GSTIN: 33AACCN3238N1ZD. NOTICE INVITING TENDER (Press Tender Enquiry-Two Cover System with e-reverse auction)

Similar documents
Outsourcing of Hospital Services (i.e Paramedical and Allied Services) for the two medical centres of NTPL Tuticorin CEO/ NTPL/HR /Cont/1055/2017

NOTICE INVITING TENDER (Open Tender Enquiry-New Tendering Process with e-reverse auction)

NOTICE INVITING TENDER (Open Tender Enquiry-New Tendering Process with e-reverse auction)

CEO/NTPL/Turb/PTE/1157R/

NOTICE INVITING TENDER (Press Tender Enquiry-New Tendering Process with e-reverse auction)

GSTIN : 33AACCN3238N1ZD. NOTICE INVITING TENDER (Press Tender Enquiry-Two Cover System with e-reverse auction)

T-032/ Dt: INVITATION: 2. TENDER DETAILS: TPS-I The bidder should. KV or. KV or. Sector (OR) in case

STATION-1, OPEN. will be. received by COST OF TENDER. EMD in Rs. TENDER No. DOCUMENTS FOR OPENING RECEIPT. in Rs up At 14.

Signature of the Contractor Page 1 of 8 General Manager/TS-II

(CONTRACT SECTION) PRESS TENDER NOTICE (TWO COVER SYSTEM) Dt

(CONTRACT SECTION) PRESS TENDER NOTICE (TWO COVER SYSTEM) Dt

NLC India Limited (formerly Neyveli Lignite Corporation Limited)

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

एन.एल.स इ डय ल मट ड NLC India Limited (Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

************* Name of Work: Tree Plantation & Maintenance in NNTPP. Tender Ref.No: NNTPP/Civil/PTE/T.No: 036/2018. Dt:

NLC INDIA LIMITED. and other general Works in Unit MW KWU Design, BHEL make Turbine 3 Cost of Tender Document : Rs. 5,000.00

Signature of the Contractor Page 1 of 8 General Manager/TS-II CIN: L93090TN1956GOI003507

Name of work: Testing and Certification of Lifting Machines, Lifting Tackles and Lifts Tendor No.& Dt: TN 2080/2018 Dt NLC INDIA LIMITED

The bidder should satisfy the following pre qualification requirements:

NOTICE INVITING TENDER FOR WORKS (OPEN TENDER ENQUIRY)

for Yard to JT1 conveyors. 3 Cost of Tender Document : Rs

********* EXPRESS OPEN TENDER ENQUIRY NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM)

BRIEF NOTICE INVITING BID

Tender No 18 / GM / CARD / ENVT / LTE / Dt

NOTICE INVITING TENDER (NIT) OPEN TENDER NOTICE (Two Cover System)

TENDER NOTICE (LTE) Tender value. (in Rs.) ,96,000/- of site under CSR

PRE-QUALIFICATION REQUIREMENTS. The bidder should satisfy the following pre qualification requirements:

NLC INDIA LIMITED: NEYVELI. (Formerly Neyveli Lignite corporation Ltd., Neyveli) LAND ACQUISITION - R&R DEPARTMENT, NEYVELI-7.

NOTICE INVITING TENDER (NIT) LIMITED TENDER NOTICE(Two Cover System) DT

NOTICE INVITING BID T.No:40/2015

NLC INDIA LIMITED: NEYVELI. (Formerly Neyveli Lignite corporation Ltd., Neyveli) LAND ACQUISITION - R&R DEPARTMENT, NEYVELI-7.

NOTICE INVITING BID FOR

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

at 13:30 hrs

TENDER DOCUMENT FOR SELECTION OF NABL ACCREDITED MINERAL TESTING LABORATORY FOR THE ANALYSIS OF DIFFERENT ELEMENTS OF THE BAUXITE AND IRON ORE

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : AMC for Bunkering Stream Equipment in CHP

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt :

(A statutory body of Govt of Kerala)

Work Completion Certificate Sample

Part A TECHNICAL BID (To be returned duly signed on all pages)

NIT No: Civil/IMSc/11/2015

Tender No. COCONTS/00032D/PSCB/MDO/2016, Dt

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Chennai Metro Rail Limited, Chennai ,India.

ICSI HOUSE, C-36, Sector-62, Noida

DATE & TIME OF OPENING OF TENDER HOURS

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

GSFC AGROTECH LIMITED [GATL]

Sale period of bidding document. to AM to 4.00PM

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

WEST BENGAL MINERAL DEVELOPMENT AND TRADING CORPORATION LIMITED (WBMDTCL)

TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR. (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333).

