NIT No.:NH/Teesta-VI/P&C/NIT-43/2026/930
“Repair and Renovation of Type-IIB Quarters under possession of Teesta-VI HE Project at Balutar, Sikkim.
| Bid Submission Start Date | Bid Submission End Date |
|---|---|
| 09-05-2026 | 30-05-2026 |
| Bid Opening Date | 04-06-2026 |
| Download Document |
Download PDF
( डाउनलोड | 2.17 MB | PDF | एडोबी रीडर या ब्राउज़र से खोलें) |
| Works No. | Title | Bid Opening Date | End Date |
|---|---|---|---|
| NH/Teesta-VI/P&C/NIT-43/2026/930 | Repair and Renovation of Type-IIB Quarters under possession of Teesta-VI HE Project at Balutar, Sikkim | 04-06-2026 | 30-05-2026 |
| No documents available | |||
Description:
(Reserved for PAFs (Project Affected Families) and/or Locals) (E-Tendering-Web Notice) Tender Reference No.: NH/Teesta-VI/P&C/NIT-43/2026/930 Dated: 09/05/2026 Online “Item Rate/Percentage Rate” (to strike out which is not applicable) bids are invited through Domestic Competitive Bidding in Single Stage -Two Part Bidding Basis {i.e. Part-I (Cover-I): Technical- Bid and Part-II (Cover-II): Financial Bid} for and on behalf of NHPC Ltd. (A Govt. of India Enterprise) from eligible Sole Bidders for the work of “Repair and Renovation of Type-IIB Quarters under possession of Teesta-VI HE Project at Balutar, Sikkim.” Sl. No.DescriptionMode of tenderingii)2026_NHPC_907945_1Tender reference No.iv)₹ 1180/- include GST @18% in the form of Demand Draft in favour of “NHPC Limited” payable at Singtam, East Sikkim.Bid Security (EMD)vi)120 daysEstimated Costviii)9 MonthsTender inviting AuthorityB. Critical dates of tender:Publishing Date & Timexi)09/05/2026 @ 17:00 Hrs.Pre bid meeting Date & Timexiii)………………………….Bid Submission Start Date & Timexv)30/05/2026 @ 17:00 Hrs.Offline submission closing (address, date & time)xvii)Venue: Teesta VI HE Project, Balutar, SikkimDate & time: 04/06/2026 @ 16:00 Hrs.Price bid Opening (Cover-II)xix)NOT APPLICABLE Complete Bid Document /Tender Document can be viewed and down loaded from Central Public Procurement (CPP) Portal https://eprocure.gov.in/eprocure/app. The site can also be viewed through e-procurement corner of NHPC website www.nhpcindia.com and CPP Portal. Any Bidder who wishes to quote for this Tender can download the Tender Document from aforesaid portal after online Bidder registration for e-tendering.2.Eligible BiddersThis Invitation for Bid is open to:The bidders who are incorporated legal entity and are legally and financially autonomous and operate under commercial law of their respective jurisdiction.All bidders meeting the Qualification criteria as defined in clause 3.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.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.Bidders shall not be under declaration of ineligibility for banning / delisting/ blacklisting / debarment from business on the ground mentioned in para 6 of Guidelines on Banning of Business dealings (Annexure-A) to Integrity Pact at the time of submitting the bid and shall intimate immediately of any such banning / delisting / blacklisting / debarring after submission of bid till award of tender. Self- Declaration in this regard is to be submitted as per the enclosed proforma (Form-6, Section-III).The Bidders whose contract(s) have been terminated due to unsatisfactory performance by employer in past, shall not be allowed to participate in the bidding process till completion of the ineligibility period.To improve transparency and fairness in the tendering process the Employer is implementing Integrity Pact.The Integrity Pact, signed by all the prospective Bidders and the Employer, shall commit the persons/officials of both the parties, not to exercise any corrupt/ fraudulent/collusive/coercive practices in the Tendering process and also during implementation of the Contract. Only those Bidders who have entered into Integrity Pact with the Employer shall be eligible to participate in the bidding process.All Applicants shall enter into an Integrity Pact (to be executed on plain paper) with the Employer at the time of submission of their Bids. The Integrity Pact digitally signed / signed on behalf of the Employer shall be as per Form-7 Section-III. The Integrity Pact shall be downloaded, printed and signed by the Applicant and to be submitted online.Successful bidder shall submit duly executed Integrity pact on Non-Judicial Stamp paper of appropriate value prior to signing of Contract Agreement.To oversee the compliance of obligation under the Integrity Pact, Shri Upendra Malik,B-108, NSG Society, Plot-2, Pocket-6, Builders Area Greater Noida-201315 (UP) Email: upendra.malik@gmail.com Shri Prabhash Singh E7 M702, Housing Board Colony, Arera Colony, Bhopal, Madhya Pradesh-462016 E-mail: srgmhrbpl@gmail.com (name of IEM) has been appointed as Independent External Monitor (IEM) by the Employer. The Contact address of IEM is as under: (Note: Integrity pact to be included /excluded as per threse hold limit circulated by NHPC Corporate office time to time. Guidelines for Banning of Business Dealings shall be part of all contracts) 3.Qualification of the BidderAll bidders shall include the following information and documents with their bids in, Qualification Information unless otherwise stated in the ITB: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 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.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.A. To qualify for the award of the Contract, each bidder should have:Achieved in any one year in the last three years 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. 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. Definition of Similar work means “Construction/repair work of the building under civil works” 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.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, the experience of the bidder as sub-contractor approved by Project developer shall be considered. Experience of bidders as member of Consortium/Joint Venture shall be considered as per distribution of work against the member of the Consortium/Joint Venture. In case where distribution of Consortium/JV members is not specified in Consortium/JV agreement then the experience credential shall be considered for all members of JV with minimum 35% participation share.3.2 E All Startups (whether MSEs or otherwise) registered for similar nature of work falling within the definition as per Gazette notification- GSR 127(E) dated 19.02.2019 or as amended from time to time are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover as per para 3.2 A subject to their meeting the quality and technical specification. However, the Employer reserves the right to deny such exemptions to Startups in case of circumstances like procurement of items related to public safety, health, critical security operations and equipment, etc.F InsolvencyThe 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.3.2 G Proof of PAF/LocalThis bid is reserved for PAFs (Project Affected Families) and/or Locals. The category-wise documents to be submitted by bidders in support for their qualification in Local Competitive Bidding reserved for PAFs and/or Locals are as under:Category DescriptionDocuments RequiredA PAFs A family whose land or other immovable property has been acquired by Govt. of Sikkim and presently on lease with LTHPL for Teesta-VI H E Project.Sl. No.Defined Geographical AreaBarrage Complex Area2South District of Sikkim.Power House Complex Area
No corrigendums available for this tender.