nlc india limited · nlc india limited ... and should also have carried out overhaul / maintenance...

12
Signature of the Contractor Page 1 of 12 General Manager/TS-II NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited/ नेयवेली लनाइट काोरेशन लिटेड) (भारत सरकार का नवरउि) / (A ‘Navratna’ Government of India Enterprise) एकक धान का कायाालय/ ता वुत ् गृह –II/Office of the Unit Head /Thermal Power Station-II, नेयवेली- 607807 ै स / Fax:+91-4142-252688/ फोन/ Phone:04142 -252611 Extn 537 ,-ि/email: [email protected] CIN: L93090TN1956GOI003507 ----------------------------------------------------------------------------------------------------------------------------- (CONTRACT SECTION) PRESS TENDER NOTICE (TWO COVER SYSTEM) Dt:08.09.2017 Sealed quotations in single cover consisting of two inner sealed covers (1 st Cover containing the Cost of Tender document, EMD and letter of undertaking along with checklist as Part I, 2 nd Cover containing Documents to satisfy PQR, Techno-commercial aspects and Tender documents along with price schedule duly filled & signed as Part II) super scribing the Name of work, Part Number and Tender reference will be received by General Manager, Thermal Station-II, NLC INDIA Ltd at this office in Neyveli up to 2.30 PM on the date indicated below and Part I cover will be opened at 3.00 PM on the date indicated below. Necessary Schedule may be obtained from the office of the General Manager/TPS-II on payment of the cost of the Tender Document by Cash / DD drawn in favour of Director/Finance, NLC INDIA Ltd., Neyveli, Payable at Neyveli or contact through e-mail [email protected]. Tender schedule will be issued only up to 4.00 PM on the date as indicated for sale of tender documents. The tender documents are also available in the Web Site of NLCI www.nlcindia.com & Central Public Procurement Portal of Government of India Those who wish to download the same may do so. While submitting the tender documents, a demand draft towards cost of tender document should be enclosed. The tender documents downloaded from the website or received through e-mail without demand draft for the specific value will be summarily rejected. The sealed covers should be addressed to General Manager/ TPS-II. Quotations are to be valid for 3 months from the date of opening. The bidders should enclose a declaration regarding relatives employed in the Corporation along with the tender and tenders not accompanied by this declaration are liable to be rejected. Successful bidders who employ (or) who have employed on any day of the preceding 12 months 20 or more workmen will have to produce a valid labour license issued by Assistant Labour Commissioner (Central) Chennai, under Contract labour (regulation and Abolition ) Act and rules at the time of entering in to agreement with NLCI. DETAILS OF THE BID a) Part I of the bid should contain Cost of Tender document, EMD and Letter of undertaking along with checklist. b) Part-II of the bid should contain Documents to satisfy PQR and Techno-commercial aspects along with the duly filled price schedule, and Tender documents duly filled & signed.

Upload: vuongngoc

Post on 11-Apr-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

Signature of the Contractor Page 1 of 12 General Manager/TS-II

NLC INDIA LIMITED

(formerly Neyveli Lignite Corporation Limited/ नेयवेली ललग्नाइट कार्पोरेशन लललिटेड)

(भारत सरकार का “नवरत्न” उद्यि) / (A ‘Navratna’ Government of India Enterprise)

एकक प्रधान का कायाालय/ तार्प ववद्युत ्गहृ –II/Office of the Unit Head /Thermal Power Station-II, नेयवेली-607807

फै़क्स / Fax:+91-4142-252688/ फोन/ Phone:04142 -252611 Extn 537 ,ई-िेल /email:

[email protected] CIN: L93090TN1956GOI003507

----------------------------------------------------------------------------------------------------------------------------- (CONTRACT SECTION)

PRESS TENDER NOTICE (TWO COVER SYSTEM) Dt:08.09.2017

Sealed quotations in single cover consisting of two inner sealed covers (1st Cover containing the

Cost of Tender document, EMD and letter of undertaking along with checklist as Part I, 2nd Cover

containing Documents to satisfy PQR, Techno-commercial aspects and Tender documents along with

price schedule duly filled & signed as Part II) super scribing the Name of work, Part Number and