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

Terms & Conditions of e-auction for Sale of Anthracite Breeze

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA

OFFICE OF THE GENERAL MANAGER / CONTRACTS CORPORATE OFFICE, NEYVELI NOTICE INVITING BID INTERNATIONAL COMPETITIVE BIDDING

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

- 1 - WEST BENGAL MINERAL DEVELOPMENT AND TRADING CORPORATION LIMITED (WBMDTCL) (Govt. of West Bengal Undertaking)

Annexure -10 BUSINESS RULES AND TERMS & CONDITIONS OF REVERSE AUCTION

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: PANCHKULA

CRFQ No E - TENDER No. : 16507

PURCHASE ENQUIRY. Shall contain the price bid. This envelope shall be marked PART-B as Price Bid for NIT No. 146/1700E30260 dated (PRICE BID) PART-B:

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

/ :55 P.M :00 A.M.

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMRIDDHI BHAWAN, 1, STRAND ROAD, KOLKATA

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

8. Reverse auction will be conducted on scheduled date & time.

KINFRA Export Promotion Industrial Parks (KEPIP) (A Govt of Kerala undertaking owned by KINFRA)


KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

OFFICE OF THE EXECUTIVE DIRECTOR /TOWNSHIP ADMINISTRATION, NEYVELI LIGNITE CORPORATION LIMITED, NEYVELI

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

THE TERMS AND CONDITIONS OF SALE TO BE UPLOADED ON THE WEBSITE OF THE SECURED CREDITOR

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

Transcription:

A JVbetween NLC India Ltd (Formerly Neyveli Lignite Corporation Ltd) & TANGEDCO and subsidiary of NLC India Ltd) 2*500MW JV Thermal Power Project, Harbour Estate, Tuticorin- 628004 Fax 0461-2352480,Ph: 0461-2352840 E mail: ceo.ntpl@nlcindia.com, candp.ntpl@nlcindia.com. GSTIN: 33AACCN3238N1ZD NOTICE INVITING TENDER (Press Tender Enquiry-Two Cover System with e-reverse auction) DATE : 01-09-2017 Sealed Tenders-One original and Two identical copies under Two Cover system in English is invited by NLC Tamilnadu Power Limited, Tuticorin, for the work as given below in brief 1. Tender Reference : 2. Name of Work : roofing & cladding & Painting of structurals, pipes, Vessels 3. Cost of Tender Document: Rs. 5,000/-(including GST @18%) 4. EMD Amount: Rs.1,52,000/- 5. Period of Contract: 90days from the date of issue of LOA 6. Last date & Time of sale of Tender Documents: 21-09-2017 at 4.00PM 7. Date Time and Venue of Pre Bid Meeting : 11-09-2017 at 11.00 AM at The Office of Chief Executive Officer, NLC Tamilnadu Power Limited, Harbour Estate, TUTICORIN.628 004. The Bidders has to make their own arrangement for attending Pre-Bid meeting 8. Last date for submission of Pre Bid Queries : 08-09-2017 at 5.00 PM 9. Last Date and Time of Receipt of Bids: 22-09-2017 at 2.30 PM 10. Date and Time of Tender Opening: 22-09-2017 at 3.00 PM 11. Date of e-reverse auction: Will be carried out in MSTC Ltd e-portal and the date will be intimated later NTPL/T.No.1396/2017-18 NIT / Page 1 of 10

1. All the information in the Tender shall be in English language. 2. 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. 3. 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. 4. Each page of the tender document (as mentioned in the check list) should be signed by the bidder as a token of acceptance to terms and conditions mentioned therein. 5. The tenders in the form prescribed shall be deposited in the Tender box placed at the Contracts & Purchase Division, Office of the Chief Executive Officer, NLC Tamilnadu Power Limited, Harbour Estate, TUTICORIN.628 004 before the stipulated date & time mentioned therein. 6. NTPL will not be responsible for any delay in receipt of bids by post or by any other means. 7. The tenders received beyond the stipulated date & time will not be considered for further evaluation. 8. EMD amount shall be remitted in the form of Demand Draft/Bank Guarantee/Banker s cheque of any nationalized Bank/Scheduled bank, drawn in favour of NLC Tamilnadu Power Limited on any bank payable at par at Tuticorin. 9. Bids received without full EMD as stipulated are summarily rejected. 10. No interest shall be paid on the EMD submitted by bidders. Deposit against any other contract by NTPL or the amount held by NTPL pending enquires will not be treated as E.M.D. 11. EMD of the successful bidder will be adjusted towards the security deposit upon award of the contract on them. 12. The EMD of the unsuccessful bidders will be returned upon completion of the tendering process. 13. In the event that the successful bidder fails to sign the contract with NTPL within specified Time or withdraws his offer within the validity period or fails to accept the order for any reason whatsoever, then the earnest money deposited by the bidder shall be forfeited. 14. The tender documents can be downloaded from our parent Company, NLC India Ltd web site www.nlcindia.com. 15. While submitting the tender documents, Demand Draft/Banker s Cheque of any Nationalized Bank/scheduled bank, drawn in favour of NLC Tamil Nadu Power Limited payable at Tuticorin. for Rs 5,000/-towards the cost of tender document, which is non returnable, should be enclosed. Cost of Documents can also be transferred to NTPL account through e- payment (NEFT /RTGS). In case of e-payment, the UTR No/Transaction details may be NTPL/T.No.1396/2017-18 NIT / Page 2 of 10

