13
Page 1 of 13 NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('Navratna' - A Govt. of India Enterprise) ' OFFICE OF THE CHIEF GENERAL MANAGER àÉÖJªÉ àÉcÉ |ɤÉxvÉBÉE BÉEÉ BÉEɪÉÉÇãÉªÉ TPS-1 EXPANSION : NEYVELI-607 807 iÉÉ{É ÉÊ´ÉtÉÖiÉ MÉßc -1 ÉÊ ´ÉºiÉÉ® Ò- 607 807 Phone : 04142-257941 / Fax 04142257944 email: gm.tps1expn @nlcindia.com / Website: nlcindia.com COCONTRACTS DIV. Email: [email protected] : 04142 - 268158 (Extn. 887 / 819 / 909) CIN: .L93090TNTN1956GOI003507 NOTICE INVITING TENDER FOR WORKS Version-II (Web) (PRESS TENDER ENQUIRY) Sealed Tender in English is invited by NLC India Ltd., Neyveli, for the work given below, followed by Reverse Auction (if applicable). Details of Reverse Auction are available in the Instructions to Bidders. 1 Tender Number & date : TPS-IExpn./Cont./2500/Civil/T.No.16/2018-19, Dt.: 09 .07.18 2 Name of Work : Massive tree Plantation in and around TPS I Expn. for the year 2018-19 3 Cost of Tender Document : ` 5,000.00 4 EMD : ` 69,000.00 5 Period of Contract : 455 days from the date of LOA 6 Sale of Tender Documents : From 10.07.2018 to 30.07.2018 7 Pre-Bid Conference : 16.07.2018 at 11:00 hrs. (IST) 8 Last date of receipt of Bids : 31.07.2018 upto 14:30 Hrs (IST) 9 Date of opening of Bids : 31.07.2018 at 15:00 Hrs (IST) 10 Approximate value of work : ` 30,64,910.35 PRE-QUALIFICATION REQUIREMENTS 1) The bidder should have carried out any Civil work/Horticulture works under a single agreement in their name or in the name of the individual partner in the case of a partnership firm in Government / Quasi Government / PSU for a Value of not less than ` 12,25,964/- within the last five years prior to the original scheduled date of tender opening.

NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

  • Upload
    others

  • View
    32

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 1 of 13

NLC INDIA LIMITED

(formerly Neyveli Lignite Corporation Limited)

('Navratna' - A Govt. of India Enterprise)

‘ ’ '

OFFICE OF THE CHIEF GENERAL MANAGER àÉÖJªÉ àÉcÉ |ɤÉxvÉBÉE BÉEÉ BÉEɪÉÉÇãɪÉ

TPS-1 EXPANSION : NEYVELI-607 807 iÉÉ{É ÉÊ´ÉtÉÖiÉ MÉßc -1 ÉÊ ÉºiÉÉ® Ò- 607 807

Phone : 04142-257941 / Fax 04142–257944 email: gm.tps1expn @nlcindia.com / Website: nlcindia.com

COCONTRACTS DIV. Email: [email protected] : 04142 - 268158 (Extn. 887 / 819 / 909) CIN: .L93090TNTN1956GOI003507

NOTICE INVITING TENDER FOR WORKS Version-II (Web)

(PRESS TENDER ENQUIRY)

Sealed Tender in English is invited by NLC India Ltd., Neyveli, for the work given below,

followed by Reverse Auction (if applicable). Details of Reverse Auction are available in the

Instructions to Bidders.

1 Tender Number & date : TPS-IExpn./Cont./2500/Civil/T.No.16/2018-19,

Dt.: 09 .07.18

2 Name of Work : Massive tree Plantation in and around TPS I Expn. for

the year 2018-19

3 Cost of Tender Document : ` 5,000.00

4 EMD : ` 69,000.00

5 Period of Contract : 455 days from the date of LOA

6 Sale of Tender Documents : From 10.07.2018 to 30.07.2018

7 Pre-Bid Conference : 16.07.2018 at 11:00 hrs. (IST)

8 Last date of receipt of Bids : 31.07.2018 upto 14:30 Hrs (IST)

9 Date of opening of Bids : 31.07.2018 at 15:00 Hrs (IST)

10 Approximate value of work : ` 30,64,910.35

PRE-QUALIFICATION REQUIREMENTS

1) The bidder should have carried out any Civil work/Horticulture works under a

single agreement in their name or in the name of the individual partner in the case of a

partnership firm in Government / Quasi Government / PSU for a Value of not less

than ` 12,25,964/- within the last five years prior to the original scheduled date

of tender opening.

