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

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

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.

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:

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 FOR WORKS (OPEN TENDER ENQUIRY)

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

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

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

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

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)

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

NLC India Limited (formerly Neyveli Lignite Corporation Limited)

CEO/NTPL/Turb/PTE/1157R/

********* 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

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

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

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

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

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

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

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

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

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

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

NOTICE INVITING BID FOR

BRIEF NOTICE INVITING BID

Work Completion Certificate Sample

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

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

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

न यव ल NLC India Limited, Neyveli

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

कममच र र ज य ब म न गम (क ष त र य क य मऱय) Employees State Insurance Corporation (Regional Office)

at 13:30 hrs

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

DATE & TIME OF OPENING OF TENDER HOURS

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)

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

(A statutory body of Govt of Kerala)

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

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

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

NOTICE INVITING BID T.No:40/2015

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

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

F (2)/01/2018-KVS (Kol)/ Date: Sub.: Inviting Bid for outsourcing of Security, Conservancy and Gardening Services.

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

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

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

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

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

NOTICE INVITING e-tender Contract for providing 02 no. Telephone Operator at JNCH.

EXTENSION NOTICE (व स त र स चन )

GSFC AGROTECH LIMITED [GATL]

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

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

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

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

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

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

TENDER DOCUMENT. Sub: - Inviting Bid for engaging service Provider Manpower through service contract.

भ रत य कप स न गम ल लमट ड

SOFTWARE TECHNOLOGY PARKS OF INDIA

NOTICE INVITING TENDER. Limited Tender Notice for hiring of DLYs/Taxis at Staff Selection Commission, New Delhi

भ. क. अन. प. - र ष ट र य म थ न अन स ध न क द र

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

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

DRI.F.No. A-3502/01/2017-Vehicles Dated:

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

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

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

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

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

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

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

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

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

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

NIT No: Civil/IMSc/11/2015

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

Tender no. (Ref No): IITPKD/ADMN/016/2017 Date: TENDER FOR INVITING QUOTATIONS

BHARAT HEAVY ELECTRICALS LIMITED

भ रत य कप स न गम न नमट ड

UNDER THE JURISDICTION OF DHANBAD ONLY REGD. POST Notice Inviting Open Tender through BCCL Website.

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

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

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

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

NIT.No. AAI/Jt.GM (FIN)/NIT Date:

TENDER FOR DISPATCH OF AGM NOTICE AND ANNUAL REPORT TO SHAREHOLDERS THROUGH COURIER SERVICES. Tender invited by

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

Transcription:

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited/ न यव ऱ लऱग न इट क ऩ र शन लऱल ट ड) (भ रत सरक र क नवरत न उद य ) / (A Navratna Government of India Enterprise) एकक प रध न क क य ऱय/ त ऩ ववद य त ग ह II/Office of the Unit Head /Thermal Power Station-II, न यव ऱ -607807 फ क स / Fax:+91-4142-252688/ प न/ Phone:04142-252611 Extn 537,ई- ऱ /email: dgm.cont.ts2@nlcindia.com CIN: L93090TN1956GOI003507 CONTRACT SECTION OPEN TENDER NOTICE (TWO COVER SYSTEM) Dt.11.01.2018 Sealed quotations in single cover consisting of two inner sealed covers (1 st Cover containing the Cost of Tender document, EMD and letter of undertaking along with checklist as Part I, 2 nd Cover containing Documents to satisfy PQR, Techno-commercial aspects and Tender documents along with price schedule duly filled & signed as Part II) super scribing the Name of work, Part Number and Tender reference will be received by General Manager, Thermal Station-II, NLC INDIA Ltd at this office in Neyveli up to 2.30 PM on the date indicated below and Part I cover will be opened at 3.00 PM on the date indicated below. Necessary Schedule may be obtained from the office of the General Manager/TPS-II on payment of the cost of the Tender Document by Cash / DD drawn in favour of Director/Finance, NLC INDIA Ltd., Neyveli, Payable at Neyveli or contact through e-mail dgm.cont.ts2@nlcindia.com. Tender schedule will be issued only up to 4.00 PM on the date as indicated for sale of tender documents. The tender documents are also available in the Web Site of NLCI www.nlcindia.com & Central Public Procurement Portal of Government of India, those who wish to download the same may do so. While submitting the tender documents, a demand draft towards cost of tender document should be enclosed. The tender documents downloaded from the website or received through e-mail without demand draft for the specific value will be summarily rejected. The sealed covers should be addressed to General Manager/ TPS-II. Quotations are to be valid for 3 months from the date of opening. 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. Successful bidders 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 Assistant Labour Commissioner (Central) Chennai, under Contract labour (regulation and Abolition ) Act and rules at the time of entering in to agreement with NLCI. DETAILS OF THE BID a) Part I of the bid should contain Cost of Tender document, EMD and Letter of undertaking along with checklist. b) Part-II of the bid should contain Documents to satisfy PQR and Techno-commercial aspects along with the duly filled price schedule, and Tender documents duly filled & signed. Documents in original have to be submitted for verification on demand, failing which the offer is liable for rejection. NOTE: (To be read along with pre qualification) All the PQR Works for the above said tender should have been carried out in any Government/Quasi-Government/ Public Sector Undertakings/ Public Limited Companies in bidders own name / Partners name in case of partnership firm and documentary evidences in the form of Copy of Letter of intent / Agreement / Work Order and Work Completion Certificate issued are to be furnished along with Part II of the bid. If work completion certificate is not enclosed the bid is liable for rejection. 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. The performance certificates and other documents related to pre- qualification furnished by the bidder Signature of the Contractor Page 1 of 8 General Manager/TS-II

along with the bid are liable for verification on authenticity. If the certificates submitted by any bidder is found to be forged or bogus, shall not only be disqualified for the tender but also shall be blacklisted by NLCI in taking part in any tender for a period of 3 (Three) years including forfeiture of EMD. Tender No. 1120 Name of Work Reconditioning of Lub.oil coolers of compressors and Heat exchangers of Air Dryers in Dry ash system Cost of Document EMD Rs 3200.00 Rs. 38000.00 Period of Contract : 300 Days from the date of issue of Work order. Last Date for Sale of Document : 01.02.2018 up to 04.00 PM Last Date of Receipt of Bids : 02.02.2018 up to 02.30 PM Date of Opening of Bids : 02.02.2018 at 03.00 PM : PRE-QUALIFICATION REQUIREMENT: The bidder should satisfy the following pre qualification requirements: 1 Supply or repair or recondition of cooler or heat exchangers for industrial application for a minimum value of Rs 6,00,800.00 in a single agreement. OR 2 (a) Supply or repair or recondition of cooler or heat exchangers for industrial application for a minimum value of Rs 3,00,400.00 in a single agreement. 2 (b) Any supply or work for a minimum value of Rs 6,00,800.00 in a single agreement and 3 The above works mentioned in para 1, 2(a) & 2(b) should have been executed or completed in their name to any Government or Quasi-Government or Public Sector Undertaking or Public Limited Company, within last Seven Years as on the original scheduled date of tender opening. Note: a. The following documents or relevant documentary evidences to meet the above stipulated PQR conditions of 1, 2 & 3 are to be furnished along with the Cover-II without fail. Otherwise the offer is liable for rejection. i. Copy of Work order or LOA or Agreement or Purchase order ii. Copy of materials acceptance certificate or Inspection Cum receiving report (IRR) or Invoice copy with the proof of payment receipt or work completion certificate or execution certificate mentioning agreement ref, period of work and value of work done. 4 The other conditions of PQR: i. The bidder should have independent Provident fund code number allotted in favor of his establishment under EPF & Misc Provision Act 1952. The PF code Number so allotted shall be furnished with documentary proof along with tender document. ii. iii. The bidder should have registered (its establishment) under ESI Act 1948 and have the Employer s code allotted in favor of his establishment. The ESI code number so allotted shall be furnished along with the tender documents. The personnel/ workmen engaged by the bidder for execution of works in NLCIL shall be in the rolls of the bidder agency and shall have to be given appointment letter /Employment card under CL (R&A) Act 1970 issued by the bidder to that effect, The bidder has to furnish a certificate of undertaking to that effect, along with the tender document Signature of the Contractor Page 2 of 8 General Manager/TS-II

