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

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

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.

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

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

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

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

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

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

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

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

NLC India Limited (formerly Neyveli Lignite Corporation Limited)

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

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

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

Work Completion Certificate Sample

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

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

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)

NOTICE INVITING BID T.No:40/2015

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

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

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 FOR WORKS (OPEN TENDER ENQUIRY)

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

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

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

The bidder should satisfy the following pre qualification requirements:

CEO/NTPL/Turb/PTE/1157R/

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

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)

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

NOTICE INVITING BID FOR

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


NIT No: Civil/IMSc/11/2015

(A statutory body of Govt of Kerala)

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

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

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

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

KTDC/PA1/CC/3861/ /11/2014. Kerala Tourism Development Corporation Limited invites sealed tenders from

Terms & Conditions of Tender for Security Services

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

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

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

BRIEF NOTICE INVITING BID

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

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

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

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

at Bandra Kurla Complex, Mumbai. The work is estimated to cost Rs lakh and is to be completed within 3 months.

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

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

GSFC AGROTECH LIMITED [GATL]

BHARAT HEAVY ELECTRICALS LIMITED

at 13:30 hrs

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

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

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

न यव ल NLC India Limited, Neyveli

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

ICAR Research Complex for N.E.H. Region Tripura Centre, P.O. Lembucherra West Tripura.

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

NOTICE INVITING TENDERS

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

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

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

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

EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE

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

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

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

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

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

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

Notice Inviting Tender.

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

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

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

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

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

Tender form & EMD should be submitted on or before

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

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

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

TENDER DOCUMENT NIT SIKKIM RAVANGLA, SOUTH SIKKIM

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

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

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

TIRUMALA TIRUPATI DEVASTHANAMS : : TIRUPATI TENDER NOTIFICATION. Description No. 1 Department Name TREASURY SECTION, TTD, TIRUPATI

TENDER DOCUMENT FOR CONDUCT OF EVENT AT ISLAND GROUNDS, CHENNAI-09 FOR 35 DAYS FROM TO

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

OSMANIA UNIVERSITY HYDERABAD , INDIA

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

t(<i1 t(~;rt~. ~ (~~ "''''I~Hl fft"1i$g Ch14fh'H fftfile.s)

Transcription:

CIN: 93090TN1956GOI003507 Website: www.nlcindia.com NLC India Limited (formerly Neyveli Lignite Corporation Limited) ('Navratna' - A Government of India Enterprise) OFFICE OF THE GENERAL MANAGER/MECHANICAL SERVICES/C.T.O Tel: 04142-282273 FAX: 04142-252657 Web : www.nlcindia.com Email:mechservices_nlc@nlcindia.com Registered office: First Floor,No.8,Mayor Sathyamurthy Road, FSD, Egmore Complex of Food Corporation of India, Chetpet, Chennai 600 031 1. INVITATION NOTICE INVITING TENDER (NIT) OPEN TENDER NOTICE (Two Cover System) Dt. :17/11/2017 Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details" below by the General Manager/Mechanical services/mines. 2. TENDER DETAILS` Tender No.: GM/MS/CTO/T1/R/C /FMYD-I/OTE-12/ 2017-18 Cost of Tender(Rs): 800.00 Sl. No 1 Tender Ref. GM/MS/CTO/T1/ R/C /FMYD-I/ OTE-12/ 2017-18 Description of work Mechanical services Reconditioning of engine components viz. Cylinder blocks, Cylinder heads,connecting rods and Crank shafts. Approximate value of work ( Rs.) - Division E.M.D (Rs.) Amount In Rs. FM-I Rs.10,000.00 Name of the Work : Mechanical services Reconditioning of engine components viz. Cylinder blocks, Cylinder heads,connecting rods and Crank shafts. Period of Work : The period of contract - two years from the date indicated in LOA. Delivery period : The materials shall be collected within 30 days from the date of written communication from DGM/MS/MI & the reconditioned materials shall be delivered within 30 days from the date of collection of the materials. 1