furnished in the tender document.the bank commission charges will be to the account of the bidder 16.The Bid shall be accompanied by Bid Guarantee /EMD for Rs.1,52,000/-in the form of bank guarantee (as per the format given in AnnexureA) valid for 120 days from the scheduled date of opening of the Bid (Part-I) or Demand Draft of equivalent amount drawn in favour of NLC Tamilnadu Power Limited payable at par at TUTICORIN without any exception or through e- payment [NEFT/RTGS]. In case of e-payment, the UTR No/Transaction details may be furnished in the tender document. The bank commission charges will be to the account of the bidder 17. The tender documents downloaded from the web site without Demand Draft/Banker s cheque for Rs. 5,000/- will be summarily rejected. 1. Bank Account Details for e-payment: 2. Party Name : NLC Tamilnadu Power Limited 3. Bank A/C Number:31037748056 4. Type of Account: Current Account 5. Name of the work: : roofing & cladding & Painting of structurals, pipes, Vessels 6. Name of Bank: State Bank of India 7. Name of the Branch : SPIC NAGAR, TUTICORIN 8. IFSC Code (NEFT/RTGS) :SBIN 0003143 18. Firms registered with NSIC/Covered under MSMED Act, 2006/MSME, are exempt from furnishing the EMD, cost of tender documents, provided that such Micro and small scale units are registered under single point registration scheme of the NSIC/Covered under MSMED Act,2006/MSME and the same is valid on the scheduled date of tender opening, and the product range mentioned in the certificate is same or similar to the tender requirement. The NSIC/MSME certificate copies duly attested by a Notary Public or Gazette Officers or Practicing Chartered Accountant with Seal & date, shall only be accepted. 19. NTPL reserves the right to increase or decrease any of the quantities mentioned in the schedule of work. 20. NTPL reserves the right to accept or reject any part or whole of the bids without assigning any reason. 21. In case the Bidder happens to be the Sole Proprietor, a self-declaration to this effect shall be enclosed (Declaration 1 of Tender document). 22. The sealed covers should be addressed to The Chief Executive Officer, NLC Tamilnadu Power Limited, Harbour Estate, Tuticorin.628 004 23. Quotations are to be valid for 90days from the date of opening. 24. The bidders shall declare the name of the employee(s) of NTPL and the relationship with the bidder as per the format enclosed along with the tender (Declaration 2 of Tender document). 25. Offer should be submitted in Two cover system, which should contain the details as follows: 1) Cover-I: Cost of Tender Document/Notary attested NSIC/MSME certificate, EMD/Bid Guarantee/Notary attested NSIC/MSME certificate Letter of Undertaking in the enclosed format with check list. NTPL/T.No.1396/2017-18 NIT / Page 3 of 10

