NIT No.:2025_NHPC_869566_1
Request for Selection of Developers for Setting up Solar Power Plants (4x300 MW) for Jalaun Solar Power Park(1200 MW) in District Jalaun, Uttar Pradesh through Tariff Based Competitive Bidding
Bid Submission Start Date | Bid Submission End Date |
---|---|
25-08-2025 | 05-09-2025 |
Bid Opening Date | 10-09-2025 |
Download Document |
Download PDF
( डाउनलोड | 235.24 KB | PDF | एडोबी रीडर या ब्राउज़र से खोलें) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
NH/CCW/CC-I/CO-392/BSUL /PR/JSP/2024-25/428 | Request for Selection of Developers for Setting up Solar Power Plants (4x300 MW) for Jalaun Solar Power Park (1200 MW) in District: Jalaun, Uttar Pradesh through Tariff Based Competitive Bidding | 10-09-2025 | 05-09-2025 |
Tender Document | Login to Download |
Description:
NOTICE INVITING TENDER
Request for Selection (RfS)
(Domestic Competitive Bidding-Open Tender)
under
Tariff Based Competitive Bidding with e – Reverse Auction
Tender ID: 2025_NHPC_869566_1
Complete RfS Documents/Tender Document can be viewed and downloaded 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. Any Bidder who wishes to quote for this Tender can download the Tender Document from aforesaid portal after online Bidder registration for e-tendering. However, the bid is to be submitted online only on http://eprocure.gov.in/eprocure/app up to last date and time of submission of tender. Sale of hard copy of tender document is not applicable.
E-Reverse Auction (e-RA) shall be conducted after e-tendering. The decision of NHPC regarding adoption of e-RA shall be final.
THE BRIEF DETAILS OF THE TENDER ARE AS UNDER:
THE CRITICAL DATES OF TENDER ARE AS UNDER:
2. ELIGIBLE BIDDERS:
2.1 This Invitation for Bid is open in respect of bidders who meet the following conditions:
2.3 The Bidders whose contract(s) have been terminated due to poor performance by the Employer, shall not be allowed to participate in the bidding process for next 5 years w.e.f the date of notification of termination.
2.4 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 (Annexure-2A) to Integrity Pact (Annexure-2 of ITB) of Tender Document at the time of submitting the bid and shall intimate immediately of any such banning/de-listing/ black- listed/debarring after submission of bid till the award of the tender. Self-Declaration in this regard is to be submitted as per the proforma enclosed in tender document.
2.5 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 this regard shall make the bid non-responsive.
2.6 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.
2.7 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.
Even though the bidders meet the 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.
3.2 Companies eligible for participation:
(i) Companies incorporated in India under the Companies Act, 2013;
(ii) Bidding Consortium with one of the Companies as the Lead Member. Consortium shortlisted and selected based on this RfS has to necessarily form a Project Company and get it registered under the Companies Act, 2013 prior to signing of PPA, keeping the original shareholding of the Bidding Consortium unchanged.
(iii) Limited Liability Partnership (LLPs) are not eligible for participation.
(iv) A Bidder which has been selected as Successful Bidder based on this RfS can also execute the Project through a Special Purpose Vehicle (SPV) i.e. a Project Company especially incorporated/acquired as a subsidiary Company of the successful bidder for setting up of the Project, with at least 51% shareholding in the SPV which has to be registered under the Indian Companies Act, 2013, before signing of PPA.
3.3 FINANCIAL CRITERIA Click here
(i) Net Worth
a. The Net Worth of the bidder should be equal to or greater than INR 79.48 Lakhs/MW (Indian Rupees Seventy-Nine Lakhs Forty-Eight Thousand only) of the quoted capacity, as on the last date of previous Financial Year in accordance to Note 6 below or as on the day not more than seven (07) days prior to due date of bid submission. The computation of Net Worth shall be based on unconsolidated audited annual accounts of the bidder.
b. ‘Net Worth’ means the aggregate value of the paid-up share capital and all reserves created out of the profits, securities premium account and debit or credit balance of profit and loss account, after deducting the aggregate value of the accumulated losses, deferred expenditure and miscellaneous expenditure not written off, as per the audited balance sheet, but does not include reserves created out of revaluation of assets, write-back of depreciation and amalgamation.
