&F and freight charges to Site should be indicated
separately. Price shall be written in both words and figures. In the event of
difference, the price in words shall be valid and binding. Unit prices shall be
considered correct in the event of any discrepancy with regard to total price.
5. The offer should remain valid for not less than 3 months from the bid opening date.
6. Offers subject to prior sale will not be considered. Further, the standard terms and
conditions of the bidder are not acceptable.
7. Revised offer/ post-bid modification of offer after the opening date will not be
considered. Further, PLL will not allow any upward revision of prices during the
contract period unless specifically stated in the purchase Order.
The required quantities at the time of placement of order can be changed upto ±
25% of the quantities specified in enquiry.
8. Warranty/Guarantee:
Material/spares supplied shall be guaranteed for defect originating from design,
materials, workmanship, operating characteristics etc. for 12 months from date of
commercial operation or 24 months from the date of shipment, whichever is earlier.
Document downloaded on 09-04-2022 07:07:28 by
174
In case of rejection of goods supplier shall replace/repair the same at no extra cost
to PLL and till such time the rejected goods shall be lying at site at the risk and cost
of supplier.
9. Payment terms:
100% Payment subject to deduction of PRS (if any) will be released within 15 days
of receipt and acceptance of material/installation at site/stores through e-banking.
In case of payment through bank, all bank charges shall be borne by the vendor.
10. Invoice:
In case where documents are not routed through Bank, original plus one copy of
invoice may be directly sent to In-charge (F&A) PLL, immediately after dispatch with
copies to purchaser and the consignee mentioned in purchase order. Invoice must
bear the purchase order no. with date and should also indicate the dispatch
particulars. It may be noted that the documents will be retired only if the dispatches
are made as per the terms of the purchase order.
11. Packing & Marking:
While dispatching ordered stores, it will be the responsibility of the supplier to
properly pack the consignment so as to enable its delivery at destination free from
loss, damage or pilferage. Each packing must contain a list of stores packed therein.
Each packing/bundle must be prominently marked with order no. and packing no.
& consignee name & address.
12. Despatch documents:
Transit Risk Insurance shall be arranged by PLL. The vendor will intimate dispatch
particulars to purchaser through e-mail / fax at the time of dispatch of goods.
The dispatch documents shall consists of Invoice, Challan, Packing List, GR/LR,
inspection/Test Certificate and any other document(s) as mentioned in the P.O.
Copies of dispatch documents should reach PLL well in advance failing which any
demurrage/wharfage etc. incurred on account of late/ non-receipt of dispatch
document/wrong dispatches of consignment will be recovered from supplier. In
case of documents through Bank, it may be noted that the documents will be retired
only if the dispatches are made as per the terms of the purchase order.
13. Repeat Order: Purchaser reserves the right within six months of order to place
repeat order up to 50% of ordered quantity
14. FORCE MAJEURE : Shall mean and be limited to the following –
Document downloaded on 09-04-2022 07:07:28 by
175
a) War / Hostilities (b)Riot or Civil Commotion (c) Earthquake, flood, tempest,
lighting or other natural disasters (d) Restrictions imposed by the Government or
other statutory bodies which prevents or delays the execution of the Contract by the
Seller
The Seller shall advise Purchaser/Consultant by a registered letter duly certified by
the local Chamber of Commerce or statutory authorities, the beginning and end of
the above causes of delay within seven (7) days of the occurrence and cessation
of such Force Majeure conditions, In the event of delay lasting over one month, if
arising out of causes of Force Majeure, Purchaser reserves the right to cancel the
Contract and the provisions governing termination stated above shall apply. For
delays arising out of Force Majeure, the Seller shall not claim extension in
completion date for a period exceeding the period of delay attributable to the causes
of Force Majeure and neither Purchaser nor Seller shall be liable to pay extra costs
provided it is mutually established that Force Majeure conditions did actually exist.
Seller shall categorically specify the extent of Force Majeure conditions prevalent
in their works at the time of submitting their bid and whether the same have been
taken into consideration or not in their quotations. In the event of any Force Majeure
conditions, the Seller or the Purchaser shall not be liable for delays in performing
their obligations under this order and the delivery dates will be extended to the
Seller without being subject to price reduction for delayed deliveries, as stated
elsewhere.
15. Jurisdiction. The Contract/Purchase order/LOA shall be governed by the Laws of
India subject to the jurisdiction of the courts in Delhi.
16. Resolution of Disputes / Arbitration: (Arbitration as means of Dispute
Resolution will be applicable in the case of contracts above Rs 2 crore)
All disputes or difference whatsoever that shall at any time arise between the parties
relating to execution of this Contract/Purchase order shall be referred to the Sole
Arbitrator appointed by the mutual consent of the parties. The arbitration shall be
conducted in accordance with the Arbitration Act, 1996 and its Rules as amended
from time to time. The proceedings shall be conducted in Delhi in the English
language. The cost of arbitration proceedings shall be shared equally by the
parties.
17. FALL CLAUSE ( APPLICABLE ONLY FOR MATERIAL PROCUREMENT): The
price charged for the items supplied under the contract by the seller shall in no event
Document downloaded on 09-04-2022 07:07:28 by
176
exceed the lowest price at which the seller or his Agent/Principal/Dealer, as the
case may be, sells the goods or offer to sell goods of identical description to any
persons/organizations around the world during the currency of the contract.
If at any time during the said contract period, seller or his Agent/Principal/Dealer,
as the case may be, reduces the sale price, sells or offers to sell such goods to any
persons/organizations at a price lower than the price chargeable under the contract,
he shall forthwith notify such reduction or sale or offer of sale to the PLL and the
price payable under the contract for the goods supplied after the date of coming into
force of such reduction or sale or offer of sale stand correspondingly reduced.
However, the above stipulation will not apply to:
a) Exports by the Seller
b) Sale of goods as original equipment at prices lower than the prices charged for
normal replacement
c) Sale of goods such as drugs which have expiry dates
The Seller shall furnish the following certificate to the concerned paying authority
along with each bill for payment for supplies made against this order.
“I/We certify that there has been no reduction in sale price of the goods of
description identical to the goods supplied to the PLL under the contract herein and
such goods have not been offered/sold by me/us to any person/organization around
the world upto the date of bill/ during the currency of the contract whichever is later,
at a price lower than the price charged to the PLL under the order”.
Such a certificate shall be obtained except for quantity of items/goods/materials
categories under sub clause (a), (b) & (c) above, of which details shall be furnished
by the Seller.
18. Intellectual Property Rights: Seller shall protect and fully indemnify PLL from any
claim from infringement of patents, copyright, trademark and the like. In case of any
claim in this regard, Seller shall be solely responsible for any
consequences/damages
--------------x-----------------
Document downloaded on 09-04-2022 07:07:28 by
177
APPENDIX - IV
(Overseas OEM/Proprietary Items)
PETRONET LNG LIMITED
GENERAL PURCHASE CONDITIONS (GPC)
1. SCOPE OF SUPPLY
Single point responsibility of the Seller includes but not limited to manufacture,
testing, inspection, packing, forwarding, documentation, inland transportation &
supply on FOB/FCA (Seaport/Airport of exit) or CFR basis. Marine cum Transit
Insurance shall be arranged by PLL.
2. PREPARATION OF BID
The bid prepared by the bidder and all correspondence/drawings and documents
relating to the bid exchanged between bidder and PLL shall be written in English
language, provided that any printed literature furnished by the bidder may be written
in another language so long as it is accompanied by an ENGLISH translation, in
which case, for the purpose of interpretation of the bid the ENGLISH translation
shall govern. Metric measurement system shall be applied.
The tender is non-transferable. Tender shall be acceptable only from the parties to
whom the tender documents were issued.
The bidder shall bear all costs associated with the preparation and submission of
the bid and PLL will, in no case be responsible or liable for these costs, regardless
of conduct or outcome of the bidding process.
3. VALIDITY OF OFFER
The offer should remain valid for not less than 3 months from the bid opening date
4. PRICES
i. The prices (in home currency or in US$/EURO) including FOB charges on FOB
(Sea Port of export) basis quoted by bidder shall be fixed and firm, inclusive of all
taxes and duties up to Port of Exit. Revised offer/ post-bid modification of offer after
the opening date will not be considered. Further, PLL will not allow any upward
revision of prices during the contract period unless specifically stated in the
purchase Order.
ii. The Indian Agent Commission, if any, included in quotation shall be shown
separately in the form of percentage (%) of FOB prices. The Indian Agent
Commission shall be payable directly by PLL to Indian Agent of bidder in Non-
Document downloaded on 09-04-2022 07:07:28 by
178
convertible Indian Rupees upon complete execution of order and supplies are
received and accepted at site.
iii. Price shall be written in both words and figures. In the event of difference, the price
in words shall be valid and binding. Unit prices shall be considered correct in the
event of any discrepancy with regard to total price.
iv. The required quantities at the time of placement of order can be changed upto ±
25% of the quantities specified in enquiry.
