Upload
others
View
5
Download
0
Embed Size (px)
Citation preview
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 1 of 12 General Manager/TS-II
NLC INDIA LIMITED
(Formerly Neyveli Lignite Corporation Limited/ नेयवेऱी लऱग्नाइट काऩोरेशन लऱलिटेड)
(भारत सरकार का “नवरत्न” उद्यि) / (A ‘Navratna’ Government of India Enterprise)
एकक प्रधान का कायााऱय/ ताऩ ववद्युत ्गहृ –II/Office of the General Manager /Thermal Power Station-II, नेयवेऱी-607807
फ़ै क्स / Fax:+91-4142-252688/ पोन/ Phone:04142 -252611 Extn 537 , ई-िेऱ /email: [email protected]
CIN: L93090TN1956GOI003507
---------------------------------------------------------------------------------------------------------------------------
(CONTRACT SECTION) PRESS TENDER NOTICE (TWO COVER SYSTEM)
Dt.25.05.2018
Sealed Tender in English is invited by NLC India Ltd., Neyveli, for the work given below, followed by
Reverse Auction (applicable). Details of Reverse Auction are available in the Instructions to Bidders.
1 Tender Number & date : TS-II/Cont/EM/PTE/2059/2018, Dt-25.05.2018
2 Name of Work : Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries.
3 Cost of Tender Document : Rs.3600.00
4 EMD : Rs.45000.00
5 Period of Contract : 365 days from date of LOA.
6 Sale of Tender Documents : From 25.05.2018 to 14.06.2018 up to 16:00 Hrs (IST)
7 Pre-Bid Conference : (Not applicable for this tender)
8 Last date of receipt of Bids : 15.06.2018 up to 14:30 Hrs (IST)
9 Date of opening of Bids : 15.06.2018 at 15:00 Hrs (IST)
10 Approximate value of work : -
PRE-QUALIFICATION REQUIREMENTS
The bidder should satisfy the following pre qualification requirements:
1 Should have executed directly the Major Overhaul of Turbo-Generator of capacity 200 MW or higher for a minimum value of Rs.7,12,000/-in a single agreement.
2. The above works mentioned in para (1) should have been completed in the name of the bidder to any Government or Quasi-Government or Public Sector Undertaking or Public Limited Company, within last Seven Years as on the original scheduled date of tender opening.
Note: The following documents or relevant documentary evidences so as to meet the above stipulated PQR conditions (1) are to be furnished along with the Cover-II without fail. Otherwise the offer is liable for rejection.
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 2 of 12 General Manager/TS-II
i. Copy of Work order or LOA or Agreement. ii. Copy of work completion certificate mentioning name of work, agreement ref, period of work
and value of work done.
3. The other conditions of PQR: a) The bidder should have independent Provident fund code number allotted in favor of his
establishment under EPF & Misc Provision Act 1952. The PF code Number so allotted shall be furnished with documentary proof along with tender document.
b) The bidder should have registered (its establishment) under ESI Act 1948 and have the Employer’s code allotted in favor of his establishment. The ESI code number so allotted shall be furnished along with the tender documents.
c) 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 1970 issued by the bidder to that effect, The bidder has to furnish a certificate of undertaking to that effect, along with the tender document
d) The bidder shall also possess a valid certificate of registration under GST Act/Rules and furnish a copy of the same in the bid if the aggregate value of the turnover (supply of goods or services or both) Rs. 20 Lakhs / Rs. 10 Lakhs ( in the specified category of states) in any financial year (the present threshold limit for levy of GST). He should have discharged his liability, under the GST Act/Rules to the effect of which a certificate of undertaking is to be furnished along with the Bid. In case the above value does not exceed Rs. 20 lakhs / Rs. 10 Lakhs, as the case may be, a self-declaration to this effect shall be furnished.
e) The bidder should have obtained Permanent Account Number (PAN) under Income Tax Act and it is mandatory for the contractor to provide a copy of PAN and the self-attested printout of the on line 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. NOTE: Bidders shall furnish all the required or relevant documentary evidences for the above
the other PQR conditions 3 (a) to 3 (e) in Cover-II. Otherwise the offer is liable for rejection.