Page 2: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 2 of 13

Note :

Documentary evidence in the form of copy of work orders or agreement and

work completion certificates in respect of PQR clause should be enclosed

along with the bid for pre-qualification requirements.

Bids submitted without proper documentary evidence to

substantiate fulfillment of the Pre-Qualifying requirements as specified will

be liable for rejection.

2) The bidder should have registered (its establishment) under ESI Act 1948 and have

the Employer‟s code allotted in favour of his establishment. The ESI code number so

allotted shall be furnished along with the offer in Cover-II.

3) The bidder should have independent Provident fund code number allotted in favour of

his establishment under EPF & Miscellaneous Act. 1952. The PF code number so

allotted shall be furnished with documentary proof along with the offer in Cover-II.

4) The personnel / workmen engaged by the bidder for execution of works in NLCIL

shall be in the rolls of the bidder agency and shall have to be given appointment letter/

Employment card under CL (R & A) Act issued by the bidder to that effect. The

bidder has to furnish a certificate of undertaking to that effect (in the format-

Annexure-A), along with the offer in Cover-II.

5) If the aggregate value of the goods and services rendered by the bidder in a financial

year exceeds Rs. 20 Lakhs, the bidder should possess valid certificate of registration

under the Goods and Service Tax Act/Rules and furnish a copy of the same. In case,

the aggregate value of the goods and services rendered by the bidder does not exceed

Rs.20 Lakhs, a self-declaration to this effect shall be furnished in Cover II (in the

format-Annexure-A)

6) The bidder should have obtained the Permanent Account Number (PAN) under the

Income Tax Act and the bidder shall provide a copy of PAN and the self attested

print-out of the online IT statement indicating Zero Tax liabilities for Four

Consecutive years prior to bidding. NLCIL reserves the right to send the same to

the Income tax Department for verification.

7) Bids submitted without proper documentary evidence to establish the PQR mentioned

above will be liable for rejection.

8) Special Note and Information Regarding Tender

8.1 The tender documents (non-transferable) can be had from the General

Manager /TPS-I Expansion, NLC INDIA Limited, Neyveli-607 807,

Tamil Nadu, India on payment of the Cost of tender document by crossed

Demand Draft/ Banker‟s Cheque/Pay Order drawn in favour of Director/

Page 3: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 3 of 13

Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to

NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India

Limited, Estt. A/c in State Bank of India, Branch: Neyveli Main (IFS Code

No. SBIN0000958). No other mode of payment will be accepted.

8.2 All other terms and conditions such as Scope of work, Technical details,

EMD, Validity of bids and Instruction to bidders etc., are contained in the

Tender Document.

8.3 Issuance of Tender Documents does not mean that the offer of such bidders

would be automatically considered.

Chief General Manager/ TPS-I Expansion

Page 4: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 4 of 13

INSTRUCTIONS TO BIDDERS

1.0 TENDER DOCUMENTS:

1.1 The Tender Documents may be obtained from the Office of the Chief General Manager/ TPS-

I Expansion on remittance of crossed Demand Draft/Banker‟s Cheque/Pay Order payable to

Director/Finance, NLC India Ltd, Neyveli or NEFT/RTGS. The Tender documents shall not

be transferable.

1.2 The tender documents can also be downloaded from NLCIL website www.nlcindia.com or

Central Public Procurement Portal (CPPP) of Government of India, website:

www.eprocure.gov.in. While submitting the tenders, Demand Draft/Banker‟s Cheque/Pay

Order of any Scheduled Commercial bank authorized by RBI, drawn in favour of Director,

Finance, NLC India Ltd, Neyveli, payable at Neyveli or payable at par at Neyveli/

NEFT/RTGS towards the cost of tender document should be enclosed.

1.3 The tenders submitted without cost of Tender document will be summarily rejected.

1.4 The amount remitted towards the cost of tender documents shall not on any account be

refunded under any circumstances.

