Nit

Download as pdf or txt
Download as pdf or txt
You are on page 1of 14

NHSRCL VOL1-NIT, ITT, FOT

NATIONAL HIGH SPEED RAIL CORPORATION LIMITED

Construction of Building Interior Works including Civil, Horticulture,


Electrical, S&T, MEP, HVAC and Fire Fighting Works for NHSRCL
Office in Sabarmati HUB Terminal

TENDER NO: NHSRCL/ADI/2023-24/01

TENDER DOCUMENTS
(Single Stage Two Packet Bid)

VOLUME 1

NOTICE INVITING TENDER (NIT)

NATIONAL HIGH SPEED RAIL CORPORATION LTD.


3rd floor, Riverfront House,
Between Nehru and Gandhi Bridge, Riverfront (W) Ahmedabad-380009.

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 1


NHSRCL VOL1-NIT, ITT, FOT

Notice Inviting Tender

Index
Clause Description Page No.
1.1 General 3
1.1.1 Name of Work 3
1.1.2 Key Details 3
1.1.3 Qualification Criteria 5
1.1.3.1 Eligible Applicant 5
1.1.3.2 Minimum Eligibility Criteria 9
1.1.4 Contents of Tender Documents 11
Instructions for Online Bid Submission 13

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 2


NHSRCL VOL1-NIT, ITT, FOT

NOTICE INVITING TENDER (NIT)


(e-Tender)

1.1 GENERAL

1.1.1 Name of Work:


National High-Speed Rail Corporation Ltd. (NHSRCL) invites online open e-tenders from eligible
applicants, who fulfil qualification criteria as stipulated in Clause 1.1.3 of NIT, for the work of “Construction
of Building Interior Works including Civil, Horticulture, Electrical, S&T, MEP, HVAC and Fire Fighting
Works for NHSRCL Office in Sabarmati HUB Terminal.”
The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer’s
Requirement-General (Volume-3).
1.1.2 Key details:

Approximate cost of work INR 18,08,17,461/- (Including 18% GST)

Tender Security Amount of Tender Security: - INR 15,04,087.00

Completion period of the Work 08 Months


From 27.05.2023 (from 09:00 hrs.) to 19.06.2023 - (up to
Tender documents on sale
15:00 hrs.) on e-tendering website
https://etenders.gov.in/eprocure/app.
Tender document can only be obtained online after
registration of tenderer on the website
https://etenders.gov.in/eprocure/app. For further
information in this regard bidders are advised to contact on

Chief Project Manager/Civil


3rd floor, Riverfront House, Between Nehru and Gandhi
Bridge,
Riverfront (W), Ahmedabad-380009
Email id: - [email protected]

INR 23,600/- (inclusive of 18% GST) Non- Refundable


(Payment of tender document cost/tender fee is to be
made only by RTGS/NEFT/IMPS. No other mode of
Cost of Tender documents
payment will be accepted. The details of bank account of
NHSRCL are mentioned below. The bidders are required
to upload scanned copies of transaction of payment of
tender document cost/tender fee including e-receipt
(clearly indicating UTR No. and tender reference i.e.
NHSRCL/ADI/2023-24/01 must be entered in remarks at
the time of online transaction of payment, failing which
payment may not be considered) along with the copy of
GST Registration Certificate at the time of online bid
submission.

Last date of Seeking Clarifications 09.06.2023 up to 15:00 hrs.


Queries/clarifications from bidders after due date and
time shall not be acknowledged.

Pre-bid Meeting 06.06.2023 at 11:00 AM

Last date of issuing addendum 12.06.2023

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 3


NHSRCL VOL1-NIT, ITT, FOT

Date & time of Submission of Tender submission start date: 13.06.2023 @ 09:00 Hrs.
Tender online Tender submission end date: 19.06.2023 @ 15:00 Hrs.