5. PAYMENT TERMS
100% direct payment at sight shall be made against presentation of the required
negotiable documents drawn under and in accordance with the terms of the order
through normal banking channels.
In case, the Seller intends to receive payment through Letter of Credit, 100%
payment shall be made through irrevocable & unconfirmed Letter of Credit against
presentation of the shipping documents.
All bank charges outside India shall be to Seller's account and in India to PLL’s
account. If confirmed LC is requested by the Seller, LC confirmation charges
will be borne by seller only.
Any discrepancy in shipping documents/negotiated documents would be the
responsibility of the seller.
6. DELIVERY AND DELAYS
6.1 Contractual Delivery Period & Date
Contractual Delivery period shall be reckoned from the date of notification of award
through Letter of Intent. Date of Bill of Lading or Master Air Way Bill (in case of air-
shipment) shall be considered as delivery date, in case of orders placed on FOB
port of exit basis.
6.2 Non-conformance and Cancellation
If the delivery schedule as per order is not adhered to or the progress of
manufacture or supply of the goods is not satisfactory or not in accordance with the
progress schedule, PLL has right to:
6.3.1 Cancel the Purchase order in whole or in part without liability for cancellation
charges. In such event, PLL may procure goods from elsewhere at the risk & cost
of the Seller.
6.3.2 In the event of non-conformance of goods, Seller shall be allowed, without any
extension of delivery time, to rectify the non-conformities. Should, however, seller
Document downloaded on 09-04-2022 07:07:28 by
179
fail to do so within the stipulated time, the PLL may cancel the order as to the non-
conforming goods and retain the rights with respect to substitution and in addition
recover actual expenses incurred by the PLL in installing and removing the non-
conforming goods. Alternatively, PLL may at his option have or cause the non-
conforming to be rectified at seller’s risk & cost. The PLL also deserves the right to
claim damages for use of defective or substandard goods supplied by the seller
irrespective of the fact whether goods were inspected prior to receipt at site by the
PLL or not.
7. CERTIFICATE OF CONFORMITY
The seller shall provide certificate of conformity strictly as per proforma enclosed in
the tender. This certificate will be an integral part of shipping documents.
8. SELLER'S SALE CONDITIONS
Seller’s standard sale conditions are not acceptable to PLL and seller's are
requested not to incorporate the same in their quotation. Further, offers subject to
prior sale will not be considered.
9. WARRANTY/GUARANTEE
Material supplied against this tender shall be guaranteed against any defects from
design, materials, workmanship, operating characteristics etc. for a period of 12
months from the date of operation or 18 months from the date of shipment,
whichever is earlier.
In case of rejection of material due to non-conformity to specifications in the tender
/ Certificate of Analysis issued by seller, the entire material shall be replaced by the
seller free of cost including all expenses paid on “Free of Charge” to PLL on DPP
(Delivered Duty paid), Mumbai basis.
10. INSPECTION:
The materials are to be inspected throughout the phases of production from raw
materials to finished product by your works inspectors. Shipping documents in
respect of each consignment should be accompanied by a certificate issued by
works inspector indicating the tests conducted with results thereof as required under
the relevant specification and also certifying that the materials conform to the
specification as indicated in the purchase order.
11. PART ORDER
PLL, at its discretion, may finalize order on bidder(s) for any or all items of the
enquiry.
Document downloaded on 09-04-2022 07:07:28 by
180
12. REPEAT ORDER
PLL reserves the right, within 6 months of order to place repeat order up to 50% of
the ordered quantity without any change in unit price and other terms & conditions.
13. PLL’S RIGHT TO ACCEPT OR REJECT THE BID
PLL reserves the right to accept or reject the bid at any time prior to award of
contract without assigning any reason whatsoever.
14. FALL CLAUSE ( APPLICABLE ONLY FOR MATERIAL PROCUREMENT)
The price charged for the items supplied under the contract by the seller shall in no
event exceed the lowest price at which the seller or his Agent/Principal/Dealer, as
the case may be, sells the goods or offer to sell goods of identical description to any
persons/organizations around the world during the currency of the contract.
If at any time during the said contract period, seller or his Agent/Principal/Dealer,
as the case may be, reduces the sale price, sells or offers to sell such goods to any
persons/organizations at a price lower than the price chargeable under the contract,
he shall forthwith notify such reduction or sale or offer of sale to the PLL and the
price payable under the contract for the goods supplied after the date of coming into
force of such reduction or sale or offer of sale stand correspondingly reduced.
However, the above stipulation will not apply to:
a) Exports by the Seller
b) Sale of goods as original equipment at prices lower than the prices charged for
normal replacement
c) Sale of goods such as drugs which have expiry dates
The Seller shall furnish the following certificate to the concerned paying authority
along with each bill for payment for supplies made against this order.
“I/We certify that there has been no reduction in sale price of the goods of
description identical to the goods supplied to the PLL under the contract herein and
such goods have not been offered/sold by me/us to any person/organization around
the world upto the date of bill/ during the currency of the contract whichever is later,
at a price lower than the price charged to the PLL under the order”.
Such a certificate shall be obtained except for quantity of items/goods/materials
categories under sub clause (a), (b) & (c) above, of which details shall be furnished
by the Seller.
15. FORCE MAJEURE : Shall mean and be limited to the following –
Document downloaded on 09-04-2022 07:07:28 by
181
(a) War / Hostilities (b)Riot or Civil Commotion (c) Earthquake, flood, tempest,
lighting or other natural disasters (d) Restrictions imposed by the Government or
other statutory bodies which prevents or delays the execution of the Contract by the
Seller
The Seller shall advise Purchaser/Consultant by a registered letter duly certified by
the local Chamber of Commerce or statutory authorities, the beginning and end of
the above causes of delay within seven (7) days of the occurrence and cessation
of such Force Majeure conditions, In the event of delay lasting over one month, if
arising out of causes of Force Majeure, Purchaser reserves the right to cancel the
Contract and the provisions governing termination stated above shall apply. For
delays arising out of Force Majeure, the Seller shall not claim extension in
completion date for a period exceeding the period of delay attributable to the causes
of Force Majeure and neither Purchaser nor Seller shall be liable to pay extra costs
provided it is mutually established that Force Majeure conditions did actually exist.
Seller shall categorically specify the extent of Force Majeure conditions prevalent
in their works at the time of submitting their bid and whether the same have been
taken into consideration or not in their quotations. In the event of any Force Majeure
conditions, the Seller or the Purchaser shall not be liable for delays in performing
their obligations under this order and the delivery dates will be extended to the
Seller without being subject to price reduction for delayed deliveries, as stated
elsewhere.
16. Resolution of Disputes / Arbitration: (Arbitration as means of Dispute
Resolution will be applicable in the case of contracts above Rs 2 Crore)
All disputes or difference whatsoever that shall at any time arise between the parties
relating to execution of this Contract/Purchase order shall be referred to the Sole
Arbitrator appointed by the mutual consent of the parties. The arbitration shall be
conducted in accordance with the Arbitration Act, 1996 and its Rules as amended
from time to time. The proceedings shall be conducted in Delhi in the English
language. The cost of arbitration proceedings shall be shared equally by the parties.
17. Jurisdiction: The Contract/Purchase order/LOA shall be governed by the Laws of
India subject to the jurisdiction of the courts in Delhi.
18. Intellectual Property Rights: Seller shall protect and fully indemnify PLL from any
claim from infringement of patents, copyright, trademark and the like. In case of any
Document downloaded on 09-04-2022 07:07:28 by
182
claim in this regard, Seller shall be solely responsible for any
consequences/damages
19. PACKING & MARKING
While dispatching ordered stores, it will be the responsibility of the supplier to
properly pack the consignment so as to enable its delivery at destination free from
loss, damage or pilferage. Each packing must contain a list of stores packed therein.
Each packing/bundle must be prominently marked with order no. and packing no.
& consignee name & address.
20. DESPATCH DOCUMENTS
The dispatch documents shall consist of Bill of Lading/AWB, Invoice, Packing List,
Inspection/Test Certificate, Certificate of Conformity, Certificate of Origin of Goods
any other document(s) mentioned in the P.O. In case of direct documents, original
plus one copy of the documents may be sent to In-charge (F&A) PLL, immediately
after dispatch with copies to purchaser through e-mail/fax. Invoice must bear the
purchase order no. with date. The vendor will intimate dispatch particulars to
purchaser through e-mail / fax at the time of dispatch of goods. In case of
documents through Bank, it may be noted that the documents will be retired only if
the dispatches are made as per the terms of the purchase order.
Document downloaded on 09-04-2022 07:07:28 by
183
Appendix – V
PROCEDURE FOR ISSUANCE OF COMPLETION/ EXECUTION CERTIFICATE
Suppliers/ Contractors/ Consultants are entitled for Completion Certificate after
completion of contract. In order to streamline the process of issuance of completion/
execution certificate against order/ contract issued by PLL as well as PMC, defining
the level of officer to be designated as Engineer-in-Charge (EIC) and to standardize
the format for same all across PLL, this procedure for issuance of completion/
execution certificate has been made.