2.0 BID VALIDITY:

2.1 Tenders shall be kept valid for 90 days from the date set for Tender opening.

3.0 Earnest Money Deposit (EMD):

3.1 The EMD can be in any one of the following forms:

Demand Draft / Banker‟s Cheque /Pay Order /NEFT /RTGS / Bank Guarantee from any

Scheduled Commercial bank authorized by RBI. The Demand Draft shall be drawn in favour

of Director/Finance, NLC India LTD., payable at Neyveli or payable at par at Neyveli. Bank

Guarantee should be executed on a non-judicial stamp paper for a value of `80/- (Eighty only)

as per enclosed format and it shall be valid for 120 days from the date set for tender

opening.

3.2 The Bank Guarantee issued by the bank on behalf of bidder in favour of “NLC India Limited”

shall be in paper form as well as issued under the Structured Financial Management System

(SFMS). The details of beneficiary for issue of BG under SFMS platform is furnished below:

Name of beneficiary & its details Name NLC India Limited

Unit TPS-I Expansion.

Beneficiary bank, branch &

address

State Bank of India

Block-2, Neyveli-607801

IFSC code SBIN0000958

3.3 Any Bank Guarantee submitted in physical mode, including EMD/Bid Guarantee,

which cannot be verifiable through SFMS will be rejected summarily.

Page 5: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 5 of 13

3.4 Bids received without full EMD in the aforesaid manner or in any other manner or

short in amount will be summarily rejected. Deposit against any other contract by the

Corporation or the amount held by the Corporation pending enquires will not be

treated as E.M.D.

3.5 No interest shall be paid on the EMD submitted by bidders.

3.6 EMD of the successful bidder will be adjusted towards the security deposit upon award of the

contract on them. The EMD of the unsuccessful bidders will be returned upon completion of

the tendering process.

3.7 If the bidder withdraws his offer within the validity period or fails to accept the LOA for any

reason whatsoever, then the earnest money deposited by the bidder shall be forfeited, along

with penal action as indicated in General Conditions.

4.0 CORRIGENDUM:

4.1 Amendments /Errata / corrigendum / clarifications, if any issued for the tender shall form

Cover and parcel of the tender document. Amendments /Errata / corrigendum / clarifications

will be posted in NLCIL‟s web site: www.nlcindia.com and Central Public Procurement

Portal (CPPP) of Government of India, website: www.eprocure.gov.in. Bidders are requested

to visit the above websites and note the amendments before submission of offer. Any

ignorance on the Cover of the firms in not seeing the website will not be an excuse.

Amendments/ Errata /corrigendum / clarification will be numbered serially. The bidders are

requested to sign all the Amendments / Errata / Corrigendum / Clarifications issued for the

tender and enclose along with the bid.

5.0 REMITTANCE through NEFT/ RTGS:

5.1 The amount of EMD and the cost of tender document may also be remitted through RTGS/

NEFT and the designated Bank Account (for TPS-I Expansion.) is STATE BANK OF INDIA,

NEYVELI (MAIN) - BLOCK-2, BRANCH CODE: 00958, IFSC CODE: SBIN0000958,

ACCOUNT NUMBER: 10895129599.

5.2 The Bank commission charges will be to the account of the bidder. The net amount

transferred should be equal to the amount indicated.

5.3 The remittance details viz. UTR number shall be clearly indicated by the bidder in their offer

and the qualification of the bidder is subject to receipt of amount of EMD and the cost of

tender document stipulated in the tender.

6.0 TENDER SUBMISSION:

6.1 All the documents pertaining to Cover-I duly filled in & signed in all pages with seal & date

as mentioned in “Instructions to the Bidders” shall be sealed separately and clearly

superscribed as Cover-I. Similarly all the documents pertaining to Cover-II duly filled in &

signed in all pages with seal & date shall be sealed separately and clearly superscribed as

Cover-II. Then these two covers shall be again put in a single cover duly sealed and

superscribed on top of the cover with “Tender No, Name of work, Opening Date & Time” and

Page 6: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 6 of 13

addressed to Contracts Division/ TPS-I Expansion, NLC India Ltd, Neyveli– 607807 may be

deposited in the Tender Box placed in the Contracts Division.

6.2 Supplemental Covers:

Tenderers have to note that no supplemental covers will be entertained. Alternatives or rebate

percentage etc. if any should be spelt out by the tenderers in the first Quotation itself. Offers

contained in supplemental / additional covers shall be summarily rejected.

6.3 Each page of the tender document should be signed by the bidder as a token of acceptance to

and conditions mentioned therein and enclosed in Cover-II.

