NIT No.:NH/UPS/PCS/C-115/NIQ-101/345 Dated 27.08.2025
Upgradation and automation of measuring instruments of Barrage of Uri Power Station.
Bid Submission Start Date | Bid Submission End Date |
---|---|
03-09-2025 | 23-09-2025 |
Bid Opening Date | 26-09-2025 |
Download Document |
Download PDF
( Download | 1.06 MB | PDF | Open with Adobe Reader or browser) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
NH/UPS/PCS/C-115/NIQ-101/345 Dated 27.08.2025 | Upgradation and automation of measuring instruments of Barrage of Uri Power Station | 26-09-2025 | 23-09-2025 |
Upgradation and automation of measuring instruments of Barrage of Uri Power Station | Login to Download |
NHPC LIMITED
(A Government of India Enterprise)
CIN: L40101HR1975GOI032564
Regd. Office: NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)
Notice Inviting E-Tender (Press Note if required)
E-Proc. Notice No.: NH/UPS/PCS/C-115/NIQ-100/345
Dated 27.08.2025
Online Bids are invited for and on behalf of NHPC Ltd. through eligible domestic bidders for “Upgradation
and automation of measuring instruments of Barrage of Uri Power Station.”. Complete bid
document can be downloaded and submitted through the 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.
The last date of submission of bids is 23.09.2025. For further details, please visit
https://eprocure.gov.in/eprocure/app. Subsequent amendments, if any, shall be posted only on the aforesaid
websites.
Page 5 of 205
Page 6 of 205
NHPC LIMITED
(AGOVT.OFINDIAENTERPRISE)
Regd. Office: NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)
(OPEN TENDER ENQUIRY)
Domestic Competitive Bidding
(E-Tendering-Web Notice)
Tender Reference No NH/UPS/PCS/C-115/NIQ-101/345 Dated 27.08.2025
Online “Item Rate/Percentage 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
“Upgradation and automation of measuring instruments of Barrage of Uri Power Station.”.
A. Brief details of the tender:
Sl. No. Item Description
i) Mode of tendering e-Procurement System
Cover-I: Online Techno-Commercial Bid
Cover-II: Price Bid
ii) Tender ID No. 2025_NHPC_875618_1
iii) Tender reference No. NH/UPS/PCS/C-115/NIQ-101/345 Dated
27.08.2025
iv) Cost of bid document Rs. 590/- (Rs. 500/- Tender fees + 18% GST
i.e. Rs. 90/-) in the form of Crossed Demand
Draft in favour of “NHPC Limited, Uri
Power Station” payable at Baramulla.
v) Bid Security (EMD) Rs. 38,000/- (in the form of Crossed Demand
Draft or Bank Guarantee / scheduled bank in
favour of “NHPC Ltd, Uri Power Station”
payable at Baramulla or Bank Guarantee as
per format as mentioned in Section-5 of
tender document).
vi) Period of Bid Validity 120 days from the deadline date of online
submission of bid
vii) Estimated Cost Rs. 18,92,720/-
viii) Completion Period 180 Days
Page 7 of 205
ix) Tender inviting Authority Senior Manager (PCS)
Uri Power Station, Gingle.
B. Critical dates of tender:
x) Publishing Date & Time 03.09.2025, 10:00 Hrs
xi) Document Download Start
Date & Time
03.09.2025, 10:00 Hrs
xii) Pre bid meeting Date & Time
xiii) Last date of Receipt of
clarification of Bid
xiv) Bid Submission Start Date &
Time
03.09.2025, 10:00 Hrs
xv) Online Bid Submission Closing
Date & Time
23.09.2025, 17:00 Hrs
xvii) Offline submission closing
(address, date & time)
“Senior Manager (PCS), Uri Power Station, C/o
Liaison Office, NHPC Ltd., Hotel Foot Hill, Sonwar
Bazar, Srinagar, PIN-190001”. OR
Senior Manager (PCS), PCS Complex ,Uri Power
Station, Gingle, PO-Mohura, Dist-Baramulla, J&K
193122 Contact No.- 9810852095, E-mail ID: pnc
uri1@nhpc.nic.in OR
Manager (C&P), Contracts & Procurement Wing,
O/o Executive Director, NHPC Regional Office, JDA
Commercial Complex, Narwal, Jammu, PIN-180006
Date & time 25.09.2025 at 17:00 Hrs.