Tender reference will be received by General Manager, Thermal Station-II, NLC INDIA Ltd at this office

in Neyveli up to 2.30 PM on the date indicated below and Part I cover will be opened at 3.00 PM on

the date indicated below. Necessary Schedule may be obtained from the office of the General

Manager/TPS-II on payment of the cost of the Tender Document by Cash / DD drawn in favour of

Director/Finance, NLC INDIA Ltd., Neyveli, Payable at Neyveli or contact through e-mail

[email protected]. Tender schedule will be issued only up to 4.00 PM on the date as

indicated for sale of tender documents. The tender documents are also available in the Web Site of

NLCI www.nlcindia.com & Central Public Procurement Portal of Government of India Those who wish

to download the same may do so. While submitting the tender documents, a demand draft towards

cost of tender document should be enclosed. The tender documents downloaded from the website

or received through e-mail without demand draft for the specific value will be summarily rejected.

The sealed covers should be addressed to General Manager/ TPS-II. Quotations are to be valid for 3

months from the date of opening. The bidders should enclose a declaration regarding relatives

employed in the Corporation along with the tender and tenders not accompanied by this declaration

are liable to be rejected. Successful bidders who employ (or) who have employed on any day of the

preceding 12 months 20 or more workmen will have to produce a valid labour license issued by

Assistant Labour Commissioner (Central) Chennai, under Contract labour (regulation and Abolition )

Act and rules at the time of entering in to agreement with NLCI.

DETAILS OF THE BID

a) Part I of the bid should contain Cost of Tender document, EMD and Letter of undertaking along

with checklist.

b) Part-II of the bid should contain Documents to satisfy PQR and Techno-commercial aspects

along with the duly filled price schedule, and Tender documents duly filled & signed.

Signature of the Contractor Page 2 of 12 General Manager/TS-II

Documents in original have to be submitted for verification on demand, failing which the offer

is liable for rejection.

NOTE: (To be read along with pre qualification) All the PQR Works for the above said tender should

have been carried out in any Government/Quasi-Government/ Public Sector Undertakings/ Public

Limited Companies in bidders own name / Partners name in case of partnership firm and

documentary evidences in the form of Copy of Letter of intent / Agreement / Work Order and Work

Completion Certificate issued are to be furnished along with Part II of the bid. If work completion

certificate is not enclosed the bid is liable for rejection. It is the responsibility of the Bidder to prove

that they are qualified for the work and no further details will be received after opening the Tender.

The performance certificates and other documents related to pre- qualification furnished by the

bidder along with the bid are liable for verification on authenticity. If the certificates submitted by any

bidder is found to be forged or bogus, shall not only be disqualified for the tender but also shall be

blacklisted by NLCI in taking part in any tender for a period of 3 (Three) years including forfeiture of

EMD.

Tender No.

Name of Work Cost of

Document EMD

1081 ANNUAL & REGULAR MTCE WORKS IN MAIN TURBINE AND AUXILLIARIES & PIPING AND VALVES”– 2017-19

Rs.5,000.00 Rs 64,000.00

Period of Contract : 730 Days from the date of handing over of site .

Last Date for Sale of Document : 28.09.2017 up to 04.00 PM

Last Date of Receipt of Bids : 29.09.2017 up to 02.30 PM

Date of Opening of Bids : 29.09.2017 at 03.00 PM

: PRE-QUALIFICATION REQUIREMENT:

1) The bidder should have executed overhaul / maintenance works in Main turbine / Turbine

auxiliaries & Turbine High pressure steam valves & Pipelines for a minimum value of Rs.19.26 Lakhs in

a single agreement and should have carried out overhaul / maintenance of Turbine Stop valve &

servomotor / Turbine Control valve & servomotor/ Hp Bypass Steam valves / Turbine Governing

system elements for any value.