6.4 If the quoted price Cover of the tender, which should have been included in Cover II is found

in Cover - I, the bidder will be disqualified.

6.5 All the information in the Tender shall be in English language.

6.6 Price shall be quoted for NLC India Limited site of work basis and shall be in the NLCIL

format only. NLCIL reserves the right to reject such bids, which are not in conformity with

the above requirement.

6.7 Corrections :

The offer should be neatly typed/hand written in figures as well as in words. It should be free

from corrections and over-writings, erasing, etc. Erases and other changes shall be duly

authenticated by the person/persons signing the tender documents. If there is any difference

between the rate quoted in words and figures, the rate quoted in words will prevail.

6.8 The bidders are advised to visit the site on any of the working days and assess the nature of

work and other details at their own cost to make themselves fully conversant with the scope of

the work, technical requirements etc prior to submission of bids.

6.9 Tenders received in the form of Fax, Email, telex etc will not be accepted.

7.0 TENDER OPENING:

7.1 The Tenders are to be deposited in the Contracts Division, before the date and time mentioned

in NIT. Any offer received after the time specified for receiving the bids, will not be accepted.

7.2 The sealed quotations will be opened in the Contracts Division/TPS-I Expansion./ NLC India

Ltd., Neyveli in the presence of the tenderers who may attend in person (or) represented by

authorized persons with authorization letter, not exceeding one person from each bidder. If a

tenderer does not attend the tender opening and if any dispute arises over his bid, NLCIL‟s

decision will be binding on the tenderer.

7.3 If the date of submission of Tender is later declared as a holiday, Tender can be submitted

upto the next working day and the Tender box shall be opened on the next working day.

8.0 PQ DOCUMENTS:

8.1 The Tenderers shall submit full credentials / experience, performance certificates of similar

jobs executed. Copy of work order/Agreement alone is not sufficient. Copy of the Work

completion certificate/ Cover completion certificate with required PQ value or finalisation

order must be enclosed.

Page 7: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 7 of 13

8.2 The performance certificates and other documents related to pre- qualification furnished by

the bidder along with the bid are liable for verification for authenticity.

8.3 If any of the above certificates / documents is found to be forged/ bogus, his/ their offer will

be summarily rejected. In addition, the bid guarantee furnished by him/ them will be forfeited

and he/ they will be blacklisted. If on a later date, the certificates are found to be bogus, the

contract will be terminated at the cost and risk of the bidder and the bidder shall be

blacklisted.

8.4 Not withstanding anything stated above, NLCIL reserves the right to assess the bidder‟s

capacity and capability to perform the work, should the circumstances warrant such an

assessment in the overall interest of NLCIL.

9.0 DELAY:

9.1 NLC India Limited shall not be responsible for non-receipt of bids in the Contracts Division

due to postal delay/ loss/ damage in the process of submission of bid nor for any letter/

document sent by post either way.

10.0 PARTNERSHIP FIRMS (if applicable):

10.1 If the tenderer is a partnership firm, the partner on whose pre qualification the work was

awarded, shall not withdraw from the partnership till the completion of the work in case they

happened to be the successful bidder. If there is any reconstitution of the partnership, it is the

responsibility of the firm to intimate the same to NLCIL immediately. Otherwise the contract

will be liable for termination at the risk & cost of the contractor.

10.2 If the work experience is furnished in the name of any of the partner of Partnership Firm, to

satisfy the prescribed pre-qualification requirement in the tender, a declaration/ undertaking

from that partner as “I shall not withdraw from the partnership till the completion of the

work, in case our firm happened to be the successful bidder” is to be enclosed along with the

bid in part II cover.

10.3 In case of partnership firm participating in the tender, experience obtained by any partner of

the firm in his individual capacity, after the formation of the firm will not be accepted towards

the PQ of the firm. However, if the firm is reconstituted, the date of reconstitution of

partnership deed will be considered as date of formation of the firm.

10.3.1 If the PQR clause calls for PQ documents in the name of the bidder only, then Clauses 12.

1 to 12.3 above are not applicable.

10.4 Copies of the following documents have to be enclosed in Cover-II, if the bidder happens to be

a. Proprietorship firm: Self-declaration by the bidder in that respect.

b. Partnership firm: Partnership deed.

c. Public/ Private Limited Company: Memorandum of Association & Articles and

association of the Company.