Procedure for Issuance of Completion/ Execution certificate shall be as under:
1 ISSUANCE OF COMPLETION CERTIFICATE
i) Orders/ Contract placed against tender floated and processed by PLL
a) Completion Certificate, against contracts for Services/ Consultancy/ Works should
be issued by Engineer-in-Charge (EIC) after completion of services/ works in
accordance with contract.
Competent level of officer to be designated as Engineer-in-Charge (EIC) against a
contract is as under:
Engineer- in- Charge:
Engineer- in- Charge (EIC) against a contract for services/ consultancy/works shall
be nominated by the Competent Purchase Authority, ideally an officer one level
below the competent authority for award of contract should be EIC.
In case Competent Authority is Director and above EIC shall be nominated by the
concerned Director.
If the required level of officer is not available, EIC shall be next level officer available
or an officer authorized by the Head of Department.
Further, the Completion Certificate should be issued in format as provided at
Appendix-VI (Annexure-1).
b) No Completion Certificate shall be issued against orders for supply of goods only.
However, for these cases, a copy of Good Receipt (GR) duly signed by concerned
Store-in-charge will be forwarded to the concerned supplier.
c) Completion Certificate, in case of order for supply of goods along with associated
services (like erection, installation, commissioning etc.) should be issued after
Document downloaded on 09-04-2022 07:07:28 by
184
completion of supplies/services in accordance with order by an officer of Indenting/
Projects department/Site Construction Department one level below the competent
authority for award of order. However, where the competent authority for award is
Director and above, Completion Certificate should be issued by an officer one level
below the Director or Certificate can be issued by Plant head in case of Plants. If
the required level of officer is not available, Completion Certificate should be issued
by next level officer available or an officer authorized by the Head of Department.
Further, the Completion Certificate should be issued in format as provided at
Proforma at Appendix-VI (Annexure-2).
2 Completion of work/supply/services for issuance of completion certificate shall be
as under:
a) For Supply: Completion of supply and acceptance of materials in all respect as per
provisions of order.
b) For Services/works: Completion of works/ services as per provisions of LOA/
Contract duly accepted and certified by EIC.
3 ISSUANCE OF EXECUTION CERTIFICATE
Execution Certificate against Rate/ Maintenance contract for supplies/ services/
consultancy/works should be issued against written request from Supplier/
Consultant/Contractor by an officer who is competent to issue Completion
Certificate against order/ contract (as per provision mentioned at sl. no. 1.0 (i) (a)
and 1.0 (i) (c) hereinabove) in format as provided at Appendix-VI (Annexure-3).
However, where an asset is ready for commercial use, execution certificate against
works contract for that asset can be issued with the approval of competent authority
for award. However, where competent authority is Director and above, approval for
issuance of execution certificate in such a case from one level below Director or
Plant head shall suffice.
4 Contract/ order value and executed value mentioned in Completion/Execution
certificate should be exclusive of value of free issue materials/ services provided by
PLL to Contractor/ Vendor/Supplier.
5 Completion/Experience Certificate issued as specified above must be specific to
Purchase Order/ LOA/ Contract. No certificate should be issued to
Suppliers/Contractors/Consultants which is not obligatory under the work
orders/contracts.
Document downloaded on 09-04-2022 07:07:28 by
185
Appendix-VI
PROFORMA
Annexure-1
COMPLETION CERTIFICATE TO BE ISSUED AGAINST CONTRACTS FOR
SERVICES/ CONSULTANCY/ WORK
Name of Services/
Consultancy/Work
Name of Contractor/ Consultant
LOA No. and date
Contractual Start Date
Contractual Completion Date
Actual Completion Date
Awarded Value of Services/
consultancy/ Work
Executed Value of Services/
consultancy/ Work
Place: [Signature of authorised signatory]
Date: Name:
Designation:
Seal:
Note:
1. Completion certificate to be issued on letter head only.
2. This certificate is to be issued by competent level of office as per procedure in this
regard.
Document downloaded on 09-04-2022 07:07:28 by
186
Annexure-2
COMPLETION CERTIFICATE TO BE ISSUED AGAINST ORDER FOR SUPPLY
OF GOODS ALONG WITH SERVICES (LIKE ERECTION, INSTALLATION,
COMMISSIONING ETC.)
Description of materials in brief
Name of Supplier
PO No. and date
Contractual Delivery/ Completion
Date
(i) Supply
(ii) Services
Actual Delivery/ Completion Date
(i) Supply
(ii) Services
Value of PO
Executed Value of PO
Place: [Signature of authorised signatory]
Date: Name:
Designation:
Seal:
Note:
1. Completion certificate to be issued on letter head only.
2. This certificate is to be issued by competent level of office as per procedure in this
regard.
Document downloaded on 09-04-2022 07:07:28 by
187
Annexure-3
EXECUTION CERTIFICATE TO BE ISSUED AGAINST RATE/ MAINTENANCE
CONTRACT FOR SUPPLIES/ SERVICES/ CONSULTANCY/WORKS
Name of Supplies/Services/
consultancy/ Work
Name of Supplier/ Contractor/
Consultant
PO/ LOA No. and date
Contractual Completion/Delivery Date
Actual Completion Date of asset or
date of completed services/ supply/
consultancy taken for execution
Awarded Value of Supplies/Services/
Consultancy/Work
Executed Value of Work
(based on certified RA/ monthly bill)
Place: [Signature of authorised signatory]
Date: Name:
Designation:
Seal:
Note:
1. Execution certificate to be issued on letter head only.
2. This certificate is to be issued by competent level of office as per procedure in this
regard.
Document downloaded on 09-04-2022 07:07:28 by
188
Appendix-VII
PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/
CONTRACTORS/ CONSULTANTS
1 GENERAL
A system for evaluation of Vendors/ Suppliers/Contractors/ Consultants and their
performance is a key process and important to support an effective purchasing &
contracting function of an organization.
Performance of all participating Vendors/ Suppliers/Contractors/ Consultants need
to be closely monitored to ensure timely receipt of supplies from a Vendor,
completion of an assignment by a Consultant or complete execution of order by a
contractor within scheduled completion period. For timely execution of projects and
meeting the operation & maintenance requirement of operating plants, it is
necessary to monitor the execution of order or contracts right from the award stage
to completion stage and take corrective measures in time.
2 OBJECTIVE
The objective of Evaluation of Performance aims to recognize, and develop reliable
Vendors/ Suppliers/Contractors/ Consultants so that they consistently meet or
exceed expectations and requirements.
The purpose of this procedure is to put in place a system to monitor performance
of Vendors/ Suppliers/Contractors/ Consultants associated with PLL in Projects and
in O&M so as to ensure timely completion of various projects, timely receipt of
supplies including completion of works & services for operation and maintenance
of operating plants and quality standards in all respects.
3 METHODOLOGY
i) Preparation of Performance Rating Data Sheet
Performance rating data Sheet for each and every Vendor/ Supplier/Contractor/
Consultant for all orders/Contracts with a value of Rs. 7 Lakhs and above is
recommended to be drawn up. These data sheets are to be separately prepared for
orders/ contracts related to Projects and O&M. Format, Parameters, Process,
responsibility for preparation of Performance Rating Data Sheet are separately
mentioned.
Document downloaded on 09-04-2022 07:07:28 by
189
ii) Measurement of Performance
Based on the parameters defined in Data Sheet, Performance of concerned
Vendor/ Supplier/Contractor/ Consultant would be computed and graded
accordingly. The measurement of the performance of the Party would be its ability
to achieve the minimum scoring of 60% points in the given parameters.
iii) Initiation of Measures:
Depending upon the Grading of Performance, corrective measures would be
initiated by taking up the matter with concerned Vendor/ Supplier/Contractor/
Consultant. Response of Vendor/ Supplier/Contractor/ Consultant would be
considered before deciding further course of action.
iv) Implementation of Corrective Measures:
Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned
Engineer-in-Charge for the Projects and/or OIC in case of O&M would recommend
for continuation or discontinuation of such party from the business of PLL.
v) Orders/contracts placed on Proprietary/OEM basis for O&M will be evaluated and,
if required, corrective action will be taken for improvement in future.
4 EXCLUSIONS:
The following would be excluded from the scope of evaluation of performance of
Vendors/ Suppliers/Contractors/ Consultants:
i) Orders/Contracts below the value of Rs. 7 Lakhs.
ii) One time Vendor/ Supplier/Contractor/ Consultant.
iii) Orders for Misc./Administrative items/ Non stock Non valuated items.
However, concerned Engineer-in-Charge /OICs will continue to monitor such cases
so as to minimize the impact on Projects/O&M plants due to non-performance of
Vendors/ Suppliers/Contractors/ Consultants in all such cases.
5 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/
CONTRACTORS/ CONSULTANTS
5.1 FOR PROJECTS
i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case
of PROJECTS shall be done immediately with commissioning of any Project.