(OR)

2) The bidder should have executed overhaul / maintenance works in Main turbine / Turbine

auxiliaries & Turbine High pressure steam valves & Pipelines for a minimum value of Rs.9.63 Lakhs in

a single agreement and any other works for a minimum value of Rs.19.26 Lakhs in a single agreement

and should also have carried out overhaul / maintenance of Turbine Stop valve & servomotor /

Turbine Control valve & servomotor/ Hp Bypass Steam valves / Turbine Governing system elements

for any value.

3) The above works should have been carried out in Govt / Quasi-Govt / public sector under takings /

public limited company within last 7 years as on the scheduled date of tender opening in bidders own

Signature of the Contractor Page 3 of 12 General Manager/TS-II

name / partners name in case of partnership firm and Documentary evidence in the form of LOI /

Agreement / work order and work completion certificate to be furnished along with the bid.

4) The bidder should have independent provident fund code number allotted in favor of his

establishment under EPF & Miscellaneous Act 1952. The PF code number so allotted shall be

furnished with documentary proof along with the tender documents.

5) The bidder should have registered (its establishment) under ESI Act 1948 and have the Employer’s

code allotted in favour of his establishment. The ESI code number so allotted shall be furnished along

with the tender documents.

6) The personnel / workmen engaged by the bidder for execution of works in NLC shall be borne on

the rolls of the bidder agency and shall have to be appointment letter / Employment card under CL (R

& A) Act 1970 issued by the bidder to that effect. The bidder has to furnish a certificate of under

taking to that effect, along with the tender documents. (As per Annexure – A).

7) The bidder shall also possess a valid certificate of registration under GST Act / Rules and furnish a

copy of the same in the bid if the aggregate value of the turnover (supply of goods or services or both)

exceeds Rs.20 Lakh / Rs.10 Lakh (in the specified category of states) in the financial year (the present

threshold limit for levy of GST). He should have discharged his liability under the GST Act / Rules to the

effect of which a certificate of undertakings is to be furnished along with the bid. In case the above

value does not exceed Rs.20 Lakh / 10 Lakh, as the case may be a self declaration to this effect shall be

furnished. (As per Annexure – A).

8) The bidder should have obtained Permanent Account Number (PAN) under Income Tax Act and

furnish a copy of the same in the bid.

Note:

(i) Documentary evidence in the form of copy of work orders along with work completion certificates

for above should be furnished along with the Bid for Pre - Qualification Requirements. In case the

Bidder has carried out in NLCIL, fulfilling the PQ conditions mentioning of the reference number of the

Order is sufficient. Bidders will be qualified based on the past performance in NLCIL. Bids submitted

without proper documentary evidence to substantiate fulfillment of the qualifying requirements as

specified will be summarily rejected.

(ii)The Contractor Employers shall be required to undertake the responsibility of remitting the

contribution /subscription etc., of the contract workmen engaged by them towards EPF,ESI etc (as

applicable) and NLCIL as the principal employer, will ensure compliance under the relevant applicable

statutes by verifying the remittance made by the Contractor Employers before releasing part / final

bills.

Signature of the Contractor Page 4 of 12 General Manager/TS-II

: OTHER CONDITIONS :

1. No extension of time shall be permitted for the sale of tender documents and date of opening

of tender and NLCI does not take any responsibility for delay, loss or non-receipt of tender

documents sent by post either way.

2. NLCI reserves the right to reject any or all tenders in part or in full without assigning any

reason and also reserves the right to split up the work into convenient portions and award

them to different contractors.

3. If the date of opening fixed already for tenders is declared as national holiday due to any

reason, tender will be opened on the following working day.

4. Prices should be firmly quoted only once after considering all the pros and cons. The bidders in

the first quotation itself, if any, should spell out alternative or rebate percentage. Offers

contained in supplemental /additional cover shall be summarily rejected.

5. Offers by bidders without requisite Cost of Document and EMD (specified) will not be

accepted.