For this purpose current assets and current liabilities will be considered as classified in the audited balance sheet for the year immediately preceding the date of opening of bids. In case current assets and/or current liabilities are not classified separately in audited Balance Sheet, a certificate from Statutory Auditor/CPA carrying out the Statutory Audit, for current assets and/or current liabilities, as the case may be, clearly defining the items considered for the same, should be enclosed. However, trade payables shall be a part of current liabilities. If the Working Capital calculated from the audited Balance Sheets is negative, then such working capital shall be treated as zero. In case there is a shortfall in the Working Capital as per this, the unutilized Cash Credit Limits sanctioned to the bidder by the Banks/Financial Institutions of international repute shall be considered to meet the shortfall.
The statement displaying Cash Credit limits should not be more than three months old as on the last date for submission of bids.
Notes:
1. For the purposes of meeting financial requirements, only latest unconsolidated audited annual accounts shall be used. However, audited consolidated annual accounts of the Bidder may be used for the purpose of financial requirements provided the Bidder has at least twenty six percent (26%) paid up share capital in each Company whose accounts are merged in the audited consolidated account and provided further that the financial capability of such Companies (of which accounts are being merged in the consolidated accounts) shall not be considered again for the purpose of evaluation of any other response to this RfS..
2. In the case of Consortium formation, the financial requirement (both the Net-Worth and Liquidity requirements) to be met by each Member of the Consortium shall be computed in proportion to the equity commitment made by each of them in the Project Company.
For example, if two companies A and B form a Consortium with equity participation in 70:30 ratio and submit their bid for a capacity of 300 MW, then, total Net-Worth to be met by the Consortium is Rs. 79,48,506 x 300 MW = Rs. 238.46 Crores. Minimum requirement of Net-Worth to be met by Lead Member A would be minimum Rs. 166.922 Crores and to be met by Consortium Member B would be Rs. 71.538 Crores. Similar methodology shall be followed for computation of liquidity requirement.
3. The Bidder may seek qualification on the basis of financial capability of its Parent and / or its Affiliate(s) for the purpose of meeting the Qualification Requirements as per 3.3(i) and 3.3(ii) above. In case of the Bidder being a Bidding Consortium, any Member may seek qualification on the basis of financial capability of its Affiliate(s). In such cases, the Bidder shall be required to submit Board Resolutions from the Parent Company and/or the Affiliates undertaking to contribute the required equity funding and performance bank guarantees/POI in case the Bidder(s) fail to do so in accordance with the RfS.
4. For the Qualification Requirements, if data is provided by the Bidder Company in foreign currency, equivalent rupees of Net Worth will be calculated using bills selling exchange rate (card rate) USD / INR of State Bank of India prevailing on the date of closing accounts for the respective financial year as certified by the bidder’s banker. For currency other than USD, bidders shall convert such currency into USD as per exchange rates certified by their banker prevailing on the relevant date and used for such conversion.
5. A Company/Consortium would be required to submit Annual Audited Accounts for the last Financial Year in accordance to Note 6 below alongwith net worth, annual turnover and Working Capital certificate (as applicable) from Statutory Auditor with Unique Document Identification Number (UDIN) to demonstrate fulfilment of criteria. In case, bidder is seeking qualification based on net worth as on the day not more than seven (07) days prior to the due date of bid submission, it shall submit a certificate from Statutory Auditor with Unique Document Identification Number (UDIN) certifying the availability of Net worth on the date not more than seven (07) days prior to due date of bid submission along with a certified copy of Balance sheet, Profit & Loss Account, Schedules and Cash Flow statements supported with Bank Statement.
6. The Bidder's financial evaluation vis-à-vis the requirement as stipulated above shall be done on the basis of duly printed Annual Report submitted by the Bidder along with the Bid. In case, bid submission date falls up to 30th September of the Financial Year, the Annual Report up to previous year of immediate preceding Financial Year shall be considered and for the Tenders having Bid Submission date after September, the Annual Reports up to immediate preceding Financial Year shall be considered.
