1.0 INVITATION: NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details" below by the General Manager/ Electrical Services and Communication. Bids will be received by the Office of the GM/ES&C, AO Building, New Service Units, NLC India Limited, Neyveli 607 807 up to the time and date indicated in the tender details. 2.0 TENDER DETAILS: Tender No : TCOD181902 Name of the work : Maintenance contract for maintenance of Fibre Optic backbone network in NLCIL complex for the year 2018-19 Cost of tender document : Rs. 800.00 Earnest Money Deposit Rs. 7,000.00 PQ Value Rs.1,20,570/- Time Schedule: 11 months Total value of tender (schedule-i + Schedule-II) Rs. 3,01,414.62 (Rs. 2,79,999.76 + Rs. 21,414.86) + GST as applicable. Tender documents sale period From 18-09-2018 to 17:30 Hrs. On 08-10-2018 Last date for receipt of quotation 09-10-2018 Up to 15:00 Hrs Date and Time of Opening 09-10-2018 at 15:30 Hrs 3.0 PRE-QUALIFICATION REQUIREMENTS: 3.0.1 The tenderer should have executed UG OFC cable laying / maintenance works including splicing works under a single agreement in their own name / in the name of any one of the partners / his firm (in case of partnership firm), in Government / State / Central / Quasi Government organizations / PSU / Public limited companies for a value not less than Rs.1,20,570 /- during 5 years immediately preceding the scheduled date of tender opening. 3.0.2 The tenderer shall enclose along with the bid the relevant documentary evidence for having met the qualifying requirement such as Work Completion Certificate / Part Completion Certificate for required PQ value / Finalization letter along with documents like Work Order / Agreement indicating the nature of work. 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 bidder should have registered (the 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 with documentary proof along with the tender documents. 1
Note: 3.1.3 The personnel / workmen engaged by the bidder for execution of works in NLC India Limited shall be in the rolls of the bidder 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. 3.1.4 The bidder shall also possess a valid certificate of Registration under GST Act / Rules and furnish a copy of the same in the bid. 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. In case, the firm does not cover under GST ACT, a self declaration to this effect shall be furnished. 3.1.5 The bidder should have (obtained / holder of) the Permanent Account Number (PAN) under the Income Tax Act and production of documents relating to the same are mandatory. It is mandatory for the contractor to provide the Self Attested Print-out of the online IT Statement indicating his Zero Tax Liabilities for four consecutive years prior to bidding along with the tender documents. NLCIL reserves the right to send the same to the Income Tax Department for verification. The bids submitted without proper documentary evidence / certificate of undertaking in Cover- II (PART-II), to substantiate the fulfillment of requirements specified in para 3.1.1 to 3.1.5 are liable for rejection. 4.0 PRESCRIBED TENDER FORMAT: Note: 4.1 Tender documents are uploaded in NLC India Ltd. website www.nlcindia.com and CPP Portal www.eprocure.gov.in/epublish/app. Tenderers can download the documents from the NLC India Ltd under the head Domestic tenders or CPP Portal. For further details please contact GM/ES&C/NSU, NLC India Ltd., Neyveli 607 807, Tamilnadu, India. Tele fax: 04142 257666, Telephone No. 04142 257555, email: gm.esc@nlcindia.com. 4.2 Cost of Tender Document: Demand Draft/Bankers Cheque/Pay Order, drawn in favour of the Director/Finance, NLC India Limited on any Bank in Neyveli or payable at par by a Bank in Neyveli. 4.3 If tender documents are downloaded from NLCIL website / CPP Portal, the same should be remitted at the time of tendering in Cover-I (Part-I) as above 4.4 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. 4.5 Tender documents can also be collected from the office of the GM/ES&C during working hours on payment of the cost of tender document as given in Tender Details. 4.6 Quotation shall be kept valid for 90 days from the date set for Tender opening. However, if any extension of validity is called for, the Bidder shall extend the same. 1. 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, till the last date for sale of tender documents. 2
2. Amendments/Errata/Corrigendum/Clarifications, if any, issued for this tender shall form part of the tender document. Amendments/Errata/Corrigendum/Clarifications will also be posted in NLCIL s website and CPPP s website. Bidders are requested to visit the websites and note the Amendments/Errata/Corrigendum/Clarifications before submission of offer. NLCIL shall not be responsible if any bidder omits to notice any Amendments / Errata / Corrigendum / Clarifications. 3. Amendments/Errata/Corrigendum/Clarifications will be numbered consecutively. The bidders are requested to sign all the Amendments/Errata/Corrigendum/Clarifications issued for the tender and enclose along with the bid as a token of their acceptance. 5.0 NON TRANSFERABILITY: The Tender Documents so purchased / downloaded 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): The Earnest Money Deposit as given in the Tender Details is to be submitted along with the tender (Part-I). The Earnest Money so deposited shall not bear any interest. Mode of furnishing of Earenst Money Deposit: a) Demand Draft/Bankers Cheque/Pay Order, drawn in favour of the Director/Finance, NLC India Limited on any Bank in Neyveli or payable at par by a Bank in Neyveli. b) The Earnest Money Deposit can also be furnished in the form of an Irrevocable Bank Guarantee from any Nationalized / Scheduled commercial Bank authorized by RBI in India, on a stamp paper of value Rs. 80/- valid initially for 120 days from the date of tender opening and shall be extendable till such date as may be decided by NLCIL. 