General Information
Tender Openers
Sl No. Name Email
1 Gaurav Kumar gauravjyotikumar@gmail.com
Bid Part Template Bid Part Number Scheduled Open Date

Date Schedule
31467101100152224833916rfqdateFixed_rfqdate_datasetRFQ DATE538538A37241582283435000372415822841500001119242Y1NDate Schedule7879540000falsefalseYfalse
Bid Submission Start Date 01-01-2024 03:00 PM
Bid Submission Due Date 15-02-2024 04:00 PM
Bid Open Date 15-02-2024 05:00 PM
Physical doc Submission End Date as allowed in the tender document   15-02-2024 04:00 PM

Pre-bid Discussion
31468101100152224833919prebiddiscussionPre Bid DiscussionPre Bid Discussion538538A37241582283435000372415822841500001119246Y2NPre-bid Discussion7879550000falsefalseYfalse
Pre-Bid Discussion Type OFFLINE
Pre-Bid Meeting Start Date 08-01-2024 11:00 AM
Pre-Bid Meeting End Date 08-01-2024 01:00 PM
Venue Details Conference Hall, 5th Floor, Vidyut Bhawan-I, Bailey Road, Patna - 800021
Remarks For Online meeting link, pls send request email on chiefengineerbspgcl@gmail.com

Payment
Payment TypeAmountPayment ModePayment CurrencyExemption Allowed/DisallowedExemption Reason
EMD 226000 Internet Payment Gateway(IPG),Challan|Bank Guarantee INR N
Tender Fee 11800 Internet Payment Gateway(IPG),Challan| INR N
Tender Processing Fee 3540 Internet Payment Gateway(IPG),Challan| INR N
Payment Type
EMD
Amount
226000
Payment Mode
Internet Payment Gateway(IPG),Challan|Bank Guarantee
Payment Currency
INR
Exemption Allowed/Disallowed
N
Exemption Reason
Payment Type
Tender Fee
Amount
11800
Payment Mode
Internet Payment Gateway(IPG),Challan|
Payment Currency
INR
Exemption Allowed/Disallowed
N
Exemption Reason
Payment Type
Tender Processing Fee
Amount
3540
Payment Mode
Internet Payment Gateway(IPG),Challan|
Payment Currency
INR
Exemption Allowed/Disallowed
N
Exemption Reason

GENERAL PARTICULARS
Description
Name of Bidder
Address of Bidder
PAN No. of the Bidder
GST No. of the Bidder
Details of Challan/BG for cost of BOQ/EMD
Name & Designation of the authorized person who will sign documents, bills and receipts on behalf of the Bidder
Contact number/email of the authorised person
Years of experience of providing consultancy services
Successfully completed Solar Photo Voltaic (SPV) based grid connected Solar Power Plant(s) of cumulative installed capacity of 250 MW in India in previous 07 years as on the Deadline for Submission of Bid.
Successfully completed Grid Connected Battery Energy Storage System (BESS) plant(s) of cumulative installed capacity of 10 MW/ MWh in India or out of India in previous 07 years as on the Deadline for Submission of Bid.
The Annual Turnover of the Bidder for the last 03 years: FY 2020-21/2021-22/2022-23
The Net worth of the Bidder for the last 3 years: FY 2020-21/2021-22/2022-23
Name of Consortium Member other than Bidder
Address of Consortium Member other than Bidder
PAN No. of Consortium Member other than Bidder
GST No. of Consortium Member other than Bidder
Name & Designation of the authorised person who will sign documents on behalf of the Consortium Member other than Bidder
Contact number of the authorised person of Consortium Member other than Bidder
Previous Experience of the Consortium Member other than Bidder
Net worth of the Consortium Member other than Bidder as on 31.03.2023
Description
Name of Bidder
Description
Address of Bidder
Description
PAN No. of the Bidder
Description
GST No. of the Bidder
Description
Details of Challan/BG for cost of BOQ/EMD
Description
Name & Designation of the authorized person who will sign documents, bills and receipts on behalf of the Bidder
Description
Contact number/email of the authorised person
Description
Years of experience of providing consultancy services
Description
Successfully completed Solar Photo Voltaic (SPV) based grid connected Solar Power Plant(s) of cumulative installed capacity of 250 MW in India in previous 07 years as on the Deadline for Submission of Bid.
Description
Successfully completed Grid Connected Battery Energy Storage System (BESS) plant(s) of cumulative installed capacity of 10 MW/ MWh in India or out of India in previous 07 years as on the Deadline for Submission of Bid.
Description
The Annual Turnover of the Bidder for the last 03 years: FY 2020-21/2021-22/2022-23
Description
The Net worth of the Bidder for the last 3 years: FY 2020-21/2021-22/2022-23
Description
Name of Consortium Member other than Bidder
Description
Address of Consortium Member other than Bidder
Description
PAN No. of Consortium Member other than Bidder
Description
GST No. of Consortium Member other than Bidder
Description
Name & Designation of the authorised person who will sign documents on behalf of the Consortium Member other than Bidder
Description
Contact number of the authorised person of Consortium Member other than Bidder
Description
Previous Experience of the Consortium Member other than Bidder
Description
Net worth of the Consortium Member other than Bidder as on 31.03.2023