Page 8: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 8 of 13

11.0 PRE BID CONFERENCE:

11.1 The bidders can attend the Pre-bid conference on the date mentioned in the office of The

General Manager, Thermal Power Station-I Expansion, NLC India Ltd, Neyveli, Tamilnadu-

607807.

11.2 Bidders are requested to attend the Pre-bid conference at their will to ascertain the local

conditions, nature & scope of work before submitting the bid and also to familiarize

themselves with the New tendering process of NLC India Ltd.

11.3 Bidders have to make their own arrangements to attend the Pre-bid conference.

12.0 PROCESSING OF TENDER:

a. Offer should be submitted in Two cover system, which should contain the details as follows:

1. Cover-I:

Cost of Tender Document,

EMD/Bid Guarantee

Letter of undertaking in the enclosed format.

Check list for Compliance of important tender conditions

2. Cover-II:

PQR documents

Techno-commercial Details

Price Schedule, duly filled in and signed.

b. Cost of Tender Documents, EMD/ Bid Guarantee:

The cost of tender document and EMD/ Bid Guarantee shall be remitted. Otherwise, the bid

shall be rejected.

c. Letter of Undertaking: The bidders should submit an undertaking in Cover-I as per the

format enclosed. Offers received without the „Undertaking‟ will be rejected.

d. On the scheduled date and time of Tender opening, the Cover-I will be opened first and the

bidders who satisfy the Cost of Tender documents, EMD/ Bid Guarantee conditions and

submission of letter of undertaking will be considered and shortlisted for Cover-II opening. On

the scheduled date and time of tender opening, Tender opening committee will open the Part-I

cover first ands shall confirm details of payment of cost of Tender document, EMD/ Bid

guarantee as in Notice Inviting Tender, compliance of Letter of Undertaking. The bids

confirming all the above is treated as Responsive bids and Part-II covers of the responsive bids

only will be opened.

e. Cover-II will be opened on the same day. The bidders will be ranked starting from the lowest

offered price and increasing in the ascending order.

f. The Reverse Auction if required will be conducted among the shortlisted bidders with a start

price and decremented value. The Reverse auction procedure is detailed under the heading

“Reverse Auction.”

Page 9: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 9 of 13

g. After completing the reverse auction, the lowest offered bid will be evaluated for PQR &

Techno commercial conditions.

h. If the lowest offered bidder satisfies all QR / Techno-commercial conditions, they will be

considered for order placement.

i. If the lowest offered bidder fails to qualify on QR/ Techno-commercial conditions, the next

lowest bidder(s), in the ascending order of the offered price will be evaluated on QR and

Techno-commercial conditions and order will be decided on the qualified bidder at his offered

rate after reverse auction. This process will be repeated till the works is either awarded or all

the eligible bidders are exhausted.

j. If item wise rate and taxes & duties are called in the tender, the successful bidder should

submit breakup of prices to arrive at their revised basic price and other elements matching the

site cost quoted by them in the Reverse Auction.

k. In case if any of the information/ details/ declaration furnished by the RL1 bidder is not found

to be in order with the tender conditions, the bid shall be rejected and action as mentioned

below will be taken on the bidder.

- In case the RL1 bidder fails to submit requisite documents as per NIT or if any of the

information / declaration furnished by the RL1 bidder is found to be wrong by the Tender

Committee during evaluation of the documents submitted by the bidder, which changes the

eligibility status of the bidder (for the first time), the bidder will be considered as defaulted,

then his bid shall be rejected and EMD of RL1 bidder or Rs. 1 Lakh whichever is lower will

be forfeited.

- If any of the bidders defaulted in two tenders, floated by the same tender inviting Authority,

Unit Head within a span of one year (to be counted with respect to the date of publication of

NIT), his bid shall be rejected and the EMD of the L1 bidder will be forfeited.

13.0 REVERSE AUCTION

1. RULES OF REVERSE BIDDING/AUCTION: From the ranking, the Highest Quoted

Bidder (H1) will be eliminated, subject to ensuring minimum three (3) bidders participation in

the reverse auction i.e H1 will be eliminated if 4 or more bidders participated.

In case, participation is less than or equal to Three (3), all the bidders will be qualified for the

reverse auction. All the short-listed bidders for Reverse Auction shall be intimated about their

eligibility for participation in Reverse Auction.