atleast 24 Hour prior to opening of online bid.
xviii) Online Bid Opening of
Technical Bid (Cover-I)
Venue- PCS Complex, Uri Power Station,
Gingle, PO-Mohura, Distt-Baramulla, J&K
Date & time 26.09.2025 at 16:00 Hrs.
xix) Price bid Opening (Cover-II) Venue, Date & time to be intimated later to
the bidders whose Techno- commercial
Bids will be found responsive
xx) Date & Time of Start of e-
Reverse Auction (if
applicable)
Shall be intimated separately
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.
2.
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.
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
Page 8 of 205
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, --------- (name
of IEM) has been appointed as Independent External Monitor (IEM) by the
Employer. The Contact address of IEM is as under:
Dr. Vinod Aggarwal,
B-103, Sarvodaya
Enclave, 2nd Floor,
New Delhi-110017,
e-mail:
arsv50@gmail.com
Sh. Prabhash Singh,
E7M702, Housing Board
Colony, Arera Colony,
Bhopal
Madhya Pradesh-462016,
Shri Upendra Malik
B-108, NSG Society, Plot-2,
Pocket-6, Builders Area
Greater Noida-201315
(UP), Email:
upendra.malik@gmail.com
e-mail: srgmhrbpl@gmail.com
(Note: Integrity pact to be included /excluded as per threshold limit circulated by NHPC
Corporate office time to time. Guidelines for Banning of Business Dealings shall be part of
all contracts)
3.
3.1
Qualification of the Bidder
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) 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-
Page 9 of 205
charge/Project head of the concerned work. In case of experience certificates
produced by the contractors for having executed works for Private Organizations,
TDS Certificates / Form 26AS / Annual Information Statement (AIS) shall also be
produced along with experience certificate.
c) 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 Annual Construction 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. The CA Certificate should have the Unique Document Identification
Number (UDIN) as per Gazette Notification No. 1- CA(7)/192/2019 dated 02.08.2019.
d) 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.
Note: - Schedule E, F, G can be deleted by projects for small value of works and
depending upon the nature of works.
3.2 A To qualify for award of the Contract, each bidder should have:
a) Achieved in any one year in last three years a minimum Annual construction
turnover of at least equivalent to the estimated cost of works for which bid has
been invited.
b) Satisfactorily completed, in last seven years ending on last day of month
previous to one in which applications are invited, at least one similar work
costing not less than the amount equal to 80% of the estimated cost of work or
two similar works costing not less than the amount equal to 50% of estimated
cost of work or three similar works not less than the amount equal to 40% of the
estimated cost of works.
For arriving at the cost of similar work, the value of work executed shall be
brought to current costing level by enhancing the actual value of work at simple
rate of seven percent per annum, calculated from the date of completion to the
date of bid opening.
The similarity of work shall be pre-defined based on the physical size,
complexity, methods/ technology and/ or other characteristics described, and
scope of works.
c) Bidder needs to submit experience certificate along with its competition
certificate. Certificate for ‘satisfactory completion’ of project/work/asset should
Page 10 of 205
contain two parts. Part -I shall contain ‘financial value of work done’ and part-II
shall contain ‘certificate of functional completion of project/work/asset’.
NOTE: Similar work shall mean “Work of Upgradation/ repair/ maintenance/
flushing/revitalization work of Twin Tube Piezometer (TTP) installed at Dam/Barrage.
”.
