TENDER DOCUMENT PRESS TENDER ENQUIRY Tender No: … India.pdf · NLC INDIA LIMITED ('Navratna' - A...
Transcript of TENDER DOCUMENT PRESS TENDER ENQUIRY Tender No: … India.pdf · NLC INDIA LIMITED ('Navratna' - A...
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
1
NLC INDIA LIMITED
('Navratna' - A Government of India Enterprise) Neyveli-607801, Tamilnadu, India.
OFFICE OF THE GENERAL MANAGER/CSR
C.T.O BUILDING, Block-1, Neyveli-607801 Cuddalore District, Tamilnadu, India
TENDER DOCUMENT
PRESS TENDER ENQUIRY
Tender No: GM/CSR/29/2019-20
Fax : 04142-255439 Website : www.nlcindia.com
Phone : 04142-255439 E mail : [email protected]
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
2
INDEX
Section Title Page
I Schedule of Tender (SOT) 3
II Notice Inviting Bid 5
III Instruction to Bidders 14
IV General Conditions of Contract 48
V Special Conditions 62
VI Forms 73
VII Price Schedule 79
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
3
I. SCHEDULE OF TENDER (SOT)
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
4
SCHEDULE OF TENDER (SOT)
NLCIL TENDER No.& CCMS NO Tender No GM/CSR/29/2019-20, Date: 30.11.2019
CCMS NO: 1920000502
Name of work:
Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
Approximate value of work Rs. 58,35,070.54 ( Sch-I : 50,77,137.24+ Sch- II : 7,57,933.30)
MODE OF TENDER
i) e-Tendering System (Online submission of Bid - Part-I & Part-II )
ii)Offline submission of documentary evidences for the contents of Part-I ( Physical cover)
Date of Tender Documents available to parties in the
web site 30.11.2019
Cost of tender document ( Non-refundable) Rs.2000.00 (Inclusive of GST).
EMD/ Bid Guarantee Amount Rs.1,27,000.00
Validity of EMD/ Bid guarantee in the form of Bank
Guarantee
Minimum of 120 days from the original scheduled date of
opening of the bid (Part-I).
Date of Starting of online submission and off line
submission. 30.11.2019
Last date and time for Remitting Cost of tender
document and Registration 11.12.2019 at 17:00 hrs. IST.
Last Date & Time of online submission (Part-I & Part-
II) and receipt of Physical cover (Part-I) 13.12.2019 at 15:00 hrs. IST.
Date & Time of opening of Part-I and its Physical Cover
13.12.2019 at 15:30 hrs. IST
(The Part-I physical cover will be opened initially followed by
opening of e-bids under Part-I).
Date & time of opening of Part-II Will be informed after evaluation of Part-I cover.
Date of e- Reverse Auction Will be informed after evaluation of Part-II.
Opening Price’ i.e. Start Price for Reverse Auction R1 price (the lowest evaluated bid price).
Bid Decrement value for Reverse Auction: Rs.15,000.00 and its multiples.
Time schedule Time schedule to complete the work is 4 (four) months from the
date of handing over of site.
Bid validity The Bid shall be kept valid for 90 days from the date originally set
for opening Part-I.
Current Account No. for remittance through RTGS /
NEFT 10895129124/State Bank Of India/Neyveli Branch
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
5
II. NOTICE INVITING BID
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
6
NOTICE INVITING BID
Introduction NLC India Limited (NLCIL), is a Navratna, Government of India enterprise registered under the
Indian Companies Act 1956, engaged in mining of lignite in Neyveli of Tamilnadu State &
Barsingsar of Rajasthan State, India and in power generation. 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 24 MTPA supplying lignite to three Nos., pit-head, thermal power stations
having a total generating capacity of 2,490 MW. The first thermal power station (TPS-1) was
commissioned in 1962 with a capacity of 600 MW (6 x50 MW + 3x100 MW). This was followed by
TPS-II of 1,470 MW (7 x 210 MW), TPS-I Expansion 420 MW (2 x 210 MW) and Lignite based
Power Station at Barsingsar, Rajasthan 250 MW (2x125MW) capacities. The present total power
generation capacity of NLCIL thermal power stations is 2,740 MW.
In addition to the above, two units of 250 MW TPS-II expansion consisting of 2x250 MW lignite
fired CFBC units at Neyveli is commissioned.
NLCIL has also formed a joint venture (JV) Company with the Tamil Nadu Electricity Board in the
name of NLC Tamilnadu Power Limited (NTPL), which has recently commissioned a 2 x 500 MW
coal based thermal power project at Tuticorin in the State of Tamil Nadu.
NLCIL is presently executing a New Neyveli Thermal Power Project of 2x500 MW capacity, as a
Greenfield project, at Neyveli, Cuddalore District of Tamil Nadu.
NLCIL has also formed a joint venture (JV) company with Uttar Pradesh Rajya Vidut Utpadan
Nigam Limited (UPRVUNL) in the name of Neyveli Uttar Pradesh Power Limited (NUPPL) to set up
coal based supercritical power plant with a capacity of 1980 MW (3 x 660 MW) in the state of
Uttar Pradesh at Ghatampur Teshil with 51:49 equity participation.
NLCIL have now taken up implementation of Lignite based Thermal Power Station-II, Second
Expansion, consisting of two (2) supercritical units of 660 MW capacity each, at Mudanai village
(near Neyveli), Cuddalore District, Tamil Nadu.
1.0 Invitation:
Bids in English are invited by NLC India Limited, Neyveli (formerly NEYVELI LIGNITE CORPORATION
LIMITED) for the work as mentioned in “Schedule of Tender (SOT)” in Two Part system as per
details given below:
2.0 Tender No: Refer Section I SCHEDULE OF TENDER (SOT).
3.0 Bidding Details: Refer Section I SCHEDULE OF TENDER (SOT).
4.0 Tender documents are hosted in the website a) www.nlcindia.com b) www.eprocure.gov.in
[Central Public Procurement Portal (CPPP) of Government of India].
Clarifications can be obtained from the following address:
GENERAL MANAGER/CSR,
CTO, NLC INDIA LIMITED,
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
7
NEYVELI – 607 801, TAMIL NADU, INDIA.
TELEPHONE NO. : 04142-255439
FAX NO. : 04142-255439
E-mail : [email protected]
5.0 Qualifying Requirement for the bidders:
5.1
a. The Tender is open to any Bidder who can be an individual or a firm or a company.
b. The Bidder should have satisfactorily completed any Civil work in any Government / quasi
Government / PSU / PSE / Public Limited Company, in their own name/in the name of any
one of the partners / his firm in case of partnership firm applies for this tender.
c. The above works should have been completed during the last 7(seven years) reckoned with
the original scheduled date of tender opening.
d. The bidder should have executed and completed
Minimum one work as mentioned in 5.1(b) above, in a single agreement / Work order of completed value, not less than Rs. 46,68,100.00.
(or)
Minimum two works as mentioned in 5.1(b) above, in two agreements /Work orders of completed value, each not less than Rs.29,17,600.00.
(or)
Minimum three works as mentioned in 5.1(b) above, in three agreements / Work orders of completed value, each not less than Rs. 23,34,100.00.
e. Average annual turnover of the Bidder for the 3 financial years immediately preceding the
original scheduled Tender Opening date, should not be less than Rs. 17,50,600.00. The bidder
shall furnish audited profit and loss account and balance sheet to reckon the annual financial
turnover in the name of the individual in case of the individual bidder and if the bidder is a
firm or a company, the same must be in the name of the bidder or firm or company alone, for
the aforesaid three years to satisfy the PQ conditions on average annual financial turnover. If
the bidder is not able to furnish the aforesaid audited financial statement for the latest
financial year for the genuine reason of not having completed the auditing, the bidder shall
submit the audited financial statement for the three consecutive financial years immediately
prior to latest financial year satisfying above turnover requirements. Documentary evidence
in the form of work completion certificate as required in 5.1(a) or 5.1(b) or 5.1(c) from the
competent authority should also be enclosed along with the tender documents.
5.2 The Bidder should have positive net worth as per their latest audited financial statement.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
8
5.3 Other qualifying requirement for the bidders:
5.3.1 The bidder should have independent Provident Fund code number allotted in favour
of his establishment under EPF & Misc. provisions act 1952. The PF code number so
allotted shall be furnished with the tender documents.
5.3.2 The personnel/workmen engaged by the bidder for execution of works in NLCIL shall
be in the rolls of the bidder agency and shall have to be given appointment
letter/Employment card under CL(R&A) Act 1970 issued by the bidder to that effect.
The bidder has to furnish a certificate of undertaking to that effect, along with tender
documents.
5.3.3 The bidder shall also possess a valid certificate of registration under GST and the
same should be furnished along with tender documents.
5.3.4 The bidder should have (obtained the/ holder of) the Permanent Account Number
(PAN) under the income tax act and production of 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.)
5.4 Documentary Evidences to be enclosed in Part-I towards meeting QR:
5.4.1 For Qualifying requirement for the bidders under clause 5.1
a. Copy of LOI/LOA/Work order/Agreement/Contract along with the completion
certificate/performance certificate/finalization order with the value of work and
date of completion issued by the party with whom the Work order/ Agreement/
Contract has been entered and completed.
b. The following documentary evidences for the identity of bidder shall be enclosed
along with Part-I of the bid.
i. Copy of Partnership deed, firm registration (if it is a partnership firm) and
latest renewal of firm registration.
ii. Copy of Certificate of incorporation, memorandum of association and article
of association in case of a company.
iii. If it is a proprietary firm the bidder shall furnish a declaration letter in this
regard.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
9
iv. Bid submitted without proper documentary evidence to substantiate the
fulfillment of the Qualifying Requirements as specified are likely to be
rejected without assigning any reasons.