iv. The bidder shall also possess a valid certificate of registration under GST Act/Rules and furnish a copy of the same in the bid if the aggregate value of the turnover (supply of goods or services or both) Rs. 20 Lakhs / Rs. 10 Lakhs ( in the specified category of states) in any financial year (the present threshold limit for levy of GST). He should have discharged his liability, under the GST Act/Rules to the effect of which a certificate of undertaking is to be furnished along with the Bid. In case the above value does not exceed Rs. 20 lakhs / Rs. 10 Lakhs, as the case may be, a self declaration to this effect shall be furnished. v. The bidder should have obtained Permanent Account Number (PAN) under Income Tax Act and it is mandatory for the contractor to provide a copy PAN and the self attested printout of the on line IT statement indicating Zero tax liabilities for four consecutive years prior to bidding. NLCIL reserves the right to send the same to the Income tax department for verification. NOTE: Bidder shall furnish the required or relevant documentary evidences for the above PQR conditions of 4(i) to 4(v) in Cover-II. Otherwise the offer is liable for rejection. : OTHER CONDITIONS: 1. No extension of time shall be permitted for the sale of tender documents and date of opening of tender and NLCI does not take any responsibility for delay, loss or non-receipt of tender documents sent by post either way. 2. NLCI reserves the right to reject any or all tenders in part or in full without assigning any reason and also reserves the right to split up the work into convenient portions and award them to different contractors. 3. If the date of opening fixed already for tenders is declared as national holiday due to any reason, tender will be opened on the following working day. 4. Prices should be firmly quoted only once after considering all the pros and cons. The bidders in the first quotation itself, if any, should spell out alternative or rebate percentage. Offers contained in supplemental /additional cover shall be summarily rejected. 5. Offers by bidders without requisite Cost of Document and EMD (specified) will not be accepted. 6. If the bidder is registered with NSIC / Covered under MSMED Act 2006 / MSME, they are exempted from furnishing Cost of Document and EMD 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 NLCI requirements. The NSIC / MSME copies duly attested by Notary Public or Gazetted officers or Practicing Chartered Accountant with seal & date, should be enclosed along with the bid (Part-I). The NSIC / MSME copies duly attested by any Notary Public (or) Gazetted Officers (or) Practicing Chartered Accountant with seal and date shall only be accepted. However, the firms with valid NSIC / MSME and if they happen to be a successful tenderer, the EMD amount mentioned in the tender enquiry is to be submitted towards the initial security deposit before issue of the 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 NLC India Ltd., payable at Neyveli. The security deposit will be released after successful completion of contract. 7. Tender documents in part or in full received after the date and time of tender opening will not be accepted. Signature of the Contractor Page 3 of 8 General Manager/TS-II