6. If the bidder is registered with NSIC / Covered under MSMED Act 2006 / MSME, they are

exempted from furnishing Cost of Document and EMD provided that such units are registered

under single point registration scheme of the NSIC / MSME and are valid on the scheduled

date of tender opening and the product range mentioned in the certificate is same or similar

to NLCI requirements. The NSIC / MSME copies duly attested by “Notary Public or Gazetted

officers or Practicing Chartered Accountant with seal & date”, should be enclosed along with

the bid (Part-I). The NSIC / MSME copies duly attested by any Notary Public (or) Gazetted

Officers (or) Practicing Chartered Accountant with seal and date shall only be accepted.

However, the firms with valid NSIC / MSME and if they happen to be a successful tenderer, the

EMD amount mentioned in the tender enquiry is to be submitted towards the initial security

deposit before issue of the Letter Of Award (LOA) within 15 days from the date of intimation.

Otherwise our earlier communication is liable for cancellation and non-issue of LOA. The EMD

amount shall be either in the form of demand draft / Pay Order / Banker’s Cheque drawn in

favour of NLC India Ltd., payable at Neyveli. The security deposit will be released after

successful completion of contract.

7. Tender documents in part or in full received after the date and time of tender opening will not

be accepted.

8. Tenderers should possess the code number assigned by Regional Provident Fund

Commissioner, Trichy, if not, they should get the number assigned within one month after

receipt of Letter of Intent.

Signature of the Contractor Page 5 of 12 General Manager/TS-II

9. The bidder is requested to furnish the copy of PAN Card and Bank account details (counter-

signed by the Bank officials) for E-Payment as per the format enclosed.

10. If the tenderer is a partnership firm, Copy of the partnership deed is to be enclosed along with

bid documents, and if the tenderer happened to be the successful bidder, the partner on

whose pre-qualification, the work was awarded shall not withdraw from partnership till the

satisfactory completion of work. If there is any reconstitution of the partnership during the

contract period, the same shall be intimated to NLC India Limited immediately along with copy

of reconstitution deed. Otherwise the contract will be liable for termination at the risk & cost

of the contractor. If the partnership firm has come into existence either for the first time, or is

reconstituted by inducting a new partner during the period between the issue of NIT and

before opening of Tender and furnishes the PQ of any one of partners of newly constituted

firm or PQ of newly inducted partner for that particular tender, the offer of such firm will not

be considered and will be rejected.

11. Bidder should furnish the GST Registration No. in DETAILS OF THE TENDERER.

The contractor shall agree to execute the work confirming to the Invitation to tender,

Instruction to the Tenderer and General and Special Conditions of Contract for works June'65

(Corrected up to 31.03.1985). The quotations must be submitted in the prescribed schedule

only and must accompany with necessary Earnest Money Deposit. The EMD can be remitted in

any one of the following forms: Demand Draft, Banker’s cheque, Banker’s Pay Order,

Irrevocable Bank Guarantee (BG) valid for 120 days from the date of tender opening from any

Nationalized (or) Scheduled commercial Bank authorized by R.B.I (Guarantee Bond from the

Bank should be executed on a non-judicial stamp paper for a value of Rs.80.00 (Eighty Only).

“The Bank Guarantee issued by the issuing Bank on behalf of Bidder/ Contractor/ Supplier in favour

of “Name of the Company” shall be in paper form as well as issued under the “Structured Financial

Messaging System”.

The details of beneficiary for issue of BG under SFMS platform is furnished below:-

Name of Beneficiary & its details :

Name NLC India Limited

Unit/Area/Division Thermal Power Station-II/Contracts

Beneficiary Bank, Branch & Address State Bank of India, Block-2,

Neyveli-607801.

IFSC Code SBIN 0000958

The above particulars are to be incorporated by the issuing bank properly while issuing BG under

SFMS mode to avoid any problem in future.

Signature of the Contractor Page 6 of 12 General Manager/TS-II

The amount of BID guarantee may also be remitted through RTGS/NEFT mode and the UTR No. may

be indicated in the tender document. The bank commission charges will be to the account of the

bidder. The remittance details shall be clearly indicated by the bidder in their offer and the

qualification of the bidder is subject to receipt of amount of bid guarantee stipulated in the tender.