3.2 B Each bidder must also submit with their Bid:
i) Copies of PAN, GST Registration No, EPF Registration No. and ESIC Registration
No. (as applicable).
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.
3.2 C 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 3.2(A) & (B) shall make
the bid non-responsive.
3.2 D
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.
3.2 E All Startups (whether MSEs or otherwise) registered for similar nature of work
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 as per para 3.2 A
subject to their meeting the quality and technical specification. However, the
Employer reserves the right to deny such exemptions to Startups in case of
circumstances like procurement of items related to public safety, health, critical
security operations and equipments etc.
3.2 F Insolvency
The Bidder against whom an application for initiating corporate insolvency
resolution process has been admitted by the Adjudicating Authority under the
Insolvency and Bankruptcy code 2016 or as amended from time to time shall not
be eligible for bidding. The same shall also be applicable to the bidder company
who has taken unconditional technical and/or financial support from their Parent/
Holding Company, against whom an application for initiating corporate insolvency
Page 11 of 205
resolution process has been admitted by the Adjudicating Authority under the
Insolvency and Bankruptcy Code 2016, or as amended from time to time (IBC 2016
hereafter).
In case, bidder in respect of whom any application for initiating corporate
insolvency resolution process was not admitted at the time of submission of bid
but subsequently during the period of evaluation of bids or any time before the
work is awarded, any such application is admitted by the Adjudicating Authority
under the IBC 2016, the bidder shall be considered as ineligible and his bid shall be
rejected.
An undertaking that “no insolvency proceedings is admitted by the Adjudicating
Authority against bidder under the IBC 2016” shall be submitted on letter head
duly signed by the authorized representative of bidder.
Further, the bidder after submitting the bid till the time of award of work, shall
inform NHPC regarding any admission of application for corporate insolvency
resolution process by the Adjudicating Authority under the IBC 2016 against bidder
and any suppression of such fact shall render the bidder liable for rejection of his
bid and banning of business dealing as per terms and conditions of the Bid
Document.
3.3 Disqualification:
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, affidavits,
declarations and attachments submitted in proof of the qualification
requirements; and/or,
(ii). participated in the previous bidding for the same work & found L-1 and had
quoted abnormally high or low bid prices and could not furnish rational
justification for it to the Employer,
(iii). 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. In such case the bid
shall be considered as non-responsive.
Note:- qualification criteria given above is illustrative and can be
modified/adapted with proper reasons and justification to suit specific needs of the
Project by Head of the Project/Region in case of award falling in the competence of
Project and Head of the Region in case of award falling in the competence of
Region ED.
4.0 Time for Completion
The successful bidder shall complete the entire work within the time specified at SI
no. -1, to be reckoned from the date of issue of Letter of Acceptance issued by the
Employer.
5.0
Tenders must be accompanied by the earnest money of the amount specified for
the work in the table.
6.0 Pre-Bid Meeting
Page 12 of 205
a) If required, 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 / at
address stated at Para – 1(A)(ix) of NIT at least 03 days before the pre-Bid
meeting so that the same can be replied during the meeting.
7.0 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 before the specified 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, up to the specified date & time as
per SI. No. 1
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.
8.0
9.0
The currency for the Bid shall be Indian Rupee only.
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.
Prior to the expiry of bid validity period, Employer may request Bidders to extend
the Bid validity period. The request and the response shall be made in writing. An
extension of the bid validity period will not entitle a Bidder to modify its Bid. In
case Bidder fails to extend the bid validity upon employer’s request, the
corresponding Bid shall be rejected as being non-responsive.
10.0 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 through portal 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.
Page 13 of 205
11.0 The Employer may impose certain restrictions on the foreign companies
participating in any form and their employees in view of the National Security, in
the Project situated in the sensitive region and border areas. The Employer shall
obtain clearance of Govt. of India regarding security implications prior to
qualification of such company. Further, bidders from countries which share land
border with India shall comply with Department of Expenditure, Ministry of
Finance, GoI, OM No. F.No. 6/18/2019/PPD dt. 23.07.2020 & 24.07.2020.
