0% found this document useful (0 votes)
26 views11 pages

Tender 16

The Government of India is inviting online tenders for the structural repair and rehabilitation of the FF G-Block building at Bhabha Atomic Research Centre, Tarapur, with an estimated cost of Rs. 1.74 crore. Eligible bidders must meet specific criteria, including financial turnover and experience in similar works, and must submit their bids between January 31, 2025, and February 10, 2025. The tender documents are available for download, and the opening of bids will occur on February 11, 2025.

Uploaded by

pushprajpatel728
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
26 views11 pages

Tender 16

The Government of India is inviting online tenders for the structural repair and rehabilitation of the FF G-Block building at Bhabha Atomic Research Centre, Tarapur, with an estimated cost of Rs. 1.74 crore. Eligible bidders must meet specific criteria, including financial turnover and experience in similar works, and must submit their bids between January 31, 2025, and February 10, 2025. The tender documents are available for download, and the opening of bids will occur on February 11, 2025.

Uploaded by

pushprajpatel728
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 11

NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt.

13/01/2025

Government of India
Department of Atomic Energy
Bhabha Atomic Research Centre
Nuclear Recycle Board
General Services Organisation

NOTICE INVITING e-TENDER

TENDER NOTICE NO :BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

1. On line item rate tender in two parts i.e. Part A – Documents related to eligibility criteria and
Part B – Financial Bid are hereby invited through e-Tendering mode on behalf of the
President of India by Dy. Chief Executive , Nuclear Recycle Board, Bhabha Atomic
Research Centre for the following work from eligible bidders on approved list of CPWD,
MES Railways, State PWDs Public Sector Undertakings of Central or State Governments/
Central Autonomous bodies or those having adequate experience and capabilities to
execute similar works of such magnitude.

i) Name of Work : “Structural Repair and Rehabilitation of FF G-


Block Building and other areas in BARC,
Tarapur.”
ii) Location of Work : BARC Staff Colony, Tarapur.
iii) Estimated Cost : Rs.1,74,00,000/- (Rupees One Crore Seventy-Four
Lakh Only)
iv) Earnest Money Deposit : Rs.3,48,000/- (Rupees Three Lakh Forty-Eight
(EMD) Thousand Only)

Note : Earnest Money in original shall be submitted at the office of Engineer-In-Charge,


Estate Maintenance Cell, BARC Staff Colony, Tarapur, Post - TAPP, Boisar, Taluka
& District – Palghar, Pin no. 401504 before opening of Part-A preferably in the form of
Fixed Deposit Receipt issued by Scheduled Bank / Demand Draft / Banker’s Cheque of a
Scheduled Bank, issued in favour of Pay and Accounts Officer, PREFRE BARC, Tarapur
payable at Boisar, Maharashtra.
A part of Earnest Money is acceptable in the form of Bank Guarantee also. In such case
minimum 50% of the Earnest Money or 20.00 Lakhs, whichever is less, shall be in the form
prescribed above and balance can be accepted in the form of Bank Guarantee issued by a
Scheduled Bank in favor of Dy. Chief Executive, Nuclear Recycle Board, Bhabha Atomic
Research Centre as per Appendix ‘F’ of Tender Part ‘A’. The bank guarantee submitted as
a part of Earnest Money Deposit shall be valid for a period of six months or more from the
date of submission of the tender. The Earnest Money deposited along with the bid shall be
returned after receiving the Performance guarantee (after confirmation).
v) Cost of Tender : Nil
Document
vi) Tender Processing Fee : Rs.0/-

vii) Period of completion : 12 (Twelve) calendar months including monsoon


period.
viii) Dates of availability of : From 17/01/2025 (10.00Hrs) to 10/02/2025 (15.00Hrs.)
Documents for on website https://eprocure.gov.in//eprocure/app. NIT is
download also available on website www.barc.gov.in for view
only.

Page 1 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

ix) Date & Location of : NIL


Pre-bid meeting

x) Period for online : From 31/01/2025 (10.00 Hrs.) to 10/02/2025 (15.00 Hrs.)
submission of tenders
xi) Date and time of online : 11/02/2025 (15:00 Hrs.)
opening of Part A
xii) Date of opening of Part : Will be notified at a later date on
B of qualified bidders https://eprocure.gov.in/eprocure/app.