2) Cover-II: Price schedule All Documentary evidences for Pre Qualification Requirements (PQR) as per NIT. Tender Documents duly filled and signed in all the pages. Signed Integrity Pact 26. Letter of Undertaking: The bidders should submit an undertaking in Cover-I as per the format enclosed. Offer received without the Undertaking will be rejected. Tender Opening &Evaluation 27. On the scheduled date and time of tender opening, the cover-i will be opened first. The bidders, who satisfy the payment of tender document cost, EMD/Bid Guarantee conditions and have submitted undertaking for confirming all tender conditions, will alone be considered as Responsive bidders and covers-ii of the responsive bidders will be opened on the same day. Other bidders who do not satisfy the payment of tender document cost, EMD/Bid Guarantee and undertaking conditions will be treated as non responsive bids and will not be considered for further evaluation. 28. The prices of responsive bidders will be analyzed and comparative price statement will be prepared. The bidders will be ranked as R1, R2, R3..., starting from the lowest offered price and increasing in the ascending order. 29. The Reverse Auction will be conducted among the shortlisted bidders with a start price and decremented value arrived based on the R1 site cost. 30. At the end of Reverse Auction, the price ranking status of bidders will be ranked as RL1, RL2, RL3, starting from the lowest offered price in the reverse auction and increasing in the ascending order. The Reverse Auction will not take place if the bid resulted in single Tender. 31. After completing the reverse auction, the lowest offered bid will be evaluated for PQR & Techno-commercial conformance/authenticity shall be scrutinized. 32. If RL1 bid conforms to all the information/details/ declarations/ BG confirmation from Bank and end user confirmation as called for in the tender and there is no mismatch affecting the eligibility status of the bidder, then the RL1 bidder will be declared as L1 bidder. 33. If the RL1 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 PQR and Technocommercial 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. 34. 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 RL1 bidder is found to be wrong by Tender Committee during evaluation of documents submitted by the bidder, which changes the eligibility status of the bidder (for the first time), consider as defaulted, then his bid shall be rejected and EMD or Rs 1 Lakh, whichever is lower of RL1 bidder will be forfeited. NTPL/T.No.1396/2017-18 NIT / Page 4 of 10

For tenders where EMD is not applicable, the default bidder will be asked to remit Rs 1 lakh. 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 bidder defaulted in two tenders, floated by the same Tender Inviting Authority, CEO/NTPL within a span of one year (to be counted with respect to date of publication of NIT), his bid shall be rejected and the EMD of RL-1 bidder will be forfeited. 35. 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 bidder s elimination, the available eligible bidders reduced to lesser than three, 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, R L-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. 25,000/- lower than the lowest quoted bid. ii. RL1 Bid is the last offered rate i.e. Further no bidders responds within the time limit. iv. After completion of the online Reverse Auction, the Closing Price (CP) shall be available for further processing. NTPL/T.No.1396/2017-18 NIT / Page 5 of 10

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: Please note that vendors will have the access to reverse auction only after receipt of Transaction fee by MSTC Limited. The amount of transaction fee will be intimated subject to a maximum of Rs.15,000/- plus applicable GST. The Bank details for paying Transaction fee by RTGS/NEFT to MSTC is detailed below: BANK: INDUS IND BANK ADDRESS:NO. 3; VILLAGE ROAD, NUNGAMBAKKAM, CHENNAI 34 PH. NO.: 98842-10599 & 99413-19969 IFSC CODE: INDB0000007 ACCOUNT NAME: MSTC LIMITED ACCOUNT NUMBER: 200000598217 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(below mentioned contact person s email) for verification and subsequent action. Shri N Shanmugam, Manager 9176397264 <mailto:nshamugam@mstcindia.co.in> nshamugam@mstcindia.co.in Shri S K Rajendran, Asst Manager 8884600700 <mailto:skrajendran@mstcindia.co.in> skrajendran@mstcindia.co.in Shri A Rajamanickam, Regl. Mgr. 9884114557 <mailto:arajamanickam@mstcindia.co.in> 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. 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 of the same by the Buyer will form a binding contract between Buyer and the Bidder for execution of 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. NTPL/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. NTPL/T.No.1396/2017-18 NIT / Page 6 of 10

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 for 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. NTPL/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 NTPL and the successful bidder(s) subsequent to the bidding process. NTPL/T.No.1396/2017-18 NIT / Page 7 of 10