12.0 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.
13.0 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.
14.0 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.)
Senior Manager (PCS)
Uri Power Station
E-mail : pnc-uri1@nhpc.nic.in
MOB:NO.9805205101
(A Government of India Enterprise)
CIN: L40101HR1975GOI032564
Regd. Office: NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)
Notice Inviting E-Tender (Press Note if required)
E-Proc. Notice No.: NH/UPS/PCS/C-115/NIQ-100/345
Dated 27.08.2025
Online Bids are invited for and on behalf of NHPC Ltd. through eligible domestic bidders for “Upgradation
and automation of measuring instruments of Barrage of Uri Power Station.”. Complete bid
document can be downloaded and submitted through the 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.
The last date of submission of bids is 23.09.2025. For further details, please visit
https://eprocure.gov.in/eprocure/app. Subsequent amendments, if any, shall be posted only on the aforesaid
websites.
Page 5 of 205
Page 6 of 205
NHPC LIMITED
(AGOVT.OFINDIAENTERPRISE)
Regd. Office: NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)
(OPEN TENDER ENQUIRY)
Domestic Competitive Bidding
(E-Tendering-Web Notice)
Tender Reference No NH/UPS/PCS/C-115/NIQ-101/345 Dated 27.08.2025
Online “Item Rate/Percentage 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
“Upgradation and automation of measuring instruments of Barrage of Uri Power Station.”.
A. Brief details of the tender:
Sl. No. Item Description
i) Mode of tendering e-Procurement System
Cover-I: Online Techno-Commercial Bid
Cover-II: Price Bid
ii) Tender ID No. 2025_NHPC_875618_1
iii) Tender reference No. NH/UPS/PCS/C-115/NIQ-101/345 Dated
27.08.2025
iv) Cost of bid document Rs. 590/- (Rs. 500/- Tender fees + 18% GST
i.e. Rs. 90/-) in the form of Crossed Demand
Draft in favour of “NHPC Limited, Uri
Power Station” payable at Baramulla.
v) Bid Security (EMD) Rs. 38,000/- (in the form of Crossed Demand
Draft or Bank Guarantee / scheduled bank in
favour of “NHPC Ltd, Uri Power Station”
payable at Baramulla or Bank Guarantee as
per format as mentioned in Section-5 of
tender document).
vi) Period of Bid Validity 120 days from the deadline date of online
submission of bid
vii) Estimated Cost Rs. 18,92,720/-
viii) Completion Period 180 Days
Page 7 of 205
ix) Tender inviting Authority Senior Manager (PCS)
Uri Power Station, Gingle.
B. Critical dates of tender:
x) Publishing Date & Time 03.09.2025, 10:00 Hrs
xi) Document Download Start
Date & Time
03.09.2025, 10:00 Hrs
xii) Pre bid meeting Date & Time
xiii) Last date of Receipt of
clarification of Bid
xiv) Bid Submission Start Date &
Time
03.09.2025, 10:00 Hrs
xv) Online Bid Submission Closing
Date & Time
23.09.2025, 17:00 Hrs
xvii) Offline submission closing
(address, date & time)
“Senior Manager (PCS), Uri Power Station, C/o
Liaison Office, NHPC Ltd., Hotel Foot Hill, Sonwar
Bazar, Srinagar, PIN-190001”. OR
Senior Manager (PCS), PCS Complex ,Uri Power
Station, Gingle, PO-Mohura, Dist-Baramulla, J&K
193122 Contact No.- 9810852095, E-mail ID: pnc
uri1@nhpc.nic.in OR
Manager (C&P), Contracts & Procurement Wing,
O/o Executive Director, NHPC Regional Office, JDA
Commercial Complex, Narwal, Jammu, PIN-180006
Date & time 25.09.2025 at 17:00 Hrs.