Date & time of Opening of Tender


20.06.2023 @ 15:30 Hrs.
online
Chief Project Manager/Civil
 Authority for seeking 3rd floor, Riverfront House, Between Nehru and Gandhi
clarifications Bridge,
Riverfront (W), Ahmedabad-380009
Email Id: - [email protected]

To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS, the
details of bank account of NHSRCL is mentioned below:

Name of Bank’s Address Account Name & Account IFSC Code


Bank No. Type
HDFC Bank 209-214, Kailash Building, 57500000079852 Current HDFC0000003
Limited 26, Kasturba Gandhi Marg,
New Delhi-110001

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 4


NHSRCL VOL1-NIT, ITT, FOT

1.1.3 QUALIFICATION CRITERIA:


1.1.3.1 Eligible Applicants:
i. The tenders for this contract will be considered only from those tenderers (proprietorship
firms, partnerships firms, companies, corporations, consortia or joint ventures) who meet
requisite eligibility criteria prescribed in the sub-clauses of Clause 1.1.3 of NIT. In the
case of a JV or Consortium, all members of the Group shall be jointly and severally liable
for the performance of whole contract.
ii. (a) The eligible nationality of the tenderer(s) shall be (i) India in the case of the Tenderer
and (ii) All countries and areas in the case of the sub-contractor(s). A non-Indian firm
is permitted to tender only in a joint venture or consortium arrangement with any
other Indian firm having minimum participation interest of 26% or their wholly owned
Indian subsidiary registered in India under Companies Act-1956 with minimum 26%
participation.
(b) A tenderer shall submit only one bid in the same tendering process, either individually
as a tenderer or as a partner of a JV/Consortium. A tenderer who submits or
participates in, more than one bid will cause all of the proposals in which the tenderer
has participated to be disqualified. No tenderer can be a subcontractor while
submitting a bid individually or as a partner of a JV/Consortium/Association in the
same bidding process.
iii. A tenderer, if acting in the capacity of subcontractor in any bid, may participate in more
than one bid, but only in that capacity.
iv. Tenderers shall not have a conflict of interest. All Tenderers found to have a conflict of
interest shall be disqualified. Tenderers shall be considered to have a conflict of interest
with one or more parties in this bidding process, if:
(a) a tenderer has been engaged by the Employer to provide consulting services for the
preparation related to procurement for / on implementation of the project;
(b) a tenderer is any associates/affiliates (inclusive of parent firms) mentioned in
subparagraph (a) above; or
(c) a tenderer lends, or temporarily seconds its personnel to firms or organizations which
are engaged in consulting services for the preparation related to procurement for /
on implementation of the project, if the personnel would be involved in any capacity
on the same project.
v. (a) NHSRCL/Ministry of Railways along with any of their attached and subordinate
offices/ Any metro rail organizations in India (owned by Govt.)/ Order of Ministry of
Commerce applicable for all Ministries must not have banned business with the
tenderer (including any member in case of JV/consortium) as on the date of tender
submission. The tenderer should submit undertaking to this effect in Appendix-19 of
Form of Tender.
(b) Also no contract of the tenderer executed either individually or in a JV/Consortium,
should have been rescinded / terminated by NHSRCL/Ministry of Railways along with
any of their attached and subordinate offices/ Any metro rail organizations in India
(owned by Govt.) after award during last 03 years (from the last day of the previous
month of tender submission) due to non-performance of the tenderer or any of
JV/Consortium members. The tenderer should submit undertaking to this effect in
Appendix- 19 of Form of Tender. Non-performance, which is basically termination
of the Contract as decided by the Employer, shall include all Contracts where non-
performance was not challenged by the Contractor, including through referral to the
dispute resolution mechanism under the respective Contract or by written
representation/ appeal to the Employer or in any appropriate court.
(c) If the Tenderer or any of the constituent ‘substantial member(s)’ of JV/Consortium
does not meet the criteria stated in the Appendix-19, the tenderer including the
constituent ‘substantial member(s)’ of JV/Consortium shall be considered ineligible
for participation in tender process and they shall be considered ineligible applicants
in terms of Clause 1.1.3.1 of NIT.

