NIT No.:NH-LPS-HOP012(22)/17/2023-CD I and III/1024

Repairing/Providing hill side drain between RD:16.092 Km to RD:16.2290 Km along Loktak-Leimatak Road.

Bid Submission and Opening Details Table. It contains Bid Submission Start Date, Bid Submission End Date, Bid Opening Date, Download Document
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)
Work Specification
Work Specification Details Table. It contains Works Number, Title, Bid Opening Dat, End Date
Works No. Title Bid Opening Date End Date
NH-LPS-HOP012(22)/17/2023-CD I and III/1024 dt.03.06.2023 Repairing/Providing hill side drain between RD:16.092 Km to RD:16.2290 Km along Loktak-Leimatak Road 30-06-2023 24-06-2023
Repairing/Providing hill side drain between RD:16.092 Km to RD:16.2290 Km along Loktak-Leimatak Road Login to Download

Description:

clip image002   NHPC_Final_Fonts_29Loktak Project, Manipur
Post Office:Loktak , Komkeirap
Distt: Churachandpur, Manipur – 795124
फोन : 03879-261848,फैक्स : 03879-261740
E-Mail: pnc-loktak@nhpc.nic.in
Domestic Competitive Bidding (OPEN TENDER)
(E-Tendering-Web Notice)
NIT No. 1024 (O)
 
Tender Reference No.: NH-LPS-HOP012(22)/17/2023-CD I and III/1024                                                     Dated: 03.06.2023
 
1.    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 Repairing/Providing hill side drain between RD: 16.092 Km to RD: 16.2290 Km along Loktak-Leimatak Road. Complete Bid Documents/Tender Document can be viewed and down loaded from Central Public Procurement (CPP) Portal http://eprocure.gov.in/eprocure/app. The site   can   also   be   viewed    through   e-procurement   corner   of   NHPC   website www.nhpcindia.com and CPP Portal. This tender/works is reserve for local residing to Loktak Project (i.e. Resident in the district of Churachandpur, Bishnupur and Kakching) and Project affected families of Loktak Project, Manipur.
 
The brief details of the tender are as under:
Sl. No.ItemDescription
i)Mode of tenderinge-Procurement System
Cover-I: Online Techno-Commercial Bid
Cover-II: Price Bid
ii)Tender ID No.2023_NHPC_756121_1 (System Generated)
iii)Tender reference No.NH-LPS-HOP012(22)/17/2023-CD I and III/1024 dt.03.06.2023
iv)Estimated CostRs.19,60,491/-
v)Cost of bid documentRs.590/- in the form of Crossed Demand Draft/ Banker’s Cheque in favour of  “NHPC Limited” payable at “State Bank of India, Loktak HEPA Branch” (Code-05329).
vi)Bid Security (EMD)
  1. may be deposited in the form of Crossed Demand Draft/ Banker’s Cheque in favour of “NHPC Limited” payable at “State Bank of India, Loktak HEPA Branch” (Code-05329), Komkeirap  OR, In the form of Bank Guarantee (BG) issued by an Indian Nationalized bank or any scheduled commercial bank of India. Bank Guarantee shall be valid upto three months beyond the bid validity period as per prescribed format.
vii)Period of Bid Validity  120  Days
viii)Completion Period03 (Three) Months from the date of commencement of work as per Letter of  Award.
ix)Tender inviting AuthorityDGM (Civil), P&C Division, NHPC Limited, Loktak Project, PO: Loktak, Komkeirap, Distt- Churachandpur, Manipur – 795124,
 
The critical dates of tender are as under:
Sl. No.ParticularsDate & Time
i)Publishing Date & Time03.06.2023, 17:00 Hrs.
ii)Document Download Start Date & Time03.06.2023, 17:30 Hrs.
iii)Pre bid meeting Date & TimeN.A.
iv)Bid Submission Start Date & Time03.06.2023, 17.30 Hrs.
v)Online Bid Submission Closing Date & Time24.06.2023, 17:00 Hrs.
vi)Offline submission closing (address, date & time)Address 1: Loktak Project, NHPC Ltd., PO: Loktak, Komkeirap, Distt- Churachandpur, Manipur – 795124,
Address 2: Co-Ordinator- Offline Bids
C/o: Central Dispatch (HR Division, RO Siliguri) Contracts & Procurement Division, NHPC Limited, Regional Office, Vidyut Nagar, PO: Satellite Township, Jalpaiguri, West Bengal-734015
 
Date & Time: 27.06.2023, 16:00 Hrs.
vii)Online Bid Opening of Technical Bid (Cover-I)Venue: Loktak Project, NHPC Ltd., PO: Loktak, Komkeirap, Distt-  Churachandpur, Manipur – 795124,
Date & Time: 30.06.2023, 11:00 Hrs.
 
 
viii)Price bid Opening (Cover-II)Venue, Date & time to be intimated later to the bidders whose Techno- commercial Bids will be found responsive.
 
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.
 