Terms and Conditions
Clause No.SpecificationAttachment
BSPGCL reserves the right to reject any or all tenders received at any stage without assigning any reason thereof and the Tenderer shall not be entitled to any costs, charges or expenses in this regard.
The Applicant shall be selected under the Quality cum Cost Based System (QCBS) with weightages of 70:30 (70% for technical proposal and 30% for financial proposal) and procedures described in this NIT. The Bidder securing the highest combined technical and financial score will be awarded the contract/project. Evaluations will be based on documentary evidence submitted by the bidder and presentation before the evaluation committee with respect to evaluation/selection criteria.
Lump sum fees for the scope of work defined in Bid document for the ?Selection of Consultancy Firm for Owners Engineer (OE) services required during Design, Engineering, Supply, Construction, Erection, Testing & Commissioning of 185 MW(AC) Solar PV Power Plant with 254 MWh Battery Energy Storage System at Kajra, Lakhisarai Distt., Bihar, India?. The total sum of quoted Lump sum fees shall be considered for financial part evaluation purpose.
The Bidder and the Consortium Member other than Bidder, if applicable, shall follow all the terms of conditions of this NIT.
Clause No.
Specification
BSPGCL reserves the right to reject any or all tenders received at any stage without assigning any reason thereof and the Tenderer shall not be entitled to any costs, charges or expenses in this regard.
Attachment
Clause No.
Specification
The Applicant shall be selected under the Quality cum Cost Based System (QCBS) with weightages of 70:30 (70% for technical proposal and 30% for financial proposal) and procedures described in this NIT. The Bidder securing the highest combined technical and financial score will be awarded the contract/project. Evaluations will be based on documentary evidence submitted by the bidder and presentation before the evaluation committee with respect to evaluation/selection criteria.
Attachment
Clause No.
Specification
Lump sum fees for the scope of work defined in Bid document for the ?Selection of Consultancy Firm for Owners Engineer (OE) services required during Design, Engineering, Supply, Construction, Erection, Testing & Commissioning of 185 MW(AC) Solar PV Power Plant with 254 MWh Battery Energy Storage System at Kajra, Lakhisarai Distt., Bihar, India?. The total sum of quoted Lump sum fees shall be considered for financial part evaluation purpose.
Attachment
Clause No.
Specification
The Bidder and the Consortium Member other than Bidder, if applicable, shall follow all the terms of conditions of this NIT.
Attachment