8. Tenderers should possess the code number assigned by Regional Provident Fund Commissioner, Trichy. 9. The bidder is requested to furnish the copy of PAN Card and Bank account details (countersigned by the Bank officials) for E-Payment as per the format enclosed. 10. If the tenderer is a partnership firm, Copy of the partnership deed is to be enclosed along with bid documents, and if the tenderer happened to be the successful bidder, the partner on whose pre-qualification, the work was awarded shall not withdraw from partnership till the satisfactory completion of work. If there is any reconstitution of the partnership during the contract period, the same shall be intimated to NLC India Limited immediately along with copy of reconstitution deed. Otherwise the contract will be liable for termination at the risk & cost of the contractor. If the partnership firm has come into existence either for the first time, or is reconstituted by inducting a new partner during the period between the issue of NIT and before opening of Tender and furnishes the PQ of any one of partners of newly constituted firm or PQ of newly inducted partner for that particular tender, the offer of such firm will not be considered and will be rejected. 11. Bidder should furnish the GST Registration No. in DETAILS OF THE TENDERER. The contractor shall agree to execute the work confirming to the Invitation to tender, Instruction to the Tenderer and General and Special Conditions of Contract for works June'65 (Corrected up to 31.03.1985). The quotations must be submitted in the prescribed schedule only and must accompany with necessary Earnest Money Deposit. The EMD can be remitted in any one of the following forms: Demand Draft, Banker s cheque, Banker s Pay Order, Irrevocable Bank Guarantee (BG) valid for 120 days from the date of tender opening from any Nationalized (or) Scheduled commercial Bank authorized by R.B.I (Guarantee Bond from the Bank should be executed on a non-judicial stamp paper for a value of Rs.80.00 (Eighty Only). The Bank Guarantee issued by the issuing Bank on behalf of Bidder/ Contractor/ Supplier in favour of Name of the Company shall be in paper form as well as issued under the Structured Financial Messaging System. The details of beneficiary for issue of BG under SFMS platform is furnished below:- Name of Beneficiary & its details : Name NLC India Limited Unit/Area/Division Beneficiary Bank, Branch & Address IFSC Code SBIN 0000958 Thermal Power Station-II/Contracts State Bank of India, Block-2, Neyveli-607801. The above particulars are to be incorporated by the issuing bank properly while issuing BG under SFMS mode to avoid any problem in future. The amount of BID guarantee may also be remitted through RTGS/NEFT mode and the UTR No. may be indicated in the tender document. The bank commission charges will be to the account of the bidder. The remittance details shall be clearly indicated by the bidder in their offer and the qualification of the bidder is subject to receipt of amount of bid guarantee stipulated in the tender. The Demand Draft, Banker s Cheque, Banker s Pay Order or Bank Guarantee Bond shall be drawn in Favour of NLC INDIA Limited payable at Neyveli. No interest shall be allowed on the EMD. The EMD deposited by the successful tenderer will be retained towards Initial Security Deposit for the due fulfillment of the Contract. The rates should be free from corrections and overwriting and should be neat and legible and written in words and figures otherwise liable for rejection. The tender covers (Cover I and Cover II) should be properly pasted before applying wax seal and any failure to do so would result in rejection of Signature of the Contractor Page 4 of 8 General Manager/TS-II

such bids. The special and general conditions and specifications should be signed at places indicated in token of acceptance. The sealed quotations will be opened in the office of the General Manager / TPS- II in the presence of the tenderers who may attend in person (or) represented by authorized persons. INSTRUCTION TO THE BIDDERS FOR SUBMITTING OFFER: a) 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 checklist. 2. Cover-II : PQR Documents, Integrity Pact (as per norm), Techno-commercial details and Price Schedule b) Cost of Tender documents, EMD/ Bid Guarantee: The cost of Tender document and EMD / Bid Guarantee amount shall be remitted. Otherwise the bid shall be rejected. c) 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. (Sample format enclosed) d) On the scheduled date and time of Tender opening, the Cover-I will be opened first and the bidders who satisfy the Cost of Tender documents, EMD/ Bid Guarantee conditions and submission of letter of undertaking will be considered and shortlisted for Cover-II opening. On the scheduled date and time of tender opening, Tender opening committee will open the Part-I cover first ands shall confirm details of payment of cost of Tender document, EMD/ Bid guarantee as in Notice Inviting Tender, compliance of Letter of Undertaking. The bids confirming all the above is treated as Responsive bids and Part-II covers of the responsive bids only will be opened. e) Cover-II will be opened on the same day. The bidders will be ranked starting from the lowest offered price and increasing in the ascending order. f) The Reverse Auction if required will be conducted among the shortlisted bidders with a start price and decremented value. The Reverse auction procedure is detailed under the heading Reverse Auction g) After completing the reverse auction, the lowest offered bid will be evaluated for PQR & Techno commercial conditions. h) If the lowest offered bidder satisfies all QR/ Techno-commercial conditions, they will be considered for order placement. i) If the lowest offered bidder fails to qualify on QR/ Techno-commercial conditions, the next lowest bidder(s), in the ascending order of the offered price will be evaluated on QR and 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. j) If item wise rate and taxes & duties are called in the tender, the successful bidder should submit breakup of prices to arrive at their revised basic price and other elements matching the site cost quoted by them in the Reverse Auction. k) In case if any of the information/ details/ declaration furnished by the RL1 bidder is not found to be in order with the tender conditions, the bid shall be rejected and action as mentioned below will be taken on the bidder. - In case the RL1 bidder fails to submit requisite documents as per NIT or if any of the information / declaration furnished by the RL1 bidder is found to be wrong by the Tender Committee during evaluation of the documents submitted by the bidder, which changes the eligibility status of the bidder (for the first time), the bidder will be considered as defaulted, then his bid shall be rejected and EMD or Rs. 1 Lakh which ever is lower of RL1 bidder will be forfeited. - For tenders where EMD is not applicable, the defaulted 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. Signature of the Contractor Page 5 of 8 General Manager/TS-II