The Demand Draft, Banker’s Cheque, Banker’s Pay Order or Bank Guarantee Bond shall be drawn in

Favour of NLC INDIA Limited payable at Neyveli. No interest shall be allowed on the EMD. The EMD

deposited by the successful tenderer will be retained towards Initial Security Deposit for the due

fulfillment of the Contract. The rates should be free from corrections and overwriting and should be

neat and legible and written in words and figures otherwise liable for rejection. The tender covers

(Cover I and Cover II) should be properly pasted before applying wax seal and any failure to do so

would result in rejection of such bids. The special and general conditions and specifications should be

signed at places indicated in token of acceptance. The sealed quotations will be opened in the office

of the General Manager / TPS-II in the presence of the tenderers who may attend in person (or)

represented by authorized persons.

INSTRUCTION TO THE BIDDERS FOR SUBMITTING OFFER:

a) Offer should be submitted in Two cover system, which should contain the details as follows:

1. Cover -1 : Cost of Tender document, EMD / Bid guarantee and Letter of Undertaking

along with checklist .

2. Cover-II : PQR Documents, Integrity Pact (as per norm), Techno-commercial details and

Price Schedule

b) Cost of Tender documents, EMD/ Bid Guarantee:

The cost of Tender document and EMD / Bid Guarantee amount shall be remitted. Otherwise the

bid shall be rejected.

c) Letter of undertaking: The bidder should submit an undertaking in Cover-I as per the format

enclosed. Offer received without the ‘Undertaking’ will be rejected. (Sample format enclosed)

d) On the scheduled date and time of Tender opening, the Cover-I will be opened first and the

bidders who satisfy the Cost of Tender documents, EMD/ Bid Guarantee conditions and

submission of letter of undertaking will be considered and shortlisted for Cover-II opening. On

the scheduled date and time of tender opening, Tender opening committee will open the Part-I

cover first ands shall confirm details of payment of cost of Tender document, EMD/ Bid guarantee

as in Notice Inviting Tender, compliance of Letter of Undertaking. The bids confirming all the

above is treated as Responsive bids and Part-II covers of the responsive bids only will be opened.

e) Cover-II will be opened on the same day. The bidders will be ranked starting from the lowest

offered price and increasing in the ascending order.

Signature of the Contractor Page 7 of 12 General Manager/TS-II

f) The Reverse Auction if required will be conducted among the shortlisted bidders with a start

price and decremented value. The Reverse auction procedure is detailed under the heading

“Reverse Auction”

g) After completing the reverse auction, the lowest offered bid will be evaluated for PQR & Techno

commercial conditions.

h) If the lowest offered bidder satisfies all QR/ Techno-commercial conditions, they will be

considered for order placement.

i) If the lowest offered bidder fails to qualify on QR/ Techno-commercial conditions, the next lowest

bidder(s), in the ascending order of the offered price will be evaluated on QR and Techno-

commercial conditions and order will be decided on the qualified bidder at his offered rate after

reverse auction. This process will be repeated till the works is either awarded or all the eligible

bidders are exhausted.

j) If item wise rate and taxes & duties are called in the tender, the successful bidder should submit

breakup of prices to arrive at their revised basic price and other elements matching the site cost

quoted by them in the Reverse Auction.

k) In case if any of the information/ details/ declaration furnished by the RL1 bidder is not found to

be in order with the tender conditions, the bid shall be rejected and action as mentioned below

will be taken on the bidder.

- In case the RL1 bidder fails to submit requisite documents as per NIT or if any of the

information / declaration furnished by the RL1 bidder is found to be wrong by the Tender

Committee during evaluation of the documents submitted by the bidder, which changes the

eligibility status of the bidder (for the first time), the bidder will be considered as defaulted,

then his bid shall be rejected and EMD or Rs. 1 Lakh which ever is lower of RL1 bidder will be

forfeited.

- For tenders where EMD is not applicable, the defaulted bidder will be asked to remit Rs. 1

Lakh. If the bidder fails to remit the amount, they will be either debarred or banned for a

specific period as deemed fit.

- If any of the bidder defaulted in two tenders, floated by the same tender inviting Authority,

Unit Head with in a span of one year (To be counted with respect to the date of publication of

NIT), his bid shall be rejected and the EMD of the L1 bidder will be forfeited.