5.4.2 For Other Qualifying requirement for the bidders under clause 5.2
i. Copy of document containing PF code number so allotted in favour of the bidder
under EPF & Misc. provisions act 1952.
ii. Duly filled and signed Declaration by the bidder as per ‘List of Annexure’.
iii. Copy of valid certificate of registration under GST authorities.
iv. Copy of Permanent Account Number (PAN) card along with self attested print out
of the online IT statement indicating zero tax liabilities for four consecutive years
prior to bidding.
5.5 Other Conditions:
i. Notwithstanding anything stated above the owner reserves the right to verify all
statements/ information submitted to confirm the Bidder’s claim on experience to assess
the capacity and capability of the bidder to perform the contract should the
circumstances warrant such an assessment in the overall interest of the owner/
purchaser.
ii. An associate of a bidder is not permitted to be a bidder in the same tender.
6 Time Schedule: Refer Section I SCHEDULE OF TENDER (SOT).
7 EMD / Bid Guarantee:
7.1 Bidder is required to submit EMD/ Bid Guarantee for the amount indicated in Section I
SCHEDULE OF TENDER (SOT) along with the Bid (Part–I) in the form and manner as
described in the Instructions to Bidders.
8 Bid Submission and Opening:
8.1 The bid shall be submitted as follows:
Part-I: The Part-I shall be submitted online and offline as follows:
a. Online submission: The following shall be submitted online by the bidder in the specified
form.
1. Documentary evidence for payment of Cost of tender document. (RTGS / NEFT
payment)
2. Documentary evidence for payment of EMD/Bid Guarantee (DD, Bankers cheque,
Bank guarantee, or RTGS / NEFT payment)
3. Duly filled and signed Notarised affidavit (as mentioned in the list of Annexure)
4. Duly filled and signed Bid Form (Part-I) (as mentioned in the list of Annexure)
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
10
5. Duly filled and signed Checklist for Important Documents (as mentioned in the list of
Annexure).
6. Duly filled and signed check list for QR documents. (as mentioned in the list of
Annexure)
i. Copy of the Completion certificate for the works from the users, along with the
copy of the agreement /work order of the work for having met the qualifying
requirements
ii. Copy of PF code number allotted in the name of the bidder
iii. Copy of the GST registration No.
iv. Copy of the PAN card No ,& Tax payer’s Identification No.(TIN)
v. Declaration to be furnished regarding other qualifying requirements for the
bidders. (as mentioned in the list of Annexure)
vi. Self attested printout of online IT statement for four consecutive years as
required
vii. Copy of ESI code number allotted in the name of the bidder
7. Partnership firm: Copy of Partnership deed, firm registration and latest renewal of
firm registration
Company: Copy of Certificate of incorporation, memorandum of association and
article of association
Proprietary firm: declaration letter in this regard
8. Details to be furnished by the bidders (as mentioned in the list of Annexure)
9. Bank account details for ‘e’ payment (as mentioned in the list of Annexure)
10. Duly filled and signed check list for bid submission(as mentioned in the list of
Annexure)
b. Off line submission (Physical cover): The bidder shall also submit the following in a sealed
cover on or before the scheduled Date & Time [Indicated in Section-I schedule of Tender
(SOT)].
1. Documentary evidence for payment of Cost of tender document (RTGS / NEFT
payment)
2. Documentary evidence for payment of EMD/ Bid Guarantee (DD, Bankers cheque,
Bank guarantee, or RTGS / NEFT payment)
3. Duly filled and signed Notarised affidavit (as mentioned in the list of Annexure)
Note:
1. The Bid received without submission of original documentary evidence for i) payment of
Cost of tender document, ii) payment of Bid Guarantee and iii) Duly filled and signed
Notarised affidavit will be summarily rejected.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
11
2. The bid received offline without online registration/submission shall be summarily
rejected. If prices are revealed in Part-I, the bid will be rejected.
Part II shall contain the following:
1. PRICE FORM ALONE
(Detailed preparation of bid, bid submission are dealt in the clause “BID SUBMISSION AND
OPENING” of Instruction to Bidders)
The bidder shall submit the offer for full scope of work indicated in the Tender Specification.
9 Special Note and information regarding Registration:
9.2 Down loading of tender document: please visit our website: www.nlcindia.com or Central
Public Procurement Portal (CPPP) of Government of India, Website: www.eprocure.gov.in.
9.3 The Cost of tender document: May be remitted in the manner prescribed in NLCIL website
under e-contracts portal through RTGS / NEFT mode or e-payment. The Bank commission
charges will be to the account of the bidder.
Beneficiary name : NLC India Limited, Neyveli
Beneficiary Bank : State Bank of India.
Address of the bank : Block-2, Neyveli – 607 801
A/C No : 10895129124
Nature of A/C : Current
IFSC code : SBIN0000958
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.
9.4 EMD/Bid Guarantee:
The bid Guarantee can be submitted in either of the following:
Demand Draft /Banker’s Cheque /RTGS mode/NEFT mode/Bank Guarantee (For Details of
EMD/Bid Guarantee, Please refer to the clause EMD/ BID GUARANTEE of Instruction to
bidders.)
9.5 Registration:
The process involves Bidder registration with NLCIL website under e-contracts portal. Only
after successful registration, the Bidder(s) can submit his/their bids electronically. Bidders
are required to make their own arrangement for bidding from a computer connected with
Internet. NLCIL shall not be responsible for making such arrangements.
Interested bidders are required to pay the Cost of tender document and register in the URL
and click on “New Bidder” and fill up the registration form with their details like Bidders
address, user ID and Password, Cost of tender document details etc., and attach a scanned
copy of Cost of tender document details with UTR No., Remitted Bank, Amount, Date etc.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
12
and submit. Kindly note that Bidder name will be captured from Digital Signing Certificate
(DSC). Bidders are advised to keep note of the same. It may be noted that no separate user
id and password will be provided by NLCIL. Acceptance or Rejection of Registration request
for the Tender will be intimated by a separate e-mail message. After the Cost of tender
document payment and successful registration, the bidder can login with their user ID,
password & DSC and participate in the e-Tender. Cost of tender document is non-refundable.
Others:
a. Amendments / Errata / Corrigendum / Clarifications if any issued for the tender shall form
part and parcel of the tender document. Amendments / Errata / Corrigendum /
Clarifications if any will be displayed in NLCIL’s Website www.nlcindia.com and Central
Public Procurement Portal (CPPP) of Government of India, Website:
www.eprocure.gov.in. Firms are requested to visit NLCIL’s Website and Central Public
Procurement Portal (CPPP) and note the Amendments before submission of offer. NLCIL
shall not be responsible if any Firm omits to notice any Amendments. Amendments will
be numbered consecutively.
b. All other terms and conditions along with technical details, time schedule, bid guarantee,
validity of bids and instruction to bidders, etc. are contained in the Tender Documents.
c. Any offer received after the expiry of the time specified for receiving the completed bids
are liable for rejection.
d. Mere registration by the bidder does not mean that the bid/offer of such Bidder would be
automatically considered.
e. NLC INDIA Limited reserves the right to reject any bid or all bids received at its discretion
without assigning any reason what so ever.
f. NLC INDIA Limited shall not be responsible for any delay, loss or non-receipt of the
Tender document, any letter or Bid which is sent through post/courier either way.
g. Offer is to be made in Indian Rupees and payment for entire scope will be made in Indian
Rupees only.
h. Bid submitted in any other mode other than specified shall be rejected.
i. In case of extension of Bid submission date, the Pre Qualification Requirements met by
the Bidder as on the original Scheduled date of tender opening, shall alone be taken into
account.
j. Bids submitted without proper documentary evidence to substantiate fulfillment of the
qualifying requirements are likely to be rejected.
k. No deviations from the terms and conditions of the tender document are allowed.
l. If the date of submission of Tender is later declared as a holiday Tender can be submitted
on the next working day.
GENERAL MANAGER/CSR
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
13
III. PART-I
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
14
INSTRUCTION TO BIDDERS
Bidders are requested to read the terms & conditions of this tender before submitting their online bids.
In this document the terms “Bidder” and “Bidders” mean the one and same.
1.0 NLCIL invites Bids for the work as mentioned in “Schedule of Tender (SOT).” The bidder shall submit
the offer for complete scope of work indicated in the Tender Document.
2.0 Pre requisites for accessing NLCIL Website
a. Software Requirements
Refer to NLCIL’s portal (econts.nlcindia.com) for system requirement.
b. Digital Certificate
Bidder should have a legally valid CLASS III Digital Certificates (i) Digital Signature,
non-repudiation certificate (used for Signing) and (ii) Key Encipherment Certificate (used for
encrypting Bid Document) with Organisation name from any of the licensed Certifying
Authorities (CA) operating under the Root Certifying Authority of India (RCAI), Controller of
Certifying Authorities (CCA) of India.
Ensure that all necessary trust certificates and drivers are installed as per CA’s instruction and
working properly for detailed guidance about browser and Java configuration the bidders are
advised to go through the guide available in the portal.