Information, Eligibility Criteria, Conditions and Instructions

Information:
2. Tender document is prepared in two parts viz. Part ‘A’ (Documents related to eligibility
criteria) and Part ‘B’ (Financial Bid). Part ‘A’ consists of Documents related to eligibility
criteria viz. Section I – Notice Inviting e – Tender (English & Hindi versions), Section II –
Form of Agreement and General Rules and Directions for the guidance of bidders,
Memorandum, Section III – General Conditions of Contract, Additional conditions, Section
IV – Special Instructions to bidders, Section V – Technical Specifications, Section VI – List
of Tender Drawings, Section VII – Proforma of Schedules. Part ‘B’ (Financial bid) consists
of Schedule ‘A’ – Schedule of Quantities and Rates.

The bidders must have Class-III digital signature certificate. To participate in the tender,
Prospective Bidders are required to Login in the Home page of the website
https://eprocure.gov.in/eprocure/app with their User ID / Password and Class III Digital
Signature Certificate.

Prospective Bidders are required to download the excel format Price Bid and fill the excel
document and upload the same without renaming it. Please refer Help Manual for
submission of Tender / contact Help Desk as per NIT.

A set of tender drawings (Section VI) for the mentioned works will be made available to the
bidder only for inspection in the office of Engineer-In-Charge, Estate Maintenance Cell,
BARC Colony, Post – TAPP, Boisar, Taluka & District – Palghar, Pin no. 401504 up to a
working day before the last day of submission of tender and bidders, if required can come
personally to study the drawings and the same shall not be available on the website.

Prospective bidder or his authorized representative shall bring photo identification like
Passport, Voter’s Identity Card, Driving License; PAN card for entry into BARC premises
which is a restricted place. Prior intimation on phone or email shall have to be taken by the
bidder so as to arrange entry to NRB, BARC, Tarapur.

All the above documents will form part of Agreement after award of work to the successful
bidder.

Page 2 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

Initial Eligibility Criteria:

3. The bidder should have the following:

(a) Registration in Appropriate Class of bidders, if any.


(b) Bank Solvency Certificate of a Scheduled Bank for a minimum of Rs. 69,60,000/-and
should not be older than one year from the date of opening of tender.
(c) Average Annual Financial Turnover should be at least Rs. 87,00,000/- during the
immediate last three consecutive financial years ending 31st March 2024 This should
be duly audited by a registered Chartered Accountant (Scan copy of certificate from
Chartered Accountant to be uploaded).Year in which no turnover is shown, would also
be considered for working out the average.
(d) Should not have incurred any loss in more than two years during last five years ending
31st March 2024. This should be duly certified and audited by registered Chartered
Accountant.
(e) Carried out similar works during last 7 years.
(f) The bidder should own constructions equipment as per list required for the proper and
timely execution of the work. Else, he should certify that he would be able to manage
the equipment by hiring etc. and submit the list of firms from whom he proposes to hire.
(g) The bidder should have sufficient number of Technical and Administrative employees
for the proper execution of the contract.
(h) Copy of valid GST Registration Certificate.
(i) Copy of Permanent Account Number (PAN) Card.
(j) PF Registration Number.
(k) TDS Certificate/GST Certificate for proof of value of work executed for various clients.
(l) Bidder shall furnish a declaration that he has not been debarred from tendering by any
Govt. Department /Public Sector Enterprise in last 7 years. In case the bidder is
debarred, they should declare the details of debarment and submit copy of the order of
debarment. The competent authority will decide on qualification of the bidder based on
the merits of the case.
(m) Experience of having successfully and satisfactorily completed similar works in all
respect (based on certification of by client of the works) during last Seven (07) years
ending the previous day of last date of submission of tender. Works in Joint Ventures
shall not be considered.
(n) The bidder should be “Class-I Local Supplier” as defined in Public Procurement
(Preference to Make in India), Order-2017, Order No. “P-45021/2/2017-B.E. –II,
Revision, dated 16/09/2020 and as amended from time to time.