3. PRE QUALIFICATION REQUIREMENTS PQR-1. The bidder should have carried out re-conditioning works of engine components viz. Cylinder blocks, Cylinder heads,connecting rods and Crank shafts pertaining to any internal combustion engine for a total value of Rs.1.33 lakhs in one or two orders/agreements, within the last seven years from the original scheduled date of tender opening in the name of the bidder or in the name of the firm/in the name of any one of the partners in case of partnership firms in any PSU/ Government Department/Government Undertaking/Public Limited company. PQR-2 The reconditioned components should have worked satisfactorily for a period of 06 months or 1000 hours which ever is earlier from the date of fitment. DOCUMENTARY EVIDENCES: (The documentary proof shall be furnished along with the cover-ii. PQR-1 The bidder shall furnish work order copy for the value indicated along with the corresponding completion certificate indicating the work order reference, value of the work completed and the period of work. The documents furnished shall be duly be attested by Chartered Accountant/Charted Engineer/Notary public shall be enclosed. PQR-2 Performance certificate to satisfy the PQR-2 shall be furnished for the work orders enclosed to satisfy PQR-1 and the same be duly be attested by Chartered Accountant/Charted Engineer/Notary public. PQR Common to all bidders: i) The bidder should have independent provident 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. 2

ii) The personnel / workmen engaged by the bidder for execution of works in NLC 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 documents iii) The bidder shall also possess a valid certificate of registration under GST/Rules; he should have discharged his liability, under the service to the effect of which a certificate of undertaking is to be furnished along with tender documents. iv) The bidder should have obtained Permanent Account Number (PAN) under the Income Tax Act and he is not a defaulter in payment of Income Tax as evidenced by Income Tax Assessment Records for four consecutive years prior to bidding v) The Contractor Employers shall be required to undertake the responsibility of remitting the contribution/subscription etc., of the contract workmen engaged by them towards EPF, ESI etc. (as applicable) and NLCIL as the principal employer, will ensure compliance under the relevant applicable statutes by verifying the remittance made by the Contractor Employers before releasing part/final bills. 4. PRESCRIBED TENDER FORMAT: 4.1 Sealed tender shall be submitted in the prescribed format which can be collected from the office of the General Manager/Mechanical services/mines during office hours from 18.11.2017 to 08.12.2017 on payment of the cost of tender document as given in the table above by Demand Draft / Pay order / Banker's cheque drawn in favour of NLC India Limited, payable at Neyveli or by e-payment mode with details of bank account. The tender document cost in the form cash will not be accepted. 4.2 The Tender Documents, if required by post, by any Bidder, he shall send a request letter with a Demand Draft towards the cost of the Tender 3

Documents and adding Rs.50/- (Rupees Fifty only) towards postal expenses. Such Documents sent by Post shall be at the risk of the Bidder. 4.3 Sale period of Tender Document is from 18.11.2017 during working hours and up to 11:00 hours on 08.12.2017. 4.4 The offer shall be kept valid for 90 days from the date of Tender opening. 4.5 However if any extension of validity is called for, the Bidder shall extend the same. 5. 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. 6. EARNEST MONEY DEPOSIT (EMD) 6.1 The Earnest Money Deposit as given in Tender Details is to be submitted along with the tender. The Earnest Money so deposited shall not bear any interest. 6.2 Mode of furnishing Earnest Money Deposit: The amount specified in the Notice Inviting Tender can be furnished in the form of Demand Draft/Bankers Cheque or Pay Order drawn in favour of Director(Finance) of NLC India Limited, on any Bank in Neyveli or payable at par by a Bank in Neyveli. Remittance of Earnest Money Deposit by Cash shall not be entertained; instead bidders may choose remittance of EMD into NLC's Account through e-payment mode and enclose the vouchers along with the documents which shall be verified by Accounts Centre. 6.3 BANK ACCOUNT DETAILS FOR E-PAYMENT For Mine-I, NLC A/c No. is 10895129044- Beneficiary name is NLC India Ltd., Mine-I -Current A/C in SBI Branch, Neyveli Main (IFSC Code SBIN 0000958). The offer without full EMD will be summarily rejected. The Earnest Money Deposit can also be furnished in the form of an Irrevocable Bank Guarantee from any Nationalized/ Scheduled commercial bank authorized by RBI in India, with validity of 120 days, from the date 4

