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

Similar documents
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

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)

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

NLC India Limited (formerly Neyveli Lignite Corporation Limited)

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

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

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

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

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:

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

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

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

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

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

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

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

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 BID FOR

Work Completion Certificate Sample

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

at 13:30 hrs

BRIEF NOTICE INVITING BID

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

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

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

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

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

DATE & TIME OF OPENING OF TENDER HOURS

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

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

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

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

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

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

NOTICE INVITING BID T.No:40/2015

(A statutory body of Govt of Kerala)

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

GSFC AGROTECH LIMITED [GATL]


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

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

CRFQ No E - TENDER No. : 16507

BHARAT HEAVY ELECTRICALS LIMITED

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

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

NIT No: Civil/IMSc/11/2015

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

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

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

Tender document is also available for viewing on the website of Employees State Insurance Corporation i.e., & DEAN.

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

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

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

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

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

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

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

WEST BENGAL MINERAL DEVELOPMENT AND TRADING CORPORATION LIMITED (WBMDTCL)

SBU Logistics Services 32-33, Kushal Bazar, Ground Floor, Nehru Place, New Delhi Phone: ,

Tender Notice for security services

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

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

NTPC Tamilnadu Energy Company Limited. Contents

NOTICE INVITING TENDERS

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:

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

Ref. No. P&S/F.2/OR/198/ Date:

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

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

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

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

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

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

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

Tender notice. CWC, RO, Bengaluru. Last date and time of online bid From Physical submission or by courier

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

Document Download Start Date & time (e-tender) Lac at Hrs

TENDER NOTICE FOR E-REVERSE AUCTION

F. No. 22(7)/NBB/Security/2019 Dated :

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE REGION III, KHARAGPUR E-TENDER NOTICE FOR TENDER NO. SBI/ZO/HOW/RBO-III/ /ET-268 DATE:

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

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

Village Issapur, Najafgarh, Delhi NOTICE: TENDER - KISS DELHI

SOFTWARE TECHNOLOGY PARKS OF INDIA

Chennai Metro Rail Limited, Chennai ,India.

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE:

SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company)

Transcription:

(A Government of India Enterprise) NLC INDIA LIMITED (A Navratna Enterprise) OFFICE OF THE GENERAL MANAGER THERMAL POWER STATION-1, NEYVELI 607 807. Regd Office: Neyveli House, # 135, EVR Periyar High Road, Kilpauk, Chennai-600 010 CIN: L93090TN1956GOI003507, Telefax: 04142-252363, e-mail: gmtps1@nlcindia.com, Web: www.nlcindia.com Dt: 17.11.2017 1. INVITATION: Lr.No:GM/TPS-I/TMC-6/PTE/T-032/2017-18/Tender/2017, Sealed quotations in single cover consisting of two inner sealed covers as Cover-I (consisting of cost of tender documents, EMD and Letter of Under taking in the prescribed format enclosed) and Cover-II (consisting of documents to satisfy QR and Techno- commercial aspects along with Price schedule) will be received by The General Manager/Thermal Power Station-I/ NLC India Ltd, at this office in Neyveli- 7 for the Tender as indicated below. 2. TENDER DETAILS: Name of the work: ST-Maintenance and modification of 33 KV Bus ducts of MST-1 & MST-2 in TPS-I TENDER No. COST OF LAST DATE AND TIME OF TENDER EMD TENDER DOCUMENTS in Rs. DOCUMENT FOR in Rs. FOR SALE OPENING RECEIPT 11.12.2017 11.12.2017 11.12.2017. T-032/2017-18 74,000/- 5,000/- up to At At 12..00hrs 14.30 Hrs 15.00 Hrs PRE BID CONFERENCE 3. PRE-QUALIFICATION REQUIREMENTS: NOTICE INVITING TENDER PRESSS TENDER NOTICE (Two Cover System) 29.11.2017. 3.1. The bidder should have valid ESA license. The bidder should have manufactured and supplied an isolated phase bus ducts of 33 KV or above voltage (or) carried out erection/modification works in isolated phase bus ducts of 33 KV or above voltage, for a minimum value of Rs. 11, 83,040/- in a single agreement in the name of the bidder /partner in case of partnership in any Government / Quasi Government / Public Sector / Public limited /Independent Power Producer (IPP)/ Private Limited undertaking /company within the last seven years from the scheduled date of tender opening. (OR) The bidder should have manufactured and supplied an isolated phase bus ducts of 33 KV or above voltage (or) carried out erection/modification works in isolated phase bus ducts of 33 KV or above voltage, for a minimum value of Rs. 5,91,520/- in a single agreement in the name of the bidder /partner in case of partnership in any Government / Quasi Government / Public Sector / Public limited /Independent Power Producer (IPP)/ Private Limited undertaking /company within the last seven years from the scheduled date of tender opening and any work for a minimum value of Rs. 11,83,040/- in a single agreement in the name of the bidder /partner in case of partnership in any Government / Quasi Government / Public Sector / Public limited /Independent Power Producer (IPP)/ Private Limited undertaking /company within the last seven years from the scheduled date of tender opening.