4. The bidder should have satisfactorily completed (based on certification of performance by


client of the works)
i) 3 (Three) similar works, each of value not less than 40% of the estimated cost
Rs.69,60,000/-, or
ii) 2 (Two) similar works, each of value not less than 60% of the estimated cost, or
Rs. 1,04,40,000/-, or
iii) 1 (One) similar work of value not less than 80% of estimated cost Rs.1,39,20,000/-.

during the last 7 (Seven) years ending on the previous day of last date of submission of
tender and if the eligible similar works are not carried out in Central Government Department
/ State Government Department / Public Sector Undertaking of Central or State
Governments / Central Autonomous Bodies, TDS or GST certificates should be produced by
bidder for the same.

Page 3 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

5. For the purpose, ‘cost of work’ shall mean gross value of the completed work including the
cost of materials supplied by the Govt./ Client, but excluding those supplied free of cost.
For the purpose of this clause, ‘Similar Work’ means “Structural Repair of
buildings/structures’’ The similar works should be a work executed in India. The
value of joint venture work is not acceptable.
6. The value of executed works shall be brought to the current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of completion
to the last date of submission of bid.
7. The bidding capacity of the bidder applicable should be equal to or more than the estimated
cost of the work put to tender. The bidding capacity shall be worked out the following
formula:
Bidding Capacity = [ A x N x 2 ]- B

Where,

A = Maximum turnover in works executed in any one year during last five years taking into
account the completed as well as works in progress. The value of completed works
shall be bought to current costing level by enhancing at a simple rate of 7% per
annum.

N = Number of years prescribed for completion of work for which bids have been invited.

B= Value of existing commitments and on-going works to be completed during the period of
completion of work for which bids have been invited.

8. Even though any bidder may satisfy the above requirements, he would be liable to
disqualification, if:
i. bidder has made misleading or false representation or deliberately suppressed the
information in the forms, statements and enclosures required in the eligibility criteria
document,
ii. bidder has record of poor performance such as abandoning work, not properly
completing the contract or financial failures/weaknesses etc.
iii. bidder has involved in any malpractices or fraudulent activities with the purpose of
getting an unfair advantage.
iv. If any adverse input received against bidder from DAE Security.

9. Bidder should be a registered firm/company in India. Joint ventures and/or Consortiums are
not acceptable.

Conditions:

10. After opening of Part ’A’ of tender Competent Authority may constitute an inspection team
which may visit selected work sites of ongoing / completed works of the bidders to evaluate
the capability of the bidders based on the following:-
a) Financial capability and their turnover during the last 5 years.
b) Technical capabilities of the company in the light of subject work.
c) Nature of works executed by the bidder during last 7 years.
d) Organizational structure of the company.
e) Necessary Resource required by company to carry out the subject work.
f) Time & quality consciousness.
g) Tendency of the company with regard to making extraneous claims and disputes.
h) Site planning ability.
i) Tendency of the company to award the work on back to back / subletting.
Page 4 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

j) Nature of debarment of the bidder (if any) by any government department/public sector
enterprises.

Evaluation of documents related to eligibility criteria: This will be done in line with
Annexure-1 of Appendix-20 of CPWD Works Manual 2014 before opening the financial bid
based on eligibility criteria referred in NIT.

Financial evaluation of bids: The date of opening of Financial Bid shall be conveyed to the
bidders whose Part-A (Documents related to eligibility criteria) is found satisfactory to the
department and Part-B (Financial Bid) of such bidders only shall be opened.

The estimated cost of work indicated is only approximate and the contractor shall workout
the rates in detail.