4. Special Note and Information Regarding Tender
4.1 The tender documents (non-transferable) can be had from the General Manager/TPS-II, 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/ Finance, NLC India Limited, payable at Neyveli or NEFT/ RTGS mode to NLC’s
Account No:00000010895129168 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.
4.2 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.
4.3 Issuance of Tender Documents does not mean that the offer of such bidders would be
automatically considered.
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 3 of 12 General Manager/TS-II
INSTRUCTIONS TO BIDDERS
TENDER DOCUMENTS:
1.1 The Tender Documents may be obtained from the Office of the General Manager/ TPS-II 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 Rs.80.00 (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 Guarantees in respect of EMD/ Security Deposit/ CPG etc. issued by the Bank on
behalf of Bidder/Contractor/ Supplier in favor of “NLC INDIA LIMITED” shall be issued
under the “Structured Financial Messaging System” mode only. Any Bank Guarantees
submitted in physical mode, which cannot be verifiable through SFMS will be rejected
summarily. The details of beneficiary for issue of BG under SFMS platform is furnished
below:
Name NLC India Limited
Unit/Area/Division Thermal Power Station-II/Contracts
Beneficiary Bank, Branch & Address State Bank of India, Block-2, Neyveli-607801.
IFSC Code SBIN 0000958
3.3 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.
3.4 No interest shall be paid on the EMD submitted by bidders.
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 4 of 12 General Manager/TS-II
3.5 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.
3.6 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
part 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 part 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 II) is STATE BANK OF INDIA, NEYVELI (MAIN)
- BLOCK-2, BRANCH CODE: 00958, IFSC CODE: SBIN0000958, ACCOUNT NUMBER:
00000010895129168
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 NSIC/MSME Firms:
6.1 The firms registered with NSIC / covered under MSMED Act 2006/ MSME are exempted from
furnishing bid guarantee and cost of tender documents provided such Micro and small scale
units are registered under single point registration scheme of NSIC /covered under MSMED
Act 2006/MSME with anyone of the following agencies and provide the Certificate of
registration indicating the details of the particular tendered item along with their bid:
a. District Industries centre (DIC). b.Khadi and Village Industries Commission (KVIC) c. Khadi and Village Industries Board d.Coir Board. e.National Small Industries Corporation (NSIC). f. Directorate of Handicraft and Handloom. g. Any other body specified by Ministry of MSME.
6.1.1 Medium Enterprises are not eligible for this exemption.
6.2 The registration certificate should be valid on the date set for tender opening.
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 5 of 12 General Manager/TS-II
6.3 The firms who have applied for Registration or renewal of Registration with any of the above
agencies, but have not obtained the valid certificate on the date set for Tender opening are
not eligible for exemption/ preference.
6.4 Copy of the certificate duly attested by any Notary Public (or) Gazetted Officer (or) practicing
Chartered Accountant with seal and date shall only be accepted. Otherwise, it is liable for
rejection.
6.5 The product range or services mentioned in the certificate should be the same or similar to
the tender requirement.
6.6 However, if the firm with valid NSIC/MSME certificate happens to be a successful tenderer,
the EMD amount mentioned in the tender enquiry is to be submitted in the form of DD/
Banker’s cheque/ Pay Order/ NEFT/ RTGS towards the initial security deposit before issue of
the Letter of Award (LOA) within 15 days from the date of intimation. Otherwise NLCIL’s
earlier communication is liable for cancellation and non-issue of LOA.
6.7 If the quarters address under NLC India control is indicated as “Communication address” in
the NSIC/MSME certificate furnished by the Bidder, it will be accepted. But if the NLCIL
allotted quarters is mentioned as “Factory address”, the NSIC/MSME certificate will be
rejected.
7.0 INTEGRITY PACT (Not applicable)
An integrity pact as per the prescribed format, has to be executed by the bidder.
8.0 TENDER SUBMISSION:
8.1 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 super
scribed 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 super scribed as Cover-II.
Then these two covers shall be again put in a single cover duly sealed and super scribed on
top of the cover with “Tender No, Name of work, Opening Date & Time” and addressed to
Contracts Division/ TPS-II, NLC India Ltd, Neyveli– 607807 may be deposited in the Tender
Box placed in the Contracts Division.