Signature of the Contractor Page 8 of 12 General Manager/TS-II

REVERSE AUCTION

1. Rules of Reverse Bidding /Auction: From the ranking, the Highest quoted bidder (H1) shall be

eliminated subject to ensuring minimum three (3) bidders participation in the Reverse Auction

i.e. H1 will be eliminated if 4 or more bidders participated

In case, participation is less than or equal to Three (3), all the bidders will be qualified for the

reverse auction. All the short listed bidders for Reverse Auction, shall be intimated about their

eligibility for participation in the Reverse Auction.

In case more than one bidder turn out to be H1 bidder (due to same quoted value), all the H1

bidders will be eliminated subject to ensuring 3 bidders participation. Due to such H1 bidders

elimination, the available eligible bidders reduced to lesser than three, all will be included

without elimination

2. Schedule of Reverse Bidding: After confirming EMD/ Bid guarantee and undertaking assurance

is in order, date and time of the start of Reverse Auction shall be intimated to all the bidders.

Scheduled duration of Reverse Auction shall be normally one Hour.

3. Auction Extension time: If a valid bid is placed within 5 (Five) minutes of the End time of the

Reverse Auction (RA), the RA duration shall get automatically extended or another Five (5)

minutes from the existing end time. It may be noted that the auto-extension will take place

only if a valid bid comes in those last Five (5) minutes. If a bid does not get accepted as the

lowest bid, the auto extension will not take place even if that bid might have come in the last

Five (5) minutes. The above process will continue till no bid is received in last Five (5) minutes

which shall mark the completion of Reverse Auction. However bidders are advised not to wait

till the last moment to enter their bid to avoid complications related to internet connectivity,

their network problems, system crash down, power Failure etc.

4. Bid Price: The bidder has to quote single % of the estimate value or single total price as called

for in the Tender schedule.

5. Post Reverse Bidding Procedure: After Reverse Auction, bidders would be ranked in ascending

order as RL-1, RL-2, RL-3, RL-4 and so on with RL-1 being the lowest.

After Reverse Auction, it item wise rate and taxes & duties are called in the tender then the

bidder has to submit the price breakup for all components of their quoted price including

Taxes & duties such that the summation of quoted price and Taxes & Duties shall be equal to

the lowest quoted bid Price during reverse auction. Also the bidder has to furnish the price

breakup in multicurrency as per the ratio quoted in the original price bid.

6. Procedure for Reverse Auctioning: All the bidders are to submit their price bid including Price

Schedule along with submission of techno-commercial bid as per the format mentioned in the

Price Schedule.

Signature of the Contractor Page 9 of 12 General Manager/TS-II

A. Price-total value quoting method

i) The opening price i.e. Start price for RA shall be Rs. 15,000/- lower than the lowest

quoted bid.

ii) Bid decrement shall be Rs. 15,000/- and its multiples from the opening price.

iii) “RL1” bid is the last offered rate i.e. Further no bidder respond within the time limit.

iv) After completion of the online Reverse Auction, the closing price (CP) shall be available

for further processing.

B. Percentage (%) quoting method: in case of revealed tenders, where percentage quoting is

being obtained, the bid amount value for Reverse Auction shall be same as in Para A (i&ii)

above. After completion of reverse action, the lowest offered rate may be converted/

computed to percentage.

*The successful bidder should submit break up of prices for the items in the Tender

Schedule after the RA.

7. Transaction Fee:

Please note that vendors will have the access to reverse auction only after receipt of

Transaction Fee by MSTC Ltd. The amount of transaction fee may vary from Rs. 1,000/- to

15,000/- plus applicable Tax.

The Bank Details for paying Transaction fee by RTGS/ NEFT to MSTC is detailed below:

BANK: INDUS IND BANK

ADDRESS: No. 3, VILLAGE ROAD, NUNGAMBAKKAM, CHENNAI-34

PH. No. 98842-10599 & 9941319969

IFSC CODE: INDB0000007

ACCOUNT NAME: MSTC LTD

ACCOUNT NUMBER: 200000598217

After making the transaction fee payment, details (UTR No, Remitted Bank, Amount Date)

along with Auction No. and Vendor name have to be intimated through email to MSTC (below

mentioned contact person’s email) for verification and subsequent action.