Attachments
LabelFile NameAttach File
Tender Document OE Kajra Tender dt 01.01.2024.pdf OE Kajra Tender dt 01.01.2024.pdf
1st Time Extension Notice dt 18.01.2024 1st Time Extn NIT 09 dt 18.01.24.pdf 1st Time Extn NIT 09 dt 18.01.24.pdf
Response & Clarification to Pre-Bid-Queries Upload_OE_Kajra_BSPGCL_18.01.2024_Pre-Bid Queries_&_Response.pdf Upload_OE_Kajra_BSPGCL_18.01.2024_Pre-Bid Queries_&_Response.pdf
Amendments to the Tender Document Upload_Amended Clauses NIT 09_23_Kajra_OE_BSPGCL.pdf Upload_Amended Clauses NIT 09_23_Kajra_OE_BSPGCL.pdf
Label
Tender Document
File Name
OE Kajra Tender dt 01.01.2024.pdf
Attach File
OE Kajra Tender dt 01.01.2024.pdf
Label
1st Time Extension Notice dt 18.01.2024
File Name
1st Time Extn NIT 09 dt 18.01.24.pdf
Attach File
1st Time Extn NIT 09 dt 18.01.24.pdf
Label
Response & Clarification to Pre-Bid-Queries
File Name
Upload_OE_Kajra_BSPGCL_18.01.2024_Pre-Bid Queries_&_Response.pdf
Attach File
Upload_OE_Kajra_BSPGCL_18.01.2024_Pre-Bid Queries_&_Response.pdf
Label
Amendments to the Tender Document
File Name
Upload_Amended Clauses NIT 09_23_Kajra_OE_BSPGCL.pdf
Attach File
Upload_Amended Clauses NIT 09_23_Kajra_OE_BSPGCL.pdf