11. The applicant should also produce an affidavit along with the bid in the following format on
Rs.100 stamp paper attested by a Public Notary:

“I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. We confirm that the company is not
under liquidation. Further we have understood that, if such a violation comes to the notice
of Department, then I/We may be debarred for tendering in NRB, BARC Contracts in
future.”
ALSO
“I have read the clause in Annexure-I regarding restrictions on procurement from a bidder
of a country which shares a land border with India and on sub-contracting to contractors
from such countries; I certify that this bidder is not from such a country or, if from such a
country, has been registered with the Competent Authority and will not sub-contract any
work to a contractor from such countries unless such contractor is registered with the
Competent Authority. I hereby certify that this bidder fulfils all requirements in this regard
and is eligible to be considered." (Where applicable, evidence of valid registration by the
Competent Authority shall be attached.)

12. No modifications in the tender shall be allowed after opening Part ‘A’.

13. Tenders with any condition including conditional rebate shall be rejected. However, tenders
with unconditional rebate will be accepted.

14. If any information furnished by the applicant is found to be incorrect, they shall be liable to
be debarred from tendering/ taking up works in BARC in future and the Government shall
without prejudice to any right or remedy, be at liberty to forfeit the Earnest Money
absolutely. Further, if such a violation comes to the notice of Department before start of the
work, the Engineer-in-charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.

15. The time allowed for carrying out the work will be reckoned from the 15th day from the date
of issue of work order or actual date of start of work whichever is earlier.

16. Tender shall be kept valid for 180(One Hundred Eighty) days from the Last date of
closing of online submission of tenders. If any bidder withdraws his tender within the validity
period and before award of work whichever is earlier or makes any modifications in the
terms and conditions of the tender which are not acceptable to the department, then the
Government shall without prejudice to any right or remedy, be at liberty to forfeit 50% (Fifty
Percent) of the Earnest Money absolutely. Further, the bidder shall not be allowed to
participate in the re-tendering process of the work.

Page 5 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

17. In case the last date opening of tender is declared as holiday, the date shall be treated as
postponed to the next working day, correspondingly.

18. The prospective bidder should upload scanned copy of the EMD documents such as
FDR/DD/BC/BG as described in 1(iv). The originals of EMD documents and affidavit as
described in Clause 11 shall be submitted at the office of Engineer-In-Charge, Estate
Maintenance Cell, BARC Staff Colony, Tarapur, Post - TAPP, Boisar Taluka & District –
Palghar, Pin no. 401504before opening of Part-A failing to which the tender will be rejected.

19. The Security Deposit at 2.5% of gross amount of the bill shall be deducted from each
running bill as well as final bill of the contractor till the sum deducted will amount to Security
Deposit of 2.5% of the tendered value of the work.

The Security Deposit will also be accepted in the form of Demand Draft/Banker’s Cheque
from Scheduled Bank. Fixed Deposit Receipt of a Scheduled Bank will also be accepted.

20. In addition, the contractor shall be required to deposit an amount equal to 5% of the
tendered value of the contract as performance guarantee in the form of Demand Draft /
Fixed Deposit Receipt / Bank Guarantee / Banker’s Cheque from Scheduled bank to be
submitted within 15 days from the date of issue of work order or before commencement of
work whichever is earlier.

21. If the successful bidder, fails to furnish the prescribed performance guarantee within 15
days (and subject to grace period mentioned in Schedule F) from the date of issue of work
order or before commencement of work, whichever is earlier, the department (BARC) shall
without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money
absolutely without any notice.

22. The acceptance of tender shall rest with department which does not bind itself to accept the
lowest tender and reserves to itself the authority to reject or all of the tenders received,
without assigning any reason. All tenders in which any of the prescribed conditions are not
fulfilled or incomplete in any respect are liable to be rejected.

23. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by
the bidders who resort to canvassing will be liable for rejection.

24. The department reserves the right to accept the whole or only part of the tender and the
bidder shall be bound to perform the same at the rates quoted.

25.
i. Quoted rates shall be inclusive of GST and shall be payable by the bidder and NRB,
BARC will not entertain any claim whatsoever in this respect. The bidder should be
registered under Goods & Service Tax (GST) and GST as applicable as per extant
order on the work shall be paid by the contractor to concerned tax authorities.
ii. Labour welfare cess, if applicable, shall be recovered from each bill paid to the
contractor.
iii. Income tax, GST TDS and any other tax as applicable shall be deducted from each bill
paid to the contractor.
iv. All the workers are to be paid applicable minimum wages.
v. The bidder should be registered under EPF and ESIC. The contractor shall pay EPF
and ESIC of contract workers to concerned Agencies. EPF and ESIC (employer’s

Page 6 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

contribution in both) shall be reimbursed by the Department after satisfying that it has
been actually and genuinely paid by the contractor. The bidder should not consider EPF
and ESIC in his rates.

