NLC INDIA LIMITED: NEYVELI. (Formerly Neyveli Lignite corporation Ltd., Neyveli) LAND ACQUISITION - R&R DEPARTMENT, NEYVELI-7. DETAILED NOTICE INVITING BID (NIB) (ONLINE TENDER) DT. 31.10.2018 TENDER NOTICE (Two Cover System) (SHORT TERM WORK) 1.0 INVITATION Online bids are invited by the Dy.General Manager/LA-R&R, NLC India Limited, Neyveli-7, for the work mentioned in the "Tender Details" given below. The bidders are requested to login to NLCIL e-contracts site (https://econts.nlcindia.com) for participation in e-tender 2.0 TENDER DETAILS NLCIL TENDER No. DGM/LA-R&R/15 /2018 Name of work Painting and Improvement works to the new LA Office adjacent to MM Complex Approx. value of work Rs 5,51,640/- Period of completion (Three) months MODE OF TENDER e-tendering Online Bid Part-I,Part-II and Reverse auction Date of NIB available to parties to download Tender Fee( Cost of Tender documents) Bid Guarantee Amount Pre Bid Meeting Date & Venue 31.10.2018 from 11.00 IST Rs.1200/- (Non-refundable) E payment mode only(*) Rs. 13000/- (Demand Draft/Bankers Cheque / Pay Order/BG/E payment) (*) Nil Date of Starting of e-tender for submission of Online Bid Last date and time of Remitting Tender fee and Registration (**) Last Date & Time of submission of Online Bid - Part-I & Part-II Date & Time of opening of Part-I (Undertaking and EMD) 31.10.2018 from 11.00 hrs. IST 21.11.2018 at 16.00 hrs. IST 23.11.2018 at 15.00 hrs. IST 23.11.2018 at 15.30 hrs. IST Date & time of opening of Part-II (Price) Date of e-reverse Auction 23.11.2018 at 16.00 hrs. IST To be informed later
(*) NSIC/MSME Exemption is not applicable for this Tender (**) The Bidder can submit the Online Bid only after approval of the registration by the Competent Authority. 3.0. QUALIFYING REQUIREMENTS: 2 i)the bidders should have executed a civil work in any Government (or) quasi Government organisation (or) PSU/PSE/Public Limited Company within the previous 5 years from the original scheduled date of tender opening for a value not less than Rs 2,20,656/- under a single agreement, in the name of the bidder/firm/any of the partners in the case of partnership firm. ii) Documentary evidence in the form of copy of work completion certificate / finalisation order should be uploaded.the work completion certificate shall be for completion of the entire scope of work and not for any portion or part of a work. iii)the bidder should have independent Provident Fund code number allotted in favour of his establishment under EPF and Misc. provisions Act 1952. The PF code number so allotted shall be uploaded with documentary proof. iv)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(P&A) Act 1970 issued by the bidder to that effect. v) The bidder shall also possess a valid certificate of registration under GST Act/Rules and upload a copy of the same in the bid if in any financial year the value of service rendered by them/the value of a contract exceeds Rs.20 lakhs ( the present threshold limit for levy of GST). He should have discharged his liability, under the GST Act/Rules.In case the above value does not exceed Rs.20 lakhs, a self declaration to this effect shall be furnished. vi)the bidder should have obtained Permanent Account Number (PAN) under the Income Tax Act and the copy of the same should be uploaded in the tender. The bidder should also upload Self Attested Print out of the Online IT statements indicating his 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. vii) Bids submitted without proper documentary evidences to substantiate fulfillment of the requirements as specified above are liable for rejection apart from penal actions like forfeiture of EMD/other penalty as per the tender conditions. 4.0 The details of remitting the cost of documents,emd/bid Guarantee and submission of bids shall be as per the INSTRUCTION FOR SUBMISSION OF ONLINE BIDS THROUGH e- TENDER and e-reverse AUCTION(Refer Annexure I) 4.1 Tenders shall be kept valid for 90 days from the date set for Tender opening. 