Required Attachment
Supporting DocumentMandatoryAllow ExemptionAttachement GroupEvaluation Type
Certificate of incorporation issued by Registrar of companies or Registrar of firms etc. Y N Experiences BidPart1
Certificate of Conversion to LLP issued by Registrar of companies or Registrar of firms etc. Y Y Others BidPart1
Audited statement of accounts for the last 3 FY ending on 31-03-23 (P&L, Balance Sheet) CA certified Y N Financial BidPart1
Pan Registration & copy of IT Return of last three years of the Bidder Y N Others BidPart1
GST Registration Certificate of the Bidder Y N Others BidPart1
Self-declaration for experience of providing consultancy services for at least 7 yrs Y N Experiences BidPart1
WO/Contract Agreement for consultancy in SPP of not less than One (1) MW in last 7 yrs Y N Experiences BidPart1
WO/Contract Agreement for consultancy in BESS of not less than Three (3) MW/MWh in last 7 yrs Y N Experiences BidPart1
Declaration that the firm is not blacklisted Y N Others BidPart1
Information about the Bidder (refer Annexure-A) Y N Others BidPart1
Details of works done as per pre-qualification requirements (refer Annexure-B) Y N Experiences BidPart1
Letter of Undertaking as per Annexure-C Y N Others BidPart1
Bank Guarantee In lieu of EMD (refer Annexure-E) Y Y Financial BidPart1
Approach & Methodology along with Time schedule for completion of work (refer Annexure-F) Y N Others BidPart1
Qualification and experience of key personnel to be deployed for the task (refer Annexure-G) Y N Experiences BidPart1
Copy of Self-certified CVs (Refer Annexure-H) for Team Experience Y N Experiences BidPart1
Power of Attorney in favour of the signatory of the Bidder on non-judicial stamp paper Y Y Others BidPart1
Certificate of incorporation by RoC or Registrar of firms, Societies and Chits of Consortium Member Y Y Others BidPart1
Cert. of Conversion to LLP by RoC or Registrar of firms, Societies and Chits for Consortium Member Y Y Others BidPart1
Audited accounts for the last 3 FY upto 31-03-23 (P&L, Balance Sheet) CA cert. for consortium member Y Y Financial BidPart1
Pan Registration & copy of IT Return of last three years of Consortium Member other than Bidder Y Y Others BidPart1
GST Registration of Consortium Member other than Bidder Y Y Others BidPart1
Declaration by the Consortium Member that firm is not blacklisted Y Y Others BidPart1
Information about the Consortium Member other than Bidder (refer Annexure-A) Y Y Others BidPart1
Details of Works done by Consortium Member as per pre-qualification requirements (refer Annexure-B) Y Y Experiences BidPart1
Letter of Association between the consortium parties as per clause I.2.v Y Y Others BidPart1
Notarized copy of consortium agreement or JV agreement as per clause I.2.viii Y Y Others BidPart1
Supporting Document
Certificate of incorporation issued by Registrar of companies or Registrar of firms etc.
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Certificate of Conversion to LLP issued by Registrar of companies or Registrar of firms etc.
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Audited statement of accounts for the last 3 FY ending on 31-03-23 (P&L, Balance Sheet) CA certified
Mandatory
Y
Allow Exemption
N
Attachement Group
Financial
Evaluation Type
BidPart1
Supporting Document
Pan Registration & copy of IT Return of last three years of the Bidder
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
GST Registration Certificate of the Bidder
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Self-declaration for experience of providing consultancy services for at least 7 yrs
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
WO/Contract Agreement for consultancy in SPP of not less than One (1) MW in last 7 yrs
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
WO/Contract Agreement for consultancy in BESS of not less than Three (3) MW/MWh in last 7 yrs
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Declaration that the firm is not blacklisted
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Information about the Bidder (refer Annexure-A)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Details of works done as per pre-qualification requirements (refer Annexure-B)
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Letter of Undertaking as per Annexure-C
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Bank Guarantee In lieu of EMD (refer Annexure-E)
Mandatory
Y
Allow Exemption
Y
Attachement Group
Financial
Evaluation Type
BidPart1
Supporting Document
Approach & Methodology along with Time schedule for completion of work (refer Annexure-F)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Qualification and experience of key personnel to be deployed for the task (refer Annexure-G)
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Copy of Self-certified CVs (Refer Annexure-H) for Team Experience
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Power of Attorney in favour of the signatory of the Bidder on non-judicial stamp paper
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Certificate of incorporation by RoC or Registrar of firms, Societies and Chits of Consortium Member
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Cert. of Conversion to LLP by RoC or Registrar of firms, Societies and Chits for Consortium Member
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Audited accounts for the last 3 FY upto 31-03-23 (P&L, Balance Sheet) CA cert. for consortium member
Mandatory
Y
Allow Exemption
Y
Attachement Group
Financial
Evaluation Type
BidPart1
Supporting Document
Pan Registration & copy of IT Return of last three years of Consortium Member other than Bidder
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
GST Registration of Consortium Member other than Bidder
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Declaration by the Consortium Member that firm is not blacklisted
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Information about the Consortium Member other than Bidder (refer Annexure-A)
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Details of Works done by Consortium Member as per pre-qualification requirements (refer Annexure-B)
Mandatory
Y
Allow Exemption
Y
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Letter of Association between the consortium parties as per clause I.2.v
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Notarized copy of consortium agreement or JV agreement as per clause I.2.viii
Mandatory
Y
Allow Exemption
Y
Attachement Group
Others
Evaluation Type
BidPart1

BOQ
ITEM CODEITEM NAMEUOMQuantityEstimated CostBOQ AttachmentMandatory Item
Total Quoted Price Lump sum fees for the scope of work defined in Bid document for the ?Selection of Consultancy Firm for Owners Engineer (OE) services required during Design, Engineering, Supply, Construction, Erection, Testing & Commissioning of 185 MW(AC) Solar PV Power Plant with 254 MWh Battery Energy Storage System at Kajra, Lakhisarai Distt., Bihar, India?. Work 1 11300000 null Yes
ITEM CODE
Total Quoted Price
ITEM NAME
Lump sum fees for the scope of work defined in Bid document for the ?Selection of Consultancy Firm for Owners Engineer (OE) services required during Design, Engineering, Supply, Construction, Erection, Testing & Commissioning of 185 MW(AC) Solar PV Power Plant with 254 MWh Battery Energy Storage System at Kajra, Lakhisarai Distt., Bihar, India?.
UOM
Work
Quantity
1
Estimated Cost
11300000
BOQ Attachment
null
Mandatory Item
Yes

Created By : Mr Rajeev Singh (SUPERINTENDENT ENGINEER)

Created On : 01-01-2024 12:14 PM