0% found this document useful (0 votes)
51 views

NLC - 10 MW 2020

This document provides information about an invitation for bids from NLC India Limited for a 10 MW grid-interactive solar PV power project in Neyveli, Tamil Nadu. Key details include: - NLC India Limited is a government of India enterprise engaged in mining and power generation. It has various thermal and solar power generation assets. - The scope of work involves engineering, procurement (excluding modules), construction, and operation and maintenance of a 10 MW solar PV project on an EPC basis. - The bidding process involves a pre-bid conference, submission of technical and price bids, and potential reverse auction. Important dates for bid submission and opening are provided.

Uploaded by

Karthik Sengodan
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
51 views

NLC - 10 MW 2020

This document provides information about an invitation for bids from NLC India Limited for a 10 MW grid-interactive solar PV power project in Neyveli, Tamil Nadu. Key details include: - NLC India Limited is a government of India enterprise engaged in mining and power generation. It has various thermal and solar power generation assets. - The scope of work involves engineering, procurement (excluding modules), construction, and operation and maintenance of a 10 MW solar PV project on an EPC basis. - The bidding process involves a pre-bid conference, submission of technical and price bids, and potential reverse auction. Important dates for bid submission and opening are provided.

Uploaded by

Karthik Sengodan
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 14

NLC INDIA LIMITED

(formerly Neyveli Lignite Corporation Limited)


(‘NAVRATNA’ GOVERNMENT OF INDIA ENTERPRISE)
OFFICE OF THE GENERAL MANAGER/CONTRACTS
CORPORATE CONTRACTS DIVISION, CORPORATE OFFICE:
BLOCK-1, NEYVELI –607 801, TAMIL NADU
(REGD. OFFICE: No.135, EVR PERIYAR
HIGH ROAD, KILPAUK, CHENNAI – 600 010)

DOMESTIC COMPETITIVE BIDDING

INVITATION FOR BID

Tender No.CO CONTS/0017K/PV Solar /e-conts/2020, Dt.09.12.2020

1.0 INVITATION FOR BID


Online Bids in English are invited by NLC India Limited, Neyveli for “Setting up
of 10 MW (AC) Grid Interactive Captive Solar PV Power Project at Neyveli
TS, Under Engineering, Procurement (Excluding PV Module) & Construction
(EPC) mode. on Domestic Competitive Bidding Basis. Bids are invited in Two Part
(Part-I and Part-II) system followed by Reverse Bidding (Details of Reverse Bidding
is available in the Tender document) as per the details given below:

1.1 Introduction about NLCIL


The NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) is a
Navratna, Government of India enterprise registered under the Indian Companies
Act 1956, engaged in mining of lignite and power generation in Neyveli, Tamilnadu
State and Barsingsar, Rajasthan State in India.
NLCIL is a Central Government Public Sector Undertaking (PSU) functioning
under the administrative control of the Ministry of Coal. It has an integrated facility
at Neyveli with three lignite mines with combined production capacity of about 28.5
MTPA supplying lignite to four nos. of pit-head, thermal power stations having a
total generating capacity of 3490 MW.
The first thermal power station (TPS-1) was commissioned in 1962 with a capacity
of 600 MW (6 x50 MW + 3x100 MW) and same was decommissioned during
September 2020. TPS-II of 1,470 MW (7 x 210 MW), TPS-I Expansion 420 MW
(2 x 210 MW) and TPS-II Expansion 500 MW (2 x 250 MW) and one unit of
Neyveli New Thermal Power Project (NNTPP) of 2x500 MW capacity were
commissioned. The Capacity of Lignite based Power Station at Barsingsar,

Page 1 of 14
Rajasthan is 250 MW (2x125MW) with 2.1 MTPA Lignite. The present total power
generation capacity of NLC India Ltd’s Thermal Power Stations is 3140 MW.