- If any of the bidder defaulted in two tenders, floated by the same tender inviting Authority, Unit Head with in a span of one year (To be counted with respect to the date of publication of NIT), his bid shall be rejected and the EMD of the L1 bidder will be forfeited. :REVERSE AUCTION: 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 3 bidders participation. Due to such H1 bidders elimination, the available eligible bidders reduced to lesser than three, all will be included without elimination 2. Schedule of Reverse Bidding: After confirming EMD/ Bid guarantee and undertaking 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. 3. Auction Extension time: If a valid bid is placed within 5 (Five) 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. 4. Bid Price: The bidder has to quote single % of the estimate value or single total price as called for in the Tender schedule. 5. Post Reverse Bidding Procedure: After Reverse Auction, bidders would be ranked in ascending order as RL-1, RL-2, RL-3, RL-4 and so on with RL-1 being the lowest. After Reverse Auction, if item wise rate and taxes & duties are called in the tender then the bidder has to submit the price 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. 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 shall be Rs. 5,000/- lower than the lowest quoted bid. ii) RL1 bid is the last offered rate i.e. Further no bidder respond within the time limit. iii) 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. 7. Transaction Fee: Signature of the Contractor Page 6 of 8 General Manager/TS-II

Please note that vendors will have the access to reverse auction only after receipt of Transaction Fee by MSTC Ltd. The amount of transaction fee may vary from Rs. 1,000/- to 15,000/- plus applicable Tax. 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 & 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. Shri A Rajamanickam, RM Smt. E Babitha Rani, Chief Manager Shri S K Rajendran, Asst Manager 044 25251910 (D), 25219004,25231584,9884114557 arajamanickam@mstcindia.co.in 9444976359 babitha@mstcindia.co.in mstcsro@mstcindia.co.in 8884600700 skrajendran@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 part s account will not be accepted. Transaction fee is not refundable. Cash payments will not be accepted. 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. 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 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. 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. NLCI / MSTC reserves the right to cancel or reject or accept or withdraw or extend the tender in full or part as the case may be without assigning any reason thereof. 16. No deviation of the terms and conditions of the tender document is acceptable. Submission of bid in the e-reverse auction by any bidder also confirms his acceptance of terms and 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 that the prevailing / current lowest bid. Signature of the Contractor Page 7 of 8 General Manager/TS-II

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 complaint in this regard shall not be entertained. 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. 21. Any order resulting from this bidding process shall be governed by the terms and conditions mentioned in NIT. No deviation to the technical & commercial conditions are allowed. NLCI / 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. 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 NLCI and the successful bidder(s) subsequent to the bidding process The contractor shall agree to execute the work confirming to the Invitation to tender, Instruction to the Tenderer and General and Special Conditions of Contract for works. The sealed quotations will be opened in the Contracts Division /TPS-II/NLCI Ltd., Neyveli in the presence of the bidders who may attend in person (or) represented by authorized persons. Enclosure: 1. Letter of Undertaking with checklist 2. Scope of Work 3. Special Conditions 4. General Conditions 5. Details & Declaration by the bidder 6. E-payment format 7. Annexure-A 8. Tender Schedule 9. Drawings Dy.General Manager/Contracts. Thermal Power Station-II Signature of the Contractor Page 8 of 8 General Manager/TS-II