NIT No.:2023_NHPC_763642_1
Installation of Underground Diesel Storage Tank at DAM Site of Kishanganga Power Station (PKG-435).
Bid Submission Start Date: | Bid Submission End Date: |
---|---|
01-01-1970 | 01-01-1970 |
Bid Opening Date: | 01-01-1970 |
Download Document | Download PDF (opens in a new tab, PDF) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
NH/KG/P&C/DAM/PKG-435/2023 | Installation of Underground Diesel Storage Tank at DAM Site of Kishanganga Power Station (PKG-435). | 25-08-2023 | 17-08-2023 |
Tender Document | Login to Download |
Description:
SECTION-I
NOTICE INVITING E-TENDER
Online Bids are invited for and on behalf of NHPC Ltd. through eligible domestic bidders
for “Installation of Underground Diesel Storage Tank at DAM Site of Kishanganga
Power Station. (PKG-435). Complete bid document can be downloaded and submitted
through the portal http://eprocure.gov.in/ eprocure/app in respect of Tender ID:
2023_NHPC_ 00000_1 from XX.XX.2023. The site can also be viewed through eprocurement
corner of NHPC website www.nhpcindia.com and CPP Portal. The last date
of submission of bid is XX.XX.2023 up to 17.00 hrs. For further details, please visit
http://eprocure.gov.in/eprocure/app. Subsequent amendments, if any shall be posted only
on the aforesaid websites.
.
4
NHPC LIMITED
(A GOVT. OF INDIA ENTERPRISE)
Regd. Office: NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)
Domestic Competitive Bidding
(E-tendering-Web Notice)
NIT No.: NH/KG/P&C/DAM/PKG-435/2023/276 Date: 26. 07. 2023
Online “Item Rate” bids are invited through Domestic Competitive Bidding in Single
Stage -Two Part Bidding Basis {i.e. Part-I (Cover-I): Technical- Bid and Part-II (Cover-II):
Financial Bid} for and on behalf of NHPC Ltd. (A Govt. of India Enterprise) from eligible
Sole Bidders for the work of “Installation of Underground Diesel Storage Tank at DAM
Site of Kishanganga Power Station (PKG-435). Complete Bid Documents/Tender
Document can be viewed and downloaded from Central Public Procurement (CPP) Portal
https://eprocure.gov.in/eprocure/app with Tender ID No. as mentioned in brief details for
the tender. The site can also be viewed through e-procurement corner of NHPC website
www.nhpcindia.com and CPP Portal. Any Bidder who wishes to quote for this Tender can
download the Tender Document from aforesaid portal after online Bidder registration for etendering.
The brief details of the tender are as under:
Sl. No. Item Description
i) Mode of tendering Open Tender on e-Procurement System
Cover-I: Online Techno-Commercial Bid
Cover-II: Price Bid
ii) Tender ID No. at CPP Portal
2023_NHPC_763642_1
iii) Tender reference No.
NH/KG/P&C/DAM/PKG-435/2023
Estimated Cost Rs. 83,78,486/- (Including GST, All Taxes,etc )
iv) Cost of bid document Rs. 590/- should be submitted in the form of
demand draft or to be paid online in favour of
“Collection Account NHPC Limited
Kishanganga HE Project”, Payable at “State
Bank of India, BANDIPORA”, “Account No.-
30965097784”, “IFSC Code: SBIN0001362”.
(A copy of online transfer is to be sent
immediately along with GSTIN through e-mail on
the mail ID: pnc-kishanganga@nhpc.nic.in
mentioning name of the work for which online
payment has been made)
5
v) Bid Security (EMD) Rs. 1,68,000/- ( Rupees One Lakh Sixty Eight
Thousand only) should be submitted in the form
of Demand Draft or to be paid online in favour
of “Collection Account NHPC Limited
Kishanganga HE Project”, Payable at “State
Bank of India, BANDIPORA”, “Account No.-
30965097784”, “IFSC Code: SBIN0001362”.
(A copy of online transfer is to be sent
immediately along with GSTIN through e-mail on
the mail ID: pnc-kishanganga@nhpc.nic.in
mentioning name of the work for which online
payment has been made)
Or
In the form of Bank Guarantee (BG) issued by
any Indian Nationalized Bank/Scheduled
Commercial bank in India. Bank Guarantee shall
be valid up to three months beyond the bid
validity period as per the prescribed format of
ITB.
Name of beneficiary: NHPC Limited, Corporate
Office Complex, Sector-33, Faridabad(HR)
IFSC Code: SBIN0017313
Address of the Bank: State Bank of India, CAG
II.
vi) Period of Bid Validity 120 days
vii) Completion Period 4 (Four) Months from the date of Award of
Work/as per instruction of Engineer-incharge
in working season ie from May to
October.
viii) Tender inviting Authority Group Sr. Manager (M), P&C Complex,
Kishanganga Power Station, Karalpora,
Bandipora (J&K) Email:- pnckishanganga@
nhpc.nic.in
Tel-01957 225018
The critical dates of tender are as under:
Sl. No. Particulars Date & Time
i) Publishing Date & Time 27.07.2023 (10:00 Hrs)
ii) Document Download Start Date
& Time
27.07.2023 (10:00 Hrs)
iii) Pre bid meeting Date & Time
Not Applicable
iv) Bid Submission Start Date &
Time
27.07.2023 (10:00 Hrs)
6
v) Online Bid Submission Closing
Date & Time
17.08.2023 (17:00 Hrs)
vi) Offline submission closing
(address, date & time)
Address:
a. Group Sr. Manager(M), P&C Complex,
Kishanganga Power Station, Kralpora,
Bandipora, J&K
OR
b. Co-ordinator Off-line Bids, Contracts
(E&M) Div, Corporate Office, NHPC
Limited, Sector-33, Faridabad,
Haryana- 121003
OR
c. Manager (C&P) Contract &
Procurement Wing, O/o Executive
Director, NHPC Ltd. Jammu, Jammu,
Distt Jammu (J&K) - 180006
Last Date & time: 22.08.2023 (17:00
Hrs)
vii) Online Bid Opening of
Technical Bid (Cover-I)
Venue: P&C Complex, NHPC Office,
Kishanganga Power Station, Kralpora,
Bandipora (J&K),
PIN-193502
Date & time: 25.08.2023 (15:00 Hrs)
viii) P r i c e b i d Opening
(Cover-II)
Venue, Date & time to be intimated
later to the bidders whose Technocommercial
Bids will be found
responsive
2.0 Eligible Bidders
2.1 This Invitation for Bid is open to:
a) The bidders who are incorporated legal entity and are legally and
financially autonomous and operate under commercial law of their
respective jurisdiction.
b) All bidders meeting the Qualification criteria as defined in clause 3.
2.2 Bidders shall not have been banned/ de-listed/ black listed/ debarred from business
by any PSU/Govt. Department during last 03 (three) years on the ground mentioned
in para 6 of Guidelines on Banning of Business dealings (Annexure-A)to Integrity Pact.
7
Self-Declaration in this regard is to be submitted as per the enclosed proforma
(Forms-6-, Section-III)
2.3 The Bidders whose contract(s) have been terminated due to poor performance by
employer, shall not be allowed to participate in the bidding process for next 5 years
w.e.f. the date of notification of termination.
2.4 To improve transparency and fairness in the tendering process the Employer is
implementing Integrity Pact.
The Integrity Pact, signed by all the prospective Bidders and the Employer, shall
commit the persons/officials of both the parties, not to exercise any corrupt/
fraudulent/collusive/coercive practices in the Tendering process and also during
implementation of the Contract. Only those Bidders who have entered into Integrity
Pact with the Employer shall be eligible to participate in the bidding process.
All Applicants shall enter into an Integrity Pact (to be executed on plain paper) with
the Employer at the time of submission of their Bids. The Integrity Pact digitally
signed on behalf of the Employer is provided as Form-7 Section-III. The Integrity Pact
shall be downloaded, printed and signed by the Applicant and the hard copy shall be
submitted. The scanned copy shall be submitted online and hard copy off line.
