Tender(Rs) and rubber beedings in the Electrical panels in 33/11KV & 230/11KV Substation of Mine-I & II during 2018.

Similar documents
NOTICE INVITING TENDER (NIT) EXPRESS OPEN TENDER NOTICE(Two Cover System) DT

PQ Value No. Tender(Rs) (Rs.)

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

NLC TAMILNADU POWER LIMITED

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

BHARAT HEAVY ELECTRICALS LIMITED,

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

GOVERNMENT OF TAMILNADU

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

NOTICE INVITING TENDER (NIT) SHORT OPEN TENDERS IN THE PRESCRIBED FORM ARE INVITED FROM THE REPUTED / EXPERIENCED TENDERERS FOR THE FOLLOWING

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

TENDER CALL NOTICE NO.

Tender. For. Scrub Stations

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

PEC University of Technology, Chandigarh

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

TENDER DOCUMENT FOR PURCHASE OF: L&T MAKE DOL STARTER Tender Number: /124/ELECTRICAL, Dated:

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

UV-Visible Spectrophotometer

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

Tender. For. Human Skeleton

NOTICE INVITING TENDER (NIT) OPEN TENDERS IN THE PRESCRIBED FORM ARE INVITED FROM THE REPUTED / EXPERIENCED TENDERERS FOR THE FOLLOWING

INDIAN INSTITUTE OF TECHNOLOGY INDORE

dsanzh; HkaMkj.k fuxe

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR 2 HARDNESS TESTING ROCKWELL MACHINES Tender Number: /376/DIE, Dated:

Tender. For. Bio Medical Waste Bins. At All India Institute of Medical Sciences, Jodhpur

Air Conditioner Maintenance Committee

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR PURCHASE OF: S S PERFORATED SHEET Tender Number: /391/GWS, Dated:

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

COMMERCIAL TERMS AND CONDITIONS

THE KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED MAVELI BHAVAN, GANDHI NAGAR, KOCHI-20 NO-P /12 DATED: 6/3/2013

Tender. for. Indian Institute of Technology Jodhpur

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

BALMER LAWRIE & CO. LTD.

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY AND INSTALLATION OF UPS Tender Number: /63/ELECTRICAL, Dated:

TENDER DOCUMENT FOR PURCHASE OF: CYBEROAM (FIREWALL HARDWARE) Tender Number: /349/IT, Dated:

GOVERNMENT OF KARNATAKA

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

TENDER DOCUMENT FOR PURCHASE OF: ELECTRICAL AND INDUSTRIAL SAFETY SHOES Tender Number: /351/STORES, Dated:

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

NOTICE INVITING TENDER

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

INDIAN INSTITUTE OF TECHNOLOGY INDORE

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

PUNJAB TECHNICAL UNIVERSITY,

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

TENDER DOCUMENT FOR PURCHASE OF: AMC OF ACE BATTERY OPERATED FORKLIFT Tender Number: /ERS, Dated:

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

FORM - A (TECHNICAL BID)

TENDER DOCUMENT FOR PURCHASE OF: INDUCTIVE PROXIMITY SENSORS Tender Number: /73/ESTATE, Dated:

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

Bharat Heavy Electricals Limited Tel. : +91(0891) /1345 INVITATION TO TENDER

TENDER DOCUMENT FOR PURCHASE OF: CHEMICALS & ACIDS Tender Number: /346/PPL, Dated:

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Hiring of Commercial Vehicle for Official Use at STPI

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

BID DOCUMENT SECTION I

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

Tender Specification No.: 17 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

TENDER DOCUMENT FOR PURCHASE OF: DIES & PUNCHES Tender Number: /31/BLANKING, Dated:

TAMILNADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (BBJ) NIT/DGM(P-V)/HIRING CRANE/TALCHER/3124 DATE: NOTICE INVITING TENDER

Transcription:

NOTICE INVITING TENDER (NIT) OPEN TENDER NOTICE(Two Cover System) DT.26.10.2018 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details" below by the Executive Director/Mines. 2.0 TENDER DETAILS SL No Tender No. Cost of Tender(Rs) E.M.D (Rs.) PQ Value (Lakhs) 1 GM/T/MINES/NA/ELEC/OTE/D020/2018-19 SAP Schedule No : 11001729 400.00 4,000.00 0.59 Name of the Work :Mine -I & II - Supply and fixing of view glasses and rubber beedings in the Electrical panels in 33/11KV & 230/11KV Substation of Mine-I & II during 2018. Time Schedule : Two months from the date of handing over the site. 3.0 QUALIFYING REQUIREMENTS (1) The bidder should have carried out glass fixing work for a value of not less than Rs.0.59 Lakhs in a single agreement in the name of the bidder or in the name of the firm/in the name of any one of the partners in case of partnership firm, within last five years from the original scheduled date of opening of tender, in any Government/Government under taking/quasi - Government/ Public sector under taking/public limited company. (2) Documentary evidence for the above Qualifying requirements shall be enclosed in Cover-II (Part - II). 3.1 OTHER QUALIFICATION REQUIREMENTS: 3.1.1 The bidder should have Independent Provident Fund code number allotted in favour of his establishment under EPF & Misc. Provisions Act 1952. The PF code Number so allotted shall be furnished with documentary proof along with tender documents. 3.1.2 The personnel / workmen engaged by the bidder for execution of works in NLC India Limited shall be in the rolls of the bidder agency and shall have to be given 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 undertaking to that effect, along with the tender documents as per format enclosed. 3.1.3 The bidder shall also possess a valid certificate of registration under GST Act/Rules and furnish a copy of the same in Page:1 of 9

the bid if in any financial year the value of service rendered by them/the value of a contract exceeds Rs.20 lakhs ( 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 under taking (format enclosed) is to be furnished along with the Bid & produce GST Registration Number. In case the above value does not exceed Rs.20 lakhs, a self declaration to this effect shall be furnished. 3.1.4 The bidder should have obtained Permanent Account Number (PAN) under the Income Tax Act. The contractor has to furnish self attested copy of PAN CARD as proof of the same in the Bid. It is mandatory for the contractor to provide the self attested print out of the online IT statement indicating Zero tax liabilities for four consecutive years prior to the date of tender opening along with tender documents in Cover-II. NLCIL reserves the right to send the same to the Income Tax department for Verification. Note: The proper documentary evidence/certificate of undertaking, to substantiate the fulfilment of the requirements specified in para 3.1.1 to 3.1.4 shall be enclosed in Cover-II (PART-II). 4.0 PRESCRIBED TENDER FORMAT: 4.1 Sealed tender shall be submitted in the prescribed format which can be collected from the office of the Executive Director/ Mines during office hours from 27.10.2018 to 16.11.2018 on payment of the cost of tender document as given in the table above by Demand Draft / Pay order / Banker's cheque drawn in favour of NLC India Limited, payable at Neyveli or by e-paymant mode with details of bank account as in 6.1. The tender document cost in the form of cash or in any other form other than the prescribed form as above will not be accepted. 4.2 The Tender Documents, if required by post, by any Bidder, he shall send a request letter with a Demand Draft towards the cost of the Tender Documents and adding Rs.50/-(Rupees Fifty only) towards postal expenses.such Documents sent by Post shall be at the risk of the tenderer. 4.3 Sale period of Tender Document is from 27.10.2018 during working hours and upto 15:30:00 hours on 16.11.2018. 4.4 Tenders shall be kept valid for 90 days from the date set for Tender opening. 4.5 However if any extension of validity is called for, the Bidder shall extend the same. 5.0 NON TRANSFERABILITY The Tender Documents so purchased shall not be transferable and the amount remitted towards cost of Tender Documents shall not on any account be refunded under any circumstances. 6.0 EARNEST MONEY DEPOSIT (EMD) 6.1 The Earnest Money Deposit as given in Tender Details is to be submitted along with the tender. The Earnest Money so deposited Page:2 of 9