2.1 Registration:
The process involves Bidder registration with NLCIL website under e-contracts portal. Only after
successful registration, the Bidder(s) can submit his/their bids electronically. Bidders are
required to make their own arrangement for bidding from a computer connected with Internet.
NLCIL shall not be responsible for making such arrangements.
Interested bidders are required to pay the Cost of tender document and register in the URL and
click on “New Bidder” and fill up the registration form with their details like Bidders address,
user ID and Password, Cost of tender document details etc., and attach a scanned copy of Cost
of tender document details with UTR No., Remitted Bank, Amount, Date etc., and submit.
Kindly note that Bidder name will be captured from Digital Signing Certificate (DSC). Bidders are
advised to keep note of the same. It may be noted that no separate user id and password will
be provided by NLCIL. Acceptance or Rejection of Registration request for the Tender will be
intimated by a separate e-mail message.
After the Cost of tender document payment and successful registration, the bidder can login
with their user ID, password & DSC and participate in the e-Tender. Cost of tender document is
non-refundable.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
15
3.0 Payment of Cost of tender document
The payment towards Cost of tender document is to be remitted in favour of NLC India Limited by
NEFT/RTGS or e-payment to NLCIL’s bank account as per following detailed in NIB.
Bank Details : State Bank of India, Branch: Neyveli Main
Account Details : 10895129124
Beneficiary Name : NLC India Limited,
IFSC Code No. : SBIN0000958
Cost of tender document will be deemed to have been submitted by the bidder if and only if the
same is received (credited) in the above bank account within the stipulated time. Cash payments
will not be accepted.
4.0 EMD / BID GUARANTEE:
4.1 Bidder is required to submit EMD/ Bid Guarantee for an amount mentioned in Schedule of
tender (SOT) along with the Bid (Part–I) in the form and manner as described below.
4.2 The Bid shall be accompanied by EMD/ Bid Guarantee either in the form of bank guarantee
valid for the period mentioned in Schedule of tender (SOT) or Demand Draft or Bankers
cheque drawn in favour of “M/s. NLC INDIA LIMITED” payable at Neyveli.
The amount of EMD/ Bid Guarantee may also be remitted through RTGS / NEFT mode and the
UTR No. shall be indicated in the Part-I. The Bank commission charges will be to the account
of the bidder. The remittance details shall be clearly indicated by the bidder in their offer and
the qualification of the bidder is subject to receipt of amount of Bid Guarantee stipulated in
the tender.
Beneficiary name : NLC India Limited
Beneficiary Bank : State Bank of India.
Address of the bank : Block-2, Neyveli - 607801
A/C No : 10895129124
Nature of A/C : Current
IFSC code : SBIN0000958.
4.3 The EMD/ bid guarantee can also be in the form of an irrevocable bank guarantee from any
nationalized bank / scheduled bank in India/ any bank outside India except bank of china
approved by RBI or acceptable to NLC INDIA LIMITED. The EMD/ bid guarantee in the form of
bank guarantee shall be valid for the period mentioned in Section I SCHEDULE OF TENDER
(SOT).
4.3.1 The bank guarantee issued by the issuing bank on behalf of bidder/ Contractor shall be
in paper form as well as issued under the “Structured Financial Messaging System
(SFMS)”.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
16
The issuing bank shall publish the issuance of bank guarantee under ‘SFMS’ to NLCIL’s
beneficiary bank, the details of which are furnished below:
Documentary evidence for issuance of bank guarantee by issuing bank shall be
submitted.
4.3.2 EMD/ Bid Guarantee submitted in the form of Bank guarantee, in physical mode which
cannot be verifiable through SFMS will be rejected summarily.
4.4 The EMD/ Bid Guarantee in any other mode and form other than stipulated or any adjustment
or part amount shall not be accepted. Any Bid, without EMD/ Bid Guarantee, shall be rejected
outright.EMD/Bid guarantee so deposited shall not bear any interest.
4.5 Unless otherwise expressly stated,
a. The EMD/ Bid Guarantee shall be executed only on behalf of the Bidder registered for the
tender.
b. The bid and other documents shall be submitted only by the Bidder registered for the
tender
c. In the case of EMD/ bid guarantee furnished in the form of bank guarantee, the bank
guarantee shall be as per the format enclosed, (mentioned in the list of annexure)
prescribed by the owner. Otherwise the bid shall be summarily rejected.
4.6 The Bidder shall arrange for extension of validity upon request from the Owner. No interest
shall be paid on EMD / Bid Guarantee amount. Any offer without the EMD / Bid Guarantee or
with bank guarantee for lesser amount or EMD / bid guarantee in a form other than the
specified herein above shall be liable for rejection without further reference to the Bidder(s)
or to the concerned Bank.
4.7 Forfeiture of EMD/ Bid Guarantee:
The EMD/ Bid Guarantee shall be forfeited if:
a. The bid has been unilaterally revoked/revised/modified/withdrawn before expiry of bid
validity period by the bidders (or)
b. The price(s) have been unilaterally increased or altered after the bid opening and during
validity of the offer by the bidder. (or)
Name of Beneficiary NLC India Limited
Unit/Area/Division CTO/CSR
Beneficiary Bank, Branch & Address State Bank of India
Block-2, Neyveli-607801
IFSC Code SBIN0000958
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
17
c. The Owner accepts the bidder’s bid proposal and the bidder refuses to accept LOA or
enter into contract after the contract is awarded to him.
d. The Successful bidder fails to submit Bank Guarantee towards Security Deposit as
required.
e. In case of finding bogus / forged certificate.
4.8 Without prejudice to any other remedies available at law,
1. In the event of any of the contingencies mentioned in clause 4.7(a) to (e) NLC INDIA
LIMITED shall have the right at their discretion, to reject the bid without notice to the
bidder.
2. In the event of any of the contingencies mentioned in clause 4.7(c), (d) and (e) NLC INDIA
LIMITED shall have the right to cancel the LOA/ contract, without notice to the bidder.
3. In addition to the above, (1) and (2) NLC INDIA LIMITED shall also have the right to debar
the defaulting bidder for a period to be specified, from participating in any of their tenders
and the decision of the Owner in this regard shall be final and binding on the bidder.
4.9 In the case of Unsuccessful Tenderers:
1. If the Earnest Money Deposit /Bid guarantee is in the form of Demand Draft/ pay
order/Banker’s cheque/ through RTGS/NEFT/ Bank Guarantee, it shall be refunded
/returned within 15 days from the date of approval for placement of order on the
successful bidder.
2. In case the tender is cancelled, the earnest money deposit /Bid guarantee submitted in any
form shall be refunded / returned to all the tenderers.
4.10 In the case of Successful Tenderer.
4.10.1 The Earnest Money Deposit /Bid guarantee if furnished as Demand Draft/pay
order/Banker’s cheque/ through RTGS/NEFT, it shall be adjusted towards Security
Deposit.
4.10.2 If the Earnest Money Deposit /Bid guarantee is in the form of Bank Guarantee, it shall
be returned after submission and acceptance of Security Deposit.
4.11 The bid guarantee in the form of Bank guarantee shall be on a non judicial stamp of value not
less than Rs. 80/- The stamp paper shall be purchased in the name of the Bank.
4.12 All Bank Guarantee except bid Guarantee are to be furnished directly by the Banker to NLC
INDIA LIMITED either by RPAD/Courier.
5.0 Bidding Process:
The entire bidding process is divided in to Two Stages i.e. Stage-I and Stage-II. Stage-I bidding will
be through e-Tender and Stage-II bidding will be through e-reverse auction.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
18
5.1 Stage-I, e-Tender
5.1.1 Preparation of Bid
The Bidder will be able to prepare his Pre Qualifications Bid, TECHNICAL BID,
COMMERCIAL BID and PRICE BID online using the respective forms. For Guidelines
please refer to the help in the Portal.
Bidder can edit and save his offer any number of times till closing time of the bid.
However, once he submits his bid he will not be able to edit it.
If Bidder wants to edit his submitted bid then he has to first delete his submitted offer
and then edit his offer and resubmit. Only submitted bids will be considered for
evaluation. Any saved bids that are not submitted will be deleted by the system after
the due date of opening.
Bidder can attach files containing company profile details, scanned copies of dealership
certificate, scanned copies of technical drawings, etc., which are required for the
enquiry. The documents attached should be in PDF format.
File Size: 5MB is the maximum size of a single file that can be attached.
e-Bid Submission and Signing
Submission of e-bids online is a two-step process. In the first step, the Techno
Commercial bid and Initial Price Bid have to be filled and submitted. In the second step,
these bids have to be digitally signed using Bidder’s Digital Signature Certificate.
Bidder cannot submit any offer after the due date and time stipulated in the e-Tender.
All bids submitted by Bidder can be viewed by clicking on the link Submitted bids
provided in the left menu of the corresponding Bidder's home page.
All notices and correspondence to the bidder(s) shall be sent by email message only
during the process till finalization of tender. Hence the bidders are required to ensure
that their email address provided at the time of registration is valid and updated. Non
receipt of email will not entitle any bidder to lodge any claim and no complaint in this
regard shall be entertained. Bidders are also requested to ensure validity of their DSC
(Digital Signature Certificate).
Bidders are advised to see the web site regularly to remain updated with latest
information to ensure that they do not miss out any corrigendum / addendum uploaded
against the said e-tender after downloading the e-tender document. The responsibility
of downloading the related corrigendum, if any, will be that of the bidders.