Successful bidder shall submit duly executed Integrity pact on Non-Judicial Stamp
paper of appropriate value prior to signing of Contract Agreement.
To oversee the compliance under the Integrity Pact, Sh. Vivek Kumar Johri and Dr.
Vinod Aggarwal has been appointed as an Independent External Monitor (IEM) by the
owner. The Contact Address of IEM is as under:-
Independent External Monitors for NHPC,
Room No. 214, NHPC Ltd.
NHPC Office Complex,
Sector-33, Faridabad-121003.
Shri Vivek Kumar Johri
106, Malviya Nagar, Bhopal
Madhya Pradesh-462003
Email: iem.nhpc@gmal.com
Dr. Vinod Aggarwal,
B-103, Sarvodaya Enclave
2nd Floor,New Delhi-110017
Email: iem.nhpc@gmal.com
3 Qualification of the Bidder
3.1 All bidders shall include the following information and documents with their bids in,
Qualification Information unless otherwise stated in the ITB:
a) Copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of attorney of the signatory
of the Bid to commit the Bidder. Additional information as sought in the Form-1
General Information, Section-III shall be provided.
b) Copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of attorney of the signatory
8
of the Bid to commit the Bidder. Additional information as sought in the Form-1
General Information, Section-III shall be provided.
c) Work experience to demonstrate meeting the criteria stipulated in clause 3.2 A (b) shall
be provided in Form-3 work experiences record, Section-III. The work experience
shown shall be supported with certificate(s) from the Engineer-in-charge/Project head
of the concerned work. “In case of experience certificates produced by the
contractors for having executed works for Private Organisation, TDS Certificates
shall also be produced along with experience certificate.”
d) Information on financial criteria stipulated in clause 3.2A (a) shall be furnished in
Form -4, Annual construction turnover, Section-III. Copy of affidavit/Certificate of CA
mentioning Financial Turnover of last 3 (three) years. Printed Annual reports or
financial statements of the Bidder, such as balance sheet, profit and loss statements and
auditor's reports as the case may be for the past three years shall be submitted to
ascertain bidder’s meeting the financial criteria.
e) the proposed methodology (Schedule- G in separate sheets) and programme of
Construction (in Schedule- E), backed with equipment planning and deployment (in
Schedule-F) duly supported with broad calculations, justifying their capability of
execution and completion of the work as per technical specifications and within the
stipulated period of completion.
3.2A To qualify for award of the Contract, each bidder should have:
(a) The Average Annual Financial Turnover during the last three years, ending 31st
March 2022 should be at least 30 % of the Estimated Cost.
(b) Successfully completed in last seven year, at least one similar work equal in value to
80% of the estimated cost of work or two works equal in value to 50% of estimated
cost of work or three works equal in value to 40% of the estimated cost of works.
Similar work means “Any work related to Installation of Diesel/Kerosene/Petrol
Underground Storage Tank.”
Note:-
(i) Copy of TDS may be submitted; in case of work done certificate is issued by Non
Govt. Organisation.
(ii) The reference date for considering the period of preceding 07 years for general
& specific technical experience shall be the last day of the month previous to
the one in which Tenders are invited.”
3.2B Each bidder must also produce with their Bid:
I) PAN No., Service Tax Registration No./Sales Tax Registration No. GSTIN
REGISTRATION no. and EPF Registration No.
II) A declaration that the information furnished with the bid documents is correct in
all respects in form-5, form of declaration, Section-III.
III) Such other certificates if any as defined in the ITB.
9
3.2C To qualify for Contract for which bids are invited in the Notice Inviting Tender, the
Bidder must demonstrate having work experience, financial capability and resources
sufficient to meet the aggregate of the qualifying criteria. Failure to produce the
certificates and documents in clauses 3.1 and 3.2A & 3.2B shall make the bid nonresponsive.
3.2D JVs or any other arrangement other than sole bidder is not allowed. Experience and
resources of proposed sub-contractor, if any shall not be taken into account in
determining the bidder’s compliance with the qualifying criteria. However, experience
of bidder as sub- contractor approved by Project developer shall be considered.
Experience of bidders as member of Consortium/Joint Venture shall be considered as
per distribution of work against the member of the Consortium/Joint Venture. In case
where distribution of Consortium/JV members is not specified in Consortium/JV
agreement then the experience credential shall be considered for all members of JV with
minimum 35% participation share.
3.2E All startups (whether MSEs or otherwise), falling within the definition as per Gazette
notification-G.S.R. 501(E) dt. 23.05.2017 or as amended from time to time are
exempted from meeting the qualification criteria in respect of Prior Experience - Prior
Turnover as per para 3.2 A subject to their meeting the quality and technical
specifications, for which necessary documents shall be submitted by such bidders.
However, the Employer reserves the right to deny such exemptions to startups (whether
MSEs or otherwise) in case of circumstances like procurement of items related to public
safety, health, critical security operations and equipments etc.
3.2F Make in India category firms vide DPIIT order no. P-45021/2/2017-PP (BE-II)
dated 16th September, 2020 is applicable as below:-
A) Definitions
Local content: means the amount of value added in India which shall, unless
otherwise prescribed by the Nodal Ministry, be the total value of the item procured
(excluding net domestic indirect taxes) minus the value of imported content in the
item (including all custom duties) as a proportion of the total value, in percent.
Class-I local supplier: means a supplier or service provider, whose Goods/ Services/
Works offered for procurement, meets the minimum local content as prescribed for
“Class-I local supplier” under this order.
Class-II local supplier: means a supplier or service provider, whose Goods/ Services/
Works offered for procurement, meets the minimum local content as prescribed for
“Class-II local supplier” but less than that prescribed for “Class-I local supplier” under
this order.
10
Non-local supplier: means a supplier or service provider, whose Goods/ Services/
Works offered for procurement has local content less than that prescribed for “Class-
II local supplier” under this order.
Minimum Local Content: Nodal ministry/department may prescribe only a higher
percentage of minimum local content requirement to categorize a supplier as Class-I
local supplier/ Class-II local supplier/ Non local supplier. For the items, for which
Nodal ministry/department has not prescribed higher minimum local content
notification under the order, it shall be 50% and 20% for Class-I local supplier/Class-II
local supplier respectively.
Margin of purchase preference: means the maximum extent to which the price
quoted by a Class-I local supplier may be above the L-1 for availing purchase
preference. The margin of purchase preference shall be 20%.
Works: means all works as per Rule 130 of GFR-2017, and shall also include Turnkey
works, Engineering, Procurement & Construction (EPC) Contracts and Services
include System Integrator (SI) contracts.
B) Eligibility Criteria for Class I/II and Non Local Suppliers
a) For procurement of Goods/Services/Works, irrespective of purchase value where
there is sufficient local capacity and local competition, only Class-I local supplier shall
be eligible to bid.
b) For procurement of Goods/Services/Works, not covered under a) above and having
estimated value less than INR 200.00 Crores, Global tender enquiry shall not to be
issued except with the approval of Competent Authority as designated by
Department of Expenditure. Only Class-I and Class-II local suppliers shall be eligible to
bid in procurements, except when Global tender enquiry has been issued. In Global
tender enquiries, Non-local suppliers shall also be eligible to bid along with Class-I
and Class-II local suppliers.
The above criteria shall be subject to compliance of following:
i) The bidder shall have to be an entity registered in India in accordance with law.
Indian subsidiaries of foreign bidders are eligible to participate in the bidding process
provided they meet the qualifying criteria in terms of capability, competency,
financial position, past performance etc. Further, Foreign bidders shall compulsorily
set up their manufacturing units on a long term basis in India.
ii) Foreign bidders can also participate in the bidding process provided they form Joint
Venture with any bidder registered in India in accordance with law.
iii) Country of origin of the equipment/material shall be provided in the bid.
iv) The bids shall be in Indian National Rupees (INR) only in respect of local content.