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 5


NHSRCL VOL1-NIT, ITT, FOT

(d) If there is any misrepresentation of facts with regards to undertaking submitted vide
Appendix-19, the same will be considered as “fraudulent practice” under Clause
4.33.1 (a) (ii) of GCC and the tender submission of such tenderers will be rejected
besides taking further action as per Clause 4.33.1 (b) & 13.2.1 of GCC.
vi. Tenderer (any member in case of JV/consortium) must not have suffered bankruptcy/
insolvency during the last 5 years or it is in the process of winding-up or there is a case
of insolvency pending before any Court on the deadline of submission of bids. The
tenderer should submit undertaking to this effect in Appendix-20 of Form of Tender.
vii. LEAD PARTNER/ NON-SUBSTANTIAL PARTNERS/ CHANGE IN JV/ CONSORTIUM
a. Lead partner must be a substantial partner in the JV/Consortium and it should have
a minimum of 40% participation in JV/Consortium. A substantial partner shall be
having minimum of 26% participation in JV/Consortium. Each substantial partner
in case of JV/Consortium shall have experience of executing at least one “similar
work” of minimum 30% of NIT value in last 07 years.
b. Each non-substantial partner should have a minimum of 20% participation in
the JV/Consortium. Partners having less than 26% participation will be termed as
non- substantial partner and will not be considered for evaluation which means that
their financial soundness and work experience shall not be considered for evaluation
of JV/Consortium. In the tender for Civil and Electrical works, a Joint Venture /
Consortium to qualify, each of its non-substantial Partner must have experience of
executing at least one Civil and Electrical works of minimum 20% of NIT value in last
07 years. The tenderer shall submit details of above works in the Performa of
Appendix-17 & 17A of FOT etc. as per Notes b), c), d) & g) of Clause 1.1.3.2.A of
NIT.
c. In case of JV/Consortium, change in constitution or percentage participation shall
not be permitted at any stage after their submission of bids. In case of changes
during tendering stage, the bid shall be treated as non –responsive.
d. The tenderer, in case of JV/Consortium, shall clearly and unambiguously define the
role and responsibilities for each substantial/non-substantial partner in the JV
agreement/ MOU submitted vide foot note (d) of Appendix 6 of Form of Tender,
providing clearly that any abrogation/subsequent re-assignment of any responsibility
by any substantive/non-substantive partner of JV/Consortium in favour of other
JV/Consortium partner or any change in constitution of partners of JV/Consortium
(without written approval of Employer) from the one given in JV agreement /MOU at
tender stage, will be treated, as ‘breach of contract condition’ and/or ‘concealment
of facts’ (as the case may be), vide GCC clause 4.33.1 [a (ii) and (iii)] and acted
accordingly.
e. The Employer in such cases, may in its sole discretion take action under clause
4.33.1 (b) of GCC against any member(s) for failure in tenderer’s obligation and
declare that member(s) of JV/Consortium ineligible for award of any tender in
NHSRCL or take action to terminate the contract in part or whole under clause 13 of
GCC as the situation may demand and recover the cost/damages as provided in
contract.

viii. Participation by Subsidiary Company / Parent Company with credential of other


Company
a. Applicant in the capacity of a Subsidiary Company as a single entity is not permitted
to use the credential of its Parent Company and/or its Sister Subsidiary Company/
Companies unless the Applicant participates in tender as JV/Consortium with its
Parent Company and/or its Sister Subsidiary Company/ Companies as a member(s)
in JV with minimum 26% participation each (as substantial member) for such
member(s).

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 6


NHSRCL VOL1-NIT, ITT, FOT

b. Applicant in the capacity of a Parent Company as a single entity is not permitted to


use the credential of its Subsidiary Company/ Companies unless the Applicant
participates in tender as JV/Consortium with its Subsidiary Company/ Companies as
a member(s) in JV with minimum 26% participation each (as substantial member)
for such member(s).

ix. Purchase Preference to Local Suppliers/Preference to Make In India:


a) Definitions:
i. ‘Local content’ means the amount of value added in India which shall be the total
value of the item procured (excluding net domestic indirect taxes) minus the value
of imported content in the item (including all custom duties) as a proportion of the
total value, in percent. Minimum local content shall be 50% for the subject tender.
ii. ‘Local Supplier’ means a supplier or service provider whose product or service
offered for procurement meets the minimum local content as prescribed at sr. no.
i. above.
iii. ‘L1’ means the lowest tender or lowest bid received in a tender, bidding process or
other procurement solicitation as adjudged in the evaluation process as per the
tender or other procurement solicitation.
iv. ‘Margin of purchase preference’ means the maximum extent to which the price
quoted by a local supplier may be above the L1 for the purpose of purchase
preference. Margin of purchase preference shall be 20% for the subject tender.
b) Procedure for Purchase Preference in procurement of goods or works which are
divisible in nature: NOT APPLICABLE FOR THE SUBJECT TENDER
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local
supplier, the contract for full quantity will be awarded to L1.
ii. If L1 bid is not from a local supplier, 50% of the order quantity shall be awarded to
L1. Thereafter, the lowest bidder among the local suppliers, will be invited to match
the L1 price for the remaining 50% quantity subject to the local supplier’s quoted
price falling within the margin of purchase preference, and contract for that quantity
shall be awarded to such local supplier subject to matching the L1 price.
iii. In case such lowest eligible local supplier fails to match the L1 price or accepts
less than the offered quantity, the next higher local supplier within the margin of
purchase preference shall be invited to match the L1 price for remaining quantity
and so on, and contract shall be awarded accordingly.
iv. In case some quantity is still left uncovered on local suppliers, then such balance
quantity may also be ordered on the L1 bidder.
c) Procedure for Purchase Preference in procurement of goods or works which are
not divisible in nature and in procurement of services where the bid is evaluated
on price alone:
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local
supplier, the contract will be awarded to L1.
ii. If L1 is not from a local supplier, the lowest bidder among the local suppliers, will
be invited to match the L1 price subject to local supplier’s quoted price falling within
the margin of purchase preference, and the contract shall be awarded to such local
supplier subject to matching the L1 price.
iii. In case such lowest eligible local supplier fails to match the L1 price, the local
supplier with the next higher bid within the margin of purchase preference shall be
invited to match the L1 price and so on and contract shall be awarded accordingly.
iv. In case none of the local suppliers within the margin of purchase preference
matches the L1 price, then the contract may be awarded to the L1 bidder.

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 7


NHSRCL VOL1-NIT, ITT, FOT

d) Minimum local content and verification of local content:


i. The local supplier at the time of tender shall be required to provide self-certification
that the item offered meets the minimum local content and shall give details of the
location(s) at which the local value addition is made.
ii. In case of procurement for a value in excess of Rs. 10 crores, the local supplier
shall be required to provide a certificate from the statutory auditor or cost auditor
of the company or from a practicing cost accountant or practicing chartered
accountant giving the percentage of local content after completion of works to the
Engineer.
iii. If any false declaration regarding local content is found, the company shall be
debarred for a period of three years from participating in tenders of NHSRCL.
iv. Supplier/bidder shall give the details of the local content in a format attached as
Appendix-22 and Appendix-23 of FOT duly filled to be uploaded along with the
technical bid. In case, bidder do not upload Appendix-22 and Appendix-23 of
FOT duly filled along with their technical bid, local content shall be considered as
‘Nil’ in tender evaluation.

e) Complaints relating to implementation of Purchase Preference


Fees for such complaints shall be Rs. 2 Lakh or 1% of the value of the local item being
procured (subject to maximum of Rs. 5 Lakh), whichever is higher. In case the
complaint is found to be incorrect, the complaint fee shall be forfeited. In case, the
complaint is upheld and found to be substantially correct, deposited fee of the
complainant would be refunded without any interest.

x. Public Procurement Policy for Micro and Small Enterprises (MSEs):


a) Procurement Preference to Micro and Small Enterprises (MSEs) as admissible under
Government’s existing policy on the date of opening of bid shall be applicable to Micro
and Small Enterprises (MSEs) registered with any statutory bodies specified by Ministry
of Micro, Small & Medium Enterprises having Udyog Aadhaar Memoranda shall also be
given all benefits under Public Procurement Policy Order 2012.
b) The bidders shall submit photocopy of current and valid MSEs registration certificate
inclusive of all the pages showing the category of entrepreneur – whether the registered
firm is owned by General or SC/ST entrepreneurs, monetary limit of their registration for
the items tendered to avail the benefits under the policy. The MSEs shall also submit a
copy of “Entrepreneur’s Memorandum (Part – II)” of the concerned District Centre where
the unit is established. The MSEs must also indicate the terminal validity date of their
registration.
c) Such MSE registered firms shall be exempted from payment of Tender document cost
and payment of Tender Security.
d) Definition of MSEs owned by SC/ST is as given below:
i. In case of proprietary MSE, proprietor(s) shall be SC/ST.
ii. In case of partnership MSE, the SC/ST partners shall be holding at least 51%
shares in the unit.
iii. In case of Private Limited Companies, at least 51% share shall be held by SC/ST
promoters.
e) All bidders registered under Micro and Small Enterprises (MSEs) shall have to satisfy
the eligibility criteria at par with other bidders. There shall not be any relaxation in
eligibility criteria/bidding process or other bid requirement and L1 price.
f) If lowest valid bidder is non-MSE firm, then in such a case purchase preference facility
shall not be applicable in the bid as quantity cannot be split. The total quantity shall be
offered to the lowest valid bidder irrespective of their registration status and the benefit
to MSEs shall be limited to exemption from cost of tender document and tender security
Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 8
NHSRCL VOL1-NIT, ITT, FOT

only.
g) The above facilities shall not be applicable for the items for which they are not
registered.
h) The above facility shall be applicable only in case of single entity or all member in
JV/Consortium are registered and eligible MSEs.
xi. Startup India:
a) All Startups (whether Micro & Small Enterprises or otherwise) are exempted from cost
of Tender document and Tender security.
b) Definition of Startup:
Startup means an entity recognized as Startup by Department of Industrial Policy and
Promotions (DIPP), Ministry of Commerce and Industries, Govt. of India.
c) The above facility shall be applicable only in case of single entity or all member in
JV/Consortium are registered and eligible Startups.

1.1.3.2 Minimum Eligibility Criteria:


A. Work Experience: The tenderers will be qualified only if they have substantially
completed work(s)**, completion date(s) of which falling during last seven years ending
last day of the month previous to the month of tender submission as given below:
(i) At least one “similar work” * of value of INR 10,84,90,477 or more.
OR
(ii) Two “similar works” *each of value of INR 7,23,26,984 or more.
OR
(iii) Three “similar works” *each of value of INR 5,42,45,238 or more.

*The “Similar works” for this contract shall be “Any Civil Engineering Work involving
Building Construction/Building Interior Works.” Completion Certificate issued by any
Private Individual shall not be considered.
** Substantially completed means where 80% payment of the contract value has
been received
 If the tenderer is a JV/Consortium having foreign partner(s) and above work(s)
have been executed by the foreign partner of JV and the work(s) were done in the
country of the foreign partner, then in addition to this the foreign partner must have
executed works (which need not be similar in nature) of total put together of value
INR 5,42,45,238 or more outside the country of the foreign partner.
Notes:
a) Work experience of only substantial partner (partner with share of 26% or more in the
JV / Consortium) shall be considered for evaluating of JV/Consortium.
b) The tenderer shall submit details of works executed by them in the Performa of
Appendix-17 & 17A of FOT for the works to be considered for qualification of work
experience criteria. Documentary proof of completion certificates from client
clearly indicating the nature/scope of work, actual completion cost and actual
date of completion for such work should be submitted. The offers submitted
without this documentary proof shall not be evaluated. In case the work is executed
for private client, copy of work order, bill of quantities, bill wise details of payment
received certified by C.A., T.D.S certificates for all payments received and copy of
final/last bill paid by client shall also be submitted.
c) Value of substantially completed portion of any ongoing work up to last day of the month
previous to the month of tender submission will also be considered for qualification of
work experience criteria.
d) For completed works, value of work done shall be updated to last day of the month
previous to the month of tender submission price level assuming 3% inflation for Indian
Rupees every year. The exchange rate of foreign currency shall be applicable as on the
Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 9
NHSRCL VOL1-NIT, ITT, FOT

date of contract award.


e) In case of Joint venture / consortium, full value of the work, if done by the same joint
venture shall be considered. If the qualifying work(s) were done by them in
JV/consortium having different constituents, then the value of work as per their
percentage participation in such JV/Consortium shall be considered.
f) If the above work(s) comprise(s) other works also, then details clearly indicating the
amount of work done in respect of the “similar work” shall be furnished by the tenderer
in support of work experience along-with their tender submissions.
g) Only work experience certificate having stamp of Name and Designation of officer along
with the Name of client shall be considered for evaluation. However, if any work
experience certificate has been issued prior to 01.07.2019, same shall be considered
for evaluation even if it is not stamped. Work experience certificate issued by any Private
Individual shall not be considered.
h) In case of any concealment or misrepresentation of facts, appropriate action(s) in
accordance with Tender Conditions and “Suspension/ Banning Policy, May 2020” of
NHSRCL shall be taken. The copy of “Suspension/Banning Policy, May 2020” of
NHSRCL can be downloaded from tender section of NHSRCL website i.e.
www.nhsrcl.in
B. Financial Standing: The tenderers will be qualified only if they have minimum financial
capabilities as below:
(i) T1 – Liquidity: Deleted

(ii) T2 - Profitability: Deleted


(iii) T3 - Net Worth: Deleted

(iv) T4 - Annual Turnover: The average annual turnover from construction of last
five financial years (i.e., FY 2018-19, FY 2019-20, FY 2020-21, FY 2021-22 and
FY 2022-23) should be > INR 5,42,45,238.00
The average annual turnover of JV/ Consortium will be based on percentage
participation of each member.
Example: Let Member-1 has percentage participation = M and Member-2 has =N.
Let the average annual turnover of Member-1 is ‘A’ and that of Member-2 is ‘B’, then
the average annual turnover of JV will be= (AM+BN)/100

Notes:
a) Financial data for latest last five audited financial years has to be submitted by the
tenderer in Appendix-18 of FOT duly certified by Chartered Accountant/ Company
Auditor/Statutory Auditor with his stamp and signature in original with membership
number and firm registration number. All the documents or certifications which are
provided by CA, must contain UDIN thereon and the particulars of certifications
must be same as mentioned on document/certification and submitted to ICAI on its
website which can be verified online on https://udin.icai.org/search- udin. In case
the financial data of the last financial year is not made available by the bidder, he
has to submit an affidavit certifying that ‘the balance sheet has actually not been
audited so far’. In such a case the financial data of previous ‘4’ audited financial
years will be taken into consideration for evaluation. If certified financial data of any
year other than the last year is not submitted, Turnover of the respective year shall
be considered NIL.
b) Where a work is undertaken by a JV/Consortium, only that portion of the contract
which is undertaken by the concerned applicant/member should be indicated and
the remaining done by the other members of the group be excluded. This is to be
substantiated with documentary evidence.
c) For construction turnover or financial data required for each year - Exchange rate
for foreign currency shall be as prevailing on the last day of the respective year.

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 10


NHSRCL VOL1-NIT, ITT, FOT

1.1.3.3 Bid Capacity Criteria: Deleted

1.1.3.4 The tender submission of tenderers, who do not qualify the minimum eligibility criteria & bid
capacity criteria stipulated in the clauses 1.1.3.2 & 1.1.3.3 above, shall not be considered for
further evaluation and therefore rejected. The mere fact that the tenderer is qualified as
mentioned in sub clause 1.1.3.2 shall not imply that his bid shall automatically be accepted. The
same should contain all technical data as required for consideration of tender prescribed in the
ITT.
1.1.4 Contents of Tender documents
Volume 1
 Notice Inviting Tender
 Instructions to Tenderers (including Annexures)
 Form of Tender (including Appendices)
Volume 2
 General Conditions of Contracts
 Particular Conditions of Contract (including Schedules)
Volume 3
 Employer’s Requirement – General
Volume 4
 Outline Specifications
Volume 5
 Tender Drawings
Volume 6
 Bill of Quantities
Volume 7
 Reference Information/Document
1.1.5 The contract shall be governed by the documents listed in Para 1.1.4 above.
The tenderers may obtain further information/ clarification, if any, in respect of these tender
documents from the office of National High Speed Rail Corporation Ltd., at 3rd floor, Riverfront
House, Between Nehru and Gandhi Bridge, Riverfront (W), Ahmedabad-380009, Email Id:
[email protected]
1.1.6 All tenderers are hereby cautioned that tenders containing any material deviation or reservations
as described in Clause E 4.0 of “Instructions to Tenderers” shall be considered as non-
responsive and is liable to be rejected.
1.1.7 The intending tenderers must be registered on e-tendering portal
https://etenders.gov.in/eprocure/app. Those who are not registered on the e-tendering portal
shall be required to get registered beforehand. After registration, the tenderer will get user id
and password. On login, tenderer can participate in tendering process and can witness various
activities of the process.
1.1.8 The authorized signatory of intending tenderer, as per Power of Attorney (POA), must have valid
Class-II or Class-III digital signature. The tender document can only be downloaded or
uploaded using Class-II or Class-III digital signature. However, the tenderer shall upload their
tender on https://eprocure.gov.in/eprocure/app using class-II or class-III digital signature of
the authorized signatory only.
1.1.9 Tender submissions shall be done online on https://eprocure.gov.in/eprocure/app after
uploading the mandatory scanned documents towards cost of tender documents such as
scanned copies of transaction of payment i.e. RTGS, NEFT & IMPS and towards Tender
Security such as Bank Guarantee or Demand Draft or Pay Order or Banker’s Cheque from a
Scheduled commercial bank based in India or scanned copies of transaction of payment i.e.

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 11


NHSRCL VOL1-NIT, ITT, FOT

RTGS, NEFT & IMPS.


1.1.10 Submission of Tenders shall be closed on e-tendering website of NHSRCL at the date & time
of submission prescribed in NIT after which no tender shall be accepted.
It shall be the responsibility of the bidder / tenderer to ensure that his tender is submitted online
on e-tendering website https://eprocure.gov.in/eprocure/app before the deadline of submission.
NHSRCL will not be responsible for non-receipt of tender documents due to any delay and/or
loss etc.
1.1.11 Tenders shall be valid for a period of 90 days (both days inclusive i.e. the date of submission of
tenders and the last date of period of validity of the tender) from the date of submission of
Tenders and shall be accompanied with a tender security of the requisite amount.
1.1.12 NHSRCL reserves the right to accept or reject any or all proposals without assigning any
reasons. No tenderer shall have any cause of action or claim against the NHSRCL for rejection
of his proposal.
1.1.13 Tenderers are advised to regularly visit e-tendering portal https://eprocure.gov.in/eprocure/app
for updates.
For any complaints, tenderers may contact

Chief Project Manager/Civil


3rd floor, Riverfront House, Between Nehru and Gandhi Bridge,
Riverfront (W), Ahmedabad-380009
Email id: - [email protected]
1.1.14 Courts in Ahmedabad, Gujarat alone shall have the jurisdiction to entertain any application or
other proceedings in accordance with Laws of India in respect of anything arising under this Bid.

Sd/-
Chief Project Manager/Civil
NHSRCL/Ahmedabad

Contract: NHSRCL/ADI/2023-24/01/Vol-1/NIT Page 12


NHSRCL VOL1-NIT, ITT, FOT

Instructions for Online Bid Submission


The bidders are required to submit soft copies of their bids electronically on the e-procurement portal
(CPP Portal), using valid Digital Signature Certificates. The instructions given below are meant to assist
the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://etenders.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on
the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class
II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by
CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible
to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and
the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS


1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders
by several parameters. These parameters could include Tender ID, Organization Name, Location,
Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may
combine a number of search parameters such as Organization Name, Form of Contract, Location,
Date, Other keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder.
This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any
corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want
to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which
the bid documents have to be submitted, the number of documents - including the names and
content of each of the document that need to be submitted. Any deviations from these may lead to
rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid
documents may be scanned with 100 dpi with black and white option which helps in reducing size
of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents
(e.g. PAN card copy, GST certificate copy, annual reports, auditor certificates etc.) has been
provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available
to them to upload such documents. These documents may be directly submitted from the “My

Contract: NHSRCL/ADI/2023-24/01/Vol-I/NIT Page. 13


NHSRCL VOL1-NIT, ITT, FOT

Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.

SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in
time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues.
2) The Bidder has to digitally sign and upload the required bid documents one by one as indicated in
the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and
enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the concerned official, latest by the last date of bid
submission or as specified in the tender documents. The details of the DD/any other accepted
instrument, physically sent, should tally with the details available in the scanned copy and the data
entered during bid submission time. Otherwise the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in the format
provided and no other format is acceptable. If the price bid has been given as a standard BOQ format
with the tender document, then the same is to be downloaded and to be filled by all the bidders.
Bidders are required to download the BOQ file, open it and complete the colored (unprotected) cells
with their respective financial quotes and other details (such as name of the bidder). No other cells
should be changed. Once the details have been completed, the bidder should save it and submit it
online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid
shall be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard
time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The
bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The confidentiality of the bids is maintained using the
secured Socket Layer 128-bit encryption technology. Data storage encryption of sensitive fields is
done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a
system generated symmetric key. Further this key is subjected to asymmetric encryption using
buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after
the tender opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening by the authorized
bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in
the portal), the portal will give a successful bid submission message & a bid summary will be
displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.
This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should
be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in
the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk.
3) For any Technical queries related to Operation of the Central Public Procurement Portal Contact at:
Tel: The 24 x 7 Help Desk Number 0120-4200 462, 0120-4001 002/5, 0120-6277 787.
E-Mail: support-eproc[at]nic[dot]in
International bidders are requested to prefix +91 as country code.

Contract: NHSRCL/ADI/2023-24/01/Vol-I/NIT Page. 14

You might also like