Further, the Government of India had allocated the TALABIRA-II & III Coal Block
(Located in Jharsuguda & Sambalpur Districts of Odisha State) on 02nd May 2016
to NLCIL and coal was exposed. The net mineable reserve in this mine is assessed
as 553.98 MT with normative capacity of 20 MTPA (peak 23 MTPA).
NLC India Ltd has also formed a joint venture (JV) Company with the Tamil Nadu
Electricity Board in the name of NLC Tamilnadu Power Limited (NTPL),
with 89:11 equity participation and commissioned 2 x 500 MW coal based Thermal
Power Project at Tuticorin in the State of Tamil Nadu.
NLCIL has also formed another JV Company viz., Neyveli Uttar Pradesh Power
Ltd, (NUPPL) with Uttar Pradesh Rajya Vidyut Utpathan Nigam Ltd (UPRVNUL)
with 51:49 equity participation, to set up a Coal Based Supercritical Power Plant of
capacity 3X660 MW at Ghatampur, near Kanpur, U.P. For supply of coal to this
project, the Government of India had allocated the Pachwara South Coal Block
(Located in Dumka District of Jharkhand State) to NUPPL on 25.07.2013. The net
mineable reserve in this mine is assessed as 300 MT with normative capacity of
9 MTPA.
NLC India Ltd. Presently executing Neyveli New Thermal Power Project of
2x500MW capacity, as a Greenfield project, at Neyveli, Cuddalore District of Tamil
Nadu in which one Unit has been commissioned on 19.12.2019.
Apart from the above, NLCIL is in the process of further expansion in Neyveli, to
set up a third mine with a linked 2X660 MW lignite based supercritical power
project and also in process to set up 3x800MW coal based supercritical power
project Located in Jharsuguda District of Odisha State.
NLC India Ltd also ventured into renewable energy sector and executed Solar PV
units of capacity 140 MW in Neyveli (1X10 + 2X65 MW) and 1209 MW Solar
(500 MW + 709 MW) in the state of Tamilnadu. NLC India Ltd has also Installed
of 2x10MW (AC) Grid interactive Solar PV Power Project at Andaman.
NLC India Ltd has also installed 51 MW (34X1.5MW) wind mills in Southern
Tamilnadu. Increasing the capacity under renewable energy sector further is under
progress. To know more about NLCIL, visit NLCIL’s website www.nlcindia.com.

1.2 Invitation

NLC India Ltd (hereinafter referred to as “NLCIL / Owner / Purchaser”), invites


Online bids for Part-I: QR and Techno-commercial Bid and Part-II: Price Bid in the
manner detailed in Section-3 of Volume-IA for the scope of Setting up of 10 MW
(AC) Grid Interactive Captive Solar PV Power Project at Neyveli TS, Under
Engineering, Procurement (Excluding PV Module) &Construction (EPC) mode.

Page 2 of 14
which includes Design, Engineering, Manufacture, Supply (Excluding PV Module),
Erection, Commissioning etc. at Neyveli. The tender is floated through Domestic
Competitive bidding (DCB) route and the bid is open to bidders from within
Purchaser’s country only. This Tender Specification is meant for inviting bids from
prospective SDO for the scope of work given in the Tender Specification.
Tender No.CO CONTS/0017K/PV Solar /e-conts/2020, Dt.09.12.2020.

1.3 Brief Scope of Work


The brief scope of works consists of: design, engineering, manufacture, inspection,
shop testing, supply, packing & forwarding to site, transportation, unloading,
storage, preservation and handling at site, painting, erection, associated civil,
structural, electrical and C&I works, Insurance, supervision, pre-commissioning,
testing, commissioning and performance testing including Guarantee and warranty
obligations on complete EPC basis, supply of tools & tackles and mandatory spares,
first fill of consumables including chemicals, oils and lubricants with topping up
requirements for Setting up of 10 MW (AC) Grid Interactive Captive Solar PV
Power Project at Neyveli TS, Under Engineering, Procurement (Excluding PV
Module) & Construction (EPC) mode., Tamil Nadu and handing over to the
Purchaser an operating plant. For technical details, respective technical specification
shall be referred.