shall not bear any interest. Mode of furnishing Earenst Money Deposit: The amount specified in the Notice Inviting Tender can be furnished in the form of Demand Draft/Bankers Cheque or Pay Order drawn in favor of NLC India Limited, on any Bank in Neyveli or payable at par by a Bank in Neyveli. Remittance of Earnest Money Deposit by Cash shall not be entertained; instead bidders may choose remittance of EMD into NLC's Account through e-payment mode and enclose the vouchers along with the documents which shall be verified by Accounts Centre. BANK ACCOUNT DETAILS FOR E-PAYMENT 1) Party Name : NLC India Limited Account Centre/ Mine-I&IA 2) NLC Bank Account No : 00000010895129044 3) Type of Account : Current Account 4) Name of the Bank : State Bank of India 5) Name of the Branch : Block-2, Neyveli 607801 with Address Tamil Nadu 6) Branch Code : 00958 7) IFSC CODE (NEFT/RTGS) : SBIN0000958 8) Telephone No. of the Bank : 04142-255334, 252508 9) Email ID of the Bank : sbi.00958@sbi.co.in The Earnest Money Deposit can also be furnished in the form of an Irrevocable Bank Guarantee from any Nationalized/ Scheduled commercial bank authoirsed by RBI in India, with validity of 120 days, from the date of bid opening which should be in Rs.80/- stamp paper. The Tenders submitted with the Earnest Money Deposit not in the Afore said manner shall be summarily rejected. Any Tender submitted without the Earnest Money or submitted with part amount or any request to adjust it in any other bills or seeking exemption, shall be summarily rejected, unless otherwise specified. 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 the receipt of amount of tender document and EMD stipulated in the tender. Central Govt. Department, Govt. funded Educational Research Institutions are exempted from submission of EMD. 6.2 The Bank Guarantee if submitted against Earnest Money Deposit shall be subject to verification with the bank which issued it. The BG shall be got extended suitably, whenever required. 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" (SFMS). The details of beneficiary for issue of BG under SFMS platform is furnished below:- Name of Beneficiary & its details : Page:3 of 9

Name Unit/Area/Division Beneficiary Bank, Branch & Address IFSC Code : NLC India Limited : Mines/Technical : State, Bank of India Block-2, Neyveli-607801 : SBIN0000958 For the Bank Guarantee received from the Bidder/ Contractor/ Supplier in paper form and through Structured Financial Messaging System, confirmation will be received from SBI. Otherwise the Bank guarantee submitted in manual mode (not verifiable through SFMS) will be summarily rejected. 7.0 SUBMISSION OF TENDER AND OPENING: 7.1 The tenderer shall submit sealed tenders in a single sealed cover namely MAIN COVER, consisting of two separate inner sealed covers as Cover-I (Part-I) and Cover-II (Part-II) superscribing tender reference and description of work. Any tender not received in the aforesaid manner will summarily be rejected. 7.2 The Tenders signed in all pages with date and rubber stamp seal of the tenderer shall be submitted as described in para 7.1 above,duly sealed with inscription on the top with Tender No. Opening Date & Opening Time and addressed to The General Manager / Technical / Mines TECHNICAL SECTION Administrative office Mine-I&IA, Block-26, NLC India Limited, Neyveli 607803. The address of the Tenderer shall be indicated on the Left hand bottom of the sealed envelopes (in all the 3 covers) clearly and dropped in the Tender Box kept in the office before the time fixed. 7.3 The closing of Tender Box / Time upto which the Tender shall be dropped is 14:00:00 hours on 17.11.2018 7.4 The opening of Tenders / Tender Box is 14:30:00 hours on 17.11.2018. 7.5 The Tenders so submitted shall be opened in the presence of the Tenderer or his authorized representative (with authorization letter), not exceeding one person from each bidder. 7.6 NLC India Limited shall not be responsible for any delay / loss in receipt of the Tender which is sent through post / courier. 7.7 Submission of Tender Offer: a) Offer should be submitted in Two cover system, which should contain the details as follows: 1) Cover-I (Part-I): Cost of Tender Document, EMD/Bid Guarantee and Letter of Undertaking duly signed. Page:4 of 9

