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

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

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)

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

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

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

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

GOVERNMENT OF TAMILNADU

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

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR

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

TENDER CALL NOTICE NO.

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

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

PEC University of Technology, Chandigarh

BALMER LAWRIE & CO. LTD.

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

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

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

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

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

Tender. For. Scrub Stations

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

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

UV-Visible Spectrophotometer

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

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

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

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

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

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

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

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

dsanzh; HkaMkj.k fuxe

GOVERNMENT OF KARNATAKA

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

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

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

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

COMMERCIAL TERMS AND CONDITIONS

BALMER LAWRIE & CO. LTD.

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

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

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

Notice inviting e-bids for Printing and Supply of IEC Material

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

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

Air Conditioner Maintenance Committee

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

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

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

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

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

NOTICE INVITING TENDER

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

Hiring of Commercial Vehicle for Official Use at STPI

Tender. for. Indian Institute of Technology Jodhpur

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

INDIAN INSTITUTE OF TECHNOLOGY INDORE

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT

Tender. For. Human Skeleton

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

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

REQUEST FOR PROPOSAL For Food Plaza for Leasing

PUNJAB TECHNICAL UNIVERSITY,

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

NOTICE INVITING TENDER

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

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

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

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

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

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

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

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

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

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER

SECTION 1 NOTICE INVITING TENDER

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

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

BID DOCUMENT SECTION I

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

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

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

Transcription:

NOTICE INVITING TENDER (NIT) EXPRESS OPEN TENDER NOTICE(Two Cover System) DT.28.11.2018 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/MI/NASH/SMD/EXP-OTE/B039/18-19 400.00 5,000.00 0.71 Name of the Work :Providing cabin for SME & CME equipments simulators at GVTC workshop building. Time Schedule : 90 days from the date of handing over of site. 3.0 QUALIFYING REQUIREMENTS 1.The Bidder should have executed any Civil work for a value not less than Rs.0.71 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 the last 5 years from the original scheduled date of opening of Tender, in any Govt./Govt. Undertaking/Quasi Govt./PSU/Public Limited Company. 2.Documentary evidence for the above Qualifying Requirement(s) shall be enclosed in Cover-I. 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 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 Page:1 of 9

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-I. 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-I. 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 29.11.2018 to 12.12.2018 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-payment 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. (This clause to be read with clause 8.15 of NIT.) 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 29.11.2018 during working hours and upto 15:30:00 hours on 12.12.2018. 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 shall not bear any interest. Mode of furnishing Earenst Money Deposit: The amount specified in the Notice Inviting Tender can be furnished Page:2 of 9

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 original scheduled date of tender opening which should be in Rs.80/- stamp paper. The Tenders submitted with the Earnest Money Deposit not in the aforesaid 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 : Name : NLC India Limited Unit/Area/Division : Mines/Technical Page:3 of 9

Beneficiary Bank, Branch & Address IFSC Code : 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 and Cover-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 13.12.2018 7.4 The opening of Tenders / Tender Box is 14:30:00 hours on 13.12.2018. 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 : Cost of Tender Document, EMD / Bid-guarantee, Notarised Affidavit, PQR documents, NIT and Techno commercial conditions. [The bidders are required to submit an Affidavit (format enclosed) in non-judicial stamp paper of value not less than Rs.20/-, taking full responsibility for the correctness of the documents and Page:4 of 9

information submitted by them. Based on the Affidavit submitted by the bidders, their offers with respect to PQR credential will be evaluated and the end user verification/confirmation for PQR credentials will be obtained in respect of successful bidder, before placement of order.] 2) Cover-II : Price schedule (Tender Schedule) only. 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 in Cover-I. Otherwise the bid shall be rejected. c) Notarised Affidavit: The bidders should submit a Notarised Affidavit (as per the format enclosed) in non-judicial stamp paper (of value not less than Rs.20/- as applicable in the state of Tamil Nadu or with value of Stamp Duty as applicable to the respective state, where the tender is floated) in Cover-I of the Offer. Any Offer without the above documents (documents in b & c above) shall be rejected. In order to make aware of the mandatory submission of above documents as prerequisite for further process of the offers, a CHECK LIST (format as enclosed) has been included in the Tender Document which is to be signed and submitted by the bidder in the Cover-I of Offer. d) Cover-I shall be opened on the scheduled date of tender opening. The offers/bids of the bidders who satisfy the conditions of Cost of tender document, EMD/Bid Guarantee, Affidavit, shall alone be considered for further evaluation on PQR aspects. The bidders who qualify in PQR conditions alone shall be considered for further evaluation on Techno-commercial aspects. The bidders who get qualified on techno-commercial aspects shall alone be considered for price cover opening (Cover-II). e) After shortlisting of bidders on Cost of tender document, EMD/Bid Guarantee, Affidavit, PQR conditions and on Techno-commercial aspects, the price offers/bids of the shortlisted bidders shall be opened and the bidders will be ranked as R1, R2, R3.., starting from the lowest offered price and increasing in the ascending order. The date of opening of Cover-II will be intimated to the qualified bidders. f) Based on the price ranking, the end user verification/ confirmation of the PQR documents submitted by bidder, who offered the lowest price i.e. the R1 bidder shall be carried out. g) In case, the documents of the bidder who offered lowest price (R1) are found to be false/incorrect, the next lowest bidder's offer in their order of price ranking, will be verified till a successful bidder is identified. h) During the above said evaluation process, in case, the documents of the bidder(s) are found to be false/incorrect, then the bid(s)of such bidder(s) shall be rejected and the EMD/Bid Guarantee amount of the bidder(s) will be forfeited, besides debarring/banning of such bidder(s) for a specific period as per the extant procedures. Page:5 of 9

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 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 Page:6 of 9

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 should be remitted at the time of tendering in Cover-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, 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. Page:7 of 9

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 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-I their offer is liable for rejection. Page:8 of 9

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-I. 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-I shall contain the following: i. Name of work ii. Agreement No. iii. Finalised value & Date of completion iv. For part completion works, the executed value with relevant period of work v. Name of the Tenderer with address IMPORTANT NOTE TO BIDDERS: (i) Please refer sl. no.1 and 2 of Clause 7.7(a) for the contents of Cover-I and Cover-II. (ii) Bidders are advised to ensure that the Cover-II shall contain only Price Schedule (Tender Schedule). All other documents applicable for this tender, which the bidders are required to furnish, shall be placed in Cover-I only. (iii) If price schedule (tender schedule) with quoting is placed in Cover-I, their bid will be summarily rejected. Remarks : The NIT clause 8.17 (MSME/NSIC) 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