In case more than one bidder turn out to be H1 bidder (due to same quoted value), all H1

bidders will be eliminated subject to ensuring 3 (three) bidders participation. Due to such H1

bidders elimination, if the available eligible bidders are reduced to less than three, then all will

be included without elimination.

2. Schedule for Reverse Bidding: After confirming EMD/Bid Guarantee and undertaking of

assurance is in order, date and time of start of Reverse Auction shall be intimated to all the

Page 10: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 10 of 13

bidders. Scheduled duration of Reverse Auction shall be normally one hour.

3. Auction extension time: If a valid bid is placed within Five (5) minutes of End Time of the

Reverse auction(RA), then RA duration shall get automatically extended for another Five (5)

minutes from the existing end time. It may be noted that the auto-extension will take place

only if a valid bid comes in those last Five (5) minutes. If a bid does not get accepted as the

lowest bid, the auto-extension will not take place even if that bid might have come in the last

Five (5) minutes. The above process will continue till no bid is received in last Five (5)

minutes, which shall mark the completion of Reverse Auction. However, bidders are advised

not to wait till the last moment to enter their bid to avoid complications related to internet

connectivity, their network problems, system crash down, power failure etc.

4. Bid price: The Bidder has to quote single % of the estimate value or single total Price as

called for in the tender schedule.

5. Post Reverse Bidding Procedure: After reverse auction, bidders would be ranked in

ascending order as. RL-1, RL-2, RL-3, RL-4 and so on with RL-1 being the lowest.

After reverse auction, if item-wise rate and taxes & duties are called in the tender, then the

bidder has to submit the price break-up for all components of their quoted price including

Taxes & Duties such that the summation of quoted price and Taxes & Duties shall be equal to

the lowest quoted Bid Price during reverse auction. Also, the bidder has to furnish the price

break-up in multicurrency as per the ratio quoted in the original price bid.

6. PROCEDURE OF REVERSE AUCTIONING:

All bidders are to submit their Price Bid including Price Schedule along with submission of

Techno -Commercial bid as per the format mentioned in Price Schedule.

A. Price-total value quoting method

i. The „Opening Price‟ i.e. Start Price for RA (Reverse Auction) shall be ` 10,000/- lower

than the lowest quoted bid.

ii. Bid Decrement shall be ` 10,000/- and its multiples from the Opening Price.

iii. “RL1” Bid is the last offered rate i.e. Further no bidders respond within the time limit.

iv. After completion of the online Reverse Auction, the Closing Price (CP) shall be

available for further processing.

B. Percentage(%) quoting method

In case of revealed tenders, where percentage quoting is being obtained, the bid decrement

value for Reverse Auction shall be same as in para A (i & ii) above. After completion of

Reverse Auction the lowest offered rate may be converted/computed to percentage.

Page 11: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 11 of 13

7. Transaction fee:

The Transaction fee @ 0.05% of estimate value subject to minimum of `1,000/- &

Maximum `15,000/- plus GST and other statutory charges to MSTC Limited, will have to be

borne by the bidder.

The Bank details for paying Transaction fee by RTGS/NEFT to MSTC is detailed below:

ACCOUNT NAME: MSTC LIMITED, IFSC CODE: INDB0000007

ACCOUNT NUMBER: 200000598217, BANK: INDUS IND BANK.

ADDRESS: NO. 3; VILLAGE ROAD, NUNGAMBAKKAM, CHENNAI – 34

PH. NO.: 98842-10599 & 99413-19969

After making the transaction fee payment, the transaction details (UTR NO, Remitted Bank,

Amount, Date) along with Auction No. and Vendor Name have to be intimated through

email to MSTC (as mentioned below) for verification and subsequent action:

V.Vasanti, GM-BO 044-25251910(D)

25219004/25231584

[email protected]

J.Damodaran, SM 044-25261005/9841002253 [email protected]

N.Shanmugam, DM 044-25222842/9176397264 [email protected]

A.Rajamanickam,RM,SRO 044-25251910/9666040607 [email protected]

S.K.Rajendran, AM 8884600700 [email protected]

Babitha Rani 9444976359 [email protected]

8. NOTE: The bidders should submit the transaction fee well in advance before the last date of

submission of reverse auction.

9. Bidders may please note that the transaction fee should be deposited by debiting the account

of the bidder only; transaction fee deposited from or by debiting any other party‟s account will

not be accepted. Transaction fee is non-refundable. Cash payments will not be accepted.

