NIT No.:NH/SLP/CONT/2024/C-41/NIT/369
Inspection, Load Testing and Non-destructive Testing of 70 R Single Span Class AA, double lane cantilever Bridge over Subansiri River for Subansiri Lower HE Project, NHPC Ltd
Bid Submission Start Date: | Bid Submission End Date: |
---|---|
01-05-3800 | 01-01-1970 |
Bid Opening Date: | 01-05-7400 |
Download Document | Download PDF (opens in a new tab, PDF) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
NH/SLP/CONT/2024/C-41/NIT/369 | Inspection, Load Testing and Non-destructive Testing of 70 R Single Span Class AA, double lane cantilever Bridge over Subansiri River for Subansiri Lower HE Project, NHPC Ltd | 15-02-2025 | 12-02-2025 |
Inspection, Load Testing and Non-destructive Testing of 70 R Single Span Class AA, double lane cantilever Bridge over Subansiri River for Subansiri Lower HE Project, NHPC Ltd | Login to Download |
Description:
<strong>एन</strong> <strong>एच</strong> <strong>पी</strong> <strong>सी</strong> <strong>लिमिटेड</strong><br /><strong>(</strong><strong>भारत</strong> <strong>सरकार</strong> <strong>का</strong> <strong>उद्यम</strong><strong>)</strong><br />(<strong>एक</strong> <strong>नवरत्न</strong> <strong>कंपनी</strong><strong>)</strong><br /><strong>NHPC LTD.</strong><br /><strong>(A Govt. of India Enterprise)</strong><br />(<strong>A Navratna Company)</strong><br /><strong>सुबनसिरि</strong> <strong>लोअर</strong> <strong>एच</strong> <strong>ई</strong> <strong>परियोजना</strong><br /> <strong>Subansiri Lower H E Project </strong><br /> <strong>Kolaptukar,</strong> <strong>Dollungmukh Circle</strong><br /> <strong>District :Kamle,</strong><br /> <strong>Arunachal Pradesh</strong><br /> <strong>e-mail: </strong><strong>pnc_slp@nhpc.nic.in</strong><br /><strong>CIN: L40101HR1975GOI032564</strong><br /> <br /><strong>SECTION-0: NOTICE INVITING E-TENDER (NIT)</strong><br /><strong>(Domestic Open Competitive Bidding)</strong><br /> <br />Online electronic bids (e-tenders) under two cover system are invited on behalf of NHPC Limited (A Public Sector Enterprise of the Government of India) from domestic bidders registered in India.<br /> <br /><strong>Description of work: Inspection, Load Testing and Non-destructive Testing of 70 R Single Span Class AA, double lane cantilever Bridge over Subansiri River for Subansiri Lower HE Project, NHPC Ltd. </strong><br /><strong>Tender Specification No.: </strong> <strong>NH/SLP/CONT/2024/C-41/NIT/369 Date:21/01/2025</strong><br /> <br />Tender document can be viewed and downloaded from NHPC Limited website <a href="http://www.nhpcindia.com">www.nhpcindia.com</a> and Central Public Procurement Portal (CPPP) at https://eprocure.gov.in/eprocure/app.<br /> <br />The bid is to be submitted online only on https://eprocure.gov.in/eprocure/app up to last date and time of submission of bids. Sale of hard copy of tender document is not applicable.<br /> <br /><strong>1.0 Brief Details & Critical Dates of Tender:</strong><br /> <br /><strong>1.1 Brief Details of Tender:</strong><br /> <table border="1" cellspacing="0" cellpadding="0" ><tbody><tr><td ><strong>S.</strong><br /><strong>No.</strong></td><td ><strong>Item</strong></td><td ><strong>Description</strong></td></tr><tr><td width:40px">(i)</td><td width:216px">Name of work</td><td width:374px"><strong>Inspection, Load Testing and Non-destructive Testing of 70 R Single Span Class AA, double lane cantilever Bridge over Subansiri River for Subansiri Lower HE Project, NHPC Ltd. </strong></td></tr><tr><td width:40px">(ii)</td><td width:216px">Tender Specification No.</td><td width:374px">NH/SLP/CONT/2024/C-41/NIT/369 </td></tr><tr><td width:40px">(iii)</td><td width:216px">Mode of tendering</td><td width:374px">e-procurement system (Open Tender)</td></tr><tr><td width:40px">(iv)</td><td width:216px">Tender ID</td><td width:374px"><strong>2025_NHPC_845383_1</strong></td></tr><tr><td width:40px">(v)</td><td width:216px">Cost of Bidding Document</td><td width:374px"><strong>Rs.590/-</strong>in the form of Demand Draft/Banker’s Cheque drawn in favour of “NHPC Limited” Payable at SBI, NHPC Project Gerukamukh (04318).