2) Cover-II (Part-II): PQR documents, NIT (Notice Inviting tender), Techno-Commercial conditions and Price schedule (Tender Schedule). b) Cost of Tender documents, EMD / Bid Guarantee: The Cost of Tender Document as per NIT and EMD / Bid Guarantee as per NIT shall be submitted. Otherwise the bid shall be rejected. c) Letter of Undertaking: The bidders should submit an undertaking in Cover-I (Part-I) as per the format enclosed. Offer received without the 'Undertaking' will be rejected. d) On the scheduled date and time of tender opening, the Cover-I (Part-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 alone 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 and shall confirm details of payment of cost of Tender document, EMD/Bid Guarantee as in NIT, compliance of Letter of undertaking. The bids confirming all the above are treated as Responsive bids and Part-II covers of the responsive bidders 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. 7.8 Price shall be quoted for NLC India Limited site of work basis and shall be in the NLC India Limited format only. NLC India Limited reserves its right to reject such bid which are not in conformity with the above requirement. 7.9 Due to Administrative reasons,if the tender could not be opened on the Scheduled date,the revised date of opening will be initimated later to those who have responded. 8.0 OTHERS: 8.1 The Tenders submitted late shall not be accepted and shall be rejected. 8.2 The Tenderer shall sign all the pages of the Tender Documents. 8.3 If the date of submission of Tender is later declared as a holiday, tender can be submitted on the next working day and the Tender Box will be kept opened on the next working day. 8.4 NLC India Limited, reserves the right to reject any or all bids received or cancel the Tender, without assigning any reason. 8.5 NLC India Limited, shall not entertain any claim on account of preparation of tenders. 8.6 The Tenderer shall produce an attested copy of the License obtained from the Licensing authority, wherever applicable and considered necessary,failing which the Tender shall be rejected. 8.7 The quantum of work mentioned in the schedule is only an Page:5 of 9

indication of the probable quantity that may have to be done during currency of this contract. The NLC India Limited reserves the right to increase or decrease the quantum of work to suit the site requirements and exigencies and the contractor shall execute the work on the same terms and conditions and rate through out the period of the contract. 8.8 Work Order/ Agreement copy is not sufficient. Copy of the work completion certificate or part completion certificate with required Pre qualification value or Finalisation Order must be enclosed. Original work completion certificate/ part completion certificate/ finalisation order has to be produced if demanded. 8.9 Residential accommodation may not be provided by NLC India Limited in lieu of this contract. 8.10 If the tenderer is a partnership firm and 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. Copy of the partnership deed is to be enclosed along with bid documents. 8.11 Forfeiture of Earnest Money Deposit - The Earnest Money Deposit can be encashed if the Tenderer withdraws his Tender proposals / modifies / changes / alters / impairs/ derogates the Tender proposal on his own after the cover-i is opened or within the subsistence of the validity period of offer or fails to accept the Letter of Award issued by NLC India Limited or fails to submit Security Deposit or fails to turn-up and execute contract agreement or fails to commence the work as per LOA. Such bidders will be suspended / banned / blacklisted subject to action as may be deemed fit. In case of unilateral revision or withdrawl of offer by the bidder as above, shall also result in rejection of bid without notice. If NLC India Limited has any authentic information about the intending Tenderer having formed a Cartel / submitted Non-earnest Bids, the Tender will be cancelled and the Earnest Money Deposit of all the Tenderer shall be forfeited, besides initiating actions like suspension / banning / blacklisting as may be deemed fit. 8.12 The performance certificates and other documents related to pre-qualification furnished by the tenderer along with the bid are liable to verification on authenticity. If any of the above certificates / documents are found to be forged/bogus his/their offer will be summarily rejected. In addition, the EMD furnished by him/them will be forfeited and he/they will be blacklisted. 8.13 If the tenderer is a partnership firm, the partner on whose pre-qualification, the work was awarded shall not withdraw from partnership till the satisfactory completion of work in case they happened to be the successful bidder. 8.14 The Contractor should not sub-contract the work back to back. 8.15 If tender documents are downloaded from NLC India Limited website (www.nlcindia.com)/ Central Public Procurement Portal (http:\\www.eprocure.gov.in/epublish/) cost of tender documents Page:6 of 9