2.2 Bidders shall not have been banned/ de-listed/ black listed/ debarred from business on the ground mentioned in para 6 of Guidelines on Banning of Business dealings. Self-Declaration in this regard is to be submitted as per the enclosed Performa. (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.To improve transparency and fairness in tendering process the Employer is implementing Integrity Pact as per Clause 31 of ITB. The bidder must submit the Integrity Pact as per Proforma (Form-7) duly signed as per Clause 31 of ITB.
Integrity Pact is to be executed on plain paper at the time of Submission of Bid. The successful bidder (Contractor) shall submit duly executed integrity Pact on non- judicial Stamp Paper of appropriate value prior to signing of Notification of Award.
 
3.0 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) Notarized 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 notarized copies of supply order/work order/letter of Award issued by the Engineer-in- charge/Project head of the concerned work.
  c)   Information on financial criteria stipulated in clause 3.2A (a) shall be furnished in Form -4, Annual turnover, Section-III. Copy of affidavit/Certificate of CA mentioning Financial Turnover of last 3 (three) years or   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.
  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.
 
3.2 A To qualify for award of the Contract, each bidder should have:
a)    Average Annual financial turnover during the last 03 (three) financial years ending 31st March of the previous financial year, should be at least 30% of the estimated cost.
b)  The bidder should have successfully executed in past, similar nature of works of requisite value specified hereunder during preceding 07 (Seven) years, supported with award letters & successful completion certificate(s) issued by concerned dept. confirming to either of the following:--
(i) One (1) works, amounting to at least 80% of the estimated value.
OR
(ii) Two (2) works, each amounting to at least 50% of estimated value.
OR
(iii) Three (3) works, each amounting to at least 40% of estimated value.
 
Similar nature of work means “Any Civil Works     
 
  
 * Note: The reference date for considering the period of preceding 7 years shall be the last day of the month previous to the one in which the tender is invited
 
  3.2 B Each bidder must also produce with their Bid:
(a) Copy of GST No., PAN No., EPF Registration No., Latest Income Tax return Certificate (or exemption Certificate) and ESIC Registration No.
(b)     A declaration that the information furnished with the bid documents is correct in all respects in Form-05
(c)     Such other certificate as defined in the ITB. Failure to produce the certificates shall make the bid non-responsive.
  1. Undertaking for submission of valid Labour Licence and labour Insurance after award of this work (if required).
  2. Undertaking that the workers deployed will be enrolled as member of Provident Fund and will be given Universal Account Number (UAN).
  3. Copies of successful work completion certificate issued & dully attested by respective authorities.
(g)  If the legal status of the bidder is other than Proprietary, copy of Certificate of Incorporation/Partnership deed or Constitution Certificate is required as proof of constitution of bidder.
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), falling within the definition as per Gazette notification –G.S.R.501( E) dt.23.05.2017 or amended from time to time 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.
                However, in case of circumstances (like procurement of items related to public safety, health, critical security operations and equipment, etc.) where purchaser may prefer the vendors to have prior experience rather than giving orders to new entities, such procurements, wherever adequate justifications exists, the purchaser may not relax the criteria of Prior experience / turnover for the Startups.”  
3.2. F    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:-
 
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. www.dipp.gov.in/public-procurements or  the  website  of  the concerned Ministry to which the product belongs, shall be referred.
The directives under Public Procurement (Preference to Make in India) Order, 2017 include the following:
 
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.
 
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 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  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.
 
v)  The bidder shall follow Indian laws, regulations 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  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.
 
(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  still  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 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  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.
 
iii)  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.
 
(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 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:
 
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 suppliers’ as per provisions of this Order.
 
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.
 
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.
 
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.
 
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
 
3.2 G  Provisions of Rule 144 (xi) of the General Financial Rules  (GFRs)  2017:
 
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.
 
a)  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.
 
b)  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.
 
c)  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’.
 
d)  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.
 
e)  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.
 
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 as 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
The successful bidder shall complete the entire work within the time specified at Sl. no. -1, to be reckoned from the date of issue of Letter of Acceptance.
5.0       Tenders must be accompanied by the earnest money of the amount specified for the work in the table.
6.0       As per Govt. Guidelines, for Bidder(s) registered as Micro and Small Enterprises, the cost of tender document and Earnest Money deposit will not be applicable. However, the proof for the same shall be submitted for eligibility.
 
7.0 Pre-Bid Meeting
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 / fax at 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.
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    http://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:
  1. 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, 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
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:
  1. 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.
  2. 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 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.
  3. 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
  4. Bidder shall select the payment option as ‘offline’ to pay the Tender Fee/ EMD as applicable and enter details of the instrument.
 
  1. Bidder shall digitally sign and upload the required bid documents one by one as indicated in the tender document.
  2. 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.
 
  1. 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.
  2. 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.
  3. 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.
  4. 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.
  5. 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.
  6. 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.
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  http://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.)
                                              
DGM(Civil), P&C Division
NHPC Ltd., Loktak Project.