3.2. Documentary evidence in support of the above shall be furnished in the form of (i) Valid ESA certificate & (ii) Agreement or work order with the value of work done which should be in the name of the bidder /partner in case of partnership firm. 3.3. OTHER REQUIREMENTS: 3.3.1 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 with documentary proof along with tender documents. 3.3.2 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 tender documents. 3.3.3 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 (as per Annexure-A) to that effect, along with the tender documents. 3.3.4 The bidder shall possess valid certificate of registration under Goods and Services Tax Act / Rules and furnish a copy of the same in the bid if any financial year the aggregate value of the services 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 to the effect of which a certificate of undertaking (Format enclosed-annexure-a) is to be furnished along with the bid & produce GST Registration Number. In case the above value does not exceed Rs.20 Lakhs, a self declaration to this effect shall be furnished. 3.3.5 The bidder should have obtained Permanent Account Number (PAN) under the income Tax Act. Note: The bids submitted without proper documentary evidence to substantiate fulfillment of the above requirements as specified above are liable for rejection apart from action will be taken as per the Clause no. 11.12 of Notice Inviting Tender (NIT). 4. PRESCRIBED TENDER FORMAT: Sealed Tender shall be submitted in the prescribed format which can be obtained from the office of General Manager/Thermal Power Station-I/ NLC India Ltd on payment of the cost of the Tender Documents either by Demand Draft/ Pay order/ Banker s Cheque drawn in favour of Director/ Finance, NLC India Ltd., Neyveli payable at Neyveli. The cost of tender document may also be remitted through RTGS/NEFT and the designated Bank Account for TPS-I is STATE BANK OF INDIA, NEYVELI (MAIN) - BLOCK-2, BRANCH CODE: 00958, IFSC CODE: SBIN0000958, ACCOUNT NUMBER: 10895129066. The Bank commission charges will be to the account of the bidder. 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 verification of receipt of cost of the tender document stipulated in the tender. If documents are required by post an additional amount of Rs.50/- by Demand Draft shall be enclosed towards postal expenses. Such documents will be sent by post at the risk of the Tenderer. The Tender documents are also available in the web site of NLC www.nlcindia.com. & Central Public Procurement Portal of Government of India (www.eprocure.gov.in). Those who wish to download the same may do so. While submitting the Tender documents, a demand draft towards the cost of the Tender document as mentioned above should be enclosed. The Tender documents downloaded from the website and submitted without Demand Draft for the specified value will be summarily rejected. T-032/2017-18 Page 2 of 8

Tenders shall be kept valid for 90 days from the date of Tender opening. However if any extension of validity is called for, the bidder shall extend the same. The Tenderers shall duly fill up Declaration by the contractor regarding relatives employed in NLC and submit along with the Tender. CORRIGENDUM: Tenderers who are downloading the tender documents from website are advised to visit the web site frequently, for noting the corrigendum, if any, issued subsequently with regard to above tender, till the last date for sale of tender documents. Such downloaded corrigendum shall be duly signed and enclosed while submitting the tender documents. 5. EARNEST MONEY DEPOSIT (EMD): 5.1. The Earnest Money Deposit is to be submitted along with the tender and it shall be either in the form of Demand Draft / Pay Order / Banker s cheque drawn in favour of The Director/ Finance / NLC India Ltd., payable at Neyveli. The Demand draft / Pay Order / Banker s cheque obtained shall be enclosed along with the Tender Proposals. It may also be in the form of Bank Guarantee obtained from a Nationalised/Scheduled Bank in non-judicial stamp paper of value not less than Rs. 80/- and it shall be valid for 120 days from the date of tender opening. The same shall be enclosed with the Tender Proposals. The amount of EMD may also be remitted through RTGS/NEFT and the designated Bank Account for TPS-I is STATE BANK OF INDIA, NEYVELI (MAIN) - BLOCK-2, BRANCH CODE: 00958, IFSC CODE: SBIN0000958, ACCOUNT NUMBER: 10895129066. The Bank commission charges will be to the account of the bidder. 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 stipulated in the tender. The bidders shall note that all the BGs, except BG for Bid Guarantee are to be furnished directly by the Banker to General Manager/Thermal Power Station-I, NLC India Ltd., Neyveli-607807 either by RPAD/Courier. In respect of bid guarantee, the bidders are permitted to furnish the BG along with the bid. 5.2. The Tenders submitted without the Earnest Money Deposit in the aforesaid manner or in any other manner or short in amount or any adjustment with any pending payment shall be summarily rejected unless specific exemption is granted. 5.3 TENDER DOCUMENT COST & EMD AMOUNT: The firms registered with NSIC/covered under MSMED Act 2006/MSME are exempted from furnishing bid guarantee, cost of tender documents provided that such Micro and Small scale units are registered under single point registration scheme of NSIC/covered under MSMED Act 2006/MSME and are valid on the scheduled date of tender opening and the product range mentioned in the certificate is the same or similar to this tender requirement. The NSIC/covered under MSMED Act 2006/MSME copies duly attested by any Notary Public (or) Gazette Officers (or) practicing Chartered Accountant with seal and date shall only be accepted. If the quarters address under NLC control is indicated as communication address in the NSIC certificate furnished by the contractor, it will be accepted. But if it (quarters address under NLC control) is mentioned as Factory address the NSIC certificate will be rejected. However, the firms registered with valid NSIC/covered under MSMED Act 2006/MSME and if they happen to be successful tenderer, the EMD amount mentioned in the tender enquiry is to be submitted towards initial Security Deposit before issue of Letter Of Award (LOA) within 15 days from the date of intimation. Otherwise our earlier communication is liable for cancellation and Non Issue of LOA. The EMD amount shall be either in the form of Demand Draft / Pay Order / Banker s cheque drawn in favour of Director/ Finance, NLC India Ltd, payable at Neyveli. The Security deposit will be released after successful completion of Contract. T-032/2017-18 Page 3 of 8

6. NON-TRANFERABILITY: The Tender documents so purchased shall not be transferable and the amount remitted towards the cost of Tender documents shall not be refunded on any account under any circumstances. 7. SUBMISSION OF TENDER AND TENDER OPENING: Sealed quotations in single cover consisting of two inner sealed covers as Cover-I and Cover-II duly filled & signed in all pages with seal & date. Both the Cover-I & Cover-II covers shall be sealed separately and clearly super scribed as Cover-I & Cover-II respectively & shall be put in an envelope duly sealed as mentioned in Instructions to the Bidders for Submitting Offer super scribing on top of the cover Tender No, Opening Date & Time and Addressed to The General Manager, Thermal Power Station-I, NLC India Ltd, Neyveli 607807. The Tenders can be deposited up to the time mentioned above on the specified date. The Tenders so submitted shall be opened in the presence of the Tenderers and or his authorized representatives with AUTHORIZATION LETTER not exceeding one person from each bidder. NLC India Ltd. shall not be responsible for the non receipt of the bid due to the postal delay/ loss/ damage in the process of submission of bid. The Tenders submitted late shall not be accepted and shall be rejected. 8. OTHERS: 8.1 Pre- Qualification Documents in original have to be submitted for verification on demand, failing which the offer is liable for rejection. The Tenderers shall submit full credentials / experience, performance certificates of similar jobs executed. 8.2 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 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 debarred. 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. 8.3 Successful tenderers who employ or who have employed on any day of the preceding twelve months 20 or more workmen will have to produce valid license issued by Assistant Labour Commissioner (C), Chennai, Government of India under contract Labour (Regulation and Abolition Act) and Rules at the time of entering into agreement with NLC India Ltd. The EPF amount will be deducted from the bills of the Tenderer. However the EPF returns are to be submitted to Labour Welfare wing periodically as per EPF Act 1952. 8.4 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. 8.5 The percentage quoted should be free from correction and over writing and should be neat and legible and written in words and figures otherwise liable to be rejection. The special conditions and General Conditions and specifications should be signed at places indicated in token of acceptance. 8.6 If the date of submission of Tender is later declared as a holiday, Tender can be submitted on the next working day and the Tender box shall be opened on the next working day. 8.7 NLC India Ltd, reserves the right to reject all Tenders and cancel the Tender or award the work to any tenderer to more than one tenderer by splitting the scope of work without assigning any reasons. T-032/2017-18 Page 4 of 8

8.8 NLC India Ltd shall not entertain any claim on account of preparation of tenders. 9. PARTNERSHIP FIRMS: 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 and if there is any reconstitution of the partnership, it is the responsibility of the firm to intimate the same to NLC immediately. Otherwise the contract will be liable for termination at the risk & cost of the contractor. 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 tender documents in part II cover. 10. PRE BID CONFERENCE: 10.1 The bidders can attend the pre bid conference scheduled date as mentioned above in the office of The General Manager, Thermal Power Station-I, NLC India Ltd, Neyveli, Tamilnadu-607 807. Bidders have to make their own arrangements to attend the pre bid conference. 10.2 Bidders are requested to attend the pre-bid conference at their will on the scheduled date as mentioned above 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. INSTRUCTION TO THE BIDDERS FOR SUBMITTING OFFER: 11.1 Offer should be submitted in Two cover system, which should contain the details as follows: 1. Cover -1: Cost of Tender Document, EMD / Bid Guarantee and Letter of Undertaking along with Check list for Compliance of Important Tender Conditions. 2. Cover-II: PQR Documents, Integrity Pact, Scope of Work, Special conditions / Techno commercial conditions, General terms and conditions and Price schedule. 11.2 Cost of Tender documents, EMD/ Bid Guarantee: Cost of Tender documents and EMD/ Bid Guarantee amount (as mentioned in the NIT conditions) shall be remitted. Otherwise the bid shall be rejected. 11.3 Letter of undertaking: The bidder should submit an undertaking in Cover-I as per the format enclosed. Offer received without the Undertaking will be rejected. (Format enclosed). 11.4 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 if applicable, EMD / Bid Guarantee conditions and submission of letter of undertaking alone will be considered and shortlisted for Cover-II opening. 11.5 On the scheduled date and time of tender opening, Tender opening committee will open the Part-I cover first and shall confirm details of payment of cost of Tender document if applicable, 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. 11.6 Cover-II will be opened on the same day. The bidders will be ranked as (R1, R2, R3.. etc.) starting from the lowest offered price and increasing in the ascending order. 11.7 The Reverse Auction 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. 11.8 After completing the reverse auction, the lowest offered bid (RL1) will be evaluated for PQR & Techno commercial conditions. 11.9 If the lowest offered bidder (RL1) satisfies all QR/ Techno-commercial conditions, they will be considered for order placement. T-032/2017-18 Page 5 of 8

11.10 If the lowest offered bidder (RL1) fails to qualify on QR/ Techno-commercial conditions, the next lowest bidder(s), in the ascending order (RL2, RL3, RL4..) of the offered price will be evaluated on QR and Techno-commercial conditions and order will be decided on the qualified bidder. This process will be repeated till the works is either awarded or all the eligible bidders are exhausted. 11.11 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. 11.12 In case if any of the information/ details/ declaration furnished by the R1 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 R1 bidder fails to submit requisite documents as per NIT or if any of the information / declaration furnished by the R1 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 or Rs. 1.0 Lakh whichever is lower of R1 bidder 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.1 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 bidder 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 bidder will be forfeited. 12. REVERSE AUCTION 12.1 Rules of Reverse Bidding /Auction: From the ranking, the Highest quoted bidder (H1) shall 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 the Reverse Auction. In case more than one bidder turn out to be H1 bidder (due to same quoted value), all the H1 bidders will be eliminated subject to ensuring three (3) bidders participation. Due to such H1 bidders elimination, the available eligible bidders reduced to lesser than three, all will be included without elimination. 12.2 Schedule of Reverse Bidding: After confirming EMD/ Bid guarantee and undertaking of assurance is in order, date and time of the start of Reverse Auction shall be intimated to all the bidders. Scheduled duration of Reverse Auction shall be normally one Hour. 12.3 Auction Extension time: If a valid bid is placed within Five (5) minutes of the End time of the Reverse Auction (RA), the RA duration shall get automatically extended or 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. 12.4 Bid Price: The bidder has to quote single % of the estimate value or single total price as called for in the Tender schedule. 12.5 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. T-032/2017-18 Page 6 of 8

After Reverse Auction, if item wise rate and taxes & duties are called in the tender then the bidder has to submit the price breakup 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 breakup in multicurrency as per the ratio quoted in the original price bid. 12.6 Procedure for Reverse Auctioning: All the bidders are to submit their price bid including Price Schedule along with submission of techno-commercial bid as per the format mentioned in the Price Schedule. A. Price-total value quoting method i) The opening price i.e. Start price for RA (Reverse Auction) shall be Rs.10,000/- lower than the lowest quoted bid. ii) Bid decrement shall be Rs.10,000/- and its multiples from the opening price. iii) RL1 bid is the last offered rate i.e. Further no bidder responds 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 amount value for Reverse Auction shall be same as in Para A ( i & ii) above. After completion of reverse action, the lowest offered rate may be converted / computed to percentage. 12.7 Transaction Fee: Please note that vendors will have the access to reverse auction only after receipt of Transaction Fee by MSTC Ltd. Regarding the amount of transaction fee bidders are requested to contact MSTC. The Bank Details for paying Transaction fee by RTGS/ NEFT to MSTC is detailed below: BANK : INDUS IND BANK No. 3, VILLAGE ROAD, NUNGAMBAKKAM, CHENNAI-34 PHONE No. : 98842-10599 & 9941319969 IFSC CODE : INDB0000007 ACCOUNT NAME : MSTC LTD ACCOUNT NUMBER : 200000598217 After making the transaction fee payment, 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. 044-25251910 (D) V. Vasanti, RM (DGM) 25219004 vvasanti@mstcindia.co.in 25231584 J. Damodaran, SM 044-25261005 9841002253 jdamodaran@mstcindia.co.in N. Shanmugam, DM 044-25222842 9176397264 nshanmugam@mstcindia.co.in 12.8 Note: The bidders should submit the transaction fee well in advance before the last date of submission of reverse auction. 12.9 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 not refundable. Cash payments will not be accepted. 12.10 BIDDING IN REVERSE AUCTION: In all cases, the bidder should use their own ID and Password along with Digital Signature at the time of submission of their bid. T-032/2017-18 Page 7 of 8

12.11 During the entire e-reverse auction process, the bidders will remain completely anonymous to one another and also to everybody else. 12.12 The e-auction floor shall remain open from the pre-announced date & time and for as much duration as mentioned above. 12.13 All electronic bids submitted during the e-reverse auction process shall be legally binding on the bidder. Any bid will be considered as valid bid offered by that bidder and acceptance of the same by the Buyer will form a binding contract between the buyer and the bidder for execution of supply. 12.14 It is mandatory that all the bids are submitted with Digital signature certificate otherwise the same will not be accepted by the system. 12.15 NLC/ 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. 12.16 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 and conditions for the tender. 12.17 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. 12.18 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 that the prevailing / current lowest bid. 12.19 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. Bidder 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. 12.20 Bidders are advised to exercise caution in quoting their bids in e-reverse auction to avoid any mistake. Bids once submitted cannot be recalled. 12.21 Any order resulting from this bidding process shall be governed by the terms and conditions mentioned in NIT. No deviations to the technical & commercial conditions are allowed. NLC / MSTC reserves the right to cancel this bidding process (e-reverse auction) or extend the due date of receipt of the bids without assigning any reason thereof. 12.22 It may be noted by the bidders that MSTC Limited is only a service provided for conducting the online bidding process against this tender and shall not be a party to any contract between NLC and the successful bidder(s) subsequent to the bidding process Contractor shall agree to execute the work confirming to the Invitation to Tender, Instructions to the Bidders, General and Special Conditions of the contract.the sealed quotations will be opened in the Contract Division /TPS-I / NLC India Ltd., Neyveli in the presence of the tenderers who may attend in person (or) represented by authorized persons. If any clarification required in the tender document the bidder may be contact through E-mail contps1@nlcindia.com or by Phone No. 04142 257066. For GENERAL MANAGER, THERMAL POWER STATION-I T-032/2017-18 Page 8 of 8