</td></tr><tr><td width:40px">(vi)</td><td width:216px">Estimated cost</td><td width:374px"><strong>Rs.</strong> <strong>17,20,440/-(including GST)</strong></td></tr><tr><td width:40px">(vii)</td><td width:216px">EMD (Bid Security)</td><td width:374px">Rs.34,000/-(Thirty Four Thousand only) in the form of Demand Draft/Banker’s Cheque drawn in favour of “NHPC Limited” Payable at SBI, NHPC Project Gerukamukh (04318).</td></tr><tr><td width:40px">(viii)</td><td width:216px">Completion Period / Schedule</td><td width:374px">04 Months</td></tr><tr><td width:40px">(ix)</td><td width:216px">Required validity of Bid</td><td width:374px">120 days from the last date of online submission of Bids.</td></tr><tr><td width:40px">(x)</td><td width:216px">Independent External Monitor</td><td width:374px">Dr. Vinod Aggrawal, IAS (Retd.) & Shri Prabhash Singh, ITS (Retd.)</td></tr><tr><td width:40px">(xi)</td><td width:216px">Tender Inviting Authority</td><td width:374px"><em>GSM (P&C), P&C division, Subansiri Lower H.E. Project, Gerukamukh, Distt. Dhemaji, Assam – 787035.</em><br /><em>E-mail Id:</em> <a href="mailto:pnc_slp@nhpc.nic.in">pnc_slp@nhpc.nic.in</a>, </td></tr></tbody></table> <ol><li><strong>Critical Dates of Tender:</strong></li></ol> <table border="1" cellspacing="0" cellpadding="0" ><tbody><tr><td width:48px"><strong>S. No.</strong></td><td width:270px"><strong>Particulars</strong></td><td width:312px"><strong>Date & Time</strong></td></tr><tr><td width:48px">(i)</td><td width:270px">Publish date and time</td><td width:312px">21/01/2025, 18:00 Hrs.</td></tr><tr><td width:48px">(ii)</td><td width:270px">Sale / Document Download Start Date & Time</td><td width:312px">22/01/2025, 11:00 Hrs.</td></tr><tr><td width:48px">(iii)</td><td width:270px">Sale / Document Download End Date & Time</td><td width:312px">12/02/2025, 17:00 Hrs.</td></tr><tr><td width:48px">(iv)</td><td width:270px">Online Bid Submission Start Date & Time</td><td width:312px"> 22/01/2025, 11:00 Hrs.</td></tr><tr><td width:48px">(v)</td><td width:270px">Online Bid Submission End Date & Time</td><td width:312px">12/02/2025, 17:00 Hrs.</td></tr><tr><td width:48px">(vi)</td><td width:270px">Last date of submission of Cost of Bidding document, EMD and other offline supporting documents at <em>DGM (P&C), P&C division, Subansiri Lower H.E. Project, Gerukamukh, Distt. Dhemaji, Assam – 787035.</em><br /><em>E-mail Id: </em><a href="mailto:pnc_slp@nhpc.nic.in"><em>pnc_slp@nhpc.nic.in</em></a><em>, </em></td><td width:312px">14/02/2025, 17:00 Hrs.</td></tr><tr><td width:48px">(vii)</td><td width:270px">Bid Opening Date & Time<ol ><li>Technical bid alongwith offline documents</li></ol> <ol ><li>Price bid</li></ol></td><td width:312px"> 15/02/2025, 11:00 Hrs.<br /> <br /> <br />To be intimated separately.</td></tr></tbody></table> <br /><strong>2.0 Eligibility Criteria for Bidders:</strong><br /> <br />2.1 Bids of those Bidders who have not submitted the requisite Cost of bidding document and EMD (as per Instructions to Bidders (ITB) Clause 3.0 & 4.0) shall not be considered for evaluation, except in case of exemption as per Clause No. 3.2 & Clause No. 4.1 of ITB.<br /><strong>Further, those Bidders who fail to declare Udyog Aadhar Memorandum (UAM) number on Central Public Procurement Portal (CPPP) shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs Order, 2012 issued by Ministry of Micro, Small & Medium Enterprises for tenders invited electronically through CPPP. Such bidders shall be treated as non-MSE bidders and bids of such Bidders shall be considered only if it is accompanied by Cost of bidding document (Tender Fee) / EMD (Bid Security).</strong><br />Above declaration on CPP Portal can be done using following steps:<br /> <br /><img src="file:///C:/Users/nhpc/AppData/Local/Temp/msohtmlclip1/01/clip_image001.png" width:35px" /><img src="file:///C:/Users/nhpc/AppData/Local/Temp/msohtmlclip1/01/clip_image002.png" width:35px" /><img src="file:///C:/Users/nhpc/AppData/Local/Temp/msohtmlclip1/01/clip_image003.png" width:33px" /><img src="file:///C:/Users/nhpc/AppData/Local/Temp/msohtmlclip1/01/clip_image004.png" width:40px" /><img src="file:///C:/Users/nhpc/AppData/Local/Temp/msohtmlclip1/01/clip_image005.png" width:41px" /><img src="file:///C:/Users/nhpc/AppData/Local/Temp/msohtmlclip1/01/clip_image006.png" width:25px" /><strong>Login My Account Privileges MSME Tick on MSME registered Enter UAM & Mobile no. Verify & Save.</strong><br /> <br />2.2 The bidders must fulfill the following minimum Qualifying Criteria: -<br />2.2.1 a) Average Annual Financial turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost. [For that documentary evidence of annual report (Balance Sheet and Profit & Loss account) to be submitted].<br /> b) Experience of having successfully completed similar works during last 07(seven) years ending last day of the month previous to the one in which applications are invited should be either of the following:<ol ><li>Three similar completed works each costing not less than the amount equal to 40% of the estimated cost OR</li><li>Two similar completed works each costing not less than the amount equal to 50% of the estimated cost OR</li><li>One similar completed works each costing not less than the amount equal to 80% of the estimated cost</li></ol> <br />Definition of “Similar Work” means “<strong>Testing</strong><strong> work of any type of Concrete bridge</strong><br /> <br /><strong>Note: 1. In case of experience certificates produced by the contractors for having executed works for Private Organizations, TDS Certificates shall also be produced along with experience certificate.</strong><br /> <br />2.2.2 All Startups (whether MSEs or otherwise), falling within the definition as per Gazette notification- GSR 127(E) dated 19.02.2019 or as amended from time to time are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover 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. Declaration in this regard is to be submitted by the Bidder as per Annexure-VIII.<br />2.2.3 All Micro and Small Enterprises (MSEs) are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover in public procurement subject to meeting of quality and technical specifications for which necessary documents shall be submitted by such bidders.<br /><strong>NOTE:</strong><strong> Only those Micro & Small Enterprises (MSEs)/ Startups will be given benefit, which has valid certificate for the services covered under this tender.</strong><br /> <br />The existing enterprises registered prior to 30.06.2020, shall continue to be valid only for a period up to 31.03.2021. Hence, till 31.03.2021, the registered bidders, who wish to submit valid MSE registration documents, <strong>other than Udyam Registration Certificate, </strong><strong>as proof of being a MSE, shall submit a certificate by a Chartered Accountant, for audited turnover as per MSME Notification S.O.2119(E) dt.26.06.2020.</strong><br /> <br />On line generation of Udyam Registration Certificate, by entrepreneur, is available from 01.07.2020. As per MSME Notification S.O.2119(E) dt.26.06.2020,<strong> from 01.04.2021, Udyam Registration shall be the ONLY valid MSME Registration Document.</strong><br /> <br />2.2.4 The reference date for considering the period for eligibility / qualification requirements above shall be the last day of the month previous to the one in which tenders are invited.<br />2.2.5 Each bidder must also produce with their Bid – PAN, Goods & Services Tax Identification No. (GSTIN), EPF Registration No. and ESIC Registration No.(if applicable).<br />2.2.6 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.<br /> <br />2.3 The Bidder should not have been banned / de-listed / black listed / debarred from business or declared ineligible on the grounds mentioned in para 6 of Guidelines on Banning of Business Dealings (Annexure-A) to Integrity Pact <em>[if applicable]</em>, ITB Clause 9.0. Self-declaration in this regard is to be submitted as per enclosed Annexure-III.<br />2.4 To improve transparency and fairness in tendering process and/or during execution of work undertaken, the Employer is implementing Integrity Pact as per Clause No. 9.0 of the ITB. The bidder must submit the Integrity Pact as per Proforma (Annexure-II) duly signed <em><s>[if applicable</s>]</em> as per Clause 9.0 of ITB.<br /> <br /> Pre-contract Integrity Pact <em>[<s>if applicable</s>] </em>is to be executed on plain paper with NHPC Ltd. at the time of submission of Bids. The successful bidder (Contractor) shall submit duly executed Integrity Pact on Non-Judicial Stamp Paper of appropriate value prior to signing of Contract Agreement.<br /> <br /> To oversee the compliance of obligation under the Integrity Pact Dr. Vinod Aggrawal, IAS (Retd.) & Shri Prabhash Singh, ITS (Retd.) have been appointed as Independent External Monitor (IEM) by the Purchaser/ Employer. The Contact address of IEM (Name of IEM May be changed as communicated time to timeis as under: <br /> <table border="1" cellspacing="0" cellpadding="0" ><tbody><tr><td >Dr. Vinod Aggarwal,<br />B-103, Sarvodaya Enclave,<br />2nd Floor, New Delhi-110017<br />E-mail: arsv50@gmail.com<br /> </td><td >Shri Prabhash Singh,<br />E7 M702, Housing Board Colony,<br />Arera Colony, Bhopal,<br />Madhya Pradesh-462016<br /><a href="mailto:Email: ">Email: </a>srgmhrbpl@gmail.com</td></tr></tbody></table> <br />Successful bidders shall execute Integrity Pact on non-judicial stamp paper of appropriate value as per stamp act applicable in the state of Assam.<br /> <ol><li>The Bidder, against whom proceedings for insolvency under the Insolvency and Bankruptcy code 2016, or as amended from time to time, have started, shall not be eligible for bidding. Self-declaration in this regard is to be submitted as per enclosed Proforma (Annexure-X of Section-I).</li></ol>2.6 Public procurement (Preference to Make in India) order for Goods/Services/Works as directive issued by “Department for Promotion of Industry and Internal Trade (DPIIT), Ministry of Commerce and Industry vide Order No. P-45021/2/2017-PP(BE-II) dated 16th September, 2020: -<br /> <br />For orders regarding any revision/amendment/clarification in Public Procurement (Preference to Make in India) Order, 2017, approved product category and associated Ministry, items having sufficient local capacity and local competition and any change in minimum local content, the website of DPIIT, i.e. <a href="http://www.dipp.gov.in/public-procurements">www.dipp.gov.in/public-procurements</a> or the website of the concerned Ministry to which the product belongs, shall be referred.<br /> <br />The directives under Public Procurement (Preference to Make in India) Order, 2017 include the following:<br /> <ol ><li><strong>Definitions</strong></li></ol> <br /><strong>L</strong><strong>oca</strong><strong>l</strong> <strong>content</strong>: 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.<br /> <br /><strong>C</strong><strong>l</strong><strong>ass</strong><strong>-I</strong> <strong>l</strong><strong>oca</strong><strong>l</strong> <strong>supp</strong><strong>li</strong><strong>er</strong>: 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.<br /> <br /><strong>C</strong><strong>l</strong><strong>ass</strong><strong>-II</strong> <strong>l</strong><strong>oca</strong><strong>l</strong> <strong>supp</strong><strong>li</strong><strong>er</strong>: 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.<br /> <br /><strong>N</strong><strong>on</strong><strong>-l</strong><strong>oca</strong><strong>l</strong> <strong>supp</strong><strong>li</strong><strong>er</strong>: 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.<br /> <br /><strong>Minimum local content: </strong>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.<br /> <br /> <br /><strong>Margin of purchase preference</strong>: 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%.<br /> <br /><strong>W</strong><strong>orks</strong>: 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.<br /> <ol ><li><strong>Eligibility Criteria for Class I /II and Non Local Suppliers</strong></li></ol> <ol ><li>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.</li></ol> <ol ><li>For procurement of Goods/Services/Works, not covered under a) above and having estimated value less than INR 200.00 Crore, 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 alongwith Class-I and Class-II local suppliers.</li></ol> <br />The above criteria shall be subject to compliance of following:<br /> <ol ><li>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.</li></ol> <ol ><li>Foreign bidders can also participate in the bidding process provided they form Joint Venture with any bidder registered in India in accordance with law.</li><li>Country of origin of the equipment/material shall be provided in the bid.</li><li>The bids shall be in Indian National Rupees (INR) only in respect of local content.</li><li>The bidder shall follow Indian laws, regulations and standards.</li><li>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.</li><li>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.</li><li>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.</li><li>Wherever required, the Foreign supplier shall establish fully functional service centers in India and shall keep spares/material locally for future needs of Utilities.</li><li>Arbitration proceedings shall be instituted in India only and all disputes shall be settled as per applicable Indian Laws.</li></ol> <ol ><li><strong>P</strong><strong>r</strong><strong>ocedu</strong><strong>r</strong><strong>e</strong> <strong>for Purchase Preference</strong></li></ol> <ol ><li>Subject to the provisions 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.</li></ol> <ol ><li>In the case of procurement of <strong>goods/ works</strong>, covered under para B(b) and <strong>divisible in nature</strong>, the 'Class-I local supplier' shall get purchase preference over 'Class-II local supplier' as well as 'Non-local supplier', as per following procedure:</li></ol> <ol ><li>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.</li></ol> <ol ><li>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 still left uncovered by Class-I local suppliers, then such balance quantity shall be ordered to the L1 bidder.</li></ol> <ol ><li>For procurement of <strong>goods</strong><strong>/</strong> <strong>w</strong><strong>o</strong><strong>rk</strong><strong>s</strong>, which are covered by para B(b) and <strong>not divisible in nature</strong>, and in <strong>procurement of services where the bid is evaluated on price alone</strong>, the 'Class-I local supplier' shall get purchase preference over 'Class-II local supplier' as well as 'Non-local supplier', as per following procedure:</li></ol> <ol ><li>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.</li></ol> <ol ><li>If L1 is not 'Class-I local supplier', the lowest bidder among the 'Class-I local supplier', will be invited to match the L1 price subject to Class-I local supplier's quoted price falling within the margin of purchase preference, and the contract shall be awarded to such 'Class-I local supplier' subject to matching the L1 price.</li></ol> <ol ><li>In case such lowest eligible 'Class-I local supplier' fails to match the L1 price, the 'Class-I local supplier' with 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.</li></ol> <ol ><li>"Class-II local supplier" and "Non-local supplier" will not get purchase preference in any procurement, undertaken by procuring entities.</li></ol> <br /> <br /><strong>Applicability in tenders where contract is to be awarded to multiple bidders- </strong><br /> <br />In tenders where contract is awarded to multiple bidders subject to matching of L-1 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:<br /> <br />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’.<br /> <br />In other cases, ‘Class-II local suppliers’ and ‘Non local suppliers’ may also participate in the bidding process along with ‘Class-I local suppliers’ as per provisions of this Order.<br /> <br />If ‘Class-I local suppliers’ qualify 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 ‘Class-I local supplier’ over ‘Class-II local suppliers’/ ‘Non local suppliers’ provided that their quoted rate fall 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 the tendered quantity.<br /> <br />First purchase preference has to be given to the lowest quoting ‘Class-I local supplier’, whose quoting rates fall within 20% margin of purchase preference, subject to its 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 supplier’, 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 supplier’ fall within 20% margin of purchase preference, and so on.<br /> <br />To avoid any ambiguity during bid evaluation process, the procuring entities may stipulate its own tender specific criteria for award of contract amongst different bidders including the procedure for purchase preference to ‘Class-I local supplier’ within the broad policy guidelines stipulated in sub-paras above.<br /> <br /> <ol ><li><strong>V</strong><strong>er</strong><strong>ifi</strong><strong>cat</strong><strong>i</strong><strong>on</strong> <strong>of local content</strong></li></ol> <ol ><li>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.</li></ol> <ol ><li>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.</li></ol> <ol ><li>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.</li></ol> <br />2.7 <strong>Provisions of Rule 144(xi) of the General Financial Rules (GFRs) 2017:</strong><br /> <br />This is in reference to Department for Expenditure, Ministry of Finance vide OMs dt.08.02.21 and 02.03.21 regarding restrictions under Rule 144(xi) of GFR 2017.<br /> <ol ><li>Any bidder from a country which shares a land border with India (except to which the Government of India has extended line of credit or in which the Government of India is engaged in development projects as mentioned in Order Public Procurement No.2 dt.23.07.2020 or its subsequent revisions/ amendments) will be eligible to bid only if the bidder is registered with the Competent Authority, i.e. Registration Committee constituted by DPIIT.</li><li>The successful bidder shall not be allowed to sub contract works to any contractor from a country which shares a land border with India (except to which the Government of India has extended line of credit or in which the Government of India is engaged in development projects as mentioned in Order Public Procurement No.2 dt.23.07.2020 or its subsequent revisions/ amendments) unless such contractor is registered with the Competent Authority, i.e. Registration Committee constituted by DPIIT.</li><li>A bidder is permitted to procure raw material, components, sub assemblies, etc. from the vendors of countries sharing a land border with India without getting registered with the Competent Authority, i.e. Registration Committee constituted by DPIIT, as it is not regarded as ‘sub contracting’.</li><li>However, in case a bidder proposes to supply finished goods procured directly/ indirectly from the vendors of the countries sharing a land border with India, such vendors will be required to get registered with the Competent Authority, i.e. Registration Committee constituted by DPIIT.</li><li>Procurement of spare parts and other essential service support like Annual Maintenance Contract (AMC)/ Comprehensive Maintenance Contract (CMC), including consumables for closed systems, from Original Equipment Manufacturers (OEMs) or their authorized agents, shall be exempted from the requirement of registration as mandated under Rule 144(xi) of GFRs 2017.</li></ol> <br />2.8 Bids of only those Bidders who are meeting the Eligibility Criteria specified above will be considered for evaluation and award of the Contract. Bidders will submit duly Notarized requisite supporting documents and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria.<br /> <ol><li>The details/ information regarding online tendering i.e. Registration on CPP portal, Preparation of Bid and Submission of bid are available in the tender document and as well as on CPP Portal under “Bidders Manual Kit”.</li></ol> <ol><li>NHPC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.</li></ol><strong>For & on behalf of NHPC Ltd.</strong><br /> <br /> <br /> <br /> S/d<br /> GSM (P&C),<br /> Subansiri Lower H.E. Project,<br />
No corrigendums available for this tender.