7. In case, if Bidder has not submitted the above Annual Report along with Bid, then a certificate from CEO/CFO of the Bidder shall be submitted along with Bid mentioning that the requirement of Annual Report as per governing law of country is not mandatory. In such cases duly Notarized copies of Audited Printed Annual Financial Statement (Balance Sheet, Profit & Loss Statement, cash flow statement, Auditor 's Report thereon including all relevant Schedules/ annexures etc.) for the immediately preceding year be submitted by the Applicant along with the Application. The Annual Financial Statement shall be considered for evaluation in same manner as defined in above Para for consideration of Annual Reports.
Any Consortium, if selected, shall for the purpose of sale of power to BSUL, incorporate a Project Company with equity participation by the Members in line with Consortium Agreement (to be submitted along with RfS) before signing the PPA with BSUL i.e. the Project Company incorporated shall have the same Shareholding Pattern as given at the time of RfS. This shall not change till the signing of PPA and the Controlling Shareholding (held by the Lead Member holding more than 50% of the voting rights) shall not change from the RfS application date till 1 (One ) year after the Scheduled Commencement of Supply Date (SCSD) of the Project. However, in case of any change in the shareholding of the other shareholders (other than the Controlling Shareholder including Lead Member) after signing of PPA, the arrangement should not change the status of the Controlling Shareholder and the lead member in the Project Company at least up to 1 (One) year after the Scheduled Commencement of Supply Date (SCSD) of the Project. Further, such change in shareholding would be subject to continued fulfilment of the financial and technical criteria, by the Project Company.
3.4 OTHER CRITERIA:
An undertaking that “no insolvency proceedings are admitted by the Adjudicating Authority against bidder or partner of JV under the IBC 2016” (equivalent laws of the country where the firm has been incorporated / registered shall be applicable) shall be submitted on letter head duly signed by the authorized representative of bidder or all the partners of JV.
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 or partner of JV 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 Guidelines of banning of business dealings under Integrity Pact.
3.5 TECHNICAL REQUIREMENT:
This RfS requires deployment of Solar Power Projects. The Bidder shall deploy commercially established and operational technologies to minimize the technology risk and to achieve commissioning of the Projects. Detailed technical parameters for Projects is to be selected as specified in the tender documents.
3.6 Deleted
Click here
3.7 Each bidder must also produce with their Bid:
i) PAN No. and EPF Registration No.
ii) GST Registration No.
iii) A declaration that the information furnished with the bid documents is correct in all respects in Annexure-1: Form of declaration
iv) Such other certificates, if any, as defined in the ITB.
3.8 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 as required under clause 3.2 shall make the bid non-responsive.
3.9 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.
4. TIME FOR COMPLETION
The successful bidder shall complete the entire work within the time specified under S.No.-1(vii) of NIT.
The bidders may also attend Pre-bid meeting through video conferencing on scheduled date and time or as amended. The bidders who wish to join the meeting through video-conferencing shall intimate Tender Inviting Authority (TIA) at least 02 (two) days prior to pre-bid meeting their details viz. name of participant & designation, mobile no., e-mail address, name of firm or any other information required for video-conferencing. The participant should have good internet connectivity, as TIA shall not be held responsible for any disruption due to internet or any technical issues.
Meeting ID alongwith password shall be shared 01 (one) hour prior to scheduled time to the participant’s e-mail/ mobile no. of prospective bidder.
8. BID SUBMISSION
i) Online Bid Submission –Technical Bid (Cover-I) (Refer ITB) and Tariff (in Rs./kWh) Price Bid (Cover-II) electronic format complete in all respect must be uploaded at the aforesaid portal by the date & time as per SI. No.1 above.
ii) Offline Bid Submission (Refer ITB) complete in all respect must be delivered in sealed envelopes to the address upto the last date & time of submission.
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. The currency for the Bid shall be Indian Rupee only.
10. Bids shall be valid for a period as mentioned in S No. 1 after the deadline for online Bid submission. If any Bidder withdraws his Bid before the said period or makes any modification in his Bid, the bid of such bidder shall be rejected and Bid Security submitted by the Bidder shall be forfeited.