4.2 However if any extension of validity is called for, the Bidder shall extend the same. 5.0 EARNEST MONEY DEPOSIT (EMD) 5.1 The Earnest Money Deposit as given in Tender Details is to be submitted along with the tender. The Earnest Money so deposited shall not bear any interest. Mode of furnishing Earnest Money Deposit: The EMD can be furnished in the form of Demand Draft/Bankers Cheque or Pay Order drawn in favor of NLC India Limited, on any Bank in Neyveli or payable at par by a bank in Neyveli./ remittance into NLC's account through e-payment mode which shall be verified by accounts centre. The remittance details viz UTR number and other details shall be uploaded in the Bid. (NSIC/MSME Exemption is not applicable for this Tender) BANK ACCOUNT DETAILS FOR E-PAYMENT 1) Party Name : NLC India Limited Account Centre/ Mine-I&IA 2) NLC Bank Account No : 00000010895129044 3) Type of Account : Current Account 4) Name of the Bank : State Bank of India 5) Name of the Branch : Block-2, Neyveli 607801
with Address Tamil Nadu 6) Branch Code : 00958 7) IFSC CODE (NEFT/RTGS) : SBIN0000958 8) Telephone No. of the Bank : 04142-255334, 252508 9) Email ID of the Bank : sbi.00958@sbi.co.in 3 The Earnest Money Deposit can also be furnished in the form of an Irrevocable Bank Guarantee from any Nationalized/ Scheduled commercial bank authoirsed by RBI, valid till 23.03.2019, which should be in Rs.80/- stamp paper. The Bank Guarantee if submitted against Earnest Money Deposit shall be subject to verification with the bank which issued it. The BG shall be got extended suitably, whenever required. The Bank guarantee issued by the issuing Bank on behalf of Bidder/Contractor/Supplier in favour of ''Name of Company'' shall be in paper form as well as issued under the ''Structured Financial Messaging System''. The details of beneficiary for issue of BG under SFMS platform is furnished below:- Name of Beneficiary & its details Beneficiary Bank, Branch & Address Name Unit/Area/Division NLC India Limited MINE-I/LA-R&R DEPARTMENT State Bank of India Block-2, Neyveli-607801 IFSC Code SBIN0000958 Any bid submitted along with a bank guarantee in physical mode towards EMD/ Bid guarantee, which cannot be verifiable through SFMS will be rejected summarily, in addition to other penal actions. 5.2 a) The Tenders submitted with the Earnest Money Deposit not in the aforesaid manner shall be summarily rejected. Also, any Tender submitted without the Earnest Money or submitted with part amount or any request to adjust it in any other bills or seeking exemption,shall be summarily rejected, unless otherwise specified. The Bank commission charges will be to the account of the bidder. The qualification of the bidder is subject to the receipt of amount of tender document and EMD stipulated in the tender. b) Central Govt. Department and Govt. funded Educational Research Institutions are exempted from submission of EMD. c) On the scheduled date and time of tender opening, the Part-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 alone will be considered and shortlisted for Part-II opening. The bids conforming all the above are treated as responsive bids and Part-II of the responsive bidders only will be opened. d) Price Bid(Part-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. e) Reverse Auction, if required, will be conducted among the shortlisted bidders with a start price and decremented value. The Reverse auction procedure is detailed separately under the heading "Reverse auction" in tender document. 5.3 Due to Administrative reasons,if the tender could not be opened on the Scheduled date,the revised date of opening will be intimated later to those who have responded. 6.0 OTHERS: 6.1 The Tenders submitted late shall not be accepted and shall be rejected. 6.2 If the date of submission of tender is later declared as a holiday, tender will be opened on the next working day. 6.3 NLC India Limited, reserves the right to reject any or all bids received or cancel the Tender, without assigning any reason.