Shri A Rajamanickam, RM 044 25251910 (D), 25219004, 25231584, 9884114557

[email protected]

Shri N.Shanmugam, Manager

044 25222842, 9176397264

[email protected]

Shri S K Rajendran, Asst Manager

8884600700 [email protected]

Signature of the Contractor Page 10 of 12 General Manager/TS-II

8. Note: The bidders should submit the transaction fee well in advance before the last date of

submission of reverse auction.

9. Bidders may please note that the transaction fee should be deposited by debiting the account

of the bidder only; transaction fee deposited from or by debiting any other part’s account will

not be accepted. Transaction fee is not refundable. Cash payments will not be accepted.

10. Bidding in reverse auction: In all cases, the bidder should use their own ID and Password along

with Digital Signature at the time of submission of their bid.

11. During the entire e-reverse auction process, the bidders will remain completely anonymous to

one another and also to everybody else.

12. The e-auction floor shall remain open from the pre-announced date & time and for as much

duration as mentioned above.

13. All electronic bids submitted during the e-reverse auction process shall be legally binding on

the bidder. Any bid will be considered as valid bid offered by that bidder and acceptance of the

same by the Buyer will form a binding contract between the buyer and the bidder for

execution of supply.

14. It is mandatory that all the bids are submitted with Digital signature certificate otherwise the

same will not be accepted by the system.

15. NLCI / MSTC reserves the right to cancel or reject or accept or withdraw or extend the tender

in full or part as the case may be without assigning any reason thereof.

16. No deviation of the terms and conditions of the tender document is acceptable. Submission of

bid in the e-reverse auction by any bidder also confirms his acceptance of terms and

conditions for the tender.

17. The e-reverse auction process shall remain open for bid submission for a pre-declared period

and shall be subject to auto extension of bid closing time by 5 minutes from the last bid time if

any bid is received in the last 5 minutes.

18. The prevailing / current lowest bid will be displayed on the bidding screen during the course of

e-reverse auction and all subsequent bids shall have to be quoted lower that the prevailing /

current lowest bid.

19. The server time shall be treated as final and binding. Bids recorded in the server before the bid

closing time will only be treated as valid bid. Bidder are therefore, advised to submit their bids

well before the closing time of e-reverse auction. If any bid reaches the server after the bid

closing time as per server time, the same will not be recorded and complaint in this regard

shall not be entertained.

Signature of the Contractor Page 11 of 12 General Manager/TS-II

20. Bidders are advised to exercise caution in quoting their bids in e-reverse auction to avoid any

mistake. Bids once submitted cannot be recalled.

21. Any order resulting from this bidding process shall be governed by the terms and conditions

mentioned in NIT. No deviation to the technical & commercial conditions are allowed. NLCI /

MSTC reserves the right to cancel this bidding process (e-reverse auction) or extend the due

date of receipt of the bids without assigning any reason thereof.

22. It may be noted by the bidders that MSTC Limited is only a service provided for conducting the

online bidding process against this tender and shall not be a party to any contract between

NLCI and the successful bidder(s) subsequent to the bidding process

The contractor shall agree to execute the work confirming to the Invitation to tender, Instruction

to the Tenderer and General and Special Conditions of Contract for works. The sealed quotations will

be opened in the Contracts Division /TPS-II/NLCI Ltd., Neyveli in the presence of the bidders who may

attend in person (or) represented by authorized persons.

Dy.General Manager/Contracts.

(द्वितीय तार्प ववद्युत ्गहृ)

Thermal Power Station-II Enclosure:

1. Letter of Undertaking 2. Scope of Work 3. Special Conditions 4. General Conditions 5. Details & Declaration by the bidder 6. E-payment format 7. Annexure-A 8. Tender Schedule

Signature of the Contractor Page 12 of 12 General Manager/TS-II