of bid opening which should be in Rs.80/- stamp paper. The Bank Guarantee if submitted against Earnest Money Deposit shall be subject to verification with the bank which issued it. The BG shall be got extended suitably, whenever required. 6.4 The Tenders submitted with the Earnest Money Deposit not in the aforesaid manner shall be summarily rejected. Also, any Tender submitted without the Earnest Money or submitted with part amount or any request to adjust it in any other bills or seeking exemption, shall be summarily rejected, unless otherwise specified. 6.5 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 the receipt of amount of tender document and EMD stipulated in the tender. Central Govt. Department, Govt. funded Educational Research Institutions are exempted from submission of EMD. 7.0 SUBMISSION OF TENDER AND OPENING: 7.1 The bidder shall submit sealed tenders in a single sealed cover namely MAIN COVER, consisting of two inner sealed covers as Cover-I and Cover-II superscribing tender reference and description of work. Any tender not received in separate Cover-I & Cover-II will summarily be rejected. 7.2 The bidder shall sign in all pages with date and shall be submit as described in para 7.1 above, duly sealed with inscription on the top with Tender No. Opening Date & Opening Time and addressed to The General Manager/MS/Mines CTO Building, NLC India Limited, Neyveli-607 801. 5

6 Tender No.: GM/MS/CTO/T1/R/C /FMYD-I/OTE-12/ 2017-18 7.3 The address of the bidder shall be indicated on the Left hand bottom of the sealed envelopes (in all the 3 covers) clearly and dropped in the Tender Box kept in the office before the time fixed. 7.4 The closing of Tender Box / Time up to which the Tender shall be dropped is 11:00 hours on 08.12.2017. 7.5 The opening of Tenders / Tender Box is 11:30 hours on 08.12.2017. 7.6 The Tenders so submitted shall be opened in the presence of the bidder or his authorized representative (with authorization letter), not exceeding one person from each bidder. 7.7 NLC shall not be responsible for any delay / loss in receipt of the Tender which is sent through post / courier. 8. SUBMISSION OF TENDER OFFER: a) Offer should be submitted in Two cover system, which should contain the details as follows: 1) Cover-I: Cost of Tender Document, EMD/Bid Guarantee and Letter of Undertaking duly signed. 2) Cover-II: PQR documents, NIT (Notice Inviting tender), Instructions to the bidders, Techno-Commercial conditions, special conditions (if any) and Price schedule. b) Cost of Tender documents, EMD / Bid Guarantee: The Cost of Tender Document as per NIT and EMD / Bid Guarantee as per NIT shall be submitted. Otherwise the bid shall be rejected. c) Letter of Undertaking: The bidders should submit an undertaking in Cover-I as per the format enclosed. Offer received without the 'Undertaking' will be rejected. 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 alone will be considered and shortlisted for Cover-II opening. On the scheduled date and time of tender opening, Tender opening committee will open the Cover-I cover first and shall confirm details of payment of cost of Tender document, EMD/Bid Guarantee as in NIT, compliance of Letter of

undertaking. The bids confirming the entire above are treated as Responsive bids and Cover-II of the responsive bidders 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. 9. Price shall be quoted for NLC India Limited site of work basis and shall be in the NLC India Limited format only. NLC India Limited reserves its right to reject such bid which is not in conformity with the above requirement. 10. Due to Administrative reasons, if the tender could not be opened on the Scheduled date, the revised date of opening will be intimated later to those who have responded. 11. OTHERS: 11.1 The Tenders submitted late shall not be accepted and shall be rejected. 11.2 The Tenderer shall sign all the pages of the Tender Documents. 11.3 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 will be kept opened on the next working day. 11.4 NLC India Limited, reserves the right to reject any or all bids received or cancel the Tender, without assigning any reason. 11.5 NLC India Limited, shall not entertain any claim on account of preparation of tenders. 11.6 The Tenderer shall produce an attested copy of the License obtained from the Licensing authority, wherever applicable and considered necessary, failing which the Tender shall be rejected. 11.7 The quantum of work mentioned in the schedule is only an indication of the probable quantity that may have to be done during currency of this contract. The NLC India Limited reserves the right to increase or decrease the quantum of work to suit the site requirements and exigencies and the contractor shall execute the work on the same terms and conditions and rate throughout the period of the contract. 11.8 Work Order/ Agreement copy is not sufficient. Copy of the work 7