should be remitted at the time of tendering in Cover-I (Part-I) by Demand Draft/Pay Order/Banker's cheque drawn in favour of NLC India Limited payable at Neyveli from any Nationalised Bank/Scheduled Commercial bank authorized by RBI India or e-payment mode. If the Cost of tender document is not enclosed in Cover-I (Part-I), the offer will summarily be rejected. 8.16 Tenderers who are downloading the tender documents from website are advised to visit the website frequently, for noting the corrigendum, if any, issued subsequently with regard to above tenders. 8.17 The firms registered with NSIC/covered under MSMED Act 2006/ MSME are exempted from furnishing Bid Guarantee, Cost of Tender Documents provided that such micro/small scale units are registered under single point registration scheme of NSIC/covered under MSMED Act 2006/MSME and are valid on the scheduled date of tender opening and the product range (OR) services mentioned in the certificate is the same or similar to this tender requirements. The copies of NSIC certificates or other certificates issued by the Competent Authority prescribed under the MSMED Act 2006, viz., a. District Industries Centres(DIC) b. Khadi and village Industries Commission (KVIC) c. Khadi and Village Industries Board d. Coir Board e. National Small Industries Corporation(NSIC) f. Directorate of Handicraft and Handloom g. Any other body specified by Ministry of MSME. duly attested by any Notary Public (or) Gazetted officers (or) Practicing Chartered Accountant with seal and date shall only be accepted. The MSEs who have applied for registration or renewal of registration with any of the above agencies/bodies, but have not obtained the valid certificate as on the date of Tender opening, are not eligible for exemption/preference. 8.17(a) If the Quarters address under NLC India Limited control is indicated as "Communication Address" in the NSIC certificates/msme certificates or other certificates from the Competent Authority prescribed under the MSMED Act 2006 furnished by the tenderer, this will be accepted. But if the Quarters Address under NLC India Limited Control is mentioned as "Factory/plant Address", the NSIC certificates/msme certificate or other certificates from the Competent Authority prescribed under the MSMED Act 2006, will be rejected. 8.17(b) The above Clause 8.17 is not applicable to works contracts Tenders. Works contract means a contract wherein transfer of property in goods is involved in the execution of such contract and such contract is for the purpose of carrying out building, construction, erection, commissioning, installation, completion, fitting out, repair improvement, maintenance, renovation, alteration of any movable or immovable property or for carrying out any other similar activity or a part thereof in relation to such property. 8.18 If it happens to be a single tender on the scheduled date of tender opening, the same will be opened on the same scheduled date Page:7 of 9

and time of opening. 9.1 Assessing of five years period: i)if the period of completion of the work executed or the year in which the work was executed by the tenderer falls within the 5 years period prescribed in the P.Q. clause the total value of the work executed in that agreement shall be considered for P.Q. value. Similarly even if only part of the completion period is within last 5 years, total value of work executed in that agreement/ contract shall be considered for P.Q. value. ii)if the period of work is not mentioned in the documentary evidence submitted by the tenderer, the year of work indicated in the document will be considered as financial year. iii) For the purpose of evaluation, the completed contract value will be taken into consideration and not the agreement value. In case the contract is not completed in full and if the payment made for the portion of work executed satisfies the P.Q. value, the same will be considered. 9.2 Any partnership firm which has not furnished copy of the certificate issued by the Registrar of Firm for Firm Registration/ Firm Reconstitution /Copy of cash receipt or the note issued by Registrar of Firms for receipt of documents towards Form-V for Firm re-constitution as the case may be, along with the Cover-II (part-ii) their offer is liable for rejection 9.3 If authorized person/ signatory is signing the tender documents on behalf of the tenderer, copy of letter of authorization issued by the authorized body of the tenderer shall be enclosed along with Cover-II (part-ii). Otherwise the offer is liable for rejection. 9.4 If a bidder is represented by an authorized representative/ Agent/ Power of Attorney holder, such authorized representative, agent etc shall not sign and submit any other bids in his Personal behalf or by representing any other bidders. If more than one bid are received from any person in his personal capacity and / or representative capacity, all such tenders will entail in rejection. 9.5 Documentary evidence submitted by the Bidder(s) towards qualifying requirement(s) such as copy of work completion certificate or Part completion certificate or finalization order enclosed in the Cover-II (Part-II) shall contain the following: i. Name of work ii. Agreement No. iii. Finalised value & Date of completion iv. For part completion works, the executed vale with relevant period of work v. Name of the Tenderer with address IMPORTANT NOTE: Please refer sl. no.1 and 2 of Clause 7.7(a) for the contents of Cover-I and Cover-II. Page:8 of 9

Remarks : The NIT clause 8.17 (MSME/NSIC),8.17a is not applicable for this tender as it falls under "Works Contracts Category". Hence, the bidders shall enclose EMD in the form of DD/BC/PO/BG/e-payment and cost of Tender in the form of DD/BC/PO/e-payment. For NLC INDIA LIMITED, -sd/- Dy. General Manager /Tech /Mines Page:9 of 9