Document downloaded on 09-04-2022 07:07:28 by
190
ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-charge shall
prepare a Performance Rating Data Sheet (Format - at Appendix-VIII (Annexure 1))
for all Orders and Contracts excluding cases under para 4.0.
iii) Depending upon the Performance Rating, following action need to be initiated by
Engineer-in-charge/Project-in-charge:
S.No. Performance
Rating
Action
1 POOR Seek explanation for Poor performance
2 FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future
4 VERY GOOD No further action
iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined.
In case of satisfactory reply, Performance Rating data Sheet to be closed with a
letter to the concerned for improving performance in future.
v) When no reply is received or reasons indicated are unsatisfactory, the following
actions need to be taken:
A. Where performance rating is “POOR”
Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for putting
on Holiday as per “Procedure for Putting an Agency on Holiday and Banning List"
As mentioned at Appendix IX:
i) Poor Performance due to reasons other than Quality : One Year
ii) Poor Performance on account of Quality (if any mark obtained against Quality
parameter is less than 30): Two Years
iii) Poor Performance leading to termination of contract or Offloading of contract due
to poor performance solely attributable to Vendor/Supplier/Contractor/Consultant or
Repeated Offence: Three Years
Document downloaded on 09-04-2022 07:07:28 by
191
Non-performance of a Vendor/Supplier/Contractor/Consultant leading to
termination of Contract/ Order such Vendor/ Supplier/ Contractor/Consultant are
also to be considered for Suspension.
In all such cases, concerned site will put up recommendation for issuance of SCN
and putting the party on suspension list as per process defined for suspension in
“Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices”
B. Where Performance rating is “FAIR”
Recommend for issuance of warning to such defaulting
Vendors/Contractors/Consultants to improve their performance.
5.2 FOR CONSULTANCY JOBS
Monitoring and Evaluation of consultancy jobs will be carried out in the same way
as described in para 5.1 for Projects except the functions of Project Manager will
be performed by concerned In-charges of user Deptts. Such as Project
Development, Business Development, HR, Finance, HSE etc. The provision of para
5.1 (xii) will not be applicable for consultancy jobs.
5.3 FOR OPERATION & MAINTENANCE
i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case
of Operation and Maintenance shall be done immediately after execution of order/
contract.
ii) After execution of orders a Performance Rating Data Sheet (Format at Annexure-
2) shall be prepared for Orders by C&P and for Contracts/Services by respective
Engineer-In-Charge excluding cases under para 4.0.
iii) Depending upon Performance Rating, following action need to be initiated by C&P
Sl. No. Performance Rating Action
1 POOR Seek explanation for Poor
performance
2. FAIR Seek explanation for Fair
performance
Document downloaded on 09-04-2022 07:07:28 by
192
3 GOOD Letter to the concerned for
improving performance in
future.
4 VERY GOOD No further action
iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined.
In case of satisfactory reply, Performance Rating data Sheet to be closed with a
letter to the concerned for improving performance in future.
v) When no reply is received or reasons indicated are unsatisfactory, the following
actions need to be taken:
A. Where performance rating is “POOR”
Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for putting
on Holiday as per “Procedure for Putting an Agency on Holiday and Banning List"
As mentioned at Appendix IX:
i) Poor Performance due to reasons other than Quality : One Year
ii) Poor Performance on account of Quality (if any mark obtained against Quality
parameter is less than 30): Two Years
iii) Poor Performance leading to termination of contract or Offloading of contract due
to poor performance solely attributable to Vendor/Supplier/Contractor/Consultant or
Repeated Offence: Three Years
B. Where Performance rating is “FAIR”
Recommend for issuance of warning to such defaulting
Vendors/Contractors/Consultants to improve their performance.
Document downloaded on 09-04-2022 07:07:28 by
193
APPENDIX-VIII
FORMATS
Annexure-1
Petronet LNG Limited
PERFORMANCE RATING DATA SHEET
(FOR PROJECTS/ CONSULTANCY JOBS)
i) Project/Work Centre :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date
Performance
Parameter
Delivery/
Completion
Performance
Quality
Performance
Reliability
Performance
#
Total
Maximum
Marks
40 40 20 100
Marks
Allocated
Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note:
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance
or deviation beyond contract payment term or seeking direct payment to the sub-
Document downloaded on 09-04-2022 07:07:28 by
194
vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted
against Reliability Performance.
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under:
Sl.
No.
Range
(Marks)
Rating
1 60 & below POOR
2 61-75 FAIR
3 76-90 GOOD
4 More than 90 VERY GOOD
Signature of Authorised Signatory:
Name:
Designation:
Document downloaded on 09-04-2022 07:07:28 by
195
Instructions for allocation of marks
1. Marks are to be allocated as under :
1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks
Delivery Period/ Delay in Weeks Marks
Completion Schedule
a) Upto 3 months Before CDD 40
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0
b) Above 3 months Before CDD 40
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0
1.2 QUALITY PERFORMANCE 40 Marks
For Normal Cases: No Defects/ No Deviation/ No failure 40 marks
i. Rejection/Defects Marks to be allocated on
prorata basis for acceptable
Quantity as compared to total
Quantity for normal cases
10 marks
ii. When quality Failure
endanger System
Failure of severe nature
- Moderate nature
0 marks
5 marks
Document downloaded on 09-04-2022 07:07:28 by
196
integration and safety
of the system
- low severe nature 10-25 marks
iii. Number of Deviations 1. No deviation :
2. No. of deviations < 2:
3. No. of deviations > 2:
5 marks
2 marks
0 marks
1.3 RELIABILITY PERFORMANCE 20 Marks
A. FOR WORKS/CONTRACTS
i) Submission of order acceptance, agreement, PBG,
Drawings and other documents within time
4 marks
ii) Mobilization of resources as per Contract and in time 4 marks
iii) Liquidation of Check-list points 4 marks
iv) Compliance to statutory and HS&E requirements
or
Reliability of Estimates/Design/Drawing etc. in case of
Consultancy jobs
4 marks
v) Timely submission of estimates and other documents
for Extra, Substituted & AHR items
4 marks
B. FOR SUPPLIES
i) Submission of order acceptance, PBG, Drawings and
other documents within time
5 marks
ii) Attending complaints and requests for after sales
service/ warranty repairs and/ or query/ advice (upto the
evaluation period).
5 marks
iii) Response to various correspondence and conformance
to standards like ISO
5 marks
iv) Submission of all required documents including Test
Certificates at the time of supply
5 marks
Document downloaded on 09-04-2022 07:07:28 by
197
Annexure-2
Petronet LNG Limited
PERFORMANCE RATING DATA SHEET
(FOR O&M)
i) Location :
ii) Order/ Contract No. & date :
iii) Brief description of Items
Works/Assignment :
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/
Contractor/ Consultant :
vi) Contracted delivery/
Completion Schedule :
vii) Actual delivery/
Completion date :
Performance
Parameter
Delivery/
Completion
Performance
Quality
Performance
Reliability
Performance#
Total
Maximum
Marks
40 40 20 100
Marks Allocated
Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note:
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance
or deviation beyond contract payment term or seeking direct payment to the sub-
vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted
against Reliability (*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under:
Document downloaded on 09-04-2022 07:07:28 by
198
Sl.
No.
Range
(Marks)
Rating
1 60 & below POOR
2 61-75 FAIR
3 76-90 GOOD
4 More than 90 VERY GOOD
Signature of Authorised Signatory :
Name :
Designation :
Document downloaded on 09-04-2022 07:07:28 by
199
Instructions for allocation of marks (For O&M)
1. Marks are to be allocated as under :
1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks
Delivery Period/ Delay in Weeks Marks
Completion Schedule
a) Upto 3 months Before CDD 40
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0
b) Above 3 months Before CDD 40
Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0
1.2 QUALITY PERFORMANCE 40 Marks
For Normal Cases: No Defects/ No Deviation/ No failure 40 marks
Rejection/Defects Marks to be allocated on
prorata basis for acceptable
Quantity as compared to total
Quantity for normal cases
10 marks
Document downloaded on 09-04-2022 07:07:28 by
200
When quality Failure
endanger System
integration and safety of
the system
Failure of severe nature
- Moderate nature
- low severe nature
0 marks
5 marks
10-25 marks
Number of Deviations 1. No deviation :
2. No. of deviations < 2:
3. No. of deviations > 2:
5 marks
2 marks
0 marks
1.3 RELIABILITY PERFORMANCE 20 Marks
A. FOR WORKS/CONTRACTS
i) Submission of order acceptance, agreement, PBG,
Drawings and other documents within time
4 marks
ii) Mobilization of resources as per Contract and in time 4 marks
iii) Liquidation of Check-list points 4 marks
iv) Compliance to statutory and HS&E requirements
or
Reliability of Estimates/Design/Drawing etc. in case of
Consultancy jobs
4 marks
v) Timely submission of estimates and other documents for
Extra, Substituted & AHR items
4 marks
B. FOR SUPPLIES
i) Submission of order acceptance, PBG, Drawings and other
documents within time
5 marks
ii) Attending complaints and requests for after sales service/
warranty repairs and/ or query/ advice (upto the evaluation
period).