10. Bidding in Reverse auction: In all cases, bidder should use their own ID and Password

along with Digital Signature at the time of submission of their bid. It is the responsibility of

the bidder to ensure that they have valid Digital signature for taking part in the Reverse

Auction on the Scheduled Date of Auction.

11. During the entire e-reverse auction process, the bidders will remain completely anonymous to

one another and also to everybody else.

12. The e-auction floor shall remain open from the pre-announced date & time and for as much

duration as mentioned above.

13. All electronic bids submitted during the e-reverse auction process shall be legally binding on

the bidder. Any bid will be considered as the valid bid offered by that bidder and acceptance

Page 12: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 12 of 13

of the same by the Buyer will form a binding contract between Buyer and the Bidder for

execution of work/supply.

14. It is mandatory that all the bids are submitted with digital signature certificate, otherwise the

same will not be accepted by the system.

15. NLCIL/MSTC reserves the right to cancel or reject or accept or withdraw or extend the tender

in full or part as the case may be without assigning any reason thereof.

16. No deviation of the Terms and conditions of the tender document is acceptable. Submission of

bid in the e-reverse auction by any bidder also confirms his acceptance of Terms & conditions

of the tender.

17. The e-reverse auction process shall remain open for bid submission for a pre-declared period

and shall be subject to auto extension of bid closing time by 5 minutes from the last bid time,

if any bid is received in the last 5 minutes.

18. The prevailing / current lowest bid will be displayed on the bidding screen during the course

of e-reverse auction and all subsequent bids shall have to be quoted lower than the prevailing /

current lowest bid.

19. The server time shall be treated as final and binding. Bids recorded in the server before the bid

closing time will only be treated as valid bid. Bidders are, therefore, advised to submit their

bids well before the closing time of e-reverse auction. If any bid reaches the server after the

bid closing time as per server time, the same will not be recorded and no complaint in this

regard shall be entertained.

20. Bidders are advised to exercise caution in quoting their bids in e-reverse auction to avoid any

mistake. Bids once submitted can‟t be recalled.

21. Any order resulting from this bidding process shall be governed by the Terms and conditions

mentioned in the NIT. No deviation to the technical and commercial terms & conditions are

allowed. NLCIL/MSTC reserves the right to cancel this bidding process (e-reverse auction) or

extend the due date of receipt of bid(s) without assigning any reason thereof.

22. It may be noted by the bidders that MSTC Limited is only a service provider for conducting

the online bidding process against this tender and shall not be a party to any contract between

NLCIL and the successful bidder(s) subsequent to the bidding process.

14.0 OTHERS:

The Contracts Division, Room No:15-A,

Thermal Power Station-I Expansion, NLC India Ltd.,

Neyveli- 607 807, Cuddalore District, Tamil Nadu.

Fax No: 04142-257944, Phone No: 04142 –268158 (Extn 887/909/819).

Email: [email protected]

15.0 The quantum of work mentioned in the Schedule is only an indication of the probable quantity

that may have to be done during the currency of the contract. NLCIL reserves the right to

Page 13: NLC INDIA LIMITED · Page 3 of 13 Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLCIL‟s Account No: 10895129599, Beneficiary Name: NLC India Limited, Estt

Page 13 of 13

increase or decrease the quantum of work to suit the site requirements and exigencies and the

Contractor shall execute the work on the same terms and conditions and rate throughout the

contract period.

16.0 NLC India Ltd reserves the right to reject any or all tenders and/or to split up the work and

award to two or more tenderers at its own discretion without assigning any reason. NLCIL also

reserves the right to have parallel contract with one or more contractors at the same, lower or

higher rates.

17.0 The Contractor shall agree to execute the work confirming to the Notice Inviting Tender,

Instructions to Bidders, General Conditions of Contract and Special Conditions of Contract.

18.0 NLC India Limited shall not entertain any claim on account of preparation of tenders.

19.0 The Contractor has to furnish his Bank Account details authenticated by the Bank to NLC

India Limited so as to facilitate himself to avail the payment made through e-payment / RTGS

facility by NLC India Limited. NLC India Limited will not be responsible for non refund of

EMD amount to unsuccessful/ unqualified bidders, if bank details authenticated by the bank

are not provided along with the tender documents. The Format of e-payment is enclosed

along with the enquiry.

*******