NIT No.: NH/SLP/CONT/2025/C-05/NIT/499
Repair and strengthening of internal road of SLP Gerukamukh.
Bid Submission Start Date | Bid Submission End Date |
---|---|
15-05-2025 | 05-06-2025 |
Bid Opening Date | 09-06-2025 |
Download Document |
Download PDF
( डाउनलोड | 14.12 MB | PDF | एडोबी रीडर या ब्राउज़र से खोलें) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
NH/SLP/CONT/2025/C-05/NIT/499 | Repair and strengthening of internal road of SLP Gerukamukh. | 09-06-2025 | 05-06-2025 |
Tender Document | Login to Download |
Description:
एन एच पी सी लिमिटेड
(भारत सरकार का एक नवरत्न उद्यम)
NHPC LTD.
(A Govt. of India Navratna Enterprise)
निविदा आमंत्रण सूचना (एनआईटी)
NOTICE INVITING TENDER (NIT)
कार्य का नाम: एसएलपी गेरुकामुख की आंतरिक सड़क की मरम्मत और सुदृढ़ीकरण।
Name of work: Repair and strengthening of internal road of SLP Gerukamukh.
एनआईटी सं.: एनएच/एसएलपी/संविदा/2025/C-05/NIT/499 दिनांक: 14-05-2025
NIT No.: NH/SLP/CONT/2025/C-05/NIT/499 Date: 14-05-2025
ई-निविदा आमंत्रण सूचना (घरेलू प्रतिस्पर्धी बोली)
NOTICE INVITING e-TENDER (Domestic Competitive Bidding)
Similar works shall means “Any Type of Civil 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.
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 3.2A 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 equipment, 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 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:
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.
(भारत सरकार का एक नवरत्न उद्यम)
NHPC LTD.
(A Govt. of India Navratna Enterprise)
निविदा आमंत्रण सूचना (एनआईटी)
NOTICE INVITING TENDER (NIT)
कार्य का नाम: एसएलपी गेरुकामुख की आंतरिक सड़क की मरम्मत और सुदृढ़ीकरण।
Name of work: Repair and strengthening of internal road of SLP Gerukamukh.
सुबनसिरी लोअर जलविद्युत परियोजना Subansiri Lower H.E. Project Gerukamukh, Dhemaji, Assam-787035 GSTIN: 18AAACN0149C1ZY email: pnc_slp@nhpc.nic.in वैबसाइट/Website: www.nhpcindia.com |
NIT No.: NH/SLP/CONT/2025/C-05/NIT/499 Date: 14-05-2025
ई-निविदा आमंत्रण सूचना (घरेलू प्रतिस्पर्धी बोली)
NOTICE INVITING e-TENDER (Domestic Competitive Bidding)
- 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 Navratna Enterprise) from eligible Sole Bidders for the work of “Repair and strengthening of internal road of SLP Gerukamukh”.
Sl. No. | Description | ||
Mode of tendering | ii) | 2025_NHPC_859934_1 | |
Tender reference No. | iv) | ₹ 1,770/- (Rupees One Thousand Seven Hundred Seventy Only) in the form of DD/BC favouring “NHPC Ltd.” payable at SBI, NHPC Project Gerukamukh (04318) | |
Bid Security (EMD) | vi) | 120 days (One Hundred Twenty Days) (after deadline of online submission of bids) | |
Estimated Cost | viii) | Ten (10) working months (300 Days) | |
Tender inviting Authority |
| ||
Item | x) | 14-05-2025 (05:00 PM) | |
Document Download Start Date & Time | xii) | ||
Last date of Receipt of clarification of Bid | xiv) | 15-05-2025 (10:00 AM) | |
Online Bid Submission Closing Date & Time | xvi) | Address: Dy. General Manager (P&C) NHPC Ltd. Subansiri Lower HE Project Gerukamukh, District- Dhemaji Assam - 787035 email : pnc_slp@nhpc.nic.in Date & Time: 07-06-2025 (05:00 PM) | |
Online Bid Opening of Technical Bid (Cover-I) | xviii) | Venue, Date & Time to be intimated later to the bidders whose Techno-commercial Bids will be found responsive | |
Date & Time of Start of e Reverse Auction (if applicable) | Dr. Vinod Aggarwal, B-103, Sarvodaya Enclave, 2nd Floor, New Delhi - 110017 e-mail: arsv50@gmail.com | Shri Upendra Malik B-108, NSG Society, Plot-2, Pocket-6, Builders Area, Greater Noida-201315 (UP) E-mail: upendra.malik@gmail.com |
- Qualification of the Bidder
- 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.
- Work experience to demonstrate meeting the criteria stipulated in clause 3.2 A(b) shall be provided in Form-3 work experiences record, Section-III. The work experience shown shall be supported with certificate(s) from the Engineer-in-charge/Project head of the concerned work. In case of experience certificates produced by the contractors for having executed works for Private Organizations, TDS Certificates/Form 26AS/Annual Information Statement (AIS) shall also be produced along with experience certificate.
- Information on financial criteria stipulated in clause 3.2A(a) shall be furnished in Form-4, Annual construction turnover, Section-III. Copy of affidavit/Certificate of CA mentioning Financial Turnover of last 3 (three) years. Printed Annual reports or financial statements of the Bidder, such as balance sheet, profit and loss statements and auditor’s reports as the case may be for the past three years shall be submitted to ascertain bidder’s meeting the financial criteria. 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.
- 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.
- Achieved in any one year in last three year a minimum Annual construction turnover of at least equivalent to the estimated cost of works for which bid has been invited.
- 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.
Similar works shall means “Any Type of Civil 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.
- Each bidder must also submit with their Bid:
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 3.2A 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 equipment, 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 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:
- Made misleading or false representations in the forms, statements, declarations and attachments submitted in proof of the qualification requirements; and/or,
- 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,
- 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.
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
- 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.
- 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.
- – 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.
- 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.
8.0 The currency for the Bid shall be Indian Rupee (₹) only.
9.0 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. 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 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.
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 http://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 Limited)
Dy. General Manager (P&C)
Email: pnc_slp@nhpc.nic.in
No corrigendums available for this tender.