atleast 24 Hour prior to opening of online bid.
xviii) Online Bid Opening of
Technical Bid (Cover-I)
Venue- PCS Complex, Uri Power Station,
Gingle, PO-Mohura, Distt-Baramulla, J&K
Date & time 26.09.2025 at 16:00 Hrs.
xix) Price bid Opening (Cover-II) Venue, Date & time to be intimated later to
the bidders whose Techno- commercial
Bids will be found responsive
xx) Date & Time of Start of e-
Reverse Auction (if
applicable)
Shall be intimated separately
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.
2.
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.
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
Page 8 of 205
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, --------- (name
of IEM) has been appointed as Independent External Monitor (IEM) by the
Employer. The Contact address of IEM is as under:
Dr. Vinod Aggarwal,
B-103, Sarvodaya
Enclave, 2nd Floor,
New Delhi-110017,
e-mail:
arsv50@gmail.com
Sh. Prabhash Singh,
E7M702, Housing Board
Colony, Arera Colony,
Bhopal
Madhya Pradesh-462016,
Shri Upendra Malik
B-108, NSG Society, Plot-2,
Pocket-6, Builders Area
Greater Noida-201315
(UP), Email:
upendra.malik@gmail.com
e-mail: srgmhrbpl@gmail.com
(Note: Integrity pact to be included /excluded as per threshold limit circulated by NHPC
Corporate office time to time. Guidelines for Banning of Business Dealings shall be part of
all contracts)
3.
3.1
Qualification of the Bidder
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) 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-
Page 9 of 205
charge/Project head of the concerned work. In case of experience certificates
produced by the contractors for having executed works for Private Organizations,
TDS Certificates / Form 26AS / Annual Information Statement (AIS) shall also be
produced along with experience certificate.
c) 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 Annual Construction 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. The CA Certificate should have the Unique Document Identification
Number (UDIN) as per Gazette Notification No. 1- CA(7)/192/2019 dated 02.08.2019.
d) 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.
Note: - Schedule E, F, G can be deleted by projects for small value of works and
depending upon the nature of works.
3.2 A To qualify for award of the Contract, each bidder should have:
a) Achieved in any one year in last three years a minimum Annual construction
turnover of at least equivalent to the estimated cost of works for which bid has
been invited.
b) Satisfactorily completed, in last seven years ending on last day of month
previous to one in which applications are invited, at least one similar work
costing not less than the amount equal to 80% of the estimated cost of work or
two similar works costing not less than the amount equal to 50% of estimated
cost of work or three similar works not less than the amount equal to 40% of the
estimated cost of works.
For arriving at the cost of similar work, the value of work executed shall be
brought to current costing level by enhancing the actual value of work at simple
rate of seven percent per annum, calculated from the date of completion to the
date of bid opening.
The similarity of work shall be pre-defined based on the physical size,
complexity, methods/ technology and/ or other characteristics described, and
scope of works.
c) Bidder needs to submit experience certificate along with its competition
certificate. Certificate for ‘satisfactory completion’ of project/work/asset should
Page 10 of 205
contain two parts. Part -I shall contain ‘financial value of work done’ and part-II
shall contain ‘certificate of functional completion of project/work/asset’.
NOTE: Similar work shall mean “Work of Upgradation/ repair/ maintenance/
flushing/revitalization work of Twin Tube Piezometer (TTP) installed at Dam/Barrage.
”.
3.2 B Each bidder must also submit with their Bid:
i) Copies of PAN, GST Registration No, EPF Registration No. and ESIC Registration
No. (as applicable).
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.
3.2 C 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 3.2(A) & (B) shall make
the bid non-responsive.
3.2 D
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.