5.2 Process of e-Tender:
5.2.1 On the scheduled date and time of tender opening, Tender Opening Committee will
open the Part -I of the bid and Physical sealed cover first.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
19
The offers/bids of the bidders who satisfy the conditions of details of payment
towards Cost of tender document, EMD/ Bid Guarantee as in NIB, compliance of
Notarised Affidavit shall alone be considered for further evaluation on QR aspects.
The bidders who qualify in QR conditions shall alone be considered for further
evaluation on Techno-commercial aspects.
The bidders who get qualified on techno-commercial aspects shall alone be
considered for price cover opening (Part-II) the qualified bidders will be intimated for
Part-II opening.
5.2.2 For evaluation purpose, prices quoted in the Price forms alone shall be taken into
consideration.
5.2.3 If a bidder desires to be present at the time of Tender Opening, he shall depute his
representative(s) (not more than two persons) in time with due authorization for
participating in the Tender Opening.
5.3 Stage – II: E-Reverse Auction: The Reverse Auction, if required, will be conducted among the
shortlisted bidders with a start price and decremented value. The Reverse auction procedure is
detailed under the heading “Rules of Reverse Bidding/Auction”.
6.0 Bidding in e-Tender & Reverse auction:
a. In all cases, bidder should use their own ID and Password along with Digital Signature at the
time of submission of their bid.
b. The e-tender floor shall remain open from the pre-announced date & time and for as much
duration as mentioned above.
c. All electronic bids submitted during the e-tender and e-reverse auction process shall be legally
binding on the bidder. Any bid will be considered as the valid bid offered by that bidder and
acceptance of the same by the Purchaser will form a binding contract between Purchaser and
the Bidder for execution of work.
d. It is mandatory that all the bids are submitted with digital signature certificate otherwise the
same will not be accepted by the system.
e. NLCIL reserves the right to cancel or reject or accept or withdraw or extend this bidding process
(e-tender and e-reverse auction) in full or part as the case may be without assigning any reason
thereof.
f. The server time shall be treated as final and binding. Bids recorded in the server before the bid
closing time will only be treated as valid bid. Bidders are, therefore, advised to submit their bids
well before the closing time of e-tender / e-reverse auction. If any bid reaches the server after
the bid closing time as per server time, the same will not be recorded and no complaint in this
regard shall be entertained.
g. Bidders are advised to exercise caution in quoting their bids in e-tender and e-reverse auction
to avoid any mistake. Bids once submitted can’t be recalled.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
20
h. Any order resulting from this bidding process shall be governed by the terms and conditions
mentioned in the NIB.
7.0 LANGUAGE OF BID:
The Bid, prepared by the Bidder and all correspondence and documents relating to the Bid,
exchanged by the Bidder and the Purchaser shall be written in English language.
8.0 SCOPE OF WORK
The specification and Quantity required are furnished in the Schedule. The Quantities given in the
Schedule are approximate only and may vary according to the Site Conditions/Requirements. Any
variation in the Quantity shall not have any effect on prices quoted and accepted.
9.0 LOCAL CONDITIONS:
9.1 It shall be imperative on the part of each Tenderer to fully inform himself of all local
conditions, factors problems, which may have an effect on the execution of the scope of
work, covered under the Tender documents and Specifications. In the interest of the
Tenderer, it is advisable to visit the Site and collect all information needed. Before submitting
Tender proposals, it is to be understood that the Tenderer had properly investigated and
considered the situation.
9.2 The Intending tenderer shall carefully study the tender documents and shall make a complete
and responsive offer.
9.3 Lack of clear understanding shall not be entertained at any point of time by the NLC India ltd
as cause for any financial and of time adjustment.
9.4 Any clarification necessary may be obtained well in advance to prepare the Tender.
10.0 BID DOCUMENTS:
10.1 The Bid Documents shall consist of:
Schedule of Tender
Notice Inviting bid
Instructions to Bidders
Price Schedule
General Conditions of Contract
Special Conditions of Contract
Forms
10.2 QUALIFYING REQUIREMENT FOR THE BIDDERS:
(Refer SECTION-II NOTICE INVITING BID)
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
21
11.0 AMENDMENT OF TENDER
11.1 Amendments / Errata / Corrigendum / Clarifications, if any, issued for the Tender shall form
part and parcel of the Tender Documents.
11.2 Amendments / Errata / Corrigendum / Clarifications will also be hosted in NLCIL’s Website
and CPP Portal. Bidders are requested to visit NLCIL’s Website/ CPP Portal and note the
Amendments / Errata / Corrigendum / Clarifications before submission of their Bid. NLCIL
shall not be responsible if any Bidder omits to notice any Amendments. Amendments will be
numbered consecutively.
12.0 PREPARATION OF BIDS
12.1 CONTENTS OF BID:
12.1.1 Part-I:The Part-I shall be submitted online and offline as follows:
c. Online submission: The following shall be submitted online by the bidder in the
specified form.
11. Documentary evidence for payment of Cost of tender document. (RTGS /
NEFT payment)
12. Documentary evidence for payment of EMD/Bid Guarantee (DD, Bankers
cheque, Bank guarantee, or RTGS / NEFT payment)
13. Duly filled and signed Notarised affidavit (as mentioned in the list of
Annexure)
14. Duly filled and signed Bid Form (Part-I) (as mentioned in the list of Annexure)
15. Duly filled and signed Checklist for Important Documents (as mentioned in
the list of Annexure).
16. Duly filled and signed check list for QR documents. (as mentioned in the list
of Annexure)
viii. Copy of the Completion certificate for the works from the users, along
with the copy of the agreement /work order of the work for having met
the qualifying requirements
ix. Copy of PF code number allotted in the name of the bidder
x. Copy of the GST registration No.
xi. Copy of the PAN card No ,& Tax payer’s Identification No.(TIN)
xii. Declaration to be furnished regarding other qualifying requirements for
the bidders. (as mentioned in the list of Annexure)
xiii. Self attested printout of online IT statement for four consecutive years
as required
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
22
xiv. Copy of ESI code number allotted in the name of the bidder
17. Partnership firm: Copy of Partnership deed, firm registration and latest
renewal of firm registration
Company: Copy of Certificate of incorporation, memorandum of association
and article of association
Proprietary firm: declaration letter in this regard
18. Details to be furnished by the bidders (as mentioned in the list of Annexure)
19. Bank account details for ‘e’ payment (as mentioned in the list of Annexure)
20. Duly filled and signed check list for bid submission(as mentioned in the list of
Annexure)
d. Off line submission (Physical cover): The bidder shall also submit the following in
a sealed cover on or before the scheduled Date & Time
[Indicated in Section-I schedule of Tender (SOT)].
4. Documentary evidence for payment of Cost of tender document (RTGS / NEFT
payment)
5. Documentary evidence for payment of EMD/ Bid Guarantee (DD, Bankers
cheque, Bank guarantee, or RTGS / NEFT payment)
6. Duly filled and signed Notarised affidavit (as mentioned in the list of Annexure)
Note:
3. The Bid received without submission of original documentary evidence for i)
payment of Cost of tender document, ii) payment of Bid Guarantee and iii) Duly
filled and signed Notarised affidavit will be summarily rejected.
4. The bid received offline without online registration/submission shall be
summarily rejected. If prices are revealed in Part-I, the bid will be rejected.
12.1.2 Part II shall contain the following:
PRICE FORM
12.2 PRICE SCHEDULE DETAILS:
12.2.1 The price schedule is bifurcated into two parts, viz. Schedule-I and
schedule-II. Schedule - I contains total value of work items. Schedule - II contains
total value of all provisions in respect of PF, SAC and DA. The Price Schedule
furnishes the rates for each item and line and grand total. The tender value is
exclusive of GST and is given for 100%. The tenderer shall quote his / their offer in
the Price form for the items of work given in schedule I only in single percentage
only of the Schedule-I of tender value, in figures.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
23
12.2.2 The rate/price furnished for all the items are excluding GST.
12.2.3 The tenderers are advised to prepare the Tenders with all details/data without fail in
the prescribed Form. Incomplete Tenders in any respects shall be liable for rejection.
12.2.4 The offer should be only in the price form otherwise it is liable for rejection.
12.2.5 The Bidder shall bear all costs and expenditure associated with the Preparation of
Bids and Submission of the same.
13.0 BID SUBMISSION AND OPENING
13.1 Part-I& Part-II including all attachments/enclosures shall be submitted online in the NLCIL
web site and originals of Part-I shall be submitted offline as instructed.
The originals of Part-I shall be submitted in a sealed cover which shall be super scribed as
under:
Name of the Bidder :
Tender No. :
Last date and time of receiving of bids :
Opening Date (Part I) and Time :
Bid for :
The sealed cover shall be reached to the address mentioned below or to be deposited in the
tender box of the office of the GM/CSR/CTO before the date and time indicated in section-I
Schedule of tender (SOT):
OFFICE OF THE GENERAL MANAGER/CSR, CTO BUILDING, NLC INDIA LTD.,
BLOCK-1, NEYVELI – 607801, CUDDALORE DISTRICT, TAMIL NADU, INDIA.
13.2 Failure to furnish all information required in the Tender Specifications or submission of a Bid
not substantially responsive to the Tender Specifications in every respect, Bids received in
incomplete shape shall be liable for rejection.
