NIT No.:NH/UPS/PCS/C-119/NIQ-102/355 Dated 15.09.2025

Repair and Modification of Drain along the boundary wall at Gingle Colony

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
18-09-2025 06-10-2025
Bid Opening Date 11-10-2025
Download Document Download PDF
( डाउनलोड | 1.06 MB | PDF | एडोबी रीडर या ब्राउज़र से खोलें)
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/UPS/PCS/C-119/NIQ-102/355 Dated 15.09.2025 Repair and Modification of Drain along the boundary wall at Gingle Colony 11-10-2025 06-10-2025
Repair and Modification of Drain along the boundary wall at Gingle Colony Login to Download
Description:
NHPC LIMITED
(A Government of India Enterprise)
 
 
CIN: L40101HR1975GOI032564
Regd. Office: NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)
Notice Inviting E-Tender (Press Note if required)
 
 
E-Proc. Notice No.: NH/UPS/PCS/C-119/NIQ-102/355       Dated 15.09.2025
 
 
 
Online Bids are invited for and on behalf of NHPC Ltd. through eligible domestic bidders for “Repair and Modification of Drain along the boundary wall at Gingle Colony. Complete bid document can be downloaded and submitted through the portal https://eprocure.gov.in/eprocure/app. The site can also be viewed through e- procurement corner of NHPC website www.nhpcindia.com and CPP Portal. The last date of submission of bids is 06/10/2025 For further details, please visit https://eprocure.gov.in/eprocure/app. Subsequent amendments, if any, shall be posted only on the aforesaid websites.
 
NHPC LIMITED
(AGOVT.OFINDIAENTERPRISE)
Regd. Office: NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)
(OPEN TENDER ENQUIRY)
Domestic Competitive Bidding (E-tendering-Web Notice)
 
Tender Reference NoA. Brief details of the tender:Itemi)e-Procurement System
Cover-I: Online Techno-Commercial Bid Cover-II: Price BidTender ID No.iii)NH/UPS/PCS/C-119/NIQ-102/355 Dated 15.09.2025Cost of bid documentv)Rs. 41,000/- (in the form of Crossed Demand  Draft or Bank Guarantee / scheduled bank in  favour of “NHPC Ltd, Uri Power Station”  payable at Baramulla or Bank Guarantee as  per format as mentioned in Section-5 of
tender document) .Period of Bid Validityvii)Rs. 20,68,270/-Completion Periodix)Senior Manager (PCS) Uri Power Station,  Ginglex)16.09.2025, 10:00 HrsDocument Download Start Date & Timexii) Last date of Receipt of clarification of Bidxiv)16.09.2025, 10:00 HrsOnline Bid Submission Closing Date & Timexvii)“Senior Manager (PCS), Uri Power Station, C/o Liaison Office, NHPC Ltd., Hotel Foot Hill, Sonwar Bazar, Srinagar, PIN-190001”. OR
 
Senior Manager (PCS), PCS Complex ,Uri Power Station, Gingle, PO-Mohura, Dist-Baramulla, J&K- 193122 Contact No.- 9805205101, E-mail ID: pnc-uri1@nhpc.nic.in OR
 
Manager (C&P), Contracts & Procurement Wing, O/o Executive Director, NHPC Regional Office, JDA Commercial Complex, Narwal, Jammu, PIN- 180006
 
Date & time 09.10.2025 at 17:00 Hrs.- at
least 24 Hour prior to opening of online bidOnline Bid Opening of Technical Bid (Cover-I)xix)Venue, Date & time to be intimated later to the bidders whose Techno- commercial Bids will be found responsiveDate & Time of Start of e- Reverse Auction (if applicable)Dr. Vinod Aggarwal, B-103, Sarvodaya
Enclave, 2nd Floor,Shri Upendra Malik
B-108, NSG Society, Plot-2, Pocket-6, Builders AreaGreater Noida-201315(UP), Email:
upendra.malik@gmail.com 
 
 
(Note: Integrity pact to be included /excluded as per threshold limit circulated by NHPC Corporate office time to time. Guidelines for Banning of Business Dealings shall be part of all contracts)
 