4 6.4 The quantum of work mentioned in the schedule is only an indication of the probable quantity that may have to be done during currency of this contract. The NLC India Limited reserves the right to 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 through out the period of the contract. 6.5 Work Order/ Agreement copy is not sufficient. Copy of the work completion certificate or finalisation Order with required Pre qualification value must be uploaded. 6.6 Residential accommodation may not be provided by NLC India Limited in lieu of this contract. 6.7 The bidders are requested to visit the place(s) of work and assess the site conditions and other factors, at their own cost, before quoting the rates. 6.8 The bidders are requested to upload the details of PAN, copy of PAN card and E payment details as per tender requirements. 6.9 Forfeiture of Earnest Money Deposit - The Earnest Money Deposit can be encashed if the bidder withdraws his Tender proposals / modifies / changes / alters / impairs/ derogates the Tender proposal on his own after the Part-I cover is opened or within the subsistence of the validity period of offer or fails to accept the Letter of Award issued by NLC India Limited or fails to submit Security Deposit or fails to turn-up and execute contract agreement or fails to commence the work as per LOA. Such bidders will be suspended / banned / blacklisted subject to action as may be deemed fit. Unilateral revision or withdrawal of offer by the bidder as above, shall also result in rejection of bid without notice. If NLC India Limited has any authentic information about the intending bidders having formed a Cartel / submitted Non-earnest Bids, the tender will be cancelled and the Earnest Money Deposit of all the bidders shall be forfeited, besides initiating actions like suspension / banning / blacklisting as may be deemed fit. 6.10 The performance certificates and other documents related to pre-qualification furnished by the bidder along with the bid are liable to verification on authenticity. If any of the above certificates / documents are found to be forged/bogus, the offer will be summarily rejected. In addition, the EMD furnished will be forfeited and the bidder will be liable for blacklisting. 6.11 The Contractor should not sub-contract the work back to back. 6.12 If tender documents are available in NLC India Limited website (www.nlcindia.com)/ Central Public Procurement Portal (http:\\www.eprocure.gov.in/epublish/) for reference. Cost of tender documents should be remitted as only in e-payment mode. 6.13 Bidders are advised to visit the website frequently, for noting the corrigendum, if any, issued subsequently with regard to the above tender. 6.14 If it happens to be a single tender on the scheduled date of tender opening, the same will be opened on the scheduled date and time of opening. 6.15 Copies of the following documents have to be uploaded, if the bidder happens to be a partnership firm/company. (i) If a partnership firm Partnership deed(s) and registration certificate of the firm and reconstitutions, if any. (ii) If a company a) Company registration certificate, b) Memorandum and articles of association and c) Company s authorised subscription and paid up capital 6.16. The offer of any partnership firm which has not furnished the partnership deed and certificate issued by the Registrar of Firms for Firm Registration/reconstitution (as the case may be) and the offer of any company which have not furnished the copies of Articles of Association and Memorandum of Association and certificate of incorporation /certificate of commencement of business (for Public Limited Companies), is liable for rejection. 6.17. In case of partnership firm participating in the tender, PQ/experience obtained by any
5 partner of the firm in his individual capacity, after the formation of the firm will not be accepted as PQ of the firm. 6.18 If the bidder is a partnership firm, the partner on whose pre-qualification, the work was awarded shall not withdraw from partnership till the satisfactory completion of work in case they happened to be the successful bidder. 6.19 If the bidder is a partnership firm and if there is any reconstitution of the partnership during the contract period, the same shall be intimated to NLC India Limited immediately along with copy of reconstitution deed. Otherwise the contract will be liable for termination at the risk & cost of the contractor. 6.20 i) The bidders should desist from forming cartel as the practice is prohibited under Section 3(3) (a) & (d) of the competition Act 2002. ii) NLCI also reserves the right to reject the bids of the firms/entities/companies/individual, as the case may be, who quote in CARTEL and may also blacklist them from competing in NLCI tenders for a period of three years. iii )The name of the newly established firm/entities/ companies/individual which enters into CARTEL formation immediately on getting registered with NLCI as approved Contractor/Supplier, will be summarily deleted from the said approved list. 6.21 Any partnership firm which has not furnished copy of the certificate issued by the Registrar of firm for firm registration/ firm reconstitution /copy of cash receipt or the note issued by Registrar of firms for receipt of documents towards Form-V for firm re-constitution as the case may be, along with the Part-II cover, their offer is liable for rejection. 6.22. Incomplete tenders are liable to be rejected. 6.23. NLC India reserves the right to reject any or all the tenders received or cancel the tender, without assigning any reason. 6.24 Documentary evidence submitted by the Bidder(s) towards qualifying requirement(s) such as copy of work completion certificate or finalization order shall contain the following: i. Name of work ii. Agreement No. iii. Finalised value & Date of completion iv. Name of the bidder with address DY.GENERAL MANAGER/LA-R&R Copy to Unit heads of M-I,M-IA/TA/M-II/TS-I&Expn./TS-II&expn/Chennai office with a request to display in notice board for wide publicity. Copy to Accounts Centre of M-I&IA/TA/M-II/TS-I&Expn./TS-II&expn /Chennai office. Copy to PS/TS to CVO/Vigilance department for kind information please Copy to ADGM/R&R, LA department. Copy to PRO.