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) and shall be subject to verification with the bank which issued it. The details of beneficiary for issue of BG under SFMS platform is furnished below: Name : NLC India Limited Unit / Area / Division : ES&C Beneficiary Bank, Branch : State Bank of India, Neyveli Address : Block - 2, Neyveli - 607801 IFSC Code : SBIN0000958 c) The amount of EMD may also be remitted through RTGS / NEFT mode and the designated bank account for TA is State Bank Of India Neyveli (Main), Block - 2, Branch code - 00958, IFSC code: SBIN0000958, Account No: 10895129124. The bank commission charges will be to the account of the bidder. The UTR No. & the remittance details shall be clearly indicated by the bidder in their offer and the qualification of the bidder subject to the receipt of amount of cost of tender document and EMD stipulated in the tender. d) Submission of EMD is exempted in the following cases: * Central Government Departments. * Government funded Educational/Research Institutions. 3
7.0 SUBMISSION OF TENDER: 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. 7.2 Offer should be submitted in two cover system, which should contain the details as follows: 1) Cover-I (Part-I): The documents as listed below shall be enclosed 1) Cost of Tender Document. (as per Clause: 4.2 above) 2) EMD / Bid Guarantee. (as per Clause: 6.0 above) 3) Letter of Undertaking. (as per format enclosed) 4) Check List duly signed. (as per format enclosed) [Part-I shall be enclosed in a double sealed cover superscribed with Part-I, with tender reference, description of the work, date of opening and full address of the firm] 2) Cover-II (Part-II): The documents listed below shall be duly filled signed in all pages and enclosed. 1) E payment form filled up and signed by bank Manager with seal. 2) Notice Inviting Tender, Questionnaire, Instructions to bidders, PQR documents, General conditions, Special conditions, Annexures and work schedule I & II. 3) It shall consist of the price schedule with price quoted in percentage with reference to the tender value pertaining to Schedule - I given. [Part-II shall be enclosed in another double sealed cover superscribed with Part-II, with tender reference, description of the work and full address of the firm.] 7.3 The tenders signed in all pages with date and rubber stamp seal of the tenderer shall be submitted as above, duly sealed with inscription on the top with Tender No. Description of work: Opening Date 09-10-2018 & Opening Time 15.30 Addressed to The General Manager / ES&C AO Building, New Service Units, NLC India Limited, Neyveli - 607807 Bidders Address The address of the Tenderer shall be indicated on the sealed cover ( in all the 3 covers) clearly and dropped in the Tender Box kept in the office before the time fixed. 7.4 NLC India Limited shall not be responsible for any delay / loss in receipt of the Tender which is sent through post / courier. 8.0 INFORMATION ON PQ EVALUATIONS: 8.1 To satisfy PQ conditions work Order / Agreement copy is not sufficient. Copy of the work Completion Certificate or Part Completion Certificate for required Pre-qualification value or Finalisation Order must be enclosed. Original Work Completion Certificate / Part Completion Certificate / Finalization Order has to be produced, if demanded. 4
8.2 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 PQ clause, the total value of the work executed in that agreement shall be considered for PQ 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 PQ value. 8.3 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 PQ value, the same will be considered. 8.4 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. 8.5 The performance certificates and other documents related to pre-qualification furnished by the tenderer along with the bid are liable for verification on authenticity. 8.6 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) Finalized value & Date of completion iv) For part completion works, the executed value with relevant period of work v) Name of the Tenderer with address 8.7 If a partnership firm has come into existence either for the first time or is reconstituted by including a new partner during the period between the issue of NIT and before opening of Part-I (technical bid) and furnishes the PQ of any one of the partners of newly constituted firm or PQ of newly inducted partner, the offer of such firm will not be considered and will be rejected. 8.8 The partner on whose PQ, the work was awarded shall not withdraw from partnership till the satisfactory completion of work in case they happened to be the successful bidder. 8.9 Experience obtained by any partner of the firm in his individual capacity, after the formation of the firm will not be accepted towards the PQ of the firm 8.10 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. 8.11 If a bidder is representing as 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. 5
9.0 OTHERS: 9.1 The Tenders submitted late shall not be accepted and shall be rejected. 9.2 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 for tender submission on the next working day. 9.3 NLC India Limited reserves the right to reject any or all bids received or cancel the Tender, without assigning any reason. 9.4 Any firm which has not furnished copy of the certificate issued by the Registrar of Firm for Firm Registration / Firm Reconstitution along with the Cover-II (Part-II), their offer will be rejected. 9.5 In case of partnership firm, copy of the partnership deed is to be enclosed along with bid documents 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 9.6 NLC India Limited shall not entertain any claim on account of preparation of Tenders. 9.7 Residential accommodation may not be provided by NLC India Limited in lieu of this contract. for NLC India Limited, General Manager / Electrical Services and Communication 6