 
  1. Qualification of the Bidder
    1. All bidders shall include the following information and documents with their bids in, Qualification Information unless otherwise stated in the ITB:
      1. 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;
  1. 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.
  2. Information on financial criteria stipulated in clause 3.2A (a) shall be furnished in Form -4, Annual construction turnover, Section-III. Copy of affidavit/Certificate of CA mentioning Annual Construction Turnover of last 3 (three) years. Printed Annual reports or financial statements of the Bidder, such as balance sheet, profit and loss statements and auditor's reports as the case may be for the past three years shall be submitted to ascertain bidder’s meeting the financial criteria. The CA Certificate should have the Unique Document Identification Number (UDIN) as per Gazette Notification No. 1- CA(7)/192/2019 dated 02.08.2019.
  3.  the proposed methodology (Schedule- G in separate sheets) and programme of construction (in Schedule- E), backed with equipment planning and deployment (in Schedule-F), duly supported with broad calculations , justifying their capability of execution and completion of the work as per technical specifications and within the stipulated period of completion
 
Note: - Schedule E, F, G can be deleted by projects for small value of works and  depending upon the nature of works.
 
 
  1. A    To qualify for award of the Contract, each bidder should have:
    1. 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.
    2. Satisfactorily completed, in last seven years ending on last day of month previous to one in which applications are invited, at least one similar work costing not less than the amount equal to 80% of the estimated cost of work or two similar works costing not less than the amount equal to 50% of estimated cost of work or three similar works not less than the amount equal to 40% of the estimated cost of works.
For arriving at the cost of similar work, the value of work executed shall be brought to current costing level by enhancing the actual value of work at simple rate of seven percent per annum, calculated from the date of completion to the
 
date of bid opening.
The similarity of work shall be pre-defined based on the physical size, complexity, methods/ technology and/ or other characteristics described, and scope of works.
c. Bidder needs to submit experience certificate along with its competition certificate. Certificate for ‘satisfactory completion’ of project/work/asset should contain two parts. Part -I shall contain ‘financial value of work done’ and
part-II shall contain ‘certificate of functional completion of project/work/asset’.
 
 
Similar work shall mean
NOTE:                                                      “Drainage system repairs or upgrades, requiringexcavation, concrete lining, and drainage system modifications
3.2 B    Each bidder must also submit with their Bid:
< >Copies of PAN, GST Registration No., EPF Registration No. and ESIC Registration No. (as applicable).A declaration that the information furnished with the bid documents is correct in all respects in form-5, form of declaration, Section-III.Such other certificates if any as defined in the ITB.
security operations and equipment’s etc.
  1. 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.
 
  1. Disqualification:
Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
  1. made misleading or false representations in the forms, statements, affidavits, declarations and attachments submitted in proof of the qualification requirements; and/or,
  2. 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,
  3. The Bidders whose contract(s) have been terminated due to unsatisfactory performance by employer in past, shall not be allowed to participate in the bidding process till completion of the ineligibility period. In such case the bid
 
shall be considered as non responsive.
 
Note: - qualification criteria given above is illustrative and can be modified/adapted with proper reasons and justification to suit specific needs of the Project by Head of the Project/Region in case of award falling in the competence of Project and Head of the Region in case of award falling in the competence of Region ED.
 
  1. Time for Completion
The successful bidder shall complete the entire work within the time specified at SI no. -1, to be reckoned from the date of issue of Letter of Acceptance issued by the Employer.
 
  1. Tenders must be accompanied by the earnest money of the amount specified for the work in the table.
  2.  
  3. Pre-Bid Meeting
    1.  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.
 
  1.  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.
 
  1. Bid submission
  1. Online Bid Submission – Technical Bid (Cover-I) (Refer Section- II i.e. ITB) and Price Bid (Cover-II) electronic format) complete in all respect must be uploaded at the aforesaid portal before the specified date & time as per SI. No. 1.
 
  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
 
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.
 
  1. The currency for the Bid shall be Indian Rupee only.
 
  1. 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.
 
  1. The Techno-commercial Bid shall be opened online at venue date & time as per Sl. No.-1. the time and date of opening of Financial Bid of bidders qualified the technical bid shall be communicated through portal at later date after evaluations of technical bids. The Employer/Tender inviting Authority at his discretion may open Technical and Financial Bid simultaneously and evaluate the Bid completely.
 
  1. 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.
 
  1. Any corrigendum, subsequent amendments and / or extension of date, if any, for submission of Bids shall be posted on the portal https://eprocure.gov.in/eprocure/app. Bidder(s) are advised to visit the portal regularly before the deadline for submission of Bids.
 
  1. 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.

< >In case of any difference between wordings of English and Hindi, version of ‘Notice Inviting Tender’, English version shall prevail.pnc-uri1@nhpc.nic.in
 
MOB:NO.9805205101