1.4 Maintenance Scope


The maintenance scope of bidder covers all the maintenance works, upto completion
of Performance Assessment Test. In case of any delay or dispute by the contractor,
the purchaser may carry out the maintenance works on necessity and back charge the
bidder during the period prior to completion of trial operation. The bidder shall also
carry out major repairs and replacement under warranty obligations until the
completion of warranty period, including the spares if any. The bidder may post
sufficient staff for O & M guidance until the completion of warranty period. In case
the bidder fails to carry out any repair or replacement during the warranty period the
purchaser shall carry out such repairs or replacement at his discretion at the risk and
cost of the contractor. The spares required for such repair/replacement may be
spared to the contractor if available with the purchaser. The same scope is to be
considered regarding the maintenance specified elsewhere in the specification.

1.5 Bidding Details

1. : Rs.10,000/- (Rupees Ten


Cost of tender document
Thousand only)
2. Rs. 21,00,000/- (Rupees twenty
Bid Guarantee
one lakh only)
3. Date of Starting of submission of Bids : 24.12.2020 @ 11.00 hrs (IST)
4. Last date and time of Registration by : 08.01.2021 up to 17.00 hrs (IST)
Remitting Cost of tender document
5. Last Date & Time of submission of : 11.01.2021 up to 14.30 hrs (IST)
Bids

Page 3 of 14
6. Date & Time of opening of Part-I and : 11.01.2021 up to 15.00 hrs (IST)
Physical Cover
7. Pre Bid Conference : 23.12.2020 at 11.00 hrs. through
Video Conference
The points for discussion shall be
furnished in advance both in hard
and soft copy to the under signed
and also to the following
E-mail ID:
[email protected]
Note: Bidders who are interested to participate in the Pre bid Meeting are
requested to Register their Name, Company name and address, Mobile
Phone No. and e-Mail ID through e-mail to [email protected] to
enable us to send the link for participating in the Pre bid meeting.

1.6 Qualifying Requirements (QR) of the Bidders:


The Bidder shall meet the qualifying requirements stipulated in any one of the
qualifying. In addition, the Bidder shall also meet the requirements stipulated under
Financial Criteria.
Technical criteria
1.6.1 The Bidder should have executed works of similar nature within the last seven years
as given below as on the original scheduled date of tender opening.

One similar completed work of value not less than Rs 16.07 crores.
OR
Two similar completed works of value each not less than Rs 10.05 crores.
OR
Three similar completed works of value each not less than Rs 8.04 crores.

The term “Similar works” means works experience of Design, Engineering, Supply,
Erection, Testing and commissioning of ground mounted Solar power project with
associated HT power evacuation system including or excluding supply of solar PV
modules.

1.6.2 Bidder who doesn’t fulfil the qualifying requirements stipulated in Clause1.6.1 above
by himself can also participate provided he collaborates with a firm and together they
fully meet the qualifying requirements stipulated in Clause 1.6.1 above and the
Collaborator should furnish along with bid a valid collaboration agreement to execute
this project and a back-up Bank Guarantee as required in the relevant clauses.
OR
The Bidder can also be a leader of a consortium consisting of not more
than two firms, such that together they meet the Qualifying Requirements stipulated
in Clause 1.6.1 above and the member of the consortium should furnish back-up Bank
Guarantee as required in the relevant clauses. In case of bidding by a Consortium, the
consortium partner shall necessarily identify a leader of the Consortium who will
furnish the Consortium Agreement and the consortium partner shall execute a Joint
Deed of Undertaking in which the partner is jointly and severally liable to the Owner
for successful performance of the contract.
OR

Page 4 of 14
The Bidder can also be a Joint Venture Company, provided the qualifying
requirement stipulated in clause 1.6.1 above is met by any one or more partners of the
Joint Venture (JV) Company. Each partner of the JV Company on the basis of whom
the JV Company gets qualified shall have minimum 26% equity in the JV Company
and should furnish the back-up Bank Guarantee as required in the relevant clauses.