5 marks
iii) Response to various correspondence and conformance to
standards like ISO
5 marks
iv) Submission of all required documents including Test
Certificates at the time of supply
5 marks
Document downloaded on 09-04-2022 07:07:28 by
201
Appendix-IX
PROCEDURE FOR PUTTING AN AGENCY ON HOLIDAY AND BANNING LIST
DEFINITION:
“Agency” shall mean Bidder / vendor / Contractor / Supplier / Consultant of Petronet
LNG Limited (PLL).
“Corrupt practice” means the offering, giving or soliciting of anything of pecuniary
advantage value to improperly influence by abuse of entrusted power, the
procurement process or in contract execution.
“Fraudulent practice” includes any act or omission committed by an agency / entity
by misrepresenting, misleading/submitting false document and or false information
or concealment of facts in order to influence the procurement process as well as
during the execution of contract.
“Collusive practice” amongst bidders means a scheme or arrangement designed to
establish bid prices at artificial non-competitive level and to deprive PLL of the
benefit of free and open competition.
“Coercive practice” means impairing or harming or threatening to impair or harm
directly or indirectly, any agency or its property to influence the improper actions of
an agency, obstruction of any investigation or auditing of a procurement/contract
process.
A. INTRODUCTION:
In the course of the bidding / contracting (procurement, works and service
contracts), agencies (bidder(s) / vendor(s) / supplier(s) / contractor(s) /
consultant(s)) are expected to adopt ethics of highest standards and a high degree
of integrity, safety & quality consciousness, commitments and sincerity towards
terms and conditions of the tender(s) / order (s) undertaken. Any aberration,
deviation and violation from the expected behavior of the Agencies need to be dealt
appropriately by putting the Agencies on holiday or banning list for specific periods
so that it becomes a deterrent for all the future transactions.
1. HOLIDAY LIST
An Agency may be put in the Holiday list in case if:
a. It has refused to accept LOA/LOI/Purchase order/contract (order value 10 Lakhs
and above) after the same is issued within the period of Bid validity and as per
Document downloaded on 09-04-2022 07:07:28 by
202
agreed terms & conditions or,
b. The materials supplied by the agency are found to be defective and fails to perform
during its use/operation. Premature failure of the work executed by
contractor/failure of equipment during the operation, and not giving the desired
result as per provision of the contract or,
c. The rating of the vendor/ consultant come to be POOR as per Procedure For
Evaluation Of Performance Of Vendors/ Contractors/ Consultants
d. It is declared or is in the process of being declared bankrupt, insolvent, wound up,
dissolved or partitioned; or
e. It persistently violates provisions of labor laws/ regulations / rules, safety norms,
environmental norms or other statutory requirements; or
2. BANNING LIST
Any Agency can be put in the Banning list in case if:
a. if it is involved in an instance of Corrupt, Fraudulent, Collusive and Coercive practice
against PLL.
b. it is involved in fraudulent activity, wilful mis-conduct, mis-representation, mis-
declaration, security considerations or,
c. it has indulged in any type of forgery or falsification of records; or
d. the proprietor of the firm, its employee(s), partner(s) or representative(s) is / are
convicted by a court of law for offences involving moral turpitude in relation to
business dealings.
e. There is strong justification for believing that the proprietor or employees or
representatives of firm have been guilty of malpractices such as bribery, corruption,
fraud, substitution of tenders, interpolations, misrepresentation, evasion or default
in payment of any tax levied by law.
B. PROCEDURE FOR PUTTING AGENCY IN BANNING / HOLIDAY LIST.
The process as mentioned below shall be followed across all PLL Locations for
putting an agency on Holiday or Banning List.
(i) Once it comes to the notice of any department as mentioned in clause (A) above,
about an irregularity committed by an agency, a committee consisting of members
from Project /indenting department, C&P, F&A and Legal department shall be
constituted by the competent authority to examine the case.
(ii) This committee shall examine the case in detail and submit its report.
Document downloaded on 09-04-2022 07:07:28 by
203
(iii) If the committee, after examinations comes to a conclusion that there is no merit in
the case and it does not require any further action; shall make a recommendation
for closure of the case with due reasoning. Such recommendation shall be
submitted to the authority who constituted the committee for approval.
(iv) In case the committee after detailed examination comes to the conclusion that the
case requires further action, it shall make a recommendation for banning / holiday
including actions as per the provisions of the applicable law and the same shall be
put up to approving authority.
The above recommendation shall contain a show cause notice to be issued to the
agency. The show cause notice shall contain the alleged breach committed by the
agency stating provision of the tender/contract. The explanation to be sought from
the agency as to why action should not be taken as per provision of the
tender/contract. The show cause notice shall require vetting by the legal department
while placing for approval of concerned Director through competent authority. In
addition to above, concurrence of Director (Finance) shall also be required in all
cases.
(v) After obtaining approval from the concerned Director, the show cause notice shall
be issued by the C&P Department. The concerned agency shall be given 2 (two)
weeks’ time from the date of issuance of notice for submission of its response to
the show cause notice.
(vi) The response to show cause notice received from the agency shall be forwarded
by C&P department to the committee, which made the recommendation. The
committee shall examine the reply from the agency and make its final
recommendation for banning or otherwise. In case the committee recommends for
banning/ holiday , a draft approval giving complete reason for banning / holiday to
be provided along with the recommendation by the committee. The above
recommendation shall require vetting by legal department with reference to show
cause notice before it is put up for approval from concerned Director through
competent authority, concurrence of Director (Finance) shall also be required in all
cases.
(vii) The Committee shall also propose the Banning / Holiday Period in its
recommendation based on the severity of the case.
(viii) After obtaining the approval from the Directors, C&P department shall issue a
Banning / Holiday Order and shall put the name of agency on holiday list or banning
Document downloaded on 09-04-2022 07:07:28 by
204
list. This order shall be communicated to all PLL locations. C&P department shall
intimate BIS department for updation of the same in SAP.
(ix) The order for putting an Agency in Banning and Holiday List after expiry of the
Banning / Holiday period shall automatically get revoked and shall not require
issuance of any separate order. The name of the Agency will be removed from the
Banning / Holiday list hosted on SAP System after expiry of the Banning / Holiday
period.
(x) The tender conditions should have the provision of above guidelines for action to
be taken in preferably in ITB (Instruction to Bidders).
C. Procedure To Be Followed For Irregularities Observed At Various Stages
1. Irregularities noticed during Bidding Process :
If any irregularity mentioned in Clause A.2 is observed during bidding process/ bids
evaluations stage the bid of such Bidder (s) shall be rejected after due approval
from the competent authority and following the due procedure as mentioned in
Clause B above.
The committee formed as per Clause B above on the basis of severity of the case
and the urgency of the requirement shall recommend to extend the Bidding process
until completion of the procedure as mentioned in Clause B or it may recommend
to reject the Bid of the concerned Bidder and carry out the Bidding process. The
approval for rejecting such Bid shall be obtained from Director (Technical) and
Director (Finance). However for the extension of the Bidding process approval from
competent authority shall suffice.
In case the irregularities are found to be true the EMD/ Bid security of such Bidder
shall be forfeited.
2. Irregularities noticed after award of contract
(i) During execution of contract:
The Procedure as mentioned in Clause B shall be followed and in case irregularities
are found to be true the contract shall be suspended with immediate effect.
The agency shall be banned / put on holiday list for future business with PLL for a
period specified in Clause (D) below from the date of issue of banning / holiday
order.
The PBG submitted by such agency against such order/ contract shall also be
forfeited.
The amount that may have become due to the contractor on account of work
Document downloaded on 09-04-2022 07:07:28 by
205
already executed by him shall be payable to the contractor and this amount shall
be subject to adjustment against any amounts due from the contractor under the
terms of the contract.
(ii) After execution of contract and during Defect liability period (DLP)/ Warranty/
Guarantee Period:
The Procedure as mentioned in Clause B shall be followed and in case irregularities
are found to be true, the agency shall be banned / put on holiday list for future
business with PLL for a period specified in Clause (D) below from the date of issue
of banning / holiday order.
The PBG submitted by such agency against such order/ contract shall also be
forfeited.
(iii) After expiry of Defect liability period (DLP)/ Warranty / Guarantee Period.
The Procedure as mentioned in Clause B shall be followed and in case irregularities
are found to be true, the agency shall be banned / put on holiday list for future
business with PLL for a period specified in Clause (D) below from the date of issue
of banning / holiday order.
3. Exceptional Cases:
(i) However as an exception, the ongoing order(s)/ contract(s) where irregularities has
been observed, the agency may be allowed to complete the supply/ job in case of
following situations:
a) No adverse performance of the job as per scope of work (performance to be
reviewed on quarterly basis) and;
b) The supply/ jobs is of critical nature in terms of adverse impact on the Project
Completion Schedule and or prospective revenue generation.
(ii) The approval for allowing the agency to complete the supply/ job is to be obtained
from Director concerned with concurrence of Director (Finance) based on the
detailed deliberation/ recommendation of the committee formed as per Clause (B)
above.
After approval of Director(s) to allow the agency to complete the supply/ job, the
agency will be allowed to execute the order/ contract and payment shall also be
made as per provision of order/ contract.
(III) The Performance Bank Guarantee (PBG), of such agency against the order (s)/
contract (s) where agency is allowed to complete the supply/ job in above
exceptional case shall not be forfeited on this ground. The contract shall be
Document downloaded on 09-04-2022 07:07:28 by
206
executed as per terms and conditions of the contract. However, the agency shall
be put on Banning / Holiday List from the date of banning order.
4. Effect of Banning on other ongoing Contracts/ Tenders
(i) If an agency is put on Banning / Holiday List, such agency should not be considered
in ongoing tenders/ further tenders.
(ii) However, if such an agency is already executing other order(s)/ contracts (s) where
no irregularities are observed, the agency should be allowed to continue till its
completion without any further increase in scope except those incidental to original
scope mentioned in the Contract.
D. HOLIDAY / BANNING PERIOD
(i) The Agency can be put on Holiday for a time period ranging from 6 months to 3
years. The committee examining the case shall propose the holiday period in its
recommendation.
(ii) Banning period shall be reckoned from the date of banning order and shall be of 3
years.
(iii) In exceptional cases where the act of vendor/ contractor is a threat to the National
Security, the banning shall be for indefinite period.
E. CONTRACT PROVISION
The tender/contract condition should have relevant operating provision of this
guideline in respect of Banning/ Holiday to take care of issues which may lead to
putting the vendor on Banning / Holiday list.
F. HOSTING OF BANNING / HOLIDAY LIST ON INTRANET / SAP MODULE.
(i) The Banning / Holiday list of agencies shall be hosted on PLL intranet and shall
also be incorporated in SAP.
(ii) The Banning / Holiday list shall be updated once a agency is listed in Banning /
Holiday list or, the Banning/ Holiday period is completed for an enlisted agency.
(iii) The SAP system must restrict and provide a pop up message during Request for
Quotation (Tender) / Purchase Order creation in case user wants to create a
Request for Quotation (Tender) / Purchase Order to an agency listed in Banning /
Holiday list. However in exceptional cases a user may issue the Request for
Quotation (Tender) / Purchase Order to such agency after written approval from the
concerned director indicating the valid reason for issuing tender / placing the order
to such agency.
Document downloaded on 09-04-2022 07:07:28 by
207
Appendix-X
CHECKLIST FOR PRE-AWARD ACTIVITIES
i. The check-lists for following Pre-Award Activities has been prepared :-
i) Check list for recommendation/ proposal for BEC, Evaluation methodology
etc. –Annexure-1.
ii) Check list for proposal for issuance of RFQ/Tender (OEM/ Proprietary/Nomination/
Cases where BEC is not required) - Annexure-2
iii) Check list for recommendation/ proposal for Price Bid Opening- Annexure-3
iv) Checklist for recommendation/ proposal for Award - Annexure-4
ii. All concerned are to refer the check-list for various pre-award activities while
processing the cases for ensuring compliance of the procedure. Further, the
compliance to the checklist is to be placed in file and a reference is to be made in
respective proposal/ TCR.
Document downloaded on 09-04-2022 07:07:28 by
208
Annexure-1
CHECK LIST FOR RECOMMENDATION/ PROPOSAL FOR BEC
Sr. No. Description Compliance
1. PR/SR prepared & released in SAP
2. In the PR/SR, item wise estimates be kept including GST
and other charges etc.
3. Minutes/ points discussed in Pre-Tender Meeting (as per
SoP) enclosed and action proposed on relevant points/
taken in SCC,SOW or BEC
4. Incorporation of lesson learnt in previous tenders, if any
5. Consistency in BEC in case of regular/ repeated cases. In
case of shift, the reasons for the same must be deliberated.
6. To verify that name of prospective bidders are not
appearing in Holiday/ Banning/ Suspension list, available
on Intranet.
Checking the address of vendor with address available in
vendor code
7. Evaluation Methodology
8. Relevant clauses of DoA and C&P Procedures (as
applicable)
9. Cost-DFR Vs. Estimate and reason for difference, if any
(applicable in project cases)
10. Vetting of SCC and Scope of Works from HR department
for Service/ Works contract.
11. Whether consortium provision is included in tender. If yes
Whether responsibility matrix included.
Document downloaded on 09-04-2022 07:07:28 by
209
Annexure-2
CHECK LIST FOR PROPOSAL FOR ISSUANCE OF RFQ/ TENDER (OEM/
PROPRIETARY/ NOMINATION/ CASES WHERE BEC IS NOT REQUIRED)
Sr. no. Description Compliance
1. i) PAC approval as per procedure- for procurement on
PAC basis
ii) OEM approval as per procedure- for procurement on
OEM basis
2. Nomination cases: Proposal for administrative approval
contain:
- Reasons for award on nomination basis.
- Reasons for selecting particular vendor/ contractor/
Consultant/ service provider.
- Cost estimate with proper analysis and justification
Administrative approval is obtained from competent
authority defined in C&P Procedure and DoA.
3. Cases where BEC is not required
- Vendor as per list provided along with PR/SR
- Vendor on whom last order/ contract placed is included
(if the performance is not poor)
- To verify that name of prospective bidders are not
appearing in Holiday/ Banning/ Suspension list.
- Checking the address of vendor with address available
in vendor code.
4. Incorporation of lesson learnt in previous tenders, if any
5. Evaluation Methodology (wherever applicable)
6. Vetting of tenders as per procedure.
Vetting of SCC and Scope of Works from HR department
for Service/ Works contract.
7. Relevant clauses of DoA and C&P Procedures (as
applicable)
Document downloaded on 09-04-2022 07:07:28 by
210
Annexure-3
CHECK LIST FOR RECOMMENDATION/ PROPOSAL FOR PBO
Sr. no. Description Compliance
1. Details of bidders participated along with quoted part/
items/section
2. TBA is signed by competent level of executive in
indenting department (for cases where PMC is not
involved). Names and designations of officials should be
clearly specified in TBA.
TBA checked and vetted by Indenter/ Project Manager
(for cases where PMC is involved)
TBA should cover all point related to BEC, compliance to
specifications/ scope of works/ special conditions of
contract and all other important technical provisions of
tender.
3. CBA (in standardized format with applicable
modifications, if any) is signed by competent level of
executive in C&P and F&A department (for cases where
PMC is not involved). Names and designations of
officials should be clearly specified in CBA.
CBA checked and vetted by C&P and F&A department
(for cases where PMC is involved).
4. Deliberation of committee in case 2nd or subsequent
TQ/CQ issued.
5. Details of techno-commercially acceptable bidders along
with acceptable part/ items/section
6. Specific reasons for rejection of bid, if any
7. Deliberation on ERC recommendation (if applicable)
8. Deliberation on insufficient competition (wherever
Document downloaded on 09-04-2022 07:07:28 by
211
applicable)
9. To verify that name of techno-commercially acceptable
bidders are not appearing in Holiday/ Banning list
10. Validity of Bid and EMD/ Bid Security of techno-
commercially acceptable bidders
11. Relevant clauses of DoA and C&P Procedures (as
applicable)
12. Whether all the fact of case has been considered while
preparing the recommendations
13. Time taken from Bid due date opening to PBO
recommendation
Document downloaded on 09-04-2022 07:07:28 by
212
Annexure-4
CHECK LIST FOR RECOMMENDATION/ PROPOSAL FOR AWARD
Sr. no. Description Compliance
1. Dealing the review of Estimate by Indenter or PMC
(wherever applicable)
2. Summary of Price Comparison of evaluated prices &
estimates and reasonability off prices
3. Analysis and review of estimate if L1 price is higher
than estimates
4. Deliberation on insufficient competition (wherever
applicable)
5. Any suspicion regarding cartelization
6. Recommendation on re-tendering (if applicable)
7. Impact on project cost (Not applicable for O&M)
8. Impact of delivery period on Project Schedule
9. Details of total financial implication committed on the
project (for projects)
10. Analysis of L1 price if it is higher than estimates
11. Ordering Cycle time
12. Past purchase price comparison for purchases
13. Clear recommendation for approval is to be
submitted, no conditional recommendation.
14. Verifying that name of recommended bidder (s) are
not appearing in Holiday/ Banning list, available on
Intranet Further the vendor code through which offer
is submitted is same as the vendor code on which
order/ contract is to be placed (mentioned in bid)
Document downloaded on 09-04-2022 07:07:28 by
213
Bill to and ship to details as per guidelines in this
regard.
15. Total committed cost in project with the award of
subject package (Not applicable for O&M). Head
wise (Approved/ Committed/Actual/ Anticipated) as
per enclosed Appendix-I.
16. Dealing of insufficient competition in terms of clause
no. 33.1 of C&P Procedure (wherever applicable).