11. The Techno-commercial Bid shall be opened online at venue on the specified date & time as per S.No.-1. The time and date for opening of Financial Bid of bidders qualified in the technical bid shall be communicated to them at later date after evaluation of technical bids. The NHPC/ BSUL/Tender inviting Authority at his discretion may open Technical and Financial Bid simultaneously and evaluate the Bid completely.
12. 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:
i) 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 one Token/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 userID/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 format. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of scanned documents.
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 provisionof uploading such standard documents (e.g. PAN card copy, Annual Reports, Auditor Certificates etc.) has been provided to the bidders. Bidders can use “MySpace” 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:
i) Bidder should log into the site well in advance for bid submission so that he/ she uploads the bid in time i.e. on or before the bid submission time.
ii) 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/Insurance Surety Bond, 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.
iii) 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.
iv) Deleted
v) Bidder shall digitally sign and upload the required bid documents one by one as indicated in the tender document.
vi) 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.
vii) 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.
viii) 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 template of “Schedule of Quantities & Prices” file is found to be modified/ tampered by the bidder which tantamount to fraudulent practices and the bid shall be rejected and further dealt as per provision of clause no 32 of ITB including forfeiture of EMD/ BG/POI/Insurance Surity Bond. The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover 2 will result in rejection of the tender.
ix) 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.
x) 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.
xi) 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.
xii) 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 0120-4001-002, 0120-4001-005 and 0120-6277-787.
13.0 Any corrigendum, subsequent amendments and/or extension of dates, 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.
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). The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Employer will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 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.)
General Manager (Civil Contracts-I)
Room No.218, 2nd Floor, Jyoti Sadan,
NHPC OFFICE COMPLEX,
Sector-33, Faridabad-121003, Haryana, India
Tele No: +91 (129) 2270596
Email: contcivil1-co@nhpc.nic.in
Request for Selection (RfS)
(Domestic Competitive Bidding-Open Tender)
under
Tariff Based Competitive Bidding with e – Reverse Auction
Tender ID: 2025_NHPC_869566_1
- Online RfS are invited through Domestic Tariff Based Competitive Bidding in Single Stage-Two Part Bidding Basis (i.e. Part-I:QR+Technical-Bid and Part-II:Financial Bid) with e-Reverse Auction (e-RA) by NHPC Limited on behalf of Bundelkhand Saur Urja Limited (A Joint Venture of NHPC Ltd. and Uttar Pradesh New and Renewable Energy Development Agency i.e. UPNEDA herein after referred to as employer/owner) from eligible Bidders for “Request for Selection of Developers for Setting up Solar Power Plants (4x300 MW) for Jalaun Solar Power Park (1200 MW) in District: Jalaun, Uttar Pradesh through Tariff Based Competitive Bidding”
Complete RfS Documents/Tender Document can be viewed and downloaded 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. Any Bidder who wishes to quote for this Tender can download the Tender Document from aforesaid portal after online Bidder registration for e-tendering. However, the bid is to be submitted online only on http://eprocure.gov.in/eprocure/app up to last date and time of submission of tender. Sale of hard copy of tender document is not applicable.
E-Reverse Auction (e-RA) shall be conducted after e-tendering. The decision of NHPC regarding adoption of e-RA shall be final.