Financial Criteria:

1.6.3 The Bidder and their Collaborator/Consortium member, if any shall have positive Net
Worth as per their latest audited financial statements individually. In case of the
Bidder being a Joint Venture Company, each and every one of the Promoters of the
said Joint Venture Company shall have positive Net Worth as per their latest audited
financial statements.
1.6.4 Average Annual Turn Over of the Bidder, combined Average Annual Turn Over of
the Bidder and Collaborator, combined Average Annual Turn Over of the Consortium
partners and the combined Average Annual Turn Over of all the promoters of the
Joint Venture Company, as the case may be, shall not be less than Rs. 6.0Cr for taking
up 10MW project in the preceding three (3) consecutive financial years as on the
original scheduled date of tender opening.
1.6.5 OTHER CONDITIONS

1.6.5.1 The Bidder or the Bidder with Collaborator or the Consortium or the Joint Venture
Company as the case may be, shall attach documentary evidence to prove that the
qualifying requirements mentioned in Cl.1.6.1 above are met by him / them, along
with the bid in the form of user certificate together with full contact details for
verification.
1.6.5.2 In case of participation by the Bidder with Collaborator, the bidder shall furnish a
copy of valid Collaboration Agreement along with the bid, for the services offered
jointly and such agreement shall be valid till completion of all the contractual
obligations. In case of participation by the Bidder as a Consortium, the bidder shall
furnish a copy of valid Consortium Agreement and Joint Deed of Undertaking along
with the bid, for the services offered jointly and such agreement shall be valid till
completion of all the contractual obligations. In case of participation by the Bidder as
a Joint Venture Company, the bidder shall furnish a copy of valid Joint Venture
Agreement along with the bid, for the services offered jointly and such agreement
shall be valid till completion of all the contractual obligations.
1.6.5.3 (a) The successful bidder to whom the work is awarded, shall be required to furnish
two Contract Performance Guarantees (CPGs) as follows, in the form of an on-
demand Bank Guarantee for the faithful performance of the contract.

(i) 5% CPG of total contract price for supply and services towards faithful
performance of BoS. This BG shall be valid till expiry of 90 days beyond the
successful completion of Performance Assessment period (12 months). In case of
any extension of Performance Assessment period, the 5% CPG shall be extended
accordingly and NLCIL reserves right to encash the CPG in case of non-fulfilment
of contractual obligations during the above period.

(ii) Another 5% CPG of total contract price for supply and services towards faithful
performance of supplied items of BoS. This BG shall be valid till expiry of 90
days beyond five years performance during O&M to be executed by another
agency, after warranty period and NLCIL reserves right to encash the CPG in case
of non-fulfilment of contractual obligations during the above period. During the
Page 5 of 14
warranty period, NLCIL reserves right to encash both the CPG in case of non-
fulfilment of contractual obligations.
(iii)However, the successful bidder shall be allowed to furnish the second 5% CPG
towards faithful performance of supplied items of BoS, initially for 3 years, which
is to be extended for further period of 3 years till expiry of 90 days beyond
completion of performance period and NLCIL reserves right to encash the CPG in
case extended CPG is not furnished by the bidders at least 60 days prior to expiry
of original CPG.
1.6.5.4 The bidder or the bidder with collaborator or all individual firms in the Consortium
or all partners in the Joint Venture Company, as the case may be, shall furnish their
audited profit and loss accounts and balance sheets for the preceding three (3)
financial years from the scheduled date of bid opening.
1.6.5.5 The bidder cannot be a collaborator /consortium Partner/ JV partner for other
bidder(s) who are bidding for this tender
1.6.5.6 NLCIL reserves the right to ask the bidders to furnish the certified copies of
experience certificates attested by a Notary Public and the experience outside India
shall not be considered for qualifying requirement.
1.6.5.7. The Bidder shall submit End User Certificate which is subject to verification for
qualification. In case the bidder furnishes the end, user certificates showing the
experiences of their subsidiary or group companies or companies under the same
Management, a confirmation from the firm which is having the experience in this
regard is to be enclosed along with end user certificate. In case of end user
certificates are furnished by the Bidder from the subsidiary or group companies or
companies under the same Management, in addition to End User Confirmation,
NLCIL reserves the right to inspect such installations where such certificates are
obtained by the Bidder, only if the Bidder facilitates necessary inspection of such
installation by the purchaser. However, cost pertaining to the purchaser’s personnel
for such inspection shall be borne by the purchaser.
1.6.5.8 NLCIL reserves the right to inspect the plant(s) referred to by the bidders as well as
the original documents submitted in support of their claim to assess its veracity
1.6.5.9 The bidder shall furnish major legal cases and their statutory liabilities if any.
1.6.5.10 The bidder shall also possess a valid certificate of registration under GST and the
same should be furnished along with tender documents.
1.6.5.11 The bidder should have (obtained / holder of) the Permanent Account Number
(PAN) under the income tax act and production of the documents relating to same
are mandatory. To ensure that the bidder is not a defaulter in payment of income tax
as evidenced by income tax assessment records for four consecutive years prior to
bidding, it is mandatory for the bidder to provide the self attested printout of the
online IT Statement indicating 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. (In this regard, the bidder can seek the
help of the auditor in case of any doubt or otherwise.)
1.6.5.12 In case of participation by the Bidder with Collaborator or the Consortium or the
Joint Venture Company as the case may be, the above clauses 1.6.5.10 and 1.6.511
shall applicable to the partners also.