Part-I A. The bidder should have executed Structural (or) Cladding sheet works for a minimum value of Rs 24.25 lakhs in a single agreement in the name of the bidder (or) in the name of the individual partner / firm in case of partnership firm in Govt. / Quasi Govt. / Public sector undertaking / public limited company during the last 5 years prior to the Tender opening. (OR) The bidder should have executed Structural (or) Cladding sheet works for a minimum value of Rs 12.12 lakhs in a single agreement in the name of the bidder (or) in the name of the individual partner / firm in case of partnership firm in Govt. / Quasi Govt. / Public sector undertaking / public limited company during the last 5 years prior to the Tender opening AND any other work for a minimum value of Rs 24.25 Lakhs in a single agreement in the name of the bidder (or) in the name of the individual partner in case of partnership firm in Govt. / Quasi Govt. / Public sector undertaking during the last 5 years prior to the Tender opening. (AND) B. The average annual turnover of the bidder in the preceding three financial years should not be less than Rs. 60.62 lakhs as on the scheduled date of tender opening Documentary evidences to be submitted along with bid: a) The bidder meeting the qualifying requirements shall furnish documentary evidence in support of having successfully carried out similar works in the form of work completion certificates along with the copies of the relevant work orders. b) The bidder shall also furnish the audited profit and loss account(s) and balance sheet(s) for the preceding three financial years as on the original scheduled date of bid opening to satisfy clause 3above d) The bids submitted without proper documentary evidence to substantiate fulfilment of the Qualifying requirements as specified in i to iii above will be liable for rejection NTPL reserves the right to check the authenticity of the certificate furnished b) Part: II a) The bidder should have independent Provident fund code number allotted in favour of his establishment under EPF &Misc provisions Act 1952.The PF code number so allotted shall be furnished along with Tender documents. b) The bidder should have registered (its establishment) under ESI Act 1948, and have the Employers code allotted in favour of his establishment. The ESI code number so allotted shall be furnished along with the Tender documents. NTPL/T.No.1396/2017-18 NIT / Page 8 of 10

NTPL/T.No.1396/2017-18 NIT / Page 9 of 10 c) The personnel / Workmen engaged by the bidder for execution of works in NTPL under the contract shall be borne on the rolls of 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, along with the tender documents. d) The bidder should have obtained the permanent Account Number (PAN) under the Indian Income Tax Act Documentary evidence in the form of copy of Agreement and work completion certificates shall be submitted along with the Bid. Other Conditions: The tenderer should enclose along with his / their tender the work completion certificate with value and period of work issued by the organization with whom the contract has been entered for having met the qualifying requirements mentioned along with necessary documentary evidence like copy of contract agreement / work order. The tenderer should enclose along with his / their tender, necessary documentary evidence for firm / company. It is the responsibility of the Bidder to prove that they are qualified for the work and no further details will be received after opening the Tender. Notwithstanding anything stated above the owner reserves the right to assess the capacity and capability of the tenderer to perform the contract, if the circumstances warrant such an assessment in overall interest of the owner/purchaser. Tender submitted without proper documentary evidence to substantiate the fulfillment of the qualifying requirements as specified are likely to be rejected without assigning any reasons. The performance certificates and other documents related to pre- qualification furnished by the bidder along with the bid are liable for verification on authenticity. If any of the above certificates / documents are found to be forged / bogus, his / their offer will be summarily rejected. If the certificates submitted by any Tenderer is found to be forged or bogus, the Tenderer shall not only be disqualified for the tender but also shall be blacklisted by NTPL in taking part in any tender for a period of 3 (Three) years including forfeiture of EMD. 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 black listed. If the tenderer is a partnership firm and if there is any reconstitution of the partnership, the same should be intimated to NTPL immediately; otherwise, the contract will be liable for termination at the risk and cost of the tenderers. The partner on whose pre-qualification, the work was awarded should not withdraw from the partnership till the completion of the work, in case they happened to be the successful bidder The bidders should enclose a declaration regarding relatives employed in the Corporation along with the tender and tenders not accompanied by this declaration are liable to be rejected. Note: a) issuance of tender documents need not be construed to mean that such tenderer would be automatically considered.

b) The Tenderers shall submit full credentials / experience, performance certificate of work executed. c) Bidder can attend the pre bid conference at their will on the scheduled date to ascertain the local condition and nature of work. d) If the prescribed date of submission of Tender is later declared as a holiday, Tender can be submitted on the next working day and the Tender shall be opened on the next working day. e) NTPL reserves the right to reject all tenders and cancel the Tender without assigning any reason. f) NTPL shall not entertain any claim on account of preparation of tenders. g) The tenderer shall also see the Press/website regularly for any amendments/clarifications issued on the tender and shall submit a signed copy of the amendments/clarifications issued in acceptance of the same. Any failure on this part shall be attributable only to the tenderer and NTPL is not responsible in this regard. h) Tender submitted by telex / telefax, E-mail and tender received after the expiry of the time specified for receiving the tender will be summarily rejected. i) No deviations from the draft contract, general, commercial and technical Conditions /Specifications are allowed. DGM/AHS DY.GENERAL MANAGER CONTRACTS & PURCHASE/NTPL TO As per List Copy to notice boards of TTPS,TPT,PWD, TWAD, HWP,Railway,Zirconiumcomplex,SPIC,TAC and Sterlite It is requested to give wide publicity at your end. All Notice Boards/NTPL DGM/AHS CFO/NTPL DGM/HOHR/NTPL NTPL/T.No.1396/2017-18 NIT / Page 10 of 10