THE BRIEF DETAILS OF THE TENDER ARE AS UNDER:
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_869566_1 |
iii) | Tender reference No. | NH/CCW/CC-I/CO-392/BSUL /PR/JSP/2024-25/428 |
iv) | Cost of bid document | A non-refundable processing fee as mentioned below through Demand Draft in favour of “NHPC Limited” payable at Faridabad only. •For a 300 MW capacity, the processing fee is Rs 20 Lacs + 18% GST. •For a 600 MW capacity, the processing fee is Rs 30 Lacs + 18% GST. |
v) | Bid Security (EMD) | Rs. 10.00 Crores only (Rupees Ten Crores only) in the form of DD/BG/POI/Insurance Surety Bond as per clause no. 14 of ITB |
vi) | Period of Bid Validity | 180 days from the last date of submission of online Bids |
vii) | Commissioning Period | Scheduled Commencement of Supply Date (SCSD) for “Setting up Solar Power Plants (4x300 MW) for Jalaun Solar Power Park (1200 MW) in District: Jalaun” shall be Eighteen (18) Months from the Effective Date of PPA. |
viii) | Tender inviting Authority | General Manager (Civil Contracts-I) Room No.-218, 2nd Floor, Jyoti Sadan, NHPC OFFICE COMPLEX, Sector-33, Faridabad-121003, Haryana, India Tele No :+91 (129) 2270596 Email: contcivil1-co@nhpc.nic.in |
THE CRITICAL DATES OF TENDER ARE AS UNDER:
S. No. | Particulars | Date & Time |
i) | Publishing Date & Time | 28.07.2025 (18:00 Hrs) |
ii) | Document Download Start Date & Time | 28.07.2025 (18:00 Hrs) |
iii) | Last date of Reciept of queries /clarification on bid. | 12.08.2025 (upto 11:00 Hrs) |
iv) | Pre bid meeting Date & Time | 14.08.2025 (15:00 Hrs) |
v) | Online Bid Submission Start Date & Time | 25.08.2025 (11:00 Hrs) |
vi) | Online Bid Submission Closing Date & Time | 05.09.2025 (17:30 Hrs) |
vii) | Last date of Offline submission (date, time and address) | 08.09.2025 (upto 17:00 Hrs) Address: General Manager (Civil Contracts-I) Room No.218, 2nd Floor, Jyoti Sadan, NHPC OFFICE COMPLEX, Sector-33, Faridabad-121003, Haryana, India Tele No :+91 (129) 2270596 Email: contcivil1-co@nhpc.nic.in |
viii) | Opening: Date, Time & Venue of Online/ Offline Bid (Technical Bid (Part-I) submission | 10.09.2025 (15:00 Hrs) Venue: General Manager (Civil Contracts-I) Room No.214, 2nd Floor, Jyoti Sadan, NHPC OFFICE COMPLEX, Sector-33, Faridabad-121003, Haryana, India Tele No :+91 (129) 2270596 Email: contcivil1-co@nhpc.nic.in |
ix) | Price Bid Opening (Part-II) – Financial Bid | Venue, Date & time to be intimated later to the bidders whose Techno-commercial Bids will be found responsive |
x) | Date & Time of Start of e-Reverse Auction | Shall be intimated separately by NHPC |
2. ELIGIBLE BIDDERS:
2.1 This Invitation for Bid is open in respect of bidders who meet the following conditions:
- The bidder must be an Indian incorporated legal Entity operating under commercial law of their respective jurisdiction.
- all bidders meeting the qualification criteria as defined in ITB clause 3
2.3 The Bidders whose contract(s) have been terminated due to poor performance by the Employer, shall not be allowed to participate in the bidding process for next 5 years w.e.f the date of notification of termination.
2.4 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 (Annexure-2A) to Integrity Pact (Annexure-2 of ITB) of Tender Document at the time of submitting the bid and shall intimate immediately of any such banning/de-listing/ black- listed/debarring after submission of bid till the award of the tender. Self-Declaration in this regard is to be submitted as per the proforma enclosed in tender document.
2.5 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 this regard shall make the bid non-responsive.
2.6 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.
2.7 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.
Even though the bidders meet the 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.
- QUALIFICATION OF THE BIDDER
3.2 Companies eligible for participation:
(i) Companies incorporated in India under the Companies Act, 2013;
(ii) Bidding Consortium with one of the Companies as the Lead Member. Consortium shortlisted and selected based on this RfS has to necessarily form a Project Company and get it registered under the Companies Act, 2013 prior to signing of PPA, keeping the original shareholding of the Bidding Consortium unchanged.
(iii) Limited Liability Partnership (LLPs) are not eligible for participation.
(iv) A Bidder which has been selected as Successful Bidder based on this RfS can also execute the Project through a Special Purpose Vehicle (SPV) i.e. a Project Company especially incorporated/acquired as a subsidiary Company of the successful bidder for setting up of the Project, with at least 51% shareholding in the SPV which has to be registered under the Indian Companies Act, 2013, before signing of PPA.