1.6.6 Lands for Project site: The land for the solar power project will be provided by
NLCIL at Neyveli Township premises near 33/11KV Substation (SS-II) of NLCIL
located near Thermal Power Station-I. It consists of 2 plots adjacently identified
measuring approximately 22 Acres (Area A) & 28 Acres (Area B).

Page 6 of 14
1.7 Public Procurement Policy (Preference to Make in India)
The bidder shall take note of the following as per Department for Promotion of
Industry and Internal Trade (formerly, Department of Industry Policy and
Promotion), Ministry of Commerce and Industry, Government of India, Public
Procurement (Preference to Make in India) Order 2017 – Revision;
Dt: 16.09.2020 and confirm compliance to the requirements in this regard as
indicated below:
1.7.1 Definitions:
i. ‘Local content’ means the amount of value added in India which shall, unless
otherwise prescribed by the Nodal Ministry, be the total value of the item
procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total
value, in percent.
ii. ‘Class -I local supplier’, means a supplier or service provider, whose goods,
services or works offered for procurement, meets the minimum local content
as prescribed for ‘Class-I local supplier’ under order dt. 16.09.2020.
iii. ‘Class-II local supplier’ means a supplier or service provider, whose goods,
services or works offered for procurement, meets the minimum local content
as prescribed for ‘Class-II local supplier’ but less than that prescribed for
‘Class-I local supplier’ under order dt. 16.09.2020.
iv. Minimum local content: The ‘Local Content’ requirement to categorize a
supplier as ‘Class-I Local Supplier’ is minimum 50%. For ‘Class – II Local
Supplier’, the ‘Local Content’ requirement is minimum 20%. For the items,
for which Nodal Ministry Department has not prescribed higher minimum
local content notification under the Order, it shall be 50% and 20% for Class –
I local supplier / Class – II local supplier respectively.
v. ‘Non-Local Supplier’ means a supplier or service provider whose goods,
services or works offered for procurement has local content less than that
prescribed for ‘Class-II local supplier’ under order dt. 16.09.2020.
vi. ‘RL1/R1’ means the lowest tender or lowest bid or the lowest quotation
received in a tender, bidding process or other procurement solicitation as
adjusted in the evaluation process as per the tender or other procurement
solicitation.
vii. ‘Margin of purchase preference’ means the maximum extent to which the
price quoted by a ‘Class-I local supplier’ may be above the RL1/R1 for the
purpose of purchase preference.
viii. ‘Nodal Ministry’ means the Ministry of Department identified pursuant to this
order in respect of a particular item of goods or services or works.
ix. ‘Procuring entity’ means a Ministry or department or attached or subordinate
office of, or autonomous body controlled by the Government of India and