8.2 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.
8.3 Each page of the tender document should be signed by the bidder as a token of acceptance
to tender conditions mentioned therein and enclosed in Cover-II.
8.4 If the quoted price part of the tender, which should have been included in Part II is found in
Part - I, the bidder will be disqualified.
8.5 All the information in the Tender shall be in English language. 8.6 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.
8.7 Corrections :
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 6 of 12 General Manager/TS-II
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.
8.8 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.
8.9 Tenders received in the form of Fax, Email, telex etc will not be accepted.
9.0 TENDER OPENING:
9.1 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.
9.2 The sealed quotations will be opened in the Contracts Division/TPS-II/ 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.
9.3 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.
10.0 PQ Documents:
10.1 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/ part completion certificate with required PQ value or finalisation
order must be enclosed.
10.2 The performance certificates and other documents related to pre- qualification furnished by
the bidder along with the bid are liable for verification for authenticity.
10.3 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.
10.4 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.
11.0 DELAY:
11.1 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.
12.0 PARTNERSHIP FIRMS:
12.1 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,
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 7 of 12 General Manager/TS-II
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.
12.2 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.
12.3 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.
12.3.1 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.
12.4 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.
13.0 PRE BID CONFERENCE (NOT APPLICABLE FOR THIS TENDER) :
13.1 The bidders can attend the Pre-bid conference on the date mentioned in the office of The
General Manager, Thermal Power Station- II, NLC India Ltd, Neyveli, Tamilnadu-607807.
13.2 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.
13.3 Bidders have to make their own arrangements to attend the Pre-bid conference.
14.0 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 Integrity Pact (as per norm) 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.
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 8 of 12 General Manager/TS-II
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.”
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.
- In case of MSME/NSIC bidders for whom exemption from payment of EMD is applicable, the
default MSME/NSIC bidder will be asked to remit EMD amount stipulated in the tender or
Rs. One Lakh, whichever is lower. If the bidder fails to remit the amount, they will be either
debarred or banned for a specific period as deemed fit.
- 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.
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 9 of 12 General Manager/TS-II
15.0 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
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 Rs.5,000/- lower
than the lowest quoted bid.
ii. Bid Decrement shall be Rs.5,000/- and its multiples from the Opening Price.
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 10 of 12 General Manager/TS-II
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.
7. Transaction fee:
The Transaction fee @ 0.05% of estimate value subject to minimum of Rs.1000/- &
Maximum Rs.15,000/- plus Service Tax 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:
Shri A Rajamanickam,
RM
044 25251910 (D),
25219004,25231584,9884114557 [email protected]
Smt. E Babitha Rani,
Chief Manager 9444976359
Shri S K Rajendran,
Asst Manager
8884600700 [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.
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 11 of 12 General Manager/TS-II
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
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.
16.0 Others :
Any Clarifications on the above tender can be had from
The Contracts Division, Thermal Power Station-II, NLC India Ltd.,
Neyveli- 607 807, Cuddalore District, Tamil Nadu.
Fax No: 04142-252688 Phone No: 04142 –252611 Email: [email protected]
17.0 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 increase or decrease the quantum of work to suit the site requirements and
Name of work: Major Overhaul of Unit 5 BHEL make 210 MW Turbo -Generator and its auxiliaries. Tendor No.&Dt: TN 2059/2018 Dt.25.05.2018
Signature of the Contractor Page 12 of 12 General Manager/TS-II
exigencies and the Contractor shall execute the work on the same terms and conditions and
rate throughout the contract period.
18.0 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.
19.0 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.
20.0 NLC India Limited shall not entertain any claim on account of preparation of tenders.
*******
Dy.General Manager/Contracts.
(द्वितीय ताप विद्यतु ्गहृ) Thermal Power Station-II
Enclosure: 1. Notice Inviting Tender 2. Letter of Undertaking with checklist 3. Scope of Work 4. Special Conditions 5. General Conditions 6. E-payment format 7. Declaration by the Contractor 8. Details of the Contractor 9. Annexure-A 10. Bid Guarantee Format 11. Tender Schedule