3.3 FINANCIAL CRITERIA Click here
(i) Net Worth
a. The Net Worth of the bidder should be equal to or greater than INR 79.48 Lakhs/MW (Indian Rupees Seventy-Nine Lakhs Forty-Eight Thousand only) of the quoted capacity, as on the last date of previous Financial Year in accordance to Note 6 below or as on the day not more than seven (07) days prior to due date of bid submission. The computation of Net Worth shall be based on unconsolidated audited annual accounts of the bidder.
b. ‘Net Worth’ means the aggregate value of the paid-up share capital and all reserves created out of the profits, securities premium account and debit or credit balance of profit and loss account, after deducting the aggregate value of the accumulated losses, deferred expenditure and miscellaneous expenditure not written off, as per the audited balance sheet, but does not include reserves created out of revaluation of assets, write-back of depreciation and amalgamation.
- Liquidity:
- A minimum annual turnover of INR 119.22 Lakhs/MW (Indian Rupees One Hundred Nineteen Lakhs Twenty-Two Thousand only) of the quoted capacity during the previous financial year in accordance to Note 6 below. It is hereby clarified that “Other Income” as indicated in the annual accounts of the Bidder shall not be considered for arriving at the annual turnover.
For this purpose current assets and current liabilities will be considered as classified in the audited balance sheet for the year immediately preceding the date of opening of bids. In case current assets and/or current liabilities are not classified separately in audited Balance Sheet, a certificate from Statutory Auditor/CPA carrying out the Statutory Audit, for current assets and/or current liabilities, as the case may be, clearly defining the items considered for the same, should be enclosed. However, trade payables shall be a part of current liabilities. If the Working Capital calculated from the audited Balance Sheets is negative, then such working capital shall be treated as zero. In case there is a shortfall in the Working Capital as per this, the unutilized Cash Credit Limits sanctioned to the bidder by the Banks/Financial Institutions of international repute shall be considered to meet the shortfall.
The statement displaying Cash Credit limits should not be more than three months old as on the last date for submission of bids.
Notes:
1. For the purposes of meeting financial requirements, only latest unconsolidated audited annual accounts shall be used. However, audited consolidated annual accounts of the Bidder may be used for the purpose of financial requirements provided the Bidder has at least twenty six percent (26%) paid up share capital in each Company whose accounts are merged in the audited consolidated account and provided further that the financial capability of such Companies (of which accounts are being merged in the consolidated accounts) shall not be considered again for the purpose of evaluation of any other response to this RfS..
2. In the case of Consortium formation, the financial requirement (both the Net-Worth and Liquidity requirements) to be met by each Member of the Consortium shall be computed in proportion to the equity commitment made by each of them in the Project Company.
For example, if two companies A and B form a Consortium with equity participation in 70:30 ratio and submit their bid for a capacity of 300 MW, then, total Net-Worth to be met by the Consortium is Rs. 79,48,506 x 300 MW = Rs. 238.46 Crores. Minimum requirement of Net-Worth to be met by Lead Member A would be minimum Rs. 166.922 Crores and to be met by Consortium Member B would be Rs. 71.538 Crores. Similar methodology shall be followed for computation of liquidity requirement.
3. The Bidder may seek qualification on the basis of financial capability of its Parent and / or its Affiliate(s) for the purpose of meeting the Qualification Requirements as per 3.3(i) and 3.3(ii) above. In case of the Bidder being a Bidding Consortium, any Member may seek qualification on the basis of financial capability of its Affiliate(s). In such cases, the Bidder shall be required to submit Board Resolutions from the Parent Company and/or the Affiliates undertaking to contribute the required equity funding and performance bank guarantees/POI in case the Bidder(s) fail to do so in accordance with the RfS.
4. For the Qualification Requirements, if data is provided by the Bidder Company in foreign currency, equivalent rupees of Net Worth will be calculated using bills selling exchange rate (card rate) USD / INR of State Bank of India prevailing on the date of closing accounts for the respective financial year as certified by the bidder’s banker. For currency other than USD, bidders shall convert such currency into USD as per exchange rates certified by their banker prevailing on the relevant date and used for such conversion.