11
v) The bidder shall follow Indian laws, regulation and standards.
vi) For supply of equipment/ material from the country of origin other than India, the
bidder shall submit performance certificate in support of satisfactory operation in
India or a country other than the country of origin having climatic and operational
conditions including ambient temperature similar to that of India for minimum one
year.
vii) The manufacturer/ supplier shall list out the products and components producing
Toxic E-waste and other waste. It shall have an Extended Producers Responsibility
(EPR) so that after the completion of the lifecycle, the materials are safely
recycled/disposed of by the Manufacturer/ Supplier and for this, the Manufacturer/
Supplier along with procurer has to establish recycling/ disposal unit or as may be
specified.
viii) The bidder shall have to furnish a certificate regarding cyber security/ safety of the
equipment/ process to be supplied/services to be rendered as safe to connect.
ix) Wherever required, the foreign supplier shall establish fully functional service centers
in India and shall keep spares/material locally for future needs of Utilities.
x) Arbitration proceedings shall be instituted in India only and all disputes shall be
settled as per applicable Indian Laws.
C) Procedure for Purchase Preference
(a) Subject to the provision of this Order and to any specific instructions issued by the
Nodal Ministry or in pursuance of this Order, purchase preference shall be given to
“Class-I local supplier” only in procurement undertaken by procuring entities in the
manner specified here under.
(b) In the case of procurement of Goods/Works, covered under para B(b) and divisible
in nature, the ‘Class-I local supplier’ shall get purchase preference over ‘Class-II local
supplier’ as well as ‘Non-local supplier’ as per following procedure:
i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local
supplier’, the contract for full quantity will be awarded to L1.
ii) If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded to
L1. Thereafter, the lowest bidder among the ‘Class-I local supplier’ will be invited to
match the L1 price for the remaining 50% quantity subject to the Class-I local
supplier’s quoted price falling within the margin of purchase preference, and contract
for that quantity shall be awarded to such ‘Class-I local supplier’ subject to matching
the L1 price. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1
price or accepts less than the offered quantity, the next higher ‘Class-I local supplier’
within the margin of purchase preference shall be invited to match the L1 price for
remaining quantity and so on, and contract shall be awarded accordingly. In case
some quantity is dtill left uncovered by Class-I local suppliers, then such balance
quantity shall be ordered to the L1 bidder.
(c) For procurement of goods/works, which are covered by para B(b) and not divisible
in nature, and in procurement of services where the bid is evaluated on price
12
alone, the 'Class-I local supplier' shall get purchase preference over 'Class-II local
supplier' as well as 'Non-local supplier', as per following procedure:
i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is 'Class-I local
supplier', the contract will be awarded to L1.
ii) If L1 bid is not a 'Class-I local supplier’, the lowest bidder among the 'Class-I local
supplier' will be invited to match the L1 price subject to the Class-I local supplier's
quoted price falling within the margin of purchase preference, and contract shall be
awarded to such 'Class-I local supplier' subject to matching the L1 price.
iii) In case such lowest eligible 'Class-I local supplier' fails to match the L1 price, the
'Class-I local supplier' within the next higher bid within the margin of purchase
preference shall be invited to match the L1 price and so on, and contract shall be
awarded accordingly. In case none of the ‘Class-I local supplier’ within the margin of
purchase preference matches the L1 price; the contract may be awarded to the L1
bidder.
(d) Class-II local supplier" and "Non-local supplier" will not get purchase preference in
any procurement, undertaken by procuring entities.
Applicability in tenders where contract is to be awarded to multiple bidders:
In tenders where contract is awarded to multiple bidders subject to matching of L1
rates or otherwise, the ‘Class-I local supplier’ shall get purchase preference over
‘Class-II local supplier’ as well as “Non-local supplier’, as per following procedure:
In case there is sufficient local capacity and competition for the item to be procured,
as notified by the nodal Ministry, only Class-I local suppliers shall be eligible to bid. As
such, the multiple suppliers, who would be awarded the contract, should be all and
only ‘Class I local Supplier’.
In other cases, ‘Class II local suppliers’ and Non-local suppliers’ may also participate
in the bidding process along with ‘Class I local supplier’ as per provision of this order.
If ‘ Class I local suppliers’ quality for award of contract for at least 50% of the
tendered quantity in any tender, the contract may be awarded to all the qualified
bidders as per award criteria stipulated in the bid documents. However, in case ‘Class
I local suppliers’ do not qualify for award of contract for at least 50% of the tendered
quantity, purchase preference should be given to the ‘Class I local supplier’, over
‘Class II local suppliers’/’Non local suppliers’ provided that their quoted rate falls
within 20% margin of purchase preference of the highest quoted bidder considered
for award of contract so as to ensure that the ‘Class I local suppliers’ taken in totality
are considered for award of contract for at least 50% of tendered quantity.
First purchase preference has to be given to the lowest quoting ‘Class I local supplier’,
whose quoted rates fall within 20% margin of purchase preference, subject to its
13
meeting the prescribed criteria for award of contract as also the constraint of
maximum quantity that can be sourced from any single supplier. If the lowest
quoting ‘Class I local suppliers’, does not qualify for purchase preference because of
aforesaid constraints or does not accept the offered quantity, an opportunity may be
given to next higher ‘Class I local suppliers’, falling within 20% margin of purchase
preference, and so on.
To avoid any ambiguity during bid evaluation process, the procuring entities may
stipulated its own tender specific criteria for award of contract amongst different
bidders including the procedure for purchase preference to ‘Class I local suppliers’
within the broad policy guidelines stipulated in sub-paras above.
D) Verification of local content
a) The 'Class-I local supplier'/ 'Class-II local supplier' at the time of tender, bidding or
solicitation shall be required to indicate percentage of local content and provide
self-certification that the item offered meets the local content requirement for
'Class- I local supplier'/ 'Class-II local supplier', as the case may be. They shall also
give details of the location(s) at which the local value addition is made.
b) In cases of procurement for a value in excess of INR 10.00 Crores, the 'Class-I local
supplier'/ 'Class-II local supplier' shall be required to provide a certificate from the
statutory auditor or cost auditor of the company (in the case of companies) or from
a practicing cost accountant or practicing chartered accountant (in respect of
suppliers other than companies) giving the percentage of local content.
c) False declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h)
of the General Financial Rules for which a bidder or its successors can be debarred
for up to two years as per Rule 151(iii) of the General Financial Rules along with
such other actions as may be permissible under law. A supplier who has been
debarred by any procuring entity for violation of this Order shall not be eligible for
preference under this Order for procurement by any other procuring entity for the
duration of the debarment. The debarment for such other procuring entities shall
take effect prospectively from the date on which it comes to the notice of other
procurement entities.
3.3 Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
(I) made misleading or false representations in the forms, statements, declarations
and attachments submitted in proof of the qualification requirements; and/or
(II) participated in the previous bidding for the same work and had quoted abnormally
high or low bid prices and could not furnish rational justification for it to the
Employer.
4.0 Time for Completion
14
The successful bidder shall complete the entire work within the time specified at Sl.
no. -1, to be reckoned from date of Letter of award / as intimated by Engineer in
Charge in working season of Gurez.
5.0 Tenders must be accompanied by the earnest money of the amount specified for the
work in the table.
6.0 Deleted.
As per Govt. Guidelines, for Bidder(s) registered as Micro and Small Enterprises with
the National Small Industries Corporation (NSIC) under their single point Registration
Scheme or District Industries Centre (DIC) or Khadi and Village Industries
Commission (KVIC) or Khadi Village and Industries Board (KVIB) or Coir Board or
Directorate of Handicrafts and handlooms or any other body specified by Ministry of
MSME or MSEs having Udyog Aadhar Memorandum for the goods/services, the cost
of tender document and Earnest Money deposit will not be applicable. However, the
proof for the same shall be submitted for eligibility.
They should furnish with the Bid a Notarized copy of the valid registration certificate/
Entrepreneurs memorandum (EM-II) details/ other relevant documents issued by
above board/body in their favour, for the goods/services covered under this tender
document. No other bidders are exempted from furnishing Bid Security/EMD as
mentioned above.
7.0 Pre-Bid Meeting: Deleted
a) A Pre-Bid meeting open to all the prospective Bidder(s) will be held at
venue, date and time as per SI. No.-1 wherein they shall be given an
opportunity to obtain clarifications, if any, regarding the work and Bid
conditions.
b) Prospective Bidder(s) may submit their queries, if any, by email / courier /
faxat address stated at Para -8 at least 03 days before the pre-Bid meeting
so that the same can be replied during the meeting.
8.0 Bid submission
(I) Online Bid Submission – Technical Bid (Cover-I) (Refer Section- II i.e. ITB) and
Price Bid (Cover-II) electronic format) complete in all respect must be uploaded at the
aforesaid portal date & time as per SI. No. 1.
(II) Offline Bid Submission (Refer Section- II i.e ITB) complete in all respect must be
delivered in sealed envelopes to the address, date & time as per SI. No. 1, which may
be after opening of Technical bid).
In the event of the specified date or amendment if any for the submission of bids being
declared a holiday for the Employer, the hard copy of the documents will be received
up to the specified time on the next working day. Similarly, in the event of the
specified date or amendment if any for the opening of bids being declared a holiday
for the Employer, the opening shall be carried out at the specified time on the next
working day. However, the date and time for online submission of the Bids shall
continue to be the date and time specified or amendment if any.
9.0 The currency for the Bid shall be Indian Rupee only.
15
10.0 Bids shall be valid for a period as mentioned in Sl no. 1 after the deadline for Bid
submission. If any Bidder withdraws his Bid before the said period or makes any
modification in his Bid, the Earnest Money deposit of the Bidder shall be forfeited.
11.0 The Techno-commercial Bid shall be opened online at venue date & time as per Sl.
No.-1. the time and date of opening of Financial Bid of bidders qualified the technical
bid shall be communicated to them at later date after evaluations of technical bids. The
Employer/Tender inviting Authority at his discretion may open Technical and
Financial Bid simultaneously and evaluate the Bid completely.
12.0 E-tendering: Instruction for online bid submission
The Techno-commercial Bid and Price Bid to be submitted on-line at Central Public
Procurement e-Portal https://eprocure.gov.in/eprocure/app. The bidders are required to
submit soft copies of their bids electronically on the Central Public Procurement (CPP)
Portal, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on the CPP Portal.
12.1 Registration:
i) Bidders are required to enrol on the e-Procurement module of the Central Public
Procurement Portal by using the “Online Bidder Enrolment” option available on the
home page. Enrolment on the CPP Portal is free of charge.
ii) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
iii) During enrolment/ registration, the bidders should provide the correct/true information
including valid email-id & mobile no. All the correspondence shall be made directly
with the Consultants/ bidders through email-id provided.
iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III
Certificates with signing key usage) is mandatory which can be obtained from SIFY/
TCS/ nCode/ eMudra or any Certifying Authority recognized by CCA India on
eToken/ Smart Card.
v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid
Digital Signature Certificate with their profile.
vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to
ensure that they do not lend their DSCs to others which may lead to misuse and should
ensure safety of the same.
vii) Bidders can then log into the site through the secured login by entering their user ID/
password and the password of the DSC/ eToken.
12.2 Searching for Tender documents:
a) There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
16
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.
b) Once the bidders have selected the tenders they are interested in, they may download
the required documents/ tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS/ e-mail in case there is any corrigendum issued to the tender
document.
c) The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification/ help from the Helpdesk.
12.3 Preparation of Bids:
a) For preparation of bid, Bidders shall search the tender from published tender list
available on site and download the complete tender document and should take into
account corrigendum, if any, published before submitting their bids. After selecting
the tender document same shall be moved to the ‘My favourite’ folder of bidders
account from where bidder can view all the details of the tender document.
b) Bidder shall go through the tender document carefully to understand the documents
required to be submitted as part of the bid. Bidder shall note the number of covers in
which the bid documents have to be submitted, the number of documents, including
the names and content of each of the document that need to be submitted. Any
deviations from these may lead to rejection of the bid.
c) Any clarifications if required then same may be obtained online through the tender
site, or through the contact details given in the tender document.
d) Bidders should get ready in advance the bid documents to be submitted as indicated in
the tender document/ schedule in PDF/ xls/ rar/ zip/ dwf formats. If there is more than
one document, they can be clubbed together using zip format.
e) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading
such standard documents (e.g. PAN card copy, Annual Reports, Auditor Certificates
etc.) has been provided to the bidders. Bidders can use “My Space” or “Other
Important Documents” area available to them to upload such documents. These
documents may be directly submitted from the “My Space” or “Other Important
Documents” area as per tender requirements while submitting the bid, and need not be
uploaded again and again. This will lead to reduction in the time required for bid
submission process.
12.4 Submission of Bids:
i) Bidder should log into the site well in advance for bid submission so that he/ she
upload the bid in time i.e. on or before the bid submission time.
ii) Bidder should prepare the Tender Fee and EMD as per the instructions specified in the
NIT/ tender document. The originals should be submitted to the Tender Inviting
Authority, on or before the last date & time of offline bid submission. The details of
17
the DD/BC/BG, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will
be rejected.
iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP
portal) and accepts the same in order to proceed further to submit their bid.
iv) Bidder shall select the payment option as ‘offline’ to pay the Tender Fee/ EMD as
applicable and enter details of the instrument.
v) Bidder shall digitally sign and upload the required bid documents one by one as
indicated in the tender document.
vi) Bidders shall note that the very act of using DSC for downloading the tender
document and uploading their offers is deemed to be a confirmation that they have
read all sections and pages of the tender document without any exception and have
understood the complete tender document and are clear about the requirements of the
tender document.
vii) Bidder shall note that each document to be uploaded for the tender should be less than
2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the
same can be uploaded. For the file size of less than 1 MB, the transaction uploading
time will be very fast.
viii) Utmost care shall be taken for uploading Schedule of Quantity & Price and any
change/ modification of the price schedule shall render it unfit for bidding. Bidders
shall download the Schedule of Quantities & Prices in XLS format and save it without
changing the name of the file. Bidder shall quote their rates in figures in white
background cells, thereafter save and upload the file in financial bid cover (Price bid)
only. If the Schedule of Quantity & Price file is found to be modified by the bidder,
the bid will be rejected. The bidders are cautioned that uploading of financial bid
elsewhere i.e. other than in cover 2 will result in rejection of the tender.
ix) Bidders shall submit their bids through online e-tendering system to the Tender
Inviting Authority (TIA) well before the bid submission end date & time (as per
Server System Clock). The TIA will not be held responsible for any sort of delay or
the difficulties faced during the submission of bids online by the bidders at the
eleventh hour.
x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal),
the bidders shall take print out of system generated acknowledgement number, and
keep it as a record of evidence for online submission of bid, which will also act as an
entry pass to participate in the bid opening.
xi) Bidder should follow the server time being displayed on bidder’s dashboard at the top
of the tender site, which shall be considered valid for all actions of requesting, bid
submission, bid opening etc., in the e-tender system.
xii) All the documents being submitted by the bidders would be encrypted using PKI
(Public Key Infrastructure) encryption techniques to ensure the secrecy of the data.
The data entered cannot be viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained using the secured Socket Layer
128 bit encryption technology.
18
Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to 24x7 CPP Portal Helpdesk. Toll Free Number
1800-3070-2232. Mobile Nos. 91-7878007972 and 91-7878007973
13.0 Any corrigendum, subsequent amendments and / or extension of date, if any, for
submission of Bids shall be posted on the portal https://eprocure.gov.in/eprocure/app.
Bidder(s) are advised to visit the portal regularly before the deadline for submission of
Bids.
14.0 The employer reserves the right to accept or reject any Bid and to cancel the Bidding
process and reject all Bids, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Bidder or Bidder(s). However, the Bidder(s) who
wish to seek reasons for such decision of cancellation/rejection shall be informed of
the same by Employer unless its disclosure reasonably could be expected to affect the
sovereignty and integrity of India, the security, strategic, scientific or economic
interest of the state or lead to incitement of an offence.
15.0 In case of any difference between wordings of English and Hindi version of ‘Notice
Inviting Tender’, English version shall prevail.
(For & on behalf of NHPC Ltd.)
Group Sr. Manager (M),
P&C Division,
Tel-01957 225018
NOTICE INVITING E-TENDER
Online Bids are invited for and on behalf of NHPC Ltd. through eligible domestic bidders
for “Installation of Underground Diesel Storage Tank at DAM Site of Kishanganga
Power Station. (PKG-435). Complete bid document can be downloaded and submitted
through the portal http://eprocure.gov.in/ eprocure/app in respect of Tender ID:
2023_NHPC_ 00000_1 from XX.XX.2023. The site can also be viewed through eprocurement
corner of NHPC website www.nhpcindia.com and CPP Portal. The last date
of submission of bid is XX.XX.2023 up to 17.00 hrs. For further details, please visit
http://eprocure.gov.in/eprocure/app. Subsequent amendments, if any shall be posted only
on the aforesaid websites.
.
4
NHPC LIMITED
(A GOVT. OF INDIA ENTERPRISE)
Regd. Office: NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)
Domestic Competitive Bidding
(E-tendering-Web Notice)
NIT No.: NH/KG/P&C/DAM/PKG-435/2023/276 Date: 26. 07. 2023
Online “Item Rate” bids are invited through Domestic Competitive Bidding in Single
Stage -Two Part Bidding Basis {i.e. Part-I (Cover-I): Technical- Bid and Part-II (Cover-II):
Financial Bid} for and on behalf of NHPC Ltd. (A Govt. of India Enterprise) from eligible
Sole Bidders for the work of “Installation of Underground Diesel Storage Tank at DAM
Site of Kishanganga Power Station (PKG-435). Complete Bid Documents/Tender
Document can be viewed and downloaded from Central Public Procurement (CPP) Portal
https://eprocure.gov.in/eprocure/app with Tender ID No. as mentioned in brief details for
the tender. The site can also be viewed through e-procurement corner of NHPC website
www.nhpcindia.com and CPP Portal. Any Bidder who wishes to quote for this Tender can
download the Tender Document from aforesaid portal after online Bidder registration for etendering.
The brief details of the tender are as under:
Sl. No. Item Description
i) Mode of tendering Open Tender on e-Procurement System
Cover-I: Online Techno-Commercial Bid
Cover-II: Price Bid
ii) Tender ID No. at CPP Portal
2023_NHPC_763642_1
iii) Tender reference No.
NH/KG/P&C/DAM/PKG-435/2023
Estimated Cost Rs. 83,78,486/- (Including GST, All Taxes,etc )
iv) Cost of bid document Rs. 590/- should be submitted in the form of
demand draft or to be paid online in favour of
“Collection Account NHPC Limited
Kishanganga HE Project”, Payable at “State
Bank of India, BANDIPORA”, “Account No.-
30965097784”, “IFSC Code: SBIN0001362”.
(A copy of online transfer is to be sent
immediately along with GSTIN through e-mail on
the mail ID: pnc-kishanganga@nhpc.nic.in
mentioning name of the work for which online
payment has been made)
5
v) Bid Security (EMD) Rs. 1,68,000/- ( Rupees One Lakh Sixty Eight
Thousand only) should be submitted in the form
of Demand Draft or to be paid online in favour
of “Collection Account NHPC Limited
Kishanganga HE Project”, Payable at “State
Bank of India, BANDIPORA”, “Account No.-
30965097784”, “IFSC Code: SBIN0001362”.
(A copy of online transfer is to be sent
immediately along with GSTIN through e-mail on
the mail ID: pnc-kishanganga@nhpc.nic.in
mentioning name of the work for which online
payment has been made)
Or
In the form of Bank Guarantee (BG) issued by
any Indian Nationalized Bank/Scheduled
Commercial bank in India. Bank Guarantee shall
be valid up to three months beyond the bid
validity period as per the prescribed format of
ITB.
Name of beneficiary: NHPC Limited, Corporate
Office Complex, Sector-33, Faridabad(HR)
IFSC Code: SBIN0017313
Address of the Bank: State Bank of India, CAG
II.
vi) Period of Bid Validity 120 days
vii) Completion Period 4 (Four) Months from the date of Award of
Work/as per instruction of Engineer-incharge
in working season ie from May to
October.
viii) Tender inviting Authority Group Sr. Manager (M), P&C Complex,
Kishanganga Power Station, Karalpora,
Bandipora (J&K) Email:- pnckishanganga@
nhpc.nic.in
Tel-01957 225018
The critical dates of tender are as under:
Sl. No. Particulars Date & Time
i) Publishing Date & Time 27.07.2023 (10:00 Hrs)
ii) Document Download Start Date
& Time
27.07.2023 (10:00 Hrs)
iii) Pre bid meeting Date & Time
Not Applicable
iv) Bid Submission Start Date &
Time
27.07.2023 (10:00 Hrs)
6
v) Online Bid Submission Closing
Date & Time
17.08.2023 (17:00 Hrs)
vi) Offline submission closing
(address, date & time)
Address:
a. Group Sr. Manager(M), P&C Complex,
Kishanganga Power Station, Kralpora,
Bandipora, J&K
OR
b. Co-ordinator Off-line Bids, Contracts
(E&M) Div, Corporate Office, NHPC
Limited, Sector-33, Faridabad,
Haryana- 121003
OR
c. Manager (C&P) Contract &
Procurement Wing, O/o Executive
Director, NHPC Ltd. Jammu, Jammu,
Distt Jammu (J&K) - 180006
Last Date & time: 22.08.2023 (17:00
Hrs)
vii) Online Bid Opening of
Technical Bid (Cover-I)
Venue: P&C Complex, NHPC Office,
Kishanganga Power Station, Kralpora,
Bandipora (J&K),
PIN-193502
Date & time: 25.08.2023 (15:00 Hrs)
viii) P r i c e b i d Opening
(Cover-II)
Venue, Date & time to be intimated
later to the bidders whose Technocommercial
Bids will be found
responsive
2.0 Eligible Bidders
2.1 This Invitation for Bid is open to:
a) The bidders who are incorporated legal entity and are legally and
financially autonomous and operate under commercial law of their
respective jurisdiction.
b) All bidders meeting the Qualification criteria as defined in clause 3.
2.2 Bidders shall not have been banned/ de-listed/ black listed/ debarred from business
by any PSU/Govt. Department during last 03 (three) years on the ground mentioned
in para 6 of Guidelines on Banning of Business dealings (Annexure-A)to Integrity Pact.
7
Self-Declaration in this regard is to be submitted as per the enclosed proforma
(Forms-6-, Section-III)
2.3 The Bidders whose contract(s) have been terminated due to poor performance by
employer, shall not be allowed to participate in the bidding process for next 5 years
w.e.f. the date of notification of termination.
2.4 To improve transparency and fairness in the tendering process the Employer is
implementing Integrity Pact.
The Integrity Pact, signed by all the prospective Bidders and the Employer, shall
commit the persons/officials of both the parties, not to exercise any corrupt/
fraudulent/collusive/coercive practices in the Tendering process and also during
implementation of the Contract. Only those Bidders who have entered into Integrity
Pact with the Employer shall be eligible to participate in the bidding process.
All Applicants shall enter into an Integrity Pact (to be executed on plain paper) with
the Employer at the time of submission of their Bids. The Integrity Pact digitally
signed on behalf of the Employer is provided as Form-7 Section-III. The Integrity Pact
shall be downloaded, printed and signed by the Applicant and the hard copy shall be
submitted. The scanned copy shall be submitted online and hard copy off line.
Successful bidder shall submit duly executed Integrity pact on Non-Judicial Stamp
paper of appropriate value prior to signing of Contract Agreement.
To oversee the compliance under the Integrity Pact, Sh. Vivek Kumar Johri and Dr.
Vinod Aggarwal has been appointed as an Independent External Monitor (IEM) by the
owner. The Contact Address of IEM is as under:-
Independent External Monitors for NHPC,
Room No. 214, NHPC Ltd.
NHPC Office Complex,
Sector-33, Faridabad-121003.
Shri Vivek Kumar Johri
106, Malviya Nagar, Bhopal
Madhya Pradesh-462003
Email: iem.nhpc@gmal.com
Dr. Vinod Aggarwal,
B-103, Sarvodaya Enclave
2nd Floor,New Delhi-110017
Email: iem.nhpc@gmal.com
3 Qualification of the Bidder
3.1 All bidders shall include the following information and documents with their bids in,
Qualification Information unless otherwise stated in the ITB:
a) Copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of attorney of the signatory
of the Bid to commit the Bidder. Additional information as sought in the Form-1
General Information, Section-III shall be provided.
b) Copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of attorney of the signatory
8
of the Bid to commit the Bidder. Additional information as sought in the Form-1
General Information, Section-III shall be provided.
c) Work experience to demonstrate meeting the criteria stipulated in clause 3.2 A (b) shall
be provided in Form-3 work experiences record, Section-III. The work experience
shown shall be supported with certificate(s) from the Engineer-in-charge/Project head
of the concerned work. “In case of experience certificates produced by the
contractors for having executed works for Private Organisation, TDS Certificates
shall also be produced along with experience certificate.”
d) Information on financial criteria stipulated in clause 3.2A (a) shall be furnished in
Form -4, Annual construction turnover, Section-III. Copy of affidavit/Certificate of CA
mentioning Financial Turnover of last 3 (three) years. Printed Annual reports or
financial statements of the Bidder, such as balance sheet, profit and loss statements and
auditor's reports as the case may be for the past three years shall be submitted to
ascertain bidder’s meeting the financial criteria.
e) the proposed methodology (Schedule- G in separate sheets) and programme of
Construction (in Schedule- E), backed with equipment planning and deployment (in
Schedule-F) duly supported with broad calculations, justifying their capability of
execution and completion of the work as per technical specifications and within the
stipulated period of completion.
3.2A To qualify for award of the Contract, each bidder should have:
(a) The Average Annual Financial Turnover during the last three years, ending 31st
March 2022 should be at least 30 % of the Estimated Cost.
(b) Successfully completed in last seven year, at least one similar work equal in value to
80% of the estimated cost of work or two works equal in value to 50% of estimated
cost of work or three works equal in value to 40% of the estimated cost of works.
Similar work means “Any work related to Installation of Diesel/Kerosene/Petrol
Underground Storage Tank.”
Note:-
(i) Copy of TDS may be submitted; in case of work done certificate is issued by Non
Govt. Organisation.
(ii) The reference date for considering the period of preceding 07 years for general
& specific technical experience shall be the last day of the month previous to
the one in which Tenders are invited.”
3.2B Each bidder must also produce with their Bid:
I) PAN No., Service Tax Registration No./Sales Tax Registration No. GSTIN
REGISTRATION no. and EPF Registration No.
II) A declaration that the information furnished with the bid documents is correct in
all respects in form-5, form of declaration, Section-III.
III) Such other certificates if any as defined in the ITB.
9
3.2C To qualify for Contract for which bids are invited in the Notice Inviting Tender, the
Bidder must demonstrate having work experience, financial capability and resources
sufficient to meet the aggregate of the qualifying criteria. Failure to produce the
certificates and documents in clauses 3.1 and 3.2A & 3.2B shall make the bid nonresponsive.
3.2D JVs or any other arrangement other than sole bidder is not allowed. Experience and
resources of proposed sub-contractor, if any shall not be taken into account in
determining the bidder’s compliance with the qualifying criteria. However, experience
of bidder as sub- contractor approved by Project developer shall be considered.
Experience of bidders as member of Consortium/Joint Venture shall be considered as
per distribution of work against the member of the Consortium/Joint Venture. In case
where distribution of Consortium/JV members is not specified in Consortium/JV
agreement then the experience credential shall be considered for all members of JV with
minimum 35% participation share.
3.2E All startups (whether MSEs or otherwise), falling within the definition as per Gazette
notification-G.S.R. 501(E) dt. 23.05.2017 or as amended from time to time are
exempted from meeting the qualification criteria in respect of Prior Experience - Prior
Turnover as per para 3.2 A subject to their meeting the quality and technical
specifications, for which necessary documents shall be submitted by such bidders.
However, the Employer reserves the right to deny such exemptions to startups (whether
MSEs or otherwise) in case of circumstances like procurement of items related to public
safety, health, critical security operations and equipments etc.
3.2F Make in India category firms vide DPIIT order no. P-45021/2/2017-PP (BE-II)
dated 16th September, 2020 is applicable as below:-
A) Definitions
Local content: means the amount of value added in India which shall, unless
otherwise prescribed by the Nodal Ministry, be the total value of the item procured
(excluding net domestic indirect taxes) minus the value of imported content in the
item (including all custom duties) as a proportion of the total value, in percent.
Class-I local supplier: means a supplier or service provider, whose Goods/ Services/
Works offered for procurement, meets the minimum local content as prescribed for
“Class-I local supplier” under this order.
Class-II local supplier: means a supplier or service provider, whose Goods/ Services/
Works offered for procurement, meets the minimum local content as prescribed for
“Class-II local supplier” but less than that prescribed for “Class-I local supplier” under
this order.
10
Non-local supplier: means a supplier or service provider, whose Goods/ Services/
Works offered for procurement has local content less than that prescribed for “Class-
II local supplier” under this order.
Minimum Local Content: Nodal ministry/department may prescribe only a higher
percentage of minimum local content requirement to categorize a supplier as Class-I
local supplier/ Class-II local supplier/ Non local supplier. For the items, for which
Nodal ministry/department has not prescribed higher minimum local content
notification under the order, it shall be 50% and 20% for Class-I local supplier/Class-II
local supplier respectively.
Margin of purchase preference: means the maximum extent to which the price
quoted by a Class-I local supplier may be above the L-1 for availing purchase
preference. The margin of purchase preference shall be 20%.
Works: means all works as per Rule 130 of GFR-2017, and shall also include Turnkey
works, Engineering, Procurement & Construction (EPC) Contracts and Services
include System Integrator (SI) contracts.
B) Eligibility Criteria for Class I/II and Non Local Suppliers
a) For procurement of Goods/Services/Works, irrespective of purchase value where
there is sufficient local capacity and local competition, only Class-I local supplier shall
be eligible to bid.
b) For procurement of Goods/Services/Works, not covered under a) above and having
estimated value less than INR 200.00 Crores, Global tender enquiry shall not to be
issued except with the approval of Competent Authority as designated by
Department of Expenditure. Only Class-I and Class-II local suppliers shall be eligible to
bid in procurements, except when Global tender enquiry has been issued. In Global
tender enquiries, Non-local suppliers shall also be eligible to bid along with Class-I
and Class-II local suppliers.
The above criteria shall be subject to compliance of following:
i) The bidder shall have to be an entity registered in India in accordance with law.
Indian subsidiaries of foreign bidders are eligible to participate in the bidding process
provided they meet the qualifying criteria in terms of capability, competency,
financial position, past performance etc. Further, Foreign bidders shall compulsorily
set up their manufacturing units on a long term basis in India.
ii) Foreign bidders can also participate in the bidding process provided they form Joint
Venture with any bidder registered in India in accordance with law.
iii) Country of origin of the equipment/material shall be provided in the bid.
iv) The bids shall be in Indian National Rupees (INR) only in respect of local content.
11
v) The bidder shall follow Indian laws, regulation and standards.
vi) For supply of equipment/ material from the country of origin other than India, the
bidder shall submit performance certificate in support of satisfactory operation in
India or a country other than the country of origin having climatic and operational
conditions including ambient temperature similar to that of India for minimum one
year.
vii) The manufacturer/ supplier shall list out the products and components producing
Toxic E-waste and other waste. It shall have an Extended Producers Responsibility
(EPR) so that after the completion of the lifecycle, the materials are safely
recycled/disposed of by the Manufacturer/ Supplier and for this, the Manufacturer/
Supplier along with procurer has to establish recycling/ disposal unit or as may be
specified.
viii) The bidder shall have to furnish a certificate regarding cyber security/ safety of the
equipment/ process to be supplied/services to be rendered as safe to connect.
ix) Wherever required, the foreign supplier shall establish fully functional service centers
in India and shall keep spares/material locally for future needs of Utilities.
x) Arbitration proceedings shall be instituted in India only and all disputes shall be
settled as per applicable Indian Laws.
C) Procedure for Purchase Preference
(a) Subject to the provision of this Order and to any specific instructions issued by the
Nodal Ministry or in pursuance of this Order, purchase preference shall be given to
“Class-I local supplier” only in procurement undertaken by procuring entities in the
manner specified here under.
(b) In the case of procurement of Goods/Works, covered under para B(b) and divisible
in nature, the ‘Class-I local supplier’ shall get purchase preference over ‘Class-II local
supplier’ as well as ‘Non-local supplier’ as per following procedure:
i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local
supplier’, the contract for full quantity will be awarded to L1.
ii) If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded to
L1. Thereafter, the lowest bidder among the ‘Class-I local supplier’ will be invited to
match the L1 price for the remaining 50% quantity subject to the Class-I local
supplier’s quoted price falling within the margin of purchase preference, and contract
for that quantity shall be awarded to such ‘Class-I local supplier’ subject to matching
the L1 price. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1
price or accepts less than the offered quantity, the next higher ‘Class-I local supplier’
within the margin of purchase preference shall be invited to match the L1 price for
remaining quantity and so on, and contract shall be awarded accordingly. In case
some quantity is dtill left uncovered by Class-I local suppliers, then such balance
quantity shall be ordered to the L1 bidder.
(c) For procurement of goods/works, which are covered by para B(b) and not divisible
in nature, and in procurement of services where the bid is evaluated on price
12
alone, the 'Class-I local supplier' shall get purchase preference over 'Class-II local
supplier' as well as 'Non-local supplier', as per following procedure:
i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is 'Class-I local
supplier', the contract will be awarded to L1.
ii) If L1 bid is not a 'Class-I local supplier’, the lowest bidder among the 'Class-I local
supplier' will be invited to match the L1 price subject to the Class-I local supplier's
quoted price falling within the margin of purchase preference, and contract shall be
awarded to such 'Class-I local supplier' subject to matching the L1 price.
iii) In case such lowest eligible 'Class-I local supplier' fails to match the L1 price, the
'Class-I local supplier' within the next higher bid within the margin of purchase
preference shall be invited to match the L1 price and so on, and contract shall be
awarded accordingly. In case none of the ‘Class-I local supplier’ within the margin of
purchase preference matches the L1 price; the contract may be awarded to the L1
bidder.
(d) Class-II local supplier" and "Non-local supplier" will not get purchase preference in
any procurement, undertaken by procuring entities.
Applicability in tenders where contract is to be awarded to multiple bidders:
In tenders where contract is awarded to multiple bidders subject to matching of L1
rates or otherwise, the ‘Class-I local supplier’ shall get purchase preference over
‘Class-II local supplier’ as well as “Non-local supplier’, as per following procedure:
In case there is sufficient local capacity and competition for the item to be procured,
as notified by the nodal Ministry, only Class-I local suppliers shall be eligible to bid. As
such, the multiple suppliers, who would be awarded the contract, should be all and
only ‘Class I local Supplier’.
In other cases, ‘Class II local suppliers’ and Non-local suppliers’ may also participate
in the bidding process along with ‘Class I local supplier’ as per provision of this order.
If ‘ Class I local suppliers’ quality for award of contract for at least 50% of the
tendered quantity in any tender, the contract may be awarded to all the qualified
bidders as per award criteria stipulated in the bid documents. However, in case ‘Class
I local suppliers’ do not qualify for award of contract for at least 50% of the tendered
quantity, purchase preference should be given to the ‘Class I local supplier’, over
‘Class II local suppliers’/’Non local suppliers’ provided that their quoted rate falls
within 20% margin of purchase preference of the highest quoted bidder considered
for award of contract so as to ensure that the ‘Class I local suppliers’ taken in totality
are considered for award of contract for at least 50% of tendered quantity.
First purchase preference has to be given to the lowest quoting ‘Class I local supplier’,
whose quoted rates fall within 20% margin of purchase preference, subject to its
13
meeting the prescribed criteria for award of contract as also the constraint of
maximum quantity that can be sourced from any single supplier. If the lowest
quoting ‘Class I local suppliers’, does not qualify for purchase preference because of
aforesaid constraints or does not accept the offered quantity, an opportunity may be
given to next higher ‘Class I local suppliers’, falling within 20% margin of purchase
preference, and so on.
To avoid any ambiguity during bid evaluation process, the procuring entities may
stipulated its own tender specific criteria for award of contract amongst different
bidders including the procedure for purchase preference to ‘Class I local suppliers’
within the broad policy guidelines stipulated in sub-paras above.
D) Verification of local content
a) The 'Class-I local supplier'/ 'Class-II local supplier' at the time of tender, bidding or
solicitation shall be required to indicate percentage of local content and provide
self-certification that the item offered meets the local content requirement for
'Class- I local supplier'/ 'Class-II local supplier', as the case may be. They shall also
give details of the location(s) at which the local value addition is made.
b) In cases of procurement for a value in excess of INR 10.00 Crores, the 'Class-I local
supplier'/ 'Class-II local supplier' shall be required to provide a certificate from the
statutory auditor or cost auditor of the company (in the case of companies) or from
a practicing cost accountant or practicing chartered accountant (in respect of
suppliers other than companies) giving the percentage of local content.
c) False declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h)
of the General Financial Rules for which a bidder or its successors can be debarred
for up to two years as per Rule 151(iii) of the General Financial Rules along with
such other actions as may be permissible under law. A supplier who has been
debarred by any procuring entity for violation of this Order shall not be eligible for
preference under this Order for procurement by any other procuring entity for the
duration of the debarment. The debarment for such other procuring entities shall
take effect prospectively from the date on which it comes to the notice of other
procurement entities.
3.3 Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
(I) made misleading or false representations in the forms, statements, declarations
and attachments submitted in proof of the qualification requirements; and/or
(II) participated in the previous bidding for the same work and had quoted abnormally
high or low bid prices and could not furnish rational justification for it to the
Employer.
4.0 Time for Completion
14
The successful bidder shall complete the entire work within the time specified at Sl.
no. -1, to be reckoned from date of Letter of award / as intimated by Engineer in
Charge in working season of Gurez.
5.0 Tenders must be accompanied by the earnest money of the amount specified for the
work in the table.
6.0 Deleted.
As per Govt. Guidelines, for Bidder(s) registered as Micro and Small Enterprises with
the National Small Industries Corporation (NSIC) under their single point Registration
Scheme or District Industries Centre (DIC) or Khadi and Village Industries
Commission (KVIC) or Khadi Village and Industries Board (KVIB) or Coir Board or
Directorate of Handicrafts and handlooms or any other body specified by Ministry of
MSME or MSEs having Udyog Aadhar Memorandum for the goods/services, the cost
of tender document and Earnest Money deposit will not be applicable. However, the
proof for the same shall be submitted for eligibility.
They should furnish with the Bid a Notarized copy of the valid registration certificate/
Entrepreneurs memorandum (EM-II) details/ other relevant documents issued by
above board/body in their favour, for the goods/services covered under this tender
document. No other bidders are exempted from furnishing Bid Security/EMD as
mentioned above.
7.0 Pre-Bid Meeting: Deleted
a) A Pre-Bid meeting open to all the prospective Bidder(s) will be held at
venue, date and time as per SI. No.-1 wherein they shall be given an
opportunity to obtain clarifications, if any, regarding the work and Bid
conditions.
b) Prospective Bidder(s) may submit their queries, if any, by email / courier /
faxat address stated at Para -8 at least 03 days before the pre-Bid meeting
so that the same can be replied during the meeting.
8.0 Bid submission
(I) Online Bid Submission – Technical Bid (Cover-I) (Refer Section- II i.e. ITB) and
Price Bid (Cover-II) electronic format) complete in all respect must be uploaded at the
aforesaid portal date & time as per SI. No. 1.
(II) Offline Bid Submission (Refer Section- II i.e ITB) complete in all respect must be
delivered in sealed envelopes to the address, date & time as per SI. No. 1, which may
be after opening of Technical bid).
In the event of the specified date or amendment if any for the submission of bids being
declared a holiday for the Employer, the hard copy of the documents will be received
up to the specified time on the next working day. Similarly, in the event of the
specified date or amendment if any for the opening of bids being declared a holiday
for the Employer, the opening shall be carried out at the specified time on the next
working day. However, the date and time for online submission of the Bids shall
continue to be the date and time specified or amendment if any.
9.0 The currency for the Bid shall be Indian Rupee only.
15
10.0 Bids shall be valid for a period as mentioned in Sl no. 1 after the deadline for Bid
submission. If any Bidder withdraws his Bid before the said period or makes any
modification in his Bid, the Earnest Money deposit of the Bidder shall be forfeited.
11.0 The Techno-commercial Bid shall be opened online at venue date & time as per Sl.
No.-1. the time and date of opening of Financial Bid of bidders qualified the technical
bid shall be communicated to them at later date after evaluations of technical bids. The
Employer/Tender inviting Authority at his discretion may open Technical and
Financial Bid simultaneously and evaluate the Bid completely.
12.0 E-tendering: Instruction for online bid submission
The Techno-commercial Bid and Price Bid to be submitted on-line at Central Public
Procurement e-Portal https://eprocure.gov.in/eprocure/app. The bidders are required to
submit soft copies of their bids electronically on the Central Public Procurement (CPP)
Portal, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on the CPP Portal.
12.1 Registration:
i) Bidders are required to enrol on the e-Procurement module of the Central Public
Procurement Portal by using the “Online Bidder Enrolment” option available on the
home page. Enrolment on the CPP Portal is free of charge.
ii) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
iii) During enrolment/ registration, the bidders should provide the correct/true information
including valid email-id & mobile no. All the correspondence shall be made directly
with the Consultants/ bidders through email-id provided.
iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III
Certificates with signing key usage) is mandatory which can be obtained from SIFY/
TCS/ nCode/ eMudra or any Certifying Authority recognized by CCA India on
eToken/ Smart Card.
v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid
Digital Signature Certificate with their profile.
vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to
ensure that they do not lend their DSCs to others which may lead to misuse and should
ensure safety of the same.
vii) Bidders can then log into the site through the secured login by entering their user ID/
password and the password of the DSC/ eToken.
12.2 Searching for Tender documents:
a) There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
16
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.
b) Once the bidders have selected the tenders they are interested in, they may download
the required documents/ tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS/ e-mail in case there is any corrigendum issued to the tender
document.
c) The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification/ help from the Helpdesk.
12.3 Preparation of Bids:
a) For preparation of bid, Bidders shall search the tender from published tender list
available on site and download the complete tender document and should take into
account corrigendum, if any, published before submitting their bids. After selecting
the tender document same shall be moved to the ‘My favourite’ folder of bidders
account from where bidder can view all the details of the tender document.
b) Bidder shall go through the tender document carefully to understand the documents
required to be submitted as part of the bid. Bidder shall note the number of covers in
which the bid documents have to be submitted, the number of documents, including
the names and content of each of the document that need to be submitted. Any
deviations from these may lead to rejection of the bid.
c) Any clarifications if required then same may be obtained online through the tender
site, or through the contact details given in the tender document.
d) Bidders should get ready in advance the bid documents to be submitted as indicated in
the tender document/ schedule in PDF/ xls/ rar/ zip/ dwf formats. If there is more than
one document, they can be clubbed together using zip format.
e) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading
such standard documents (e.g. PAN card copy, Annual Reports, Auditor Certificates
etc.) has been provided to the bidders. Bidders can use “My Space” or “Other
Important Documents” area available to them to upload such documents. These
documents may be directly submitted from the “My Space” or “Other Important
Documents” area as per tender requirements while submitting the bid, and need not be
uploaded again and again. This will lead to reduction in the time required for bid
submission process.
12.4 Submission of Bids:
i) Bidder should log into the site well in advance for bid submission so that he/ she
upload the bid in time i.e. on or before the bid submission time.
ii) Bidder should prepare the Tender Fee and EMD as per the instructions specified in the
NIT/ tender document. The originals should be submitted to the Tender Inviting
Authority, on or before the last date & time of offline bid submission. The details of
17
the DD/BC/BG, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will
be rejected.
iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP
portal) and accepts the same in order to proceed further to submit their bid.
iv) Bidder shall select the payment option as ‘offline’ to pay the Tender Fee/ EMD as
applicable and enter details of the instrument.
v) Bidder shall digitally sign and upload the required bid documents one by one as
indicated in the tender document.
vi) Bidders shall note that the very act of using DSC for downloading the tender
document and uploading their offers is deemed to be a confirmation that they have
read all sections and pages of the tender document without any exception and have
understood the complete tender document and are clear about the requirements of the
tender document.
vii) Bidder shall note that each document to be uploaded for the tender should be less than
2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the
same can be uploaded. For the file size of less than 1 MB, the transaction uploading
time will be very fast.
viii) Utmost care shall be taken for uploading Schedule of Quantity & Price and any
change/ modification of the price schedule shall render it unfit for bidding. Bidders
shall download the Schedule of Quantities & Prices in XLS format and save it without
changing the name of the file. Bidder shall quote their rates in figures in white
background cells, thereafter save and upload the file in financial bid cover (Price bid)
only. If the Schedule of Quantity & Price file is found to be modified by the bidder,
the bid will be rejected. The bidders are cautioned that uploading of financial bid
elsewhere i.e. other than in cover 2 will result in rejection of the tender.
ix) Bidders shall submit their bids through online e-tendering system to the Tender
Inviting Authority (TIA) well before the bid submission end date & time (as per
Server System Clock). The TIA will not be held responsible for any sort of delay or
the difficulties faced during the submission of bids online by the bidders at the
eleventh hour.
x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal),
the bidders shall take print out of system generated acknowledgement number, and
keep it as a record of evidence for online submission of bid, which will also act as an
entry pass to participate in the bid opening.
xi) Bidder should follow the server time being displayed on bidder’s dashboard at the top
of the tender site, which shall be considered valid for all actions of requesting, bid
submission, bid opening etc., in the e-tender system.
xii) All the documents being submitted by the bidders would be encrypted using PKI
(Public Key Infrastructure) encryption techniques to ensure the secrecy of the data.
The data entered cannot be viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained using the secured Socket Layer
128 bit encryption technology.
18
Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to 24x7 CPP Portal Helpdesk. Toll Free Number
1800-3070-2232. Mobile Nos. 91-7878007972 and 91-7878007973
13.0 Any corrigendum, subsequent amendments and / or extension of date, if any, for
submission of Bids shall be posted on the portal https://eprocure.gov.in/eprocure/app.
Bidder(s) are advised to visit the portal regularly before the deadline for submission of
Bids.
14.0 The employer reserves the right to accept or reject any Bid and to cancel the Bidding
process and reject all Bids, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Bidder or Bidder(s). However, the Bidder(s) who
wish to seek reasons for such decision of cancellation/rejection shall be informed of
the same by Employer unless its disclosure reasonably could be expected to affect the
sovereignty and integrity of India, the security, strategic, scientific or economic
interest of the state or lead to incitement of an offence.
15.0 In case of any difference between wordings of English and Hindi version of ‘Notice
Inviting Tender’, English version shall prevail.
(For & on behalf of NHPC Ltd.)
Group Sr. Manager (M),
P&C Division,
Tel-01957 225018
Email: pnc-kishanganga@nhpc.nic.in
No corrigendums available for this tender.