Cost details showing all DFR heads in DFR vs
committed vs actual (for Project cases)
17. For the cases of Repeat Order
(i) Confirmation that repeat order does not exceed
50% of Original Qty (or as mentioned in original PO)
and is placed within 06 months from Notification of
Award.
(ii) Confirmation that repeat order is not being placed
on an emergency purchase, negotiated purchase,
sole acceptable offer basis and where the prices
against original order were escalated to compensate
for early delivery(ies)
(iii) Confirmation from Indenter/ User/Project
Department as per 39 (i) of C&P Procedure
18. Relevant clauses of DoA and C&P Procedures (as
applicable)
19. Preparation of Draft EPC Agenda as per format and
keeping the same in file (for EPC cases)
20. Whether all the fact of case has been considered
while preparing the recommendations
21. Time taken from Price bid opening to Award
recommendation
Document downloaded on 09-04-2022 07:07:28 by
214
Appendix-XI
PRINCIPLE GUIDELINES FOR INTEGRITY PACT
1. INTRODUCTION
Petronet LNG Limited is a Private Sector Organization engaged in LNG business in
India. Petronet is the premier organization in this business and conduct its
operations in accordance with the highest ethical standards.
It does business with a number of domestic and international Bidders, Contractors
and Vendors of goods and services (Counterparties). Petronet is committed to
fostering the most ethical business relationship with all Counterparties and deals
with them in a fair and transparent manner.
In order to achieve these goals, Petronet is committed to implementing the lntegrity
Pact Program.
This Program will cover Tenders valued of Rs. Fifteen (15) Crore and above.
Following are the details of Petronet’s Integrity Pact Program:
- Commitments and Obligations of Petronet
- Commitments and Obligations of Counterparties
- Violation and Consequences
- Independent Monitor
- Implementation Guidelines
- Periodic Review and Evaluation
2. COMMITMENT AND OBLIGATIONS OF PETRONET
a) Petronet is committed to have most ethical business dealings with Counterparties
b) Petronet values its relationship with all Counterparties and will deal with them in a
transparent manner with equity and fairness.
c) Petronet and / or its Associates (officers, Directors, Agents, Consultants, Advisors,
etc) will not seek or take any undue benefit directly or indirectly for themselves or
for third parties.
d) Petronet will exclude all of Associates who may be prejudiced or have a Conflict of
interest in dealings with Counterparties.
e) Petronet will honour its commitments and make due payments to Counterparties in
a timely manner.Document downloaded on 09-04-2022 07:07:28 by
215
f) Petronet will initiate action and pursue it vigorously whenever unethical behavior
occurs or is suspected to have occurred.
3. COMMITMENTS AND OBLIGATIONS OF THE ‘COUNTERPARTY’
a) The Counterparty, directly or indirectly (through agent, consultant, advisor, etc) will
not pay any bribes or give illegal benefit to any one in dealings with Petronet.
b) The Counterparty will not bring any Political, Governmental or Diplomatic influence
to gain undue advantage in its dealing with Petronet.
c) The Counterparty will not engage in collusion, Price-Fixing or enter into any
undisclosed agreement or understanding whether formal or informal with other
Counterparties or take any actions to restrict competitiveness in dealing with the
Petronet.
d) The Counterparty will not pass on to any third party any of the Petronet’s
confidential information unless authorized by the Petronet.
e) The Counterparty will promote and observe best ethical practices within its
organization.
f) The Counterparty will promptly inform the Chief of Corporate Ethics of Petronet
(i) if he receives demand for a bribe or illegal payment / benefit and
(ii) if comes to know of any unethical or illegal practice in the Petronet organization in
relation to the dealing with Petronet.
(iii) If it makes any payment to any Petronet Associate.
g) It will disclose to the Petronet promptly all payments he has make or intends to
make to agent, brokers or any intermediaries in connection with the award of
contract with Petronet.
h) The Counterparty will not make any false or misleading allegations against the
Petronet or its Associates.
i) The Counterparty will not induce any third person to commit offence as it outlined
above.
4. VIOLATIONS & CONSEQUENCES
a) If a Counterparty commits a violation of its Commitments and Obligations under the
Integrity Pact Program it may lose Bid Security and Performance Bond. In addition,
the Petronet may terminate the current contract and business relationship with that
Counterparty.
b) Petronet may also ban and exclude the Counterparty from future dealings until the
Petronet is satisfied that the Counterparty will not commit violations in future.
Document downloaded on 09-04-2022 07:07:28 by
216
c) Petronet may initiate criminal proceedings against the violating Counterparty.
d) Petronet may initiate disciplinary action against any of its associates, who is in
breach of its obligation under this Integrated Pact and / or initiate criminal
proceeding under the relevant anti-corruption laws of India.
5. INDEPENDENT MONITOR
a) Petronet will appoint an independent Monitor to oversee lntegrity Pact Program
implementation and effectiveness of the lntegrity Pact Program. He shall be one of
the lndependent Director on the Board of Petronet.
b) The lndependent Monitor will be a person of impeccable integrity, knowledgeable
of Petronet’s business and experienced in commercial activities.
c) The major goal of the lndependent Monitor will be to implement lntegrity Pact
Program to ensure probity, transparency and ethical practices in procurement
process in Petronet.
d) The lndependent Monitor will not have administrative or enforcement
responsibilities. He may engage services of outside agencies such as accounting
firms, law firms, etc., at Petronet’s expense, if required, in discharge of his
responsibilities.
e) The lndependent Monitor will have access to all Associates and relevant internal
records of the Petronet He will also have access to Counterparties records and
information regarding its dealing with the Petronet in the event of any alleged breach
of this Pact.
f) The lndependent Monitor will have the right to attend any meetings between the
Petronet and the Counterparties in case of any request either from Petronet or the
counter party.
g) lf the lndependent Monitor observes or suspects an irregularity, he will inform the
Chairman of Petronet and its Board of Directors.
6. IMPLEMENTATION GUIDELINES
To implement the lntegrity Pact Program the Petronet shall do the following
a) Select and appoint an lndependent Monitor. lnitially the Chairman of the Audit
Committee of the Board of Directors of the Principal will be the lndependent Monitor.
b) Get appropriate authorization from its Board of Directors and commitment from all
Senior Level executives/officials of Petronet to implement the program.
Document downloaded on 09-04-2022 07:07:28 by
217
c) Develop detailed implementation plans and finalize the lntegrity Pact document in
consultation with the lndependent Monitor.
d) Notify to all senior staff members, and major suppliers Petronet’s plans to
implement lntegrity Pact program.
e) Display the information on the Petronet’s website.
7. PERIODIC REVIEW & EVALUATION
lt is recommended that Petronet shall periodically review the effectiveness of
lntegrity Pact Program by the following:
a. The lndependent Monitor and senior leadership of Petronet conduct an annual self-
assessment of lntegrity Pact Program effectiveness and identify areas to improve
it.
b. The lndependent Monitor shall submit an annual report on the progress
effectiveness of lntegrity Pact Program to the Board of Directors of Petronet.
Document downloaded on 09-04-2022 07:07:28 by
218
Integrity Pact
Between
Petronet LNG Limited hereinafter referred to as "The Principal",
And
……………………………………………………………………………………………
………………………………hereinafter referred to as “Counterparty”
Preamble
The Principal intends to award, under laid down organizational procedures,
Contract/s for …………………………………………………………………………….
The Principal values full compliance with all relevant laws and regulations, and of
fairness and transparency in its relations with its all counterparties.
In order to achieve these goals, The Principal will appoint an externa! lndependent
Monitor who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.
Section 1 - Commitments of the Principal
1. The Principal commits itself to take all measures necessary to observe the following
principles:-
a) The Principal is committed to have most ethical business dealings with
Counterparties.
b) The Principal values its relationship with all Counterparties and will deal with them
in a transparent manner with equity and fairness.
c) The Principal and/or its Associates (Officers, Directors, Agents, Consultants,
Advisors, etc.) will not seek or take any undue benefit directly or indirectly for
themselves or for third parties.
d) The Principal will exclude all of Associates who may be prejudiced or have a Conflict
of interest in dealings with Counterparties.
e) The Principal will honour its commitments and make due payments to
Counterparties on timely basis.
Document downloaded on 09-04-2022 07:07:28 by
219
f) The Principal will initiate action and pursue it vigorously whenever corruption or
unethical behavior occurs.
2. No Associate of the Principal, personally or through family members, will in
connection with the tender for , or the execution of a contract, demand, take a
promise for or accept, for him/herself or third person, any material or immaterial
benefit which he/she is not legally entitled to.
3. The Principal will, during the tender process treat all Counterparties with equity and
fairness. The Principal will in particular, before and during the tender process,
provide to all Counterparties the same information and will not provide to any
Counterparty confidential/ additional information through which the Counterparty
could obtain an advantage in relation to the tender process or the contract
execution.