14.0 TIME SCHEDULE: Refer Section I SCHEDULE OF TENDER (SOT).
15.0 VALIDITY OF THE BID:
15.1 The Bid shall be kept valid for the period as mentioned in Schedule of Tender (SOT).
15.2 In exceptional circumstances, the Owner may seek the consent of the Bidder to extend the
period of validity of the Bid under the same terms & conditions and prices. The Bid
Guarantee furnished shall also be extended for the same period as per the Bid Validity.
16.0 Canvassing in any form is Strictly Prohibited.
17.0 LATEST HOUR FOR RECEIPT OF BIDS
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
24
Bids must reach this office not later than the time and date fixed for the receipt of the bids as
indicated in the Notice Inviting Bid. Bids delivered / received after the time and date fixed for the
receipt of the bids shall be rejected
18.0 TENDEROPENING:
a. This is a two stage tender. In the first stage, on the scheduled date and time of tender opening,
first the Part–I (Online and Physical cover) will be opened. After opening of the Part-I bids, the
bidders will be intimated through mail.
b. The offers/bids of the bidders who satisfy the conditions of details of payment towards Cost of
tender document & Bid Guarantee as in NIB, and compliance of Notarised affidavit shall alone
be considered for further evaluation on QR aspects. The bidders who qualifying QR conditions
shall alone be considered for further evaluation on Techno-commercial aspects. The bidders
who get qualified on techno-commercial aspects shall alone be considered for price cover
opening (Part-II). The qualified bidders will be intimated for Part-II opening. After opening of the
Part-II bids, the bidders will be intimated through mail.
c. After opening Part-II, the bidders will be ranked as R1,R2,R3… starting from the lowest offered
price in the price form and increasing in the ascending order.
d. In the second stage, the Reverse Auction, if required, will be conducted among the shortlisted
bidders with a start price and decremented value. The Reverse auction procedure is detailed
under the heading “Rules of Reverse Bidding/Auction”.
18.1 No request for postponement or extension of time shall be permitted for tender opening
date.
18.2 Bids submitted only against priced tender documents will be considered and the bid shall be
in the name of the bidder(s) on whose name the tender has been registered.
18.3 Bids once submitted shall not be returned and shall remain the property of the Purchaser.
19.0 EXAMINATION:
The Owner will examine the bid of the lowest price, to determine whether the bid are complete,
whether required bid guarantee are furnished, whether the bid are properly prepared and signed
and the Bidder meets the Qualifying requirements.
20.0 CLARIFICATION OF BIDS:
20.1 The Owner may seek such clarifications as may be needed with any Bidder or all Bidders for
proper examination, evaluation and comparison. Such request for clarification by the Owner
and clarifications by the Bidder/Bidders shall be in writing only.
20.2 The Price implications if any arising out of the clarifications shall not be furnished by the
bidders on their own, but be furnished only when the Owner calls for.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
25
21.0 COMPARISON OF BIDS:
21.1 The price bids shall be compared on the basis of total evaluated prices for the entire scope of
the work as defined in the Tender Document.
21.2 All the evaluated bid prices of the Bidders shall be compared to determine the lowest
evaluated price bid.
22.0 CORRESPONDENCE
All information, correspondence letters & details accompanying the tender documents and all
further correspondence in connection with the tender shall be submitted inadequate copies to
“OFFICE OF THE GENERAL MANAGER/CSR, CTO BUILDING, NLC INDIA LTD., BLOCK-1, NEYVELI –
607801, CUDDALORE DISTRICT, TAMIL NADU, INDIA.”
23.0 RULES OF REVERSE BIDDING/AUCTION
After rectification of arithmetical errors, the bidders will be ranked starting from the lowest offered
price and increasing in the ascending order.
From the ranking, the Highest Quoted Bidder (H1) shall be eliminated, subject to ensuring
minimum four (4) bidders participation in the reverse auction i.e H1 will be eliminated if 5 or more
bidders participated.
In case, participation is less than or equal to four (4), all the bidders will be qualified and shortlisted
for the Reverse Auction. All the short listed bidders for Reverse Auction shall be intimated about
their eligibility for participation in Reverse Auction.
In case more than one bidder turn out to be H1 bidders (with the same quoted price, all H1 bidders
will be eliminated subject to ensuring 4 (four) bidders participation in the reverse auction. Due to
such elimination of H1 bidders, if the available eligible bidders get reduced to less than four, all will
be included for Reverse Auction without elimination.
Terms and Conditions of Reverse Auction
i. Once NLCIL decides to conduct reverse auction for a tender, an e-mail containing the terms
and conditions, date and time of reverse auction (RA), the start price and the decrement
amount will be sent to all the eligible bidders to their Email ID registered with NLCIL
through e-contracts site (econts.nlcindia.com). The same will also be available in the home
page of NLCIL. E-contracts site after logging in under Reverse auction menu. It shall be the
sole responsibility of the bidders to view such emails and participate in the Reverse
Auction. NLCIL shall not be responsible for any failure on the part of the bidders to notice
the emails.
ii. In case of any change in the bidders Email ID, it is the responsibility of the bidder to update
his Email ID then and there (available under “Update Profile” menu using secure login).
NLCIL does not hold any responsibility for the lapses on the bidders side in this regard.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
26
iii. The bidders are also requested to login to NLCIL e-Contracts site (econts.nlcindia.com)
regularly and view the details of Reverse Auction (RA).
iv. The duration indicated in the auction screen, will be the minimum duration for the Reverse
Auction process. Scheduled duration of Reverse Auction shall be normally two hours.
v. Auction extension time: If a valid bid is placed within Ten (10) minutes of End Time of the
Reverse auction (RA), then RA duration shall get automatically extended for another Ten
(10) minutes from the existing end time. It may be noted that the auto-extension will take
place only if a valid bid comes in those last Ten (10) minutes. If a bid does not get accepted
as the lowest bid, the auto-extension will not take place even if that bid might have come in
the last Ten (10) minutes. The above process will continue till no bid is received in last Ten
(10) minutes which shall mark the completion of Reverse Auction. However, bidders are
advised not to wait till the last moment to enter their bid to avoid complications related to
internet connectivity, their network problems, system crash down, power failure etc.
vi. During the course of Reverse Auction if any problem arises in NLCIL’s Server that interrupts
the participation of the bidder in RA and resulting in closure of RA, NLCIL reserves the right
to continue RA with the last bid price offered in the RA. The rescheduled date and time of
RA will be intimated to the qualified bidders by E-mail/SMS.
vii. RA screens are activated 10 minutes before the start of the auction.
viii. In all cases, bidder should use their own ID and Password along with Digital Signature at
the time of submission of their bid.
ix. During the entire e-reverse auction process, the bidders will remain completely anonymous
to one another and also to everybody else.
x. The e-reverse auction floor shall remain open from the pre-announced date & time and for
as much duration as mentioned above.
xi. All electronic bids submitted during the e-reverse auction process shall be legally binding
on the bidder. Any bid will be considered as the valid bid offered by that bidder and
acceptance of the same by the NLCIL will form a binding contract between NLCIL and the
Bidder for execution of work.
xii. It is mandatory that all the bids are submitted with digital signature certificate otherwise
the same will not be accepted by the system.
xiii. The Start Price and the minimum Bid decrement value shall be displayed to the Bidders at
the start of the Reverse Auction. The bidder can bid lower than the current bid amount
however such bid should be single or multiple of decrement value.
xiv. Bidders shall be required to start bidding from this Start price, reducing their price by
minimum one decrement value or multiple of decrement value by clicking the calculator
button under the column ‘Action’.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
27
xv. A single Bid cannot have more than 5 times the decrement value from the current lowest
bid. In case the bidder wants to give more than 5 times the decrement value, he can give
multiple bids.
xvi. At the end of Reverse Auction, the lowest closing bid will be considered for further
processing.
xvii. Bids once made by the bidder cannot be revoked / withdrawn by them and the bidder shall
be bound to accept the price indicated in the auction as per their final bid price. Should the
bidder fail to accept the prices quoted and in conformity with the terms and conditions of
enquiry, their offer will be rejected without any notice besides debarring the firm for a
fixed period from participating in any of the NLCIL tenders and encashing the Bid guarantee
if any.
xviii. NLCIL reserves the right to reschedule or cancel the Reverse Auction Process/Tender at any
time without any notice or assigning any reason thereof.
xix. The time of NLCIL Server, hosting the reverse auction will be the basis for all time related
activities i.e., start of auction, closing of auction, acceptance of bid, etc. The server time
shall be treated as final and binding. Bids recorded in the server before the bid closing time
will only be treated as valid bid. Bidders are, therefore, advised to submit their bids well
before the closing time of e-reverse auction. If any bid reaches the server after the bid
closing time as per server time, the same will not be recorded and no complaint in this
regard shall be entertained.
NLCIL is not liable for any interruption or delay in accessing NLCIL’s Website irrespective of
the cause and for any system problems or inability to use the system by the Bidders.
Bidders are requested to make all the necessary arrangements / alternatives whatever
required so that they are able to circumvent such situation and be able to participate in the
reverse auction successfully.
xx. The Bidder shall not involve himself or any of his representatives in Price manipulation of
any kind directly or indirectly by communicating with other suppliers / bidders.
xxi. The Bidder shall not divulge either his Bids or any other exclusive details of NLCIL to any
other party.
xxii. The prevailing / current lowest bid will be displayed on the bidding screen during the
course of e-reverse auction and all subsequent bids shall have to be quoted lower than the
prevailing / current lowest bid.
xxiii. Bidders are advised to exercise caution in quoting their bids in e-reverse auction to avoid
any mistake. Bids once submitted can’t be recalled.
xxiv. Any order resulting from this bidding process shall be governed by the terms and
conditions mentioned in the NIB. NLCIL reserves the right to cancel this bidding process (e-
reverse auction) without assigning any reason thereof.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
28
23.1 Procedure of Reverse Auctioning (RA):
i. Reverse auction (if applicable) shall be conducted among the qualified bidders based on
the lowest evaluated bid price with the elimination of H1 bidder (wherever applicable).