26. The successful bidder whose tender is accepted will be required to obtain Police
Verification Certificate (PVC) issued by Police Department at his own cost for all his
workmen i.e. Engineers, Supervisors and Labourer’s to work inside BARC
In case of receipt of any adverse character and antecedent remarks / notification against
the Contractor/ Company / firm / proprietor and / or his contract personnel, consequent to
the security vetting, BARC reserves absolute right to terminate the contract forthwith
without assigning reason/ show cause notice. Under the circumstance the Contractor will
have no right to claim good any losses / liability that may be incurred as consequence to
the above action initiated by BARC. BARC also reserves the right to forfeit in part/full
performance security and/ or security deposit in possession of the Government for failure
on the part of the contractor to abide / adhere to the Security instruction issued by DAE /
BARC from time to time.

Instructions:

27. The bidder should be registered with https://eprocure.gov.in/eprocure/app Those bidders


not registered on the website mentioned above, are required to get registered. If needed,
they can be imparted training for online bidding process as per details available on the
website.

28. Tenders will be received online up to time & date as mentioned above. Part A will be
opened on the time & date as mentioned above. After opening of Part A, for evaluation, the
bidder’s ongoing / completed work sites & offices may be visited. The documents related to
eligibility criteria will be evaluated and accordingly bidders will be qualified. Qualified bids
shall then be opened at notified date and time. Date of opening of Part ‘B’ (Financial Bid)
will be intimated to all bidders by email.

29. The bidder can login and see the status of Bids after opening.

30. Bidder must ensure to quote rate of each item. The Financial bid is provided as
BoQ_XXXX.xls along with this tender document at https://eprocure.gov.in/eprocure/app.
Bidders are advised to download this BoQ_XXXX.xls as it is and quote their rates in the
permitted (unprotected) cells which appears in different colour and other details (such as
name of the bidder). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the filename.
Bidder shall not tamper / modify downloaded price bid template in any manner. If any
cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0”
(ZERO).

31. List of Documents to be scanned from original & uploaded within the period of bid
submission by bidder:
i. Financial Turn Over certified by CA (with UDIN preferably).
ii. Profit & Loss statement for preceding 5 financial years ending March 2024 - certified by
CA (with UDIN preferably).
iii. Latest Bank Solvency Certificate.
iv. List of Construction Plants and Machinery/ equipment required for the execution of the
work

Page 7 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

Page 8 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

Annexure-I to NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13 /01/2025

I. Any bidder from a country which shares a land border with India will be eligible to bid in this
tender only if the bidder is registered with the Competent Authority.

II. “Bidder” (including the term ‘tenderer’, ‘consultant, or ‘service provider’ in certain contexts)
means any person or firm or company, including any member of a consortium or joint venture
(that is an association of several persons, or firms or companies), every artificial juridical
person not falling in any of the descriptions of bidders stated hereinbefore, including any
agency branch or office controlled by such person, participating in a procurement process.

III. “Bidder from a country which shares a land border with India” for the purpose of this order
means:-
a. An entity incorporated, established or registered in such a country; or
b. A subsidiary of an entity incorporated, established or registered in such a country; or
c. An entity substantially controlled through entities incorporated, established or registered
in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint venture falls
under any of the above.