Page 7 of 14
includes Government companies as defined in the Companies Act.
x. ‘Works’ means all works as per Rule 130 of GFR-2017, and will also include
‘turnkey works’.
1.7.2 Eligibility Class:
Class-I local supplier only.
1.7.3 Margin of Purchase Preference: Not Applicable
1.7.4 Verification of local content:
a. The ‘Class-I local supplier’ at the time of tender, bidding or solicitation shall
be required to indicate percentage of local content and provide self-
certification that the item offered meets the local content requirement for
‘Class-I local supplier’, as the case may be. They shall also give details of the
location(s) at which the local value addition is made.
b. In cases of procurement for a value in excess of Rs.10 crores, the ‘Class-I
local supplier’ shall be required to provide a certificate from the statutory
auditor or cost auditor of the company (in the case of companies) or from a
practicing cost accountant or practicing chartered accountant (in respect of
suppliers other than companies) giving the percentage of local content.
c. False declarations will be in breach of the Code of Integrity under Rule
175(1)(i)(h) of the General Financial Rules for which a bidder or its
successors can be debarred for up to two years as per the Rule 151(iii) of the
General Financial Rules along with such other actions as may be permissible
under law.
d. A supplier who has been debarred by any procuring entity for violation of this
order shall not be eligible for preference under this Order for procurement by
any other procuring entity for the duration of the debarment. The debarment
for such other procuring entities shall take effect prospectively from the date
on which it comes to the notice of other procurement entities.
1.7.5 Reciprocity Clause:
Entities of Countries which have been identified by the nodal Ministry /
Department as not allowing Indian companies to participate in their Government
procurement for any item related to that nodal Ministry shall not be allowed to
participate in Government procurement in India for all items related to that nodal
Ministry / Department, except for the list of items published by the Ministry /
Department permitting their participation.
The term ‘entity’ of a country shall have the same meaning as under the FDI policy
of DPIIT as amended from time to time.
1.8 Ref: Department of Expenditure Order (Public Procurement No.: 1) Order
No.6/18/2019-PPD, Dt: 23.07.2020.

Page 8 of 14
I. Any bidder from a country which shares a land border with India will be
eligible to bid in this tender only if the bidder is registered with the Competent
Authority.
II. “Bidder” (including the term ‘tenderer’, ‘consultant’ or ‘vendor’ or ‘service
provider’ in certain contexts) means any person or firm or company, including
any member of a consortium or joint venture (that is an association of several
persons, or firms or companies), every artificial juridical person not falling in
any of the descriptions of bidders stated hereinbefore, including any agency
branch or office controlled by such person, participating in a procurement
process.
III. “Bidder from a country which shares a land border with India” for the purpose
of this Order means:
a. An entity incorporated, established or registered in such a country; or
b. A subsidiary of an entity incorporated, established or registered in such a
country; or
c. An entity substantially controlled through entities incorporated,
established or registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or
joint venture falls under any of the above.
IV. The beneficial owner for the purpose of (iii) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial
owner is the natural person(s), who, whether acting alone or together, or
through one or more juridical person(s), has a controlling ownership
interest or who exercises control through other means
Explanation –
a. “Controlling ownership interest” means ownership of, or entitlement
to, more than twenty-five per cent of shares or capital or profits of the
company.
b. “Control” shall include the right to appoint majority of the directors or
to control the management or policy decisions, including by virtue of
their shareholding or management rights or shareholders agreements or
voting agreements.
2. In case of a partnership firm, the beneficial owner is the natural person(s)
who, whether acting alone or together, or through one or more juridical
person, has ownership of entitlement to more than fifteen percent of
capital or profits of the partnership.

Page 9 of 14
3. In case of an unincorporated association or body of individuals, the
beneficial owner is the natural person(s), who, whether acting alone or
together; or through one or more juridical person, has ownership of or
entitlement to more than fifteen percent of the property or capital or
profits of such association or body of individuals.
4. Where no natural person is identified under (1) or (2) or (3) above, the
beneficial owner is the relevant natural person who holds the position of
senior managing official.
5. In case of a trust, the identification of beneficial owner(s) shall include
identification of the author of the trust, the trustee, the beneficiaries with
fifteen percent or more interest in the trust and any other natural person
exercising ultimate effective control over the trust through a chain of
control or ownership.
V. An Agent is a person employed to do any act for another, or to represent
another in dealings with third persons.
VI. The successful bidder shall not be allowed to sub-contract works to any
contractor from a country which shares a land border with India unless such
contractor is registered with the Competent Authority.
Model Certificate
“I have read the clause regarding restrictions on procurement from a bidder of a
country which shares a land border with India; I certify that this bidder is not from
such a country or, if from such a country, has been registered with the Competent
Authority. I hereby certify that this bidder fulfils all requirements in this regard
and is eligible to be considered. [Where applicable, evidence of valid registration
by Competent Authority shall be attached].
Model Certificate for Works involving possibility of sub-contracting
“I have read the clause regarding restrictions on procurement from a bidder of a
country which shares a land border with India and on sub-contracting to
contractors from such countries; I certify that this bidder is not from such a
country or, if from such a country, has been registered with the Competent
Authority and will not sub-contract any work to a contractor from such countries
unless such contractor is registered with the Competent Authority. I hereby certify
that this bidder fulfils all requirements in this regard and is eligible to be
considered. [Where applicable, evidence of valid registration by the Competent
Authority shall be attached].
The above said order will not apply to bidders from those countries (even if
sharing a land border with India) to which, Govt. of India has extended lines of
credit or in which, and the Govt. of India is engaged in development projects
(Order Public Procurement No.2)
Note: The Bidders are requested to note that the bids will be evaluated taking into
consideration the orders mentioned in the above Clauses (Cl.1.7 and Cl.1.8.).

Page 10 of 14
1.9 Certification for testing:
Ministry of Power issued following directions vide Order 25-11/6/2018-PG,
dt.02.07.2020 to protect the security, integrity and reliability of the strategically
important and critical Power Supply System & Network in the country and the
bidder has to comply with the same:
(1) All equipment, components, and parts imported for use in the power Supply
System and Network shall be tested in the country to check for any kind of
embedded malware/trojans/cyber threat and for adherence to Indian Standards.
(2) All such testings shall be done in certified laboratories that will be designated
by the Ministry of Power (MoP).
(3) Any import of equipment components/parts from "prior reference" countries as
specified or by persons owned by, controlled by, or subject to the jurisdiction
or the directions of these "prior reference" countries will require prior
permission of the Government of India.
(4) Where the equipment/ components/ parts are imported from "prior reference"
countries, with special permission, the protocol for testing in certified and
designated laboratories shall be approved by the Ministry of Power (MoP).
This order shall apply to any item imported for end use or to be used as a
component, or as a part in manufacturing, assembling of any equipment or to
be used in power supply system or any activity directly or indirectly related to
power supply system.

1.10 Time Schedule:


The contractor shall complete Design, Engineering, Manufacture, Inspection at
Supplier’s works, Supply, Insurance, transport, storage, erection, testing,
commissioning with associated HT power evacuation system at NLCIL’s 33/11KV
Substation-II (SS-II) and 110KWp bifacial systems for auxiliary consumption
complete with all accessories excluding supply of solar PV modules within 8 months
from the date of issue of LOA.
1.11 Bid Guarantee
i) Bidder is required to submit Bid guarantee of INR.21,00,000/- (Rupees Twenty
One Lakh Only) along with the Bid (Part-I) in the form and manner as described
in the instructions to Bidders.
ii) The Bid Guarantee shall be either in the form of Bank Guarantee valid for 300
days from the date of opening of Part-I bids or demand draft for an equivalent
amount drawn in favour of NLC India Limited, payable at Neyveli.
iii) Structured Financial Messaging System (SFMS): Bank Guarantee submitted in
Physical mode, including EMD/ Bid Guarantee which cannot be verifiable
through Structured Financial Messaging System (SFMS) SFMS will be rejected
summarily. Hence the bidder is requested to attach the proof for the issuance of
bid guarantee through SFMS given by banker.

Page 11 of 14
1.12 Bid Submission & Opening Conditions
1.12.1 All bids, including all attachments/enclosures shall be prepared in English Language
only and submit the same. The bidder shall submit the offer for full scope of work
indicated in the Tender Specification.
Online bids are to be submitted for Part - I & Part – II.
Offline bids - Physical Cover to be submitted in person/by post on or before the
schedule date of Bids Submission.
1.12.2 The Offers/Bids are to be obtained in three Part system.
Part I : PART – I (through online)
Covering Letter, Bid form (Part-I) (As per Annexure - B), Power of
Attorney, Proof for remittance of Cost of tender document, Bid
Guarantee, Integrity Pact, QR documents, Collaboration Agreement,
Deed of Joint Undertaking (DJU) as applicable, Techno-
Commercial details, Minimum local content Certificates from the
bidder and auditor, if applicable and all other details as given in this
volume.
Part II : Part-II (through online)
(i) Duly filled in Form of bid as per Annexure – C of Invitation for
Bid (IFB).
(ii) Price Bid with completely filled in Schedule of Prices
(Schedule – F1, Table-1 to 5) of Volume – IA with total prices as
per Table I.
(iii)List of mandatory Spares with itemized prices (basic price) as
per Vol II.
Physical : Bidders are requested to furnish the following documents in Original
Cover in a sealed Physical cover within the last date of receipt of Bids:
1. Bid Guarantee as per format.
2. Power of Attorney / Authorization with the seal of the
company in favour of the person signing the Bid.
3. Deed of Joint Undertaking as applicable (as per Annexure-G).
4. Letter of Undertaking by Collaborator / Consortium member
as applicable (as per Annexure-H).
5. Integrity Pact.
6. Duly filled up Checklist as in Specimen Format.

Bidders are requested to submit their Physical Cover within the stipulated time to
the Office of the General Manager / Contracts, Corporate Office, Block-1, NLC
India Limited, Nevyeli-607801, Tamil Nadu, India.
Page 12 of 14
1.12.3 Part-I and Physical cover shall be opened on the scheduled date of tender
opening. The offers/bids of the bidders who satisfy the conditions of Bid Guarantee
and Integrity Pact shall be considered for further evaluation on PQR aspects.
1.13 Special Note and Information Regarding the Tender:
For downloading tender document, please visit our website: www.nlcindia.com or
Central Public Procurement Portal (CPPP) of Government of India, Website:
www.eprocure.gov.in
The Cost of tender document may be remitted through RTGS / NEFT mode or e-
payment and the UTR No. may be indicated in the tender document. The Bank
commission charges will be to the account of the bidder.
Name of Beneficiary Accounts Centre / New Projects
NLC INDIA LIMITED NLC
NLCIL’s Account No. 30623095200
Branch Neyveli Main (IFSC Code No.
SBIN0000958)
Beneficiary Bank, State Bank of India
IFSC Code SBIN0000958
Swift Code for online transfer SBININBB457

The bidder is to note that the Banks commission charges will be to the account of
the bidder and the net amount transferred to NLCIL’s account shall be equal to
the cost of the tender document. The qualification of bidder is subject to receipt
of cost of the tender document stipulated in the tender. No other mode of payment
will be accepted.

(1) All other terms and conditions along with the technical details, time schedule,
bid Guarantee , validity of bids and instructions to bidders, etc., are contained
in the tender documents.
(2) Bids submitted by fax or E-mail shall be rejected.
(3) Bids submitted after expiry of the time specified for receiving the Bid shall be
rejected
(4) Purchaser reserves the right to reject any bid or all bids received at its
discretion without assigning any reasons whatsoever.
(5) Purchaser takes no responsibility for delay, loss or non-receipt of Tender/bid
documents or any letter sent by post either way.
(6) Offer is to be made in Indian rupees and payment for entire scope will be
made in Indian Rupees only.
(7) The Tender documents are meant for the exclusive purpose of bidding against
the subject package and shall not be transferred, reproduced or otherwise used
for purposes other than for which these are specifically issued.

Page 13 of 14

You might also like