3.2 E All Startups (whether MSEs or otherwise) registered for similar nature of work
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 as per para 3.2 A
subject to their meeting the quality and technical specification. However, the
Employer reserves the right to deny such exemptions to Startups in case of
circumstances like procurement of items related to public safety, health, critical
security operations and equipments etc.
3.2 F Insolvency
The Bidder against whom an application for initiating corporate insolvency
resolution process has been admitted by the Adjudicating Authority under the
Insolvency and Bankruptcy code 2016 or as amended from time to time shall not
be eligible for bidding. The same shall also be applicable to the bidder company
who has taken unconditional technical and/or financial support from their Parent/
Holding Company, against whom an application for initiating corporate insolvency
Page 11 of 205
resolution process has been admitted by the Adjudicating Authority under the
Insolvency and Bankruptcy Code 2016, or as amended from time to time (IBC 2016
hereafter).
In case, bidder in respect of whom any application for initiating corporate
insolvency resolution process was not admitted at the time of submission of bid
but subsequently during the period of evaluation of bids or any time before the
work is awarded, any such application is admitted by the Adjudicating Authority
under the IBC 2016, the bidder shall be considered as ineligible and his bid shall be
rejected.
An undertaking that “no insolvency proceedings is admitted by the Adjudicating
Authority against bidder under the IBC 2016” shall be submitted on letter head
duly signed by the authorized representative of bidder.
Further, the bidder after submitting the bid till the time of award of work, shall
inform NHPC regarding any admission of application for corporate insolvency
resolution process by the Adjudicating Authority under the IBC 2016 against bidder
and any suppression of such fact shall render the bidder liable for rejection of his
bid and banning of business dealing as per terms and conditions of the Bid
Document.
3.3 Disqualification:
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, affidavits,
declarations and attachments submitted in proof of the qualification
requirements; and/or,
(ii). participated in the previous bidding for the same work & found L-1 and had
quoted abnormally high or low bid prices and could not furnish rational
justification for it to the Employer,
(iii). 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. In such case the bid
shall be considered as non-responsive.
Note:- qualification criteria given above is illustrative and can be
modified/adapted with proper reasons and justification to suit specific needs of the
Project by Head of the Project/Region in case of award falling in the competence of
Project and Head of the Region in case of award falling in the competence of
Region ED.
4.0 Time for Completion
The successful bidder shall complete the entire work within the time specified at SI
no. -1, to be reckoned from the date of issue of Letter of Acceptance issued by the
Employer.
5.0
Tenders must be accompanied by the earnest money of the amount specified for
the work in the table.
6.0 Pre-Bid Meeting
Page 12 of 205
a) If required, 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 / at
address stated at Para – 1(A)(ix) of NIT at least 03 days before the pre-Bid
meeting so that the same can be replied during the meeting.
7.0 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 before the specified 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, up to the specified date & time as
per SI. No. 1
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.
8.0
9.0
The currency for the Bid shall be Indian Rupee only.
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.
Prior to the expiry of bid validity period, Employer may request Bidders to extend
the Bid validity period. The request and the response shall be made in writing. An
extension of the bid validity period will not entitle a Bidder to modify its Bid. In
case Bidder fails to extend the bid validity upon employer’s request, the
corresponding Bid shall be rejected as being non-responsive.
10.0 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 through portal 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.
Page 13 of 205
11.0 The Employer may impose certain restrictions on the foreign companies
participating in any form and their employees in view of the National Security, in
the Project situated in the sensitive region and border areas. The Employer shall
obtain clearance of Govt. of India regarding security implications prior to
qualification of such company. Further, bidders from countries which share land
border with India shall comply with Department of Expenditure, Ministry of
Finance, GoI, OM No. F.No. 6/18/2019/PPD dt. 23.07.2020 & 24.07.2020.
12.0 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.
13.0 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.
14.0 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.)
Senior Manager (PCS)
Uri Power Station
E-mail : pnc-uri1@nhpc.nic.in
MOB:NO.9805205101
No corrigendums available for this tender.