After reverse auction, the bidders will be ranked as RL1, RL2, RL3…….
ii. The ‘Opening Price’ i.e. Start Price for RA (Reverse Auction): Refer Section I SCHEDULE
OF TENDER (SOT)
iii. Bid Decrement value: Refer Section I SCHEDULE OF TENDER (SOT)
iv. “RL1” Bid is the last offered rate i.e. further no bidder responds within the time limit.
v. After completion of the online Reverse Auction, the Closing Price (CP) i.e. RL1bid shall be
available for further processing.
vi. After reverse auction, if applicable, the successful bidder shall be asked to submit break
up of prices as per NLCIL format to arrive at their revised price matching the quoted
price by them in the Reverse Auctions, as per the ratio quoted in original price bid.
24.0 AWARD CRITERIA:
24.1 In case of non participation of bidders in the RA/no reduction of Price in the RA, then the
prices of bidders including the eliminated H1 bidder if any will be ranked as R1,R2,R3 (as
mentioned in the Clause –Tender Opening)shall hold good.
24.2 Based on the price ranking, the end user verification/confirmation of the PQR documents
submitted by bidder, who offered the lowest price in the reverse auction (RL1 bidder)
ortheR1 bidder (in case of no RA/non participation in RA/no reduction in RA)shall be carried
out.
24.3 a) Incase, the documents of the bidder who offered lowest price(RL1/R1)are found to be
false/incorrect, the next lowest bidder’s offer in their order of price ranking including
eliminated H1 bidder if any, will be verified till a successful bidder is identified or all the
eligible bidders are exhausted.
b) After getting the confirmation/verification from the end-user as stated above, placement
of order on successful bidder will be considered or otherwise.
24.4 During the above said evaluation process, incase, the documents of the bidder(s) are found to
be false/incorrect, then the bid(s) of such bidder(s) will be rejected and the following actions
will be taken.
Bid Guarantee amount of the bidder(s) will be forfeited. In case of, bidders for whom
exemption from payment of Bid Guarantee is applicable, the bidder has to remit Bid
Guarantee amount stipulated in the tender. If the amount is not remitted by the bidder,
the concerned authority issuing exemption certificate will be intimated accordingly for
cancellation of such certificate.
Such bidders will be banned for a period of two years from participating in future tenders.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
29
24.5 Bids shall be deemed to be under consideration immediately after the bids are opened, till
such time the Award/rejection of the bid is communicated in writing officially by the Owner.
24.6 Bidders or their representatives or other interested parties are strictly advised to refrain
from contacting by any means, the Owner and or his employers.
24.7 The Owner reserves the right to accept or reject any bid and to annul the Bidding process
and reject all the bids at any time prior to Award of Contract, without there by incurring any
liability to the affected Bidder/Bidders and not obliged to inform the grounds of such action
24.8 The Owner will be the sole Judge in this regard.
25.0 RIGHTS OF NLC INDIA LTD.:
The tenderer shall furnish the details of any relative employed in any capacity in any office/work
site of the NLC INDIA LTD., failing which, action will be taken as deemed fit.
26.0 COST OF TENDERING:
The tenderer shall bear all costs and expenditure associated with the preparation of the Tender
and connected work. NLC India Ltd shall not be liable for these costs.
27.0 ORDER OF PRECEDENT:
27.1 The Special Conditions shall prevail over General Conditions of Contract.
27.2 The Item description in the Schedule prevails over any other description and drawings.
28.0 ACCEPTANCE OF TENDER/LOA:
The Acceptance of tender shall be intimated by issue of a Letter of Award, which shall be signed
and accepted by the Successful Tendered, and the Contract Agreement concluded within the time
period specified in the Letter of Award.
29.0 NOTIFICATION OF AWARD:
The Owner will notify his intention to award the work to the Successful Bidder by a Letter of Award.
If considered necessary the Owner may hold Pre Award discussions with the Successful Bidder.
30.0 LOA Value:
The LOA Value shall be arrived by adding the following values:
i. The bidder’s offered percentage/ price reduction from offered percentage after price
justification multiplied with the total value mentioned in schedule I and
ii. The total value of provisions in schedule II.
31.0 Details of tender schedule, mode of tender quoting & agreement value statutory industrial
minimum wages, payment to contract workmen:
31.1 Details of present statutory industrial minimum wages are given in the Table-I
The existing statutory minimum wages are furnished below.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
30
Category Unskilled Semiskilled Skilled Highly skilled
Min Wages(Rs.) 350.00 410.00 494.00 579.00
Schedule-II
In addition to the above, the contractors shall make the following payments to each work men
engaged by them.
i. PF @ 13 % of adoptable Industrial minimum wages / applicable minimum wages modified as
the case may be.
ii. Safety @ 5% of the adoptable Industrial minimum wages / applicable minimum wages modified
as the case may be.
iii. In case of revision in the rate of wages as shown in the above table, during the currency of the
agreement, the contractor shall effect payment and claim difference in the rate of wages due
to revision along with PF of difference in rate of wages alone by producing Form XVI and Form
XVII without tender difference.
31.1 Tender Schedule details
The tender schedule (part II price schedule) is bifurcated into two parts schedule I &
schedule II .Schedule I contains the total value of work items, the unit rate of each item of
works contained in the schedule- I is arrived by adopting the adoptable minimum wages
column 2 of TABLE I for the various categories of labour component; Schedule II contains
total value of all provisions as detailed below: PF, SAC & DA etc., of component adoptable
minimum wages for the estimated man shift in each category.
31.2 Mode of tender quoting
The bidder is allowed to quote their percentage for the value mentioned in schedule-I only.
31.3 Payment to contract workman:
31.3.1 Schedule I:
The contractor shall ensure that each workman, employed by him, is paid not less
than the statutory industrial adoptable minimum wages fixed under the minimum
wages act for the scheduled employment from time to time .The present statutory
industrial adoptable minimum wages is given in table I.
31.3.2 Schedule II:
During the course of execution of contract, the applicable percentage of PF (refer
Table-I) for the adoptable minimum wages payable to the contract workmen shall
be claimed by the contractor on actual attendance basis (Form – XVI & Form –
XVII) and without applying tender quoted percentage ( without any tender
difference (+) or (-) ). The same shall be paid by NLC INDIA LTD after due
verification, subject to the ceiling of the amount provided against this in schedule II
provision.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
31
31.3.3 SAC (safety appliances)
The cost towards safety appliances shall be paid under schedule-II and restricted to
the actual expenditure incurred by the contractor subject to a maximum of
applicable percentage of the statutory minimum wages.(refer Table-I).
31.3.4 Death relief fund
The corpus fund required for the death relief fund for the benefit of bereaved
family of the contract workmen who die in accident shall be in the form of
contribution made by the contractor employer who are executing works in NLC
INDIA LTD.
In this regard tenderers shall note that an amount equivalent to 0.1% of the gross
value of the bills shall be deducted towards corpus fund from the bills payable to
the contractor employer against agreements/contracts entered by them and the
amount so far deducted shall be credited to contract workmen trust which is
maintaining the corpus fund through Accounts centre concerned to pay solatium to
the dependants of the deceased contract workmen who die in accident arising out
of and in the course of employment or due to any other cause within the precincts
of employment.
Monthly contributions to the Death Relief fund of Contract Workmen shall be
deducted by the Contractor employers concerned @ Rs.10/- from every contract
workman engaged by contractor employer for works in NLCIL (as mentioned in
para above) from their salary /wages payable. In order to facilitate this, necessary
deduction will be made from the bills of the Contractor employers based on Form
XVI (Attendance Register) and Form XVII (Wage Register) by the respective
Accounts Centres based on the input provided by the concerned HR Department.
Equal monthly contribution to the fund @ Rs.10/- per contract workman will be
made by the Principal Employer (NLCIL) (i.e.) the Concerned Unit Head/Unit
Accounts Centre. The Contribution of the Contract workmen and the Principal
employer shall be deposited by the Accounts Centre concerned to the Corpus fund
of Contract Workmen Trust, on monthly basis under GL code 637
31.3.5 Payment of Bonus to Contract Workmen:
The contractor shall ensure payment of minimum bonus of 8.33% of the annual
wages to the contract workmen engaged by them subject to the wages ceiling as
provided under Payment of Bonus Act, 1965 and failure in this regard will be
treated as violation of the terms of the contract.
31.4 Revision in industrial min. wages / introduction of addl. Wages:-
31.4.1 In case of revision in statutory industrial minimum wages during the tenure of the
agreement the increase in adoptable minimum wages shall be paid by the
contractor to the workmen and the same along with PF alone at applicable
percentage shall be claimed by the contractor on actual attendance basis ( Form –
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
32
XVI & Form-XVII ) and without applying tender quoted percentage (without any
tender difference (+) or (-) ).The same shall be paid by NLC INDIA LTD after due
verification ,subject to ceiling in line with condition prescribed in clause “Schedule
II” above.
