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

Similar documents
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:

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

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

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

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

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

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

NLC India Limited (formerly Neyveli Lignite Corporation Limited)

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)

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

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

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

CEO/NTPL/Turb/PTE/1157R/

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

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

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

NOTICE INVITING TENDER FOR WORKS (OPEN TENDER ENQUIRY)

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

The bidder should satisfy the following pre qualification requirements:

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

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

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

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

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

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

NOTICE INVITING BID T.No:40/2015

न यव ल NLC India Limited, Neyveli

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:

Work Completion Certificate Sample

NOTICE INVITING BID FOR

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

न यव ल स म क ड NLC INDIA LIMITED, NEYVELI NOTICE INVITING TENDER. Material Management Complex ENQ/18-19/001268/MM01(03)

BRIEF NOTICE INVITING BID

at 13:30 hrs

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

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

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

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

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

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

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

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

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

CRFQ No E - TENDER No. : 16507

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

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

SPORTS AUTHORITY OF INDIA SAI TRAINING CENTRE, AQUATIC COMPLEX, THRISSUR=

BHARAT HEAVY ELECTRICALS LIMITED

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

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

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

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

न गम त स व ए ववभ ग. ENQUIRY.No.BOM/CSD/STN/ 05 / NOTICE INVITING TENDER (NIT)

700 Books ( Vol-1 of 350 books with 350 pages and Vol-2 of 350 books with 350 pages )

ग व शपय डर ल मट ड. Sub: Bi-Annual Rate contract for Empanelment Of Chemist and Druggist

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR.

for SUPPLY OF HP TONER CARTRIDGE

Limited Tender. Annexure A

INDIAN INSTITUTE OF SCIENCE BENGALURU

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

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

W-1-18/GMTDR/e-TENDER-109/ Supply of Office Stationery / BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

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

ALLAHABAD UP GRAMIN BANK Head Office, DM Colony, Civil Lines, Banda Dated:

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

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

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06

Estt- 79 / 2018 BASIS. Firms for. Registration. produced. Return.

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

TENDER DOCUMENT PART I (TECHNICAL BID) 01. Limited Tender No. & date : ECL/RJML/GM/E&T/18-19/16 dt

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

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

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

TELEPHONE: (5 LINES) FAX: TENDER NO : T-14/14-15

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

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

NOTICE OF INVITATION TO TENDER. 5. Regional Office, Coimbatore.

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

National Bank for Agriculture and Rural Development

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

Tender Document. T e n d e r N o.: 253-ITPO (9)/ST/ TENDER. for

Phone No

NIT No: Civil/IMSc/11/2015

NOTICE INVITING TENDERS

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

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

र ष ट र य ब ज न गम न नमट ड क ष त र य क य य : प ण अमर वत पर उप ब ध गभग 148 प ड़ क कड़ड़य एव 574 ब स क बबक र ह त न बवद

Central University of Orissa

Tender No. AAI/CC/205/88/ / Date:

Transcription:

Name of Work: Tender Ref.No: NNTPP/ Civil/PTE/ T.No: 014/2017. Dt: 12.07.2017 एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise OFFICE OF THE CHIEF GENERA MANAGER न यव ल नई त प व त प रय जन (2x500 म.व.) न यव ल 607 807 ई.म ल/ E.mail : gm.nntpp@nlcindia.com व बस इट/website : www.nlcindia.com Neyveli New Thermal Power Project NNTPP (2x 500MW) NEYVELI 607 807 ट ल / Tel :04142-268868 -फ स/ FAX No :04142-268453 (PRESS TENDER ENQUIRY TWO COVER SYSTEM) NOTICE INVITING TENDER DT:12.07.2017 a) INVITATION: Sealed Tenders in single cover consisting of two inner sealed covers (containing Part I cover and Part II Cover) superscribing the Name of work, Part number and tender reference will be received at the Office of the Chief General Manager, NNTPP, NLC INDIA LTD., Neyveli-607 807, till 15.00 Hrs. on the date of opening indicated as following: b) Tender Details: The Tender document inclusive of the detailed scope of work and the Tender schedule may be obtained from the Office of the Chief General Manager/NNTPP,NLC Ltd., Neyveli - 607 807. 01 Description of Work (as detailed in Scope of the work and the Special conditions of the Tender documents) 02 Tender Reference No. NNTPP/ Civil/PTE/ T.No: 014/2017. Dt: 12.07.2017 03 Cost of Tender Documents (in the Rs. 4,800/ form of DD/BC/ Remittance through RTGS/NEFT) CGM/ NNTPP Page 8 of 8 Signature of Bidder with Seal

04 EMD (in the form of DD/BG under Rs. 59,000/ SFMS/ Remittance through RTGS/NEFT) 05 Approximate Cost of Work Rs. 23,56,221/- (Rupees Twenty three Lakhs fifty six thousand two hundred and twenty one only) 06 Period of Contract Six months from the date of handing over of site 07 Sale of Tender Documents With effect from 12/07/2017 08 Last Date & Time of sale of Tender 10/08/2017 up to 17:00 Hrs. Documents 09 Pre-Bid Meeting 01/08/2017 @ 11:00 Hrs 10 Last Date & Time of Receipt of bids 11/08//2017 up to 15:00 Hrs 11 Date & Time of Opening of bids 11/08/2017 @ 15:30 Hrs INSTRUCTIONS TO THE BIDDERS FOR SUBMITTING OFFER (Terms and conditions of the Tender enquiry) 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 for their acceptance to terms and conditions mentioned therein. 5. The tenders in the form prescribed shall be deposited in the Tender box placed at the NNTPP Office before the stipulated date & time mentioned therein. 6. NLC INDIA LTD 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. Cost of Tender documents, EMD / Bid Guarantee (Part Cover-I): The Cost of Tender Document (as per the existing guideline) shall be remitted only in the form of Demand Draft/ Banker s cheque of any nationalised Bank/ Scheduled bank recognized by RBI other than Bank of China, drawn in favour of Director/Finance, NLC INDIA LTD, Neyveli, payable at Neyveli with a period of validity for 180 days and shall be enclosed along with the Part Cover-I. It can also be remitted through RTGS/NEFT to NLC INDIA LTD s Account Number 32253286652,State Bank of India, Block-2, Neyveli-607801. The IFSC Code of Branch is SBIN 0000958 and Bank Branch Code is 0958. and the bidders shall attach the reference of the proof for remittance in Tender Part Cover-I. Otherwise the bid is liable for rejection. No other mode of payment will be accepted

EMD / Bid Guarantee amount (as per the existing guideline) shall be remitted only in the form of Demand Draft/Bank Guarantee/Banker s cheque of any nationalised Bank/ Scheduled bank recognized by RBI other than Bank of China, drawn in favour of Director/Finance, NLC INDIA LTD, Neyveli, payable at Neyveli with a period of validity for 180 days and shall be enclosed along with the Tender Part Cover-I. It can also be remitted through RTGS/NEFT to NLC INDIA LTD s Account Number 32253286652,State Bank of India, Block-2, Neyveli-607801. The IFSC Code of Branch is SBIN 0000958 and Bank Branch Code is 0958. and the bidders shall attach the reference of the proof for remittance in Part Cover-I. Otherwise the bid is liable for rejection No other mode of payment will be accepted. In case of EMD as BG,The format of the Bank Guarantee towards EMD is available in tenders @ www.nlcindia.com. The BG issued by the issuing bank on the behalf of the bidder shall be in paper form as well as issued under the Structured Financial Messaging System (SFMS) to facilitate the BG confirmation under SFMS mode/platform. (OR) Micro & Small Industries (MSME)(as per the existing guideline) who are in the line of manufacture of the same or similar to the tendered material and registered under Single Point Registration Scheme of NSIC will be exempted from furnishing the Cost of Tender Documents / Bid Guarantee, provided a copy of the valid certificate for having registered with NSIC, attested by a Notary Public / Chartered Accountant is enclosed in Part Cover-I. Otherwise their offer is liable for rejection. 9. Letter of Undertaking (Part Cover-I): The bidders should submit an undertaking along with Check list in Part Cover-I as per the format enclosed. Offer received without the Undertaking will be rejected. (Format enclosed) 10. Bids received without full EMD as stipulated in the aforesaid manner or in any other manner or short in amount or any adjustment with any pending payment are liable for rejection. 11. Bidders who do not satisfy the Cost of Tender documents, EMD/Bid Guarantee and / or Letter of Undertaking along with Check list in (Part Cover-I) will not be considered for further evaluation. Their EMD and un-opened (Part Cover-II) cover shall be returned as per the existing guideline. 12. No interest shall be paid on the EMD submitted by bidders 13. EMD of the successful bidder will be adjusted towards the security deposit upon award of the contract on them. 14. In the event that the successful bidder fails to sign the contract with NLC INDIA LTD 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 (EMD) by the bidder shall be forfeited by NLC. 15. NLC reserves the right to increase or decrease any of the quantities mentioned in the schedule of work. 16. NLC reserves the right to accept or reject any part or whole of the bids without assigning any reason. 17. The tender documents are also available in the web site of NLC INDIA LTD www.nlcindia.com. Those who wish to download the same during the Tender sale period may do so. While submitting the tender documents, the Guidelines mentioned in the sl no:8 for the Cost of Tender Document and EMD / Bid Guarantee amount is to be followed. 18. The bidder shall also see the website regularly for any amendments/ clarifications/ corrigendum issued on the tender and shall submit a signed copy of the amendments/ clarifications/ corrigendum issued in acceptance of the same. Any failure on this part shall be attributable only to the bidder and NLC INDIA LTD is not responsible in this regard.

19. The Tender Documents, if required by Post, by any Bidder, he shall send a request Letter along with the reference of the proof for having remitted the payment towards the Cost of Tender Document (Kindly follow the Guidelines mentioned in the Sl no:8 for the Cost of Tender Document and EMD / Bid Guarantee amount) and after carefully adding Rs.50/- (Rs. Fifty only) extra towards postal expenses. Such documents sent by post shall be at the Risk of the Tenderer. 20. Tender document will be issued free of cost to Small scale industries registered under NSIC/MSME, provided request for the same is received in time with a copy of valid certificate of registration and the product range mentioned in the certificate is the same or similar to NLC INDIA LTD s requirements. The NSIC/MSME copies duly attested by any Notary Public (or) Chartered Accountant with seal and date shall only be accepted. However, the bidders are informed that they can only download the tender document from the NLC INDIA LTD website www.nlcindia.com and such eligible bidders need not enclose the cost of tender documents. 21. The firms registered with NSIC/MSME are presently exempted from furnishing Bid Guarantee, up to the monitory limit for which the unit is registered with NSIC/MSME, provided that such small scale units are registered under single point registration scheme of the NSIC/MSME and are valid on the schedule date of tender opening and the product range mentioned in the certificate is the same or similar to NLC s requirements. 22. Submission of bid guarantee may be exempted in the following cases: 1) NSIC/MSME up to the monitory limit for which the unit is registered with. 2) Central Government Departments 3) Government Funded Educational/Research Institutions. 23. In case the Bidder happens to be the Sole Proprietor, a self declaration to this effect shall be enclosed (Declaration 2 of Tender document). 24. The sealed covers should be addressed to Chief General Manager/NNTPP NLC Ltd., Neyveli -7. 25. Quotations are to be valid for Six (6) months from the date of opening. However if any extension of validity is called for, the Bidder shall extend the same. 26. The bidders shall declare the name of the employee(s) of NLC and the relationship with the bidder as per the format enclosed along with the tender (Declaration 3). 27. Successful bidder who employ (or) who have employed on any day of the preceding 12 months, 20 or more workmen will have to produce a valid labour license issued by the Assistant Labour Commissioner (Central), Chennai, under Contact labour (regulation and abolition) Act and rules as per the applicability at the item of entering in to agreement with NLCIL. 28. PRE-QUALIFICATION REQUIREMENT (PQR -1 &2): (Part cover-ii) PQR-1:- The bidder should have completed civil works for a minimum value of Rs 9.43 Lakhs/- in a single agreement in the name of bidder or in the name of any partner in case of partnership firm in Govt/PSU/Quasi Govt / Reputed public ltd companies with in last 5 years as on the scheduled date of opening of the tender. PQR- 2:-Financial Criteria: The Annual Financial Turnover of the bidder in the preceding (01) Financial year (2015-2016) as on the date of bid opening shall be not less than Rs. 18.86 Lacs

Note: The Bidder shall enclose the documentary proof/evidence to meet the PQR Requirements as prescribed, in the form of copy of LOA/ work order / Agreement along with End user-completion or Performance certificate for the jobs completed for the value of work done and preceding (01) Financial year (2015-2016) Auditor Report along with Part cover- II of the bid. if not, the Bids are liable for rejection. 29. DETAILS OF THE BID: a) The bidders will be asked to submit Letter of undertaking (Part Cover-I) accepting all techno-commercial conditions of the tender in the prescribed format. Only on submission of this Letter of undertaking with check list along with payment /proof for the Cost of Tender document & EMD/Bid Guarantee (Part Cover-I), the bidders offer will be processed further. Otherwise their offer is liable for rejection. b) The bidders will be asked to submit their bid in two covers as detailed below: Part-I cover consisting of i) Details of payment cost of Tender document (in the form of DD / Banker s cheque/ Remittance through RTGS/NEFT) ii) iii) EMD/Bid-guarantee (in the form of DD /BG/ Banker s cheque/ Remittance through RTGS/NEFT) and Letter of undertaking with the Check list in prescribed format for compliance of all terms & conditions. Part-II cover consisting of i) Documents to satisfy PQR and Techno-commercial aspects and INTEGRITY PACT if applicable ii) The Price Schedule. Part-I cover: i) The sealed envelope of Part-I cover of the bid should be superscribed as Part-I cover duly indicating the tender reference and shall contain Details of payment - cost of Tender document (in the form of DD /

ii) iii) Part-II cover: Banker s cheque/ Remittance through RTGS/NEFT), EMD/Bid-guarantee (in the form of DD /BG/ Banker s cheque/ Remittance through RTGS/NEFT) and Letter of undertaking with the Check list in prescribed format for compliance of all terms & conditions. The part cover-i will be opened on due date and time specified in the presence of the Tenderer and or his authorized representatives, not exceeding one person from each bidder. The bidders who satisfy the Cost of Tender documents, EMD/Bid Guarantee conditions and submission of letter of undertaking with the Check list alone will be considered and shortlisted for part cover -II opening. i) The sealed envelope of Part-II cover of the bid should be superscribed as Part-II cover duly indicating the tender reference and shall contain Documents to satisfy PQR and Techno-commercial aspects and the Price Schedule with price properly filled and signed. ii) Both the above envelopes (Part cover I & II ) should be packed inside a cover super scribed as iii) The part cover-ii so submitted will be opened on the same day generally, in the presence of the Tenderer and or his authorized representatives, not exceeding one person from each bidder iv) The prices of the eligible shortlisted bidders will be scrutinized and ranking 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. v) The Reverse Auction, if required will be conducted among the eligible bidders with a start price and decremented value arrived based on the R1 site cost. Guideline given in under the heading Reverse Auction. 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.

vi) vii) viii) Documentary evidences for Pre - Qualification Requirement (PQR) in detail, and every tender documents to be duly filled and signed. Any bid without proper documentary evidences will not be considered for evaluation and the offer is liable for rejection Documents in original have to be submitted for verification on demand, failing which the offer is liable for rejection. 30. 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. (i). In case,the L-1 bidder fails to submit requisite documents as per NIT or if any of the information / declaration furnished by L-1 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), then his bid shall be rejected and EMD or Rs.1.00 lakh, whichever is lower of L-1 bidder will be forfeited. (ii). The L-1 bidder (either L-1 or subsequently declared L-1) fails to submit the requisite documents online as per NIT or if any of the information / declaration furnished by L-1 bidder is found to be wrong by Tender Committee during evaluation of documents submitted by bidder, which changes the eligibility status of the bidder, in two tenders, floated by the same Tender Inviting Authority, within a span of one year (to be counted with respect to date of publication of NIT), then his bid shall be rejected and the EMD of L-1 bidder will be forfeited. 31. The successful bidder should submit break up of prices to arrive at their revised basic price and other elements matching the site cost quoted by them in the RA. 32.OTHERS: 1 The Tenders submitted late shall not be accepted and are liable for rejection. 2 The Tenderer shall sign all the pages of the Tender Documents with seal if applicable. 3 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. 4 NLC INDIA LTD., reserves its right to reject all tenders and cancel the Tender without assigning any reasons. 5. NLC INDIA LTD. shall not entertain any claim on account of preparation of tenders..

6. Details of Tender, instructions and detailed specifications are given in tender document. 7. Bids submitted by telex/telefax, E-mail or telegram and bids received after the expiry of the time specified for receiving completed bid shall be rejected. 8. In case if the bidder happens to be a firm, they should furnish a Partnership deed and firm registration in case of partnership firm and certificate of incorporation and memorandum of association and articles of association in case of company along with the bid in Part II cover. If it is a proprietary concern, the bidder shall furnish a declaration letter in this regard and furnish the same in Part II cover. NLC INDIA LTD reserves the right to check the authenticity of the certificates furnished. 31.0 NON-TRANSFERABILITY:The Tender documents so purchased shall not be transferable and the amount remitted towards cost of tender documents shall not on any account be refunded under any circumstances. All the Units of NLCIL as per the standard list, for vide publicity Notice Board/NNTPP. F&AB/NNTPP. CHIEF GENERAL MANAGER NNTPP/NLC INDIA LTD