5. A Company/Consortium would be required to submit Annual Audited Accounts for the last Financial Year in accordance to Note 6 below alongwith net worth, annual turnover and Working Capital certificate (as applicable) from Statutory Auditor with Unique Document Identification Number (UDIN) to demonstrate fulfilment of criteria. In case, bidder is seeking qualification based on net worth as on the day not more than seven (07) days prior to the due date of bid submission, it shall submit a certificate from Statutory Auditor with Unique Document Identification Number (UDIN) certifying the availability of Net worth on the date not more than seven (07) days prior to due date of bid submission along with a certified copy of Balance sheet, Profit & Loss Account, Schedules and Cash Flow statements supported with Bank Statement.
6. The Bidder's financial evaluation vis-à-vis the requirement as stipulated above shall be done on the basis of duly printed Annual Report submitted by the Bidder along with the Bid. In case, bid submission date falls up to 30th September of the Financial Year, the Annual Report up to previous year of immediate preceding Financial Year shall be considered and for the Tenders having Bid Submission date after September, the Annual Reports up to immediate preceding Financial Year shall be considered.
7. In case, if Bidder has not submitted the above Annual Report along with Bid, then a certificate from CEO/CFO of the Bidder shall be submitted along with Bid mentioning that the requirement of Annual Report as per governing law of country is not mandatory. In such cases duly Notarized copies of Audited Printed Annual Financial Statement (Balance Sheet, Profit & Loss Statement, cash flow statement, Auditor 's Report thereon including all relevant Schedules/ annexures etc.) for the immediately preceding year be submitted by the Applicant along with the Application. The Annual Financial Statement shall be considered for evaluation in same manner as defined in above Para for consideration of Annual Reports.
- For Bidding Consortium:
Any Consortium, if selected, shall for the purpose of sale of power to BSUL, incorporate a Project Company with equity participation by the Members in line with Consortium Agreement (to be submitted along with RfS) before signing the PPA with BSUL i.e. the Project Company incorporated shall have the same Shareholding Pattern as given at the time of RfS. This shall not change till the signing of PPA and the Controlling Shareholding (held by the Lead Member holding more than 50% of the voting rights) shall not change from the RfS application date till 1 (One ) year after the Scheduled Commencement of Supply Date (SCSD) of the Project. However, in case of any change in the shareholding of the other shareholders (other than the Controlling Shareholder including Lead Member) after signing of PPA, the arrangement should not change the status of the Controlling Shareholder and the lead member in the Project Company at least up to 1 (One) year after the Scheduled Commencement of Supply Date (SCSD) of the Project. Further, such change in shareholding would be subject to continued fulfilment of the financial and technical criteria, by the Project Company.
3.4 OTHER CRITERIA:
- The Bidder or any of its Affiliates should not be a wilful defaulter to any lender, and that there is no major litigation pending or threatened against the Bidder or any of its Affiliates which are of a nature that could cast a doubt on the ability or the suitability of the Bidder to undertake the Project. The Bidder shall submit an undertaking to this effect (as per format provided in the bid document).
- The Bidder or partner of JV 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 (IBC 2016), or as amended from time to time.
An undertaking that “no insolvency proceedings are admitted by the Adjudicating Authority against bidder or partner of JV under the IBC 2016” (equivalent laws of the country where the firm has been incorporated / registered shall be applicable) shall be submitted on letter head duly signed by the authorized representative of bidder or all the partners of JV.
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 or partner of JV 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 Guidelines of banning of business dealings under Integrity Pact.
3.5 TECHNICAL REQUIREMENT:
This RfS requires deployment of Solar Power Projects. The Bidder shall deploy commercially established and operational technologies to minimize the technology risk and to achieve commissioning of the Projects. Detailed technical parameters for Projects is to be selected as specified in the tender documents.
3.6 Deleted
Click here
3.7 Each bidder must also produce with their Bid:
i) PAN No. and EPF Registration No.
ii) GST Registration No.
iii) A declaration that the information furnished with the bid documents is correct in all respects in Annexure-1: Form of declaration
iv) Such other certificates, if any, as defined in the ITB.