4. lf the Principal obtains information on the conduct of any of its Associates, which is
a breach of the above or a criminal offence under the relevant Anti-Corruption Laws
of India, or if there be a substantive suspicion in this regard, the Principal will inform
the lndependent Monitor and in addition can initiate disciplinary actions.
Section II - Commitments of the Counterparties
The Counterparty commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
1. The Counterparty will not, directly or through any other person or firm, offer, promise
or give to any of the Principal's Associate employees involved in the tender process
or the execution of the contract or to any third person any material or immaterial
benefit which he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the execution
of the contract.
2. The Counterparty will not enter with other Counterparty into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
Document downloaded on 09-04-2022 07:07:28 by
220
cartelization in the bidding process.
3. The Counterparty will not commit any offence under the relevant Anti-corruption
Laws of India the Counterparty will not use improper1y, for purposes of
competition or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically unless authorized by Petronet.
4. The Counterparty will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
5. The Counterparty will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
6. The Counterparty will not bring any Political, govemmental or diplomatic influence
to gain undue advantage in its dealings with Petronet.
7. The Counterparty will not make any false or misleading allegation against Petronet
or its Associates.
Section III- Disqualification from tender process and exclusion from future
contracts
1. lf the Counterparty has committed a transgression through a violation of Section II
such as to put his reliability or credibility into question, the Principal is entitled
also to exclude the Counterparty from future contract award processes. The
imposition and duration of the exclusion will be determined by the severity of
the transgression. The severity will be determined by the circumstances of
the case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Counterparty and the amount
of the damage. The exclusion will be imposed for a minimum of 6 months and
maximum of 3 years.
2. The Counterparty accepts and undertakes to respect and uphold the Principal's
absolute right to resort to and impose such exclusion and further accepts and
undertakes not to challenge or question such exclusion on any ground, including
the lack of any hearing before the decision to resort to such exclusion is taken.
This undertaking is given freely and after obtaining independent legal advice.
Document downloaded on 09-04-2022 07:07:28 by
221
3. lf the Counterparty can prove that he has restored/recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal
may revoke the exclusion prematurely.
Section IV - Compensation for Damages
1. lf the Principal has disqualified the Counterparty from the tender process prior to
the award according to Section - III the Principal is entitled to demand and
recover from the Counterparty liquidated damages equivalent Ernest Money
Deposit / Bid Security.
2. lf the Principal has terminated the contract according to Section- III, or if the
Principal is entitled to terminate the contract according to Section - III (3), the
Principal shall be entitled to demand and recover from the counterparty
Contractor liquidated damages equivalent to Security Deposit / Performance
Bank Guarantee.
Section V - Previous transgression
1. The Counterparty declares that no previous transgressions occurred in the last 3
years with any other Company that could justify his exclusion from the tender
process.
2. lf the Counterparty makes incorrect statement on this subject, he can be
disqualified from the tender process or the contract, if already awarded, can be
terminated for such reason.
Section VI – Equal treatment of all Counterparty / Subcontractors
1. The Counterparty undertakes to demand from all subcontractors a commitment in
conformity with this lntegrity Pact, and to submit it to the Principal before contract
signing.
2. The Principal will disqualify from the tender process all bidders who do not sign this
Pact or violate its provisions.
Document downloaded on 09-04-2022 07:07:28 by
222
Section VIl - Criminal charges against violating Counterparty/ Subcontractors
lf the Principal obtains knowledge of conduct of a Counterparty or Subcontractor,
or of an employee or a representative or an associate of a Counterparty or
Subcontractor which constitutes corruption, or if the Principal has substantive
suspicion in this regard, the Principal will inform the lndependent Monitor who may
initiate criminal proceedings against the violator.
Section VIII -lndependent Monitor
1. The Principal will appoint competent and credible lndependent Monitor for this Pact,
who shall be one of the lndependent Director on the Board of the Principal. The task
of the lndependent Monitor is to review independently and objectively, whether and
to what extent the parties comply with the obligations under this agreement. Initially
the lndependent Monitor will be Chairman of the Audit Committee of its Board of
the Principal.
2. The lndependent Monitor is not subject to instructions by the representatives of the
parties and performs his functions neutrally and independently. He reports to the
Chairperson of the Board of the Principal.
3. The Counterparty will accept that the lndependent Monitor has the right to access
without restriction to all Project documentation of the Principal including that
provided by the Counterparty. The Counterparty will also grant the Monitor, upon
his request and demonstration of a valid interest, access to his project
documentation.
4. The Principal will provide to the lndependent Monitor sufficient information when
requested about all meetings among the parties related to the Project provided such
meetings could have an impact on the contractual relations between the Principal
and the Contractor. The parties offer to the Monitor the option to participate in such
meetings.
5. As soon as the lndependent Monitor notices, or believes to notice, a violation of this
agreement, he will so inform the Management of the Principal and request the
Management to discontinue or heal the violation, or to take other relevant action.
6. The word 'lndependent Monitor' would include both singular and plural.
Document downloaded on 09-04-2022 07:07:28 by
223
Section IX - Pact Duration
This Pact begins when both parties have legally signed it. lt expires for the
Contractor 12 months after the last payment under the respective contract, and for
all other Counterparties 6 months after the contract has been awarded.
lf any claim is made / lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged / determined by Chairperson of the Principal.
Section X - Other Provisions
1. This agreement is subject to Indian Law. Place of performance and jurisdiction is
the Registered Office of the Petronet LNG Ltd, World Trade Centre, First Floor,
Babar Road, Barakhamba Lane, New Delhi.
2. Changes and supplements as well as termination notices need to be made
in writing. Side agreements have not been made.
3. lf the Counterparty is a partnership or a consortium ; this agreement must be
signed by all partners or consortium members.
4. Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.
----------------- ……………..
For the Principal For the Counterparty
Place ………………………. Witness 1: ……………………..
Date ………………………... Witness 2: ………………………
Document downloaded on 09-04-2022 07:07:28 by
224
Appendix-XII
Proprietary Article Certificate (P.A.C)
PLL/PAC/ Location/Department/XX Date: XX/XX/20XX
Description of item _____________
It is certified that:
1) The equipment/ manuals/ services required are manufactured/ provided only by
M/s. ____________ No other make is acceptable as substitute for technical
reasons;
2) No suitable substitute exists for the item mentioned above in the warehouse.
Signature:
Name:
Designation:
Notes:
1) PAC Certificate shall be approved as per clause 4.6 of Section II.
2) The Approval for proprietary purchase may be taken from Competent Authority as per
the relevant DoA clause.
Document downloaded on 09-04-2022 07:07:28 by
AMENDMENT TO C&P MANUAL
No. : MANUAL/AMENDMENT/01 Date: 9th May, 2020 Ref to C&P MANUAL :
Clause no. Description Page No. 40.1 Reverse Auction 97
Text given as:
“Reverse Auction is a procurement tool to obtain competitive price through multi bidding online negotiating amongst short-listed bidders. Through this process, the short listed bidders get an opportunity to reduce their prices online in a transparent and fair manner based on the evaluation methodology stipulated in tender document without the identity of bidders being disclosed either to other bidders or to officials of PLL. The entire process is designed to bring a complete transparency in the process as under:
i. Minimizes human involvement.ii. System offers greater insights into the current market prices.
iii. Gives equal opportunity to all short listed Bidders to be most competitive.iv. Help bidders to know respective price / position dynamically vis-a-vis the other bidders andprovide them an opportunity to react to it.
Reverse Auction shall be applicable in case of procurement of Bunker Fuel and procurement cases above INR 5 Cr. or for any other cases as approved by director concerned. However, Reverse Auction Shall not be applicable in case of EPC Contract. If Reverse Auction not to be done for any cases, then the same shall be approved by Concerned Director.
Is modified as follows:
Reverse Auction is a procurement tool to obtain competitive price through multi bidding online negotiating amongst short-listed bidders. Through this process, the short listed bidders get an opportunity to reduce their prices online in a transparent and fair manner based on the evaluation methodology stipulated in tender document without the identity of bidders being disclosed either to other bidders or to officials of PLL. The entire process is designed to bring a complete transparency in the process as under:
i. Minimizes human involvement.ii. System offers greater insights into the current market prices.
iii. Gives equal opportunity to all short listed Bidders to be most competitive.iv. Help bidders to know respective price / position dynamically vis-a-vis the other bidders andprovide them an opportunity to react to it.
Reverse Auction shall be applicable in case of procurement of Bunker Fuel and procurement cases (only for Material Purchase / Supply tenders) above INR 5 Cr. or for any other cases as approved by director concerned. However, Reverse Auction shall not be applicable in case of EPC Contract, Service and Works Contract, Proprietary/OEM Purchase. If Reverse Auction not to be done for any cases, then the same shall be approved by Concerned Director. Moreover, in case of any works contract where major portion is supply (75% and above of estimated cost) and rest portion is services then that contracts shall be considered as supply contracts and reverse auction shall be applicable.”
Powered by TCPDF (www.tcpdf.org)
Document downloaded on 09-04-2022 07:07:28 by