completion certificate or part completion certificate with required Prequalification value or Finalization Order must be enclosed. Original work completion certificate/ part completion certificate/ finalization order has to be produced if demanded. 11.9 Residential accommodation may not be provided by NLC India Limited in lieu of this contract. 11.10 If the tenderer is a partnership firm and if there is any reconstitution of the partnership during the contract period, the same shall be intimated to NLC India Limited immediately along with copy of reconstitution deed. Otherwise the contract will be liable for termination at the risk & cost of the contractor. Copy of the partnership deed is to be enclosed along with bid documents. 12.0 Forfeiture of Earnest Money Deposit - 8 12.1 The Earnest Money Deposit can be encashed if the bidder withdraws his Tender proposals / modifies / changes / alters / impairs/derogates the Tender proposal on his own after the first cover is opened or within the subsistence of the validity period of offer or fails to accept the Letter of Award issued by NLC or fails to submit Security Deposit or fails to turnup and execute contract agreement or fails to commence the work as per LOA. Such bidders will be suspended / banned / blacklisted subject to action as may be deemed fit. In case of unilateral revision or with drawl of offer by the bidder as above, shall also result in rejection of bid without notice. 12.2 If NLCIL has any authentic information about the intending bidder having formed a Cartel / submitted Non-earnest Bids, the Tender will be cancelled and the Earnest Money Deposit of all the bidders shall be forfeited, besides initiating actions like suspension / banning /blacklisting as may be deemed fit. 12.3 The performance certificates and other documents related to prequalification furnished by the bidder along with the bid are liable to 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 EMD furnished by him/them will be forfeited and he/they will be blacklisted. 12.4 The Contractor should not sub-contract the work back to back. 12.5 If tender documents are downloaded from NLC website (www.nlcindia.com), cost of tender documents should be remitted at the time of tendering in Cover-I by Demand Draft favouring of Director/Finance/NLC India Limited, Neyveli. Payable at Neyveli from any Nationalized Bank. If the Demand Draft is not enclosed in Cover-I, the offer will summarily be rejected. 12.6 Bidders who are downloading the tender documents from website are advised to visit the website frequently, for noting the corrigendum, if any, issued subsequently with regard to above tenders, till the last date for sale of tender documents. 12.7 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/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 (OR) services mentioned in the certificate is the same or similar to this tender requirements. The copies of NSIC certificates or other certificates issued by the Competent Authority prescribed under the MSMED Act 2006 duly attested by any Notary Public (or) Gazetted officers (or) Practicing Chartered Accountant with seal and date shall only be accepted. 12.8 If the Quarters address under NLC control is indicated as "Communication Address" in the NSIC certificate furnished by the tenderer, this will be accepted. But if it (Quarters Address under NLC Control) is mentioned as "Factory Address", the NSIC certificate will be rejected. 9

12.9 If it happens to be a single tender on the scheduled date of tender opening, the same will be opened on the same scheduled date and time of opening. 13. Assessing of seven years period: 13.1 If the period of completion of the work executed or the year in which the work was executed by the tenderer falls within the 7 years period prescribed in the P.Q. clause the total value of the work executed in that agreement shall be considered for P.Q. value. Similarly even if only part of the completion period is within last 7 years, total value of work executed in that agreement/ contract shall be considered for P.Q. value. 13.2 If the period of work is not mentioned in the documentary evidence submitted by the tenderer, the year of work indicated in the document will be considered as financial year. 13.3 For the purpose of evaluation, the completed contract value will be taken into consideration and not the agreement value. In case the contract is not completed in full and if the payment made for the portion of work executed satisfies the P.Q. value, the same will be considered. 13.4 If a 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. 13.5 Any partnership firm which has not furnished copy of the certificate issued by the Registrar of Firm for Firm Registration/ Firm Reconstitution /Copy of cash receipt or the note issued by Registrar of Firms for receipt of documents towards Form-V for Firm re-constitution as the case may be, along with the Cover-II their offer is liable for rejection 10

13.6 If authorized person/ signatory is signing the tender documents on behalf of the tenderer, copy of letter of authorization issued by the authorized body of the tenderer shall be enclosed along with Cover-II. Otherwise the offer is liable for rejection. 13.7 If a bidder is represented by an authorized representative/ Agent/ Power of Attorney holder, such authorized representative, agent etc shall not sign and submit any other bids in his Personal behalf or by representing any other bidders. If more than one bid are received from any person in his personal capacity and / or representative capacity, all such tenders will entail in rejection. 13.8 Documentary evidence submitted by the Bidder(s) towards qualifying requirement(s) such as copy of work completion certificate or Part completion certificate or finalization order enclosed in the Cover-II shall contain the following: i. Name of work ii. Agreement No. iii. Finalized value & Date of completion iv. For part completion works, the executed vale with relevant period of work v. Name of the Tenderer with address IMPORTANT NOTE: Please refer sl. no.1 and 2 of Clause 8.0 (a) for the contents of Cover-I and Cover-II. For NLC INDIA LIMITED, Sd/- General Manager/MS/Mines 11