3.8 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 as required under clause 3.2 shall make the bid non-responsive.
3.9 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.
4. TIME FOR COMPLETION
The successful bidder shall complete the entire work within the time specified under S.No.-1(vii) of NIT.
- Tenders must be accompanied by the Processing fee and Bid Security. The bids not accompanied by the requisite Processing fee and bid security shall be rejected as non-responsive.
- Deleted
- PRE-BID MEETING
- A Pre‑bid meeting open to all the prospective bidders will be held on the date mentioned at para 1 above at NHPC Office Complex, Sector-33, Faridabad, wherein they shall be given an opportunity to obtain clarifications, if any, regarding the work and bid conditions.
The bidders may also attend Pre-bid meeting through video conferencing on scheduled date and time or as amended. The bidders who wish to join the meeting through video-conferencing shall intimate Tender Inviting Authority (TIA) at least 02 (two) days prior to pre-bid meeting their details viz. name of participant & designation, mobile no., e-mail address, name of firm or any other information required for video-conferencing. The participant should have good internet connectivity, as TIA shall not be held responsible for any disruption due to internet or any technical issues.
Meeting ID alongwith password shall be shared 01 (one) hour prior to scheduled time to the participant’s e-mail/ mobile no. of prospective bidder.
- Prospective bidders may submit their queries, if any, by email / courier at address of Tender Inviting Authority at least three days before the pre-bid meeting so that the same can be replied during the meeting.
8. BID SUBMISSION
i) Online Bid Submission –Technical Bid (Cover-I) (Refer ITB) and Tariff (in Rs./kWh) Price Bid (Cover-II) electronic format complete in all respect must be uploaded at the aforesaid portal by the date & time as per SI. No.1 above.
ii) Offline Bid Submission (Refer ITB) complete in all respect must be delivered in sealed envelopes to the address upto the last date & time of submission.
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. The currency for the Bid shall be Indian Rupee only.
10. Bids shall be valid for a period as mentioned in S No. 1 after the deadline for online Bid submission. If any Bidder withdraws his Bid before the said period or makes any modification in his Bid, the bid of such bidder shall be rejected and Bid Security submitted by the Bidder shall be forfeited.
11. The Techno-commercial Bid shall be opened online at venue on the specified date & time as per S.No.-1. The time and date for opening of Financial Bid of bidders qualified in the technical bid shall be communicated to them at later date after evaluation of technical bids. The NHPC/ BSUL/Tender inviting Authority at his discretion may open Technical and Financial Bid simultaneously and evaluate the Bid completely.
12. 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:
i) 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 one Token/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 userID/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 format. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of scanned documents.
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 provisionof uploading such standard documents (e.g. PAN card copy, Annual Reports, Auditor Certificates etc.) has been provided to the bidders. Bidders can use “MySpace” 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:
i) Bidder should log into the site well in advance for bid submission so that he/ she uploads the bid in time i.e. on or before the bid submission time.
ii) 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/Insurance Surety Bond, 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.
iii) 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.
iv) Deleted
v) Bidder shall digitally sign and upload the required bid documents one by one as indicated in the tender document.
vi) 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.
vii) 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.
viii) 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 template of “Schedule of Quantities & Prices” file is found to be modified/ tampered by the bidder which tantamount to fraudulent practices and the bid shall be rejected and further dealt as per provision of clause no 32 of ITB including forfeiture of EMD/ BG/POI/Insurance Surity Bond. The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover 2 will result in rejection of the tender.
ix) 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.
x) 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.
xi) 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.
xii) 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 0120-4001-002, 0120-4001-005 and 0120-6277-787.
13.0 Any corrigendum, subsequent amendments and/or extension of dates, 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.
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). The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Employer will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 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.)
General Manager (Civil Contracts-I)
Room No.218, 2nd Floor, Jyoti Sadan,
NHPC OFFICE COMPLEX,
Sector-33, Faridabad-121003, Haryana, India
Tele No: +91 (129) 2270596
Email: contcivil1-co@nhpc.nic.in
No corrigendums available for this tender.