IV. The beneficial owner for the purpose of (iii) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person,
has a controlling ownership interest or who exercises control through other means.
Explanation:
a. “Controlling ownership interest” means ownership of or entitlement to more than twenty-
five per cent. of shares or capital or profits of the company.
b. “Control” shall include the right to appoint majority of the directors or to control the
management or policy decisions including by virtue of their shareholding or management
rights or shareholders agreements or voting agreements

2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
acting alone or together, or through one or more juridical person, has ownership of
entitlement to more than fifteen percent of capital or profits of the partnership

3. In case of an unincorporated association or body of individuals, the beneficial owner is


the natural person(s), who, whether acting alone or together, or through one or more
juridical person, has ownership of or entitlement to more than fifteen percent of the property
or capital or profits of such association or body of individuals

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner
is the relevant natural person who holds the position of senior managing official

5. In case of trust, the identification of beneficial owner(s) shall include identification of the
author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the
trust and any other natural person exercising ultimate effective control over the trust
through a chain of control or ownership.

V. An Agent is a person employed to do any act for another, or to represent another in dealings
with third person.

VI. The successful bidder shall not be allowed to sub-contract works to any contractor from a
country which shares a land border with India unless such contractor is registered with the
Competent Authority.

Page 9 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

Annexure-II to NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/ 01 Dt. 13 /01/2025

TO WHOMSOEVER IT MAY CONCERN

Undertaking pursuant to Section 206 AB of the Income Tax Act 1961


Declaration confirming filling of Income Tax Return from immediate two preceding years.

I, _______________ [Name], in the capacity of Individual/ Proprietor/ Partner/ Director/


Authorized signatory of ------------------------- [Entity Name] with PAN _____, do hereby
make the following declaration as required under the relevant provision of the Income Act
,1961 (hereinafter referred as ‘the Act’):
1. That I/We am/are authorized to make this declaration in the capacity as Individual /
Proprietor/ Partner/ Director.
2. I/We hereby declare and confirm that I/We do not fall under the definition of ‘specified
person’ as provided in section 206AB of the IT Act.
3. I/We have duly filed return of income for FY ------ & FY ------- within due date as per
Section 139(1) of the Income-tax Act, 1961 – Yes / No (Strike out whichever is not ap-
plicable).
4. IF return has been filed the details are as follows:

I/We, __________________ having PAN_____________, hereby confirm that the provision of


Section 206 AB is not applicable in my/our case as I/We am/are regular in filling of Income Tax
Return. The details (along with proof of documents) of acknowledgement numbers and date of
filling of Income Tax Return for last two financial years are furnished below:

S. No. Financial Year / (Assessment Date of ITR


Year) Filing Acknowledgement
Income Tax Number
Return

1 -------------- / (-----------)

2 -------------- / (------------)

5. I/We hereby take responsibility for any loss/liability fully including any Tax, interest, pe-
nalty, etc. that may arise due to incorrect reporting of above information.

All the aforesaid representations are true and correct, and we/I agree to furnish any evidence
required at any time in support thereof.

On behalf of
<< Name of the authorised signatory>>
<< Designation>>
Name of the Entity:

Seal :

Date :

Page 10 of 11
NIT No.: BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

Annexure-III

Undertaking for the provisions of Public Procurement (Preference to Make in


India), Order-2017, Order No. P-45021/2/2017-B.E. –II, Revision, dated
16/09/2020 and as amended from time to time.

NIT No. : BARC(T)/NRB/GSO/EMC(C)/CMT-205/2025/01 Dt. 13/01/2025

NAME OF WORK: “Structural Repair and Rehabilitation of FF G-Block Building and other
areas in BARC, Tarapur."

In reference to above mentioned Tender reference, I/we M/s……………………………………………….


(Supplier Name) hereby certify that the products/ Services offered -----------------------------------
------(Name of the Work) meet the requirement of the minimum local content as prescribed for
“Class -1 Local Supplier” as mentioned in DPIIT order of Public Procurement (Preference to Make in
India), Order-2017, Order No. “P-45021/2/2017-B.E. –II, Revision, dated 16/09/2020 and as amended
from time to time.

We hereby confirm that the Local content for above mentioned work is……………. % of total value of
Work order.

Seal and Signature of Authorised Signatory.

Note: In case Procurement cost exceeds Rs. 10 Crore, this Percentage of Local content shall be certified
statutory auditor/ cost auditor of company/ practicing cost accountant /practicing chartered
accountant as defined in the above order.

Page 11 of 11

You might also like