31.4.2 Consequent to the above, the rates of the tendered items (contained in the tender
schedule) shall not be subject to change and shall remain the same throughout the
period of contract including extension of time/ enhancement granted if any.
31.4.3 While finalizing the agreements, the payment made during the course of
agreement towards subsequent additional wages if any & any increase in statutory
Ind. Min. Wages on the above lines, shall be included for arriving the finalized value
with break up details of them.
31.4.4 For this contract, in case of any revision of statutory industrial minimum wages
during the extended period and the reasons for extension of time is attributable to
the contractor; the reimbursement of wages shall not be considered for the
extended / delayed period. However the contractors have to pay the revised wages
to their work men without fail.
General Manager/CSR
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
33
LIST OF ANNEXURES
SL. No.
DESCRIPTION ANNEXURE
1 Bid form-part-I A
2 Bank account details for e-payment B
3 Notarised affidavit C
4 Check list for Qualifying Requirements. D
5 Details to be furnished by the bidders E
6 Declaration to be furnished regarding other
qualifying requirement for the bidders F
7 Check list for Bid submission G
8 Format Of Bid Guarantee H
9 Format Of Contract Agreement I
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
34
ANNEXURE - A
BID FORM – PART-I
(To be submitted by the bidder along with part -I bid)
NLC INDIA LIMITED ‘s Tender No:………………. Dated………………..
From
To
The General Manager/CSR,
C.T.O, NLC INDIA Limited,
(formerly NEYVELI LIGNITE CORPORATION LIMITED)
Neyveli-607801,
Tamil Nadu, India
Sir,
Subject : “ .”- Invitation to Bid No:.____/2018-19
*********
1. Having examined the Invitation to Bid, Instructions to Tenderers, General Conditions of Contract,
Special Conditions, Specifications, Tender Schedules, Time Schedule and Drawings for the works
mentioned above, we, the undersigned offer to construct, complete and maintain the whole of
the said Works inconformity with the said Tender Documents for the sum mentioned in the part-II or
such other sum as may be ascertained in accordance with the said Conditions.
2. We undertake, if our Tender is accepted, to commence the work within 10 Days from the date of
Letter of Award and to complete the whole of the works comprised in the Contract in accordance
with the Time Schedule of construction attached to the Tender.
3. We have enclosed EMD/Bid guarantee as per Notice Inviting Bid and we understand that the full
value of which will be forfeited by NLC India Ltd., if we do not deposit the full amount of Security
Money specified within the time prescribed in the Letter of Award.
4. We agree to abide by this Tender for the validity period mentioned in tender document and it shall
remain binding upon us and may be accepted at any time before the expiration of that period.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
35
5. Unless and until a formal Contract Agreement is executed, this Tender, together with your written
Letter of Award, shall constitute a binding contract between us.
6. We understand that you are not bound to accept the lowest or any tender you receive.
7. Dated this……………..day of ……………….20…
Signature
Name in block letters
DESIGNATION
(Company seal)
Witness-1:
Signature :
Name in block letters :
Occupation :
Address :
Witness -2:
Signature :
Name in block letters :
Occupation :
Address :
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
36
ANNEXURE - B
BANK ACCOUNT DETAILS FOR E-PAYMENT
(To be submitted by the Bidder in Part-I Bid)
1 Name of the Individual /Company/Firm with
address
:
2 Bank A/c No :
3 Type of Account :
4 Name of the Bank :
5 Name of the Branch with address :
6 Branch code :
7 IFSC Code (for NFET/RTGS payment) :
8 Telephone No.- Bank :
9 e-mail ID – Bank :
10 PAN No.
Signature of the Individual /Company/Firm
Bank Seal Signature
(Bank Branch Manager)
Manager Code. No
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
37
Annexure-C
NOTARISED AFFIDAVIT
(To be submitted by the Bidder in Part-I Bid)
(The following Notarised Affidavit shall be furnished by all bidders in non-judicial stamp paper of value
not less than Rs.20/- as applicable in the state of Tamilnadu or with value of Stamp Duty as applicable to
the respective state, where the tender is floated).
From:
(Name & Address of Bidder)
……………………………….
……………………………….
……………………………….
……………………………….
We do hereby declare that the contents of the offer submitted vide No._____________ against this
tender (Tender No__________dated_______ ) have been submitted after fully understanding that the
information contained in the offer and the documents enclosed/ provided along with the bid are true,
correct and complete in every aspect and that if any information contained therein found to be
false/incorrect/fabricated, offer shall be considered as null and void and we shall be liable for any penal
action as per the provisions of Law for the time being in force.
(i) I/We ……..........……………….Partner / Legal Attorney / Proprietor/ Accredited Representative of
M/s……………………………………………….. declare that, we are submitting our offer/bid for the supply of
equipments/ materials/works/services vide our offer……………………………. dated ……….
(ii) The contents/enclosures/documents of the offer are submitted after fully understanding that all
the information furnished by me / us are correct and true and complete in every respect and all
documents/credentials submitted along with the offer/bid are genuine, authentic, true and valid.
(iii) During the verification of offer or even at a later date, if any information or document submitted by
me/us found to be false /fabricated/ incorrect, the said offer shall be considered absolutely null
and void and action as deemed fit shall be taken against me/us including forfeiture of EMD/Bid
Guarantee/ Security Deposit and action of suspension/banning/debarring/blacklisting of my/our
firm (including all partners of the firm)/company as per the tender conditions and law.
Place: Authorized Signatory
Date : (Name & Designation)
Seal
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
38
ANNEXURE - D
Check list for Qualifying Requirements.
(To be submitted by the Bidder in Part-I Bid)
QR QUESTIONNAIRE:
Sl.
No Description
Whether enclosed (to be
filled by bidder )
1
Qualifying requirements
The bidder should have satisfactorily completed, any civil work in
Government / quasi Government / PSU / PSE / Public Limited
company for a minimum value of agreement as per CLAUSE
QUALIFYING REQUIREMENTS 5.1of NIB reckoned with original
scheduled date of tender opening of Part-I bid. Whether
documentary evidence enclosed.
YES / NO
2 Other qualifying requirements for bidders as per NIB :
i) Copy of PF code number allotted in the name of the bidder
YES / NO
ii) Copy of the GST registration No. YES / NO
iii) Copy of the PAN card No & Tax payer’s Identification
No.(TIN)
YES / NO
iv) Declaration to be furnished regarding other qualifying
requirements.
YES / NO
v) Self attested printout of online IT statement for four consecutive years as required
YES / NO
vi) Copy of ESI code number allotted in the name of the bidder
YES / NO
Signature of bidder
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
39
ANNEXURE – E
(To be submitted by the Bidder in Part-I Bid)
DETAILS TO BE FURNISHED BY THE BIDDERS
1 Name of the Bidder
2 Whether the Bidder is the registered Contractor or not? Class to be specified.
3 Address with Phone No., Fax No., e-mail i.d., Cell No., copy of PAN No., Bank details for making e- payment.
4
Experience in NLC India Ltd (Give details as
below):
Certificate of work done/experience
No. & Date:
Certificate issued by:
Contract/LOA No. & Date:
Name/Scope of work:
Value of work:
Scheduled period of completion:
Actual period taken for completion:
List of Enclosures:
5 Whether the Bidder is agreeable to pay wages as
per the Minimum Wages Act to the Workmen.
6
Whether the Bidder is prepared to follow
Workmen’s Compensation Act & Other
Acts.
7
Whether the Bidder is employed in any
Government/ Government undertaking.
If so give details:
Place
Date Signature of bidder
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
40
ANNEXURE –F
(To be submitted by the Bidder in Part-I Bid)
(DECLARATION TO BE FURNISHED REGARDING OTHER
QUALIFYING REQUIREMENT FOR THE BIDDERS)
Tender No :
Name of work :
For the above tender I/We -------------------------------------------------------- hereby declare the following:
1. In case of award of work , the personnel/workmen engaged by me/ us for execution of above work
in NLCIL shall be in the rolls of our register and they shall be given appointment letter/Employment
card under CL(R&A) Act 1970 to that effect.
2. Certified that, I/ We have valid certificate of registration under the GST Act.
Signature of bidder with seal
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
41
ANNEXURE-G
Check List for Bid Submission
(To be submitted by the Bidder in Part-I Bid)
PART-I DOCUMENTS
A) Important Documents.
Sl. No. Description Whether enclosed
(to be filled by bidder as “YES”)
1 Details of Payment cost of Tender document
2 Bid guarantee
3 Notarized affidavit.
B) QR Documents.
Sl. No.
Description
Whether enclosed (to be filled by bidder
as “YES”)
1
Copy of the Completion certificate for the works from the users, along
with the copy of the agreement /work order of the work for having met
the qualifying requirements.
2 Other Qualifying Requirements:
i. Copy of PF code number allotted in the name of the bidder.
ii. Declaration to be furnished regarding other qualifying requirements
for the bidders
iii. Copy of the GST registration No
iv. Copy of the PAN card No., & Tax payer’s identification No.(TIN)
v. Self attested print out of online IT statement for four consecutive
years as required
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
42
C) Other Documents.
Sl. No. Description Whether enclosed
(to be filled by bidder as “YES/ NA)
i) Bid form-part-I
ii) Partnership firm: Copy of Partnership deed, firm registration
and latest renewal of firm registration
Yes / NA
Company: Copy of Certificate of incorporation, memorandum
of association and article of association
Yes / NA
Proprietary firm: declaration letter in this regard. Yes / NA
iii) Details to be furnished by the bidders
iv) Bank account details for e-payment
PART-II DOCUMENTS:
Sl. No. Description
Whether enclosed
(to be filled by
bidder as “YES”)
1 Price form
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
43
ANNEXURE – H
FORMAT OF EMD/ BID GUARANTEE
(To be submitted by the Bidder in Part-I Bid)
NOTE:
1. This guarantee should be furnished by a Scheduled Commercial Bank authorised by Reserve Bank of
India (RBI) other than Bank of China in the format as given below.
2. This bank guarantee should be furnished on stamp paper of value not less than Rs.80/- as per Stamp
Act.
3. The stamp paper should have been purchased in the Name of the Bank executing the Guarantee.
BANK GUARANTEE NO:
Date:
Ref : Tender No. …………………..
To
The General Manager/CSR,
C.T.O, NLC INDIA Limited,
(formerly NEYVELI LIGNITE CORPORATION LIMITED)
Neyveli-607801,
Tamil Nadu, India
Dear Sirs,
1.0 In accordance with your ‘Invitation to Bid” under your Tender No :……………………………………… dated
………….. M/s :…………………………… hereinafter called the Bidder, having its registered office/Head office
at. ……………………with the following Directors on their Board of Directors / partners of the firm.
1…….……………………….. 2……………………………..
3 ……………………………... 4………………………………
5……………………………… 6 ………………….………….
7……………………………… 8 ……………………………..
9……………………………… 10………………………………
wish to participate in the said bid for ………..………………
2.0 As an irrevocable Bank Guarantee against Bid Guarantee for a sum of Rs.………………….……(in
words and figures) valid for---- months from ……………………………(the date of bid opening) is required
to be submitted by the Bidder as a condition precedent for participation in the said bid, which
amount is liable to be forfeited on the happening of any contingencies mentioned in the Bid
documents.
3.0 We, the ………………………Bank at …………………… (local address) having our Head Office at …..………………
guarantee and undertake to pay immediately on mere demand by NLC INDIA LIMITED stating that
a. the bid has been unilaterally revoked / revised / modified / withdrawn before expiry of bid validity
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
44
period, by the Bidder(s), or
b. the price(s) have been unilaterally increased or altered after the bid opening and during validity of
the offer, by the Bidder, or
c. On the issue of LOA by NLC INDIA LIMITED to the bidder, the bidder has omitted or refused to
accept the said LOA within the stated period and / or execute the Contract agreement, or
d. The Bidder, after issue of LOA, omitted or failed to submit Bid Guarantee in the prescribed form
the amount of…………………..(in figure and words) to the said NLC INDIA LIMITED without any
reservation., protest, demur and recourse. Any such demand made by the Purchaser shall be
conclusive and binding on the Bank irrespective of any dispute or difference raised by the Bidder.
4.0 The guarantee shall be irrevocable and shall remain valid up to ….……………. If any further extension of
this guarantee is required the same shall be extended to such required period (not exceeding one
year) on receiving instruction from M/s.…….………on whose behalf this guarantee is issued.
5.0 In witness whereof the Bank, through its authorised officer has set its hand and stamp on this….. day
of …….. at ……………….
Signature
Witnesses :1 Name in Block Letters
(Signature) Designation:
Name in Block Letters Staff Code No.
Occupation and
Address
Date:
Witnesses : 2
(Signature)
Name in Block Letters
Occupation and
Address
Banker’s Seal
Attorney as per power of
Attorney No……………..dt……….
Date:
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
45
ANNEXURE - I
FORMAT OF CONTRACTAGREEMENT
( To be submitted by the Bidder in Part-I Bid)
Note: To be on a Stamp Paper of appropriate value purchased in the Name of Tenderer or
NLC India Ltd.
This CONTRACT AGREEMENT made this……………….. day of……….……… 2018 … between
NLCINDIALIMITED(formerly THE NEYVELI LIGNITE CORPORATION LIMITED), NEYVELI
(hereinaftercalledtheNLCIndialtd)oftheonepartand……………………….…………………of…………………………………i
n the state of………………(Herein after called the “CONTRACTOR” of the other part.
WHEREAStheNLCIndialtdisdesirousthatcertainworkshouldbeconstructedviz.
……………………………………………………………………………
…………………………………………………………………………………………………and has accepted a Tender by the
Contractor for the construction or maintenance of such works.
NOW THIS AGREEMENT WITNESE AS FOLLOWS:
1.0 In this agreement words and expressions shall have the same meanings as are respectively assigned
to them in the Conditions of Contract referred to.
2.0 The following documents shall be deemed to form and have been read and construed as part of this
agreement. Viz.
1. The said tender
2. Notice Inviting Tender –1
3. Instruction to Tenderers
4. Price Schedule
5. Definition of terms
6. Scope of Enquiry
7. General Conditions of contract
8. Special Conditions of contract
9. Annexure-Formats
10. Letter of Award
11. Parties Letter.
3.0 In consideration of the payments to be made by the NLC India Ltd. to the Contractor as herein after
mentioned, the Contractor hereby covenants with the NLC India Ltd. To construct/maintain the
works inconformity in all respects of the provisions of the Contract.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
46
4.0 The NLC India Ltd. hereby covenants to pay the Contractor inconsideration of the construction,
completion and maintenance of the Works, the Contract Price at the time and in them annexure
prescribed by the Contract.
5.0 In Witness thereof the parties herein have caused their respective common seals to be here unto
affixed (or have here unto set their respective hands and seals) the day and year first above
written.
Signed, Sealed and delivered by the said ……………………………………………… in the
presence of
Signature of Witness: With date& address:
Dated Signature of Contractor: Dated Signature of the GENERAL MANAGER/CSR
In the capacity………………….. …………………..
On behalf of ……………………….. On behalf of NLC INDIA LTD.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
47
IV. GENERAL CONDITIONS OF CONTRACT
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
48
GENERAL CONDITIONS OF CONTRACT
1.0 DEFINITION OF TERMS:
1.1 Acceptance:
The Acceptance shall mean the manifestation by the company the assent to the terms and
conditions mutually agreed.
1.2 Agreement:
Agreement shall mean mutually understanding of the terms, conditions between the parties
which create obligations between them.
1.3 Bill of Quantities:-
Bill of Quantities shall mean the quantities for various items indicated in the Schedule.
1.4 Codes:
Codes and standards shall mean such codes and standards as prescribed in Indian Standards
Specification or equivalent as applicable to the scope of work.
1.5 Conditions:
Conditions shall mean the conditions agreed between the NLC INDIA Ltd, and the Tenderer.
1.6 Contract:
The Contract shall mean an agreement between the NLC INDIA Ltd., and the Tenderer.
1.7 Contractor:
Contractor shall mean successful Tenderer whose tender has been accepted.
1.8 Day:
Day shall mean the period between midnight to next midnight.
1.9 Defect:
Defect shall mean lack of something to meet the performance of the scope of work agreed
in the contract.
1.10 Dimensions
Dimensions shall mean length, area, volume, and all expressed metric systems.
Length in = Cm/Mtr
Surface measurement = Sq. mtr.
Volume measurement = Cu.mtr
1.11 Drawing:
Drawings shall mean such drawings provided along with tender and modified or as
furnished later.
1.12 Force Majeure:
Force majeure shall mean an irresistible force of compelling circumstances beyond ones
control.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
49
1.13 Letter of Award:
Letter of Award shall mean the official communication issued by the Executives of NLC
INDIA Ltd., notifying legally the tenderer that his tender has been accepted on mutually
agreed terms and conditions.
1.14 Minutes of meeting:
Minutes of meeting shall mean officially recorded statement of facts on various points
discussed and signed by authorized representative.
1.15 Owner/ Purchaser / Neyveli Lignite Corporation Limited (NLC) / NLC India Ltd. mean NLC
India Ltd., and it’s authorized Executives/Officials/Representatives.
1.16 Price:
Price shall mean the price/amount/rate per item agreed for the scope of work.
1.17 Specifications:
Specification shall mean the technical and commercial specification including amendments
if any
1.18 Tender/Bid:
Tender shall mean the Tenderers’ offer / Proposals with his terms, conditions,
specifications, prices to perform the scope of work.
1.19 Tenderer/Bidder:
Tenderer means a Person/Firm/Company who submits a Tender against Tender enquiry.
1.20 Time for completion:
The time for completion shall mean the time/period agreed for completing the scope of
work.
1.21 Work:
Work shall mean as defined in the Tender Schedule.
1.22 Worker:
Worker shall mean any authorized worker of any trade and of any skill working in the
allotted area.
1.23 Labour Laws:
Labour Laws shall mean such acts, law including amendments issued.
2.0 SCOPE OF WORK:
2.1 The Scope of Work to be performed by the Contractor shall be as specified in the Tender
Schedule.
2.2 The work shall be carried out as per the directions of the Executives of NLC INDIA Ltd.,
2.2.1 The Quantities furnished in the Schedule are approximate only and may vary
according to the Site Conditions.
2.2.2 The work shall be carried out carefully so as to avoid causing any stain or damage over
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
50
the door, window, ventilator, electrical/mechanical equipments and other machinery
etc., and stain if any caused shall be thoroughly cleaned to the satisfaction of the
Executives of NLC INDIA Ltd.,
2.3 The Contractor shall not sublet, transfer or assign the contract fully or any part thereof, to
any other party without the written permission of the NLC INDIA Ltd. But such
subcontracting does not alter or relieve obligