Nit
Nit
Nit
TENDER DOCUMENTS
(Single Stage Two Packet Bid)
VOLUME 1
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
1.1 GENERAL
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.
To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS, the
details of bank account of NHSRCL is mentioned below:
(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.
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.
*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
(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.
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.
Sd/-
Chief Project Manager/Civil
NHSRCL/Ahmedabad
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
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.