NIT No.: NH/TSV/Cont/CC-352/NIT-1014/2025-26/15 Dated: 17/04/2025 & Tender ID No. 2025_NHPC_856785_1
Construction of Boundary Wall along the river side at Left Bank of Teesta-V PS, Balutar.
Bid Submission Start Date | Bid Submission End Date |
---|---|
17-04-2025 | 08-05-2025 |
Bid Opening Date | 14-05-2025 |
Download Document |
Download PDF
( Download | 2.51 MB | PDF | Open with Adobe Reader or browser) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
NH/TSV/Cont/CC-352/NIT-1014/2025-26/15 Dated: 17/04/2025 & Tender ID No. 2025_NHPC_856785_1 | Construction of Boundary Wall along the river side at Left Bank of Teesta-V PS, Balutar. | 14-05-2025 | 08-05-2025 |
Login to Download |
Description:
NH/TSV/Cont/CC-352/NIT-1014/2025-26/15 Dated: 17/04/2025
Notice Inviting E-Tender (Open)-English version
1.1 Complete Bid Document /Tender Document can be viewed and down loaded from Central Public Procurement (CPP) Portal https://eprocure.gov.in/eprocure/app. 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 e-tendering.
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.
c) Bidder shall be Class-I Local Supplier under Public Procurement (Preference to Make in India), Order-2017 issued by the Department of Promotion of Industry and Internal Trade (DPIIT), Ministry of Commerce and Industry vide No. P-45021/2/2017-PP (BE-II) dated 16.09.2020 or as amended from time to time. Bidders shall submit undertaking/self-certificate regarding Local content in the format provided. Bidder shall also give details of the location(s) at which the local value addition is made.
Public Procurement (Preferences to Make in India) Policy (including its latest modifications / amendments) as may be prevailing on the date of Price Bid Opening shall be applicable against this tender. Bidders are requested to go through the Public Procurement (Preferences to Make in India) policy available on concerned ministry website.
d) Bidder shall comply with the provisions of “Restrictions under Rule 144(xi) of the General financial Rules (GFRs) 2017” issued by Department of Expenditure, Ministry of Finance dated 23.07.2020 and subsequent amendments.
2.2 Bidders shall not be under declaration of ineligibility for banning / delisting / blacklisting / debarment from business on the ground mentioned in para 6 of Guidelines on Banning of Business dealings (Annexure-A) to Integrity Pact at the time of submitting the bid and shall intimate immediately of any such banning / delisting / blacklisting / debarring after submission of bid till award of tender. 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 unsatisfactory performance by employer in past, shall not be allowed to participate in the bidding process till completion of the ineligibility period. .
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 / signed on behalf of the Employer shall be as per Form-7 Section-III. The Integrity Pact shall be downloaded, printed and signed by the Applicant and to be submitted online.
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 of obligation under the Integrity Pact, Dr. Vinod Aggarwal, Sh. Prabhash Singh and Sh. Upendra Malik has been appointed as Independent External Monitor (IEM) by the Employer. The Contact address of IEM is as under:
Notice Inviting E-Tender (Open)-English version
- 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 “Construction of Boundary Wall along the river side at Left Bank of Teesta-V PS, Balutar.”
Sl. No. | Description | ||||
Mode of tendering | Cover-I: Online Techno-Commercial Bid | ||||
ii) | 2025_NHPC_856785_1 | ||||
Tender reference No. | iv) | Rs. 1180/- (including GST @18%) in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at Singtam, East Sikkim. | |||
Bid Security (EMD) | vi) | 120 days | |||
Estimated Cost | viii) | 10 Months | |||
Tender inviting Authority | B. Critical dates of tender: | ||||
Publishing Date & Time | xi) | 17/04/2025 at 15:00 Hrs | |||
Pre bid meeting Date & Time | xiii) | 08/05/2025 at 14:30 Hrs | |||
Bid Submission Start Date & Time | xv) | 08/05/2025 at 17:30 Hrs | |||
Offline submission closing (address, date & time) | xviii) | Venue: Contract Division, Teesta V Power Station, Balutar Date: 14.05.2025 Time: 16:00 Hours | |||
Price bid Opening (Cover-II) | xx) | Not Applicable | |||
1.1 Complete Bid Document /Tender Document can be viewed and down loaded from Central Public Procurement (CPP) Portal https://eprocure.gov.in/eprocure/app. 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 e-tendering.
- Eligible Bidders
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.
c) Bidder shall be Class-I Local Supplier under Public Procurement (Preference to Make in India), Order-2017 issued by the Department of Promotion of Industry and Internal Trade (DPIIT), Ministry of Commerce and Industry vide No. P-45021/2/2017-PP (BE-II) dated 16.09.2020 or as amended from time to time. Bidders shall submit undertaking/self-certificate regarding Local content in the format provided. Bidder shall also give details of the location(s) at which the local value addition is made.
Public Procurement (Preferences to Make in India) Policy (including its latest modifications / amendments) as may be prevailing on the date of Price Bid Opening shall be applicable against this tender. Bidders are requested to go through the Public Procurement (Preferences to Make in India) policy available on concerned ministry website.
d) Bidder shall comply with the provisions of “Restrictions under Rule 144(xi) of the General financial Rules (GFRs) 2017” issued by Department of Expenditure, Ministry of Finance dated 23.07.2020 and subsequent amendments.
2.2 Bidders shall not be under declaration of ineligibility for banning / delisting / blacklisting / debarment from business on the ground mentioned in para 6 of Guidelines on Banning of Business dealings (Annexure-A) to Integrity Pact at the time of submitting the bid and shall intimate immediately of any such banning / delisting / blacklisting / debarring after submission of bid till award of tender. 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 unsatisfactory performance by employer in past, shall not be allowed to participate in the bidding process till completion of the ineligibility period. .
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 / signed on behalf of the Employer shall be as per Form-7 Section-III. The Integrity Pact shall be downloaded, printed and signed by the Applicant and to be submitted online.
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 of obligation under the Integrity Pact, Dr. Vinod Aggarwal, Sh. Prabhash Singh and Sh. Upendra Malik has been appointed as Independent External Monitor (IEM) by the Employer. The Contact address of IEM is as under:
2. Sh. Prabhash Singh, E7M702, Housing Board Colony, Arera Colony, Bhopal Madhya Pradesh-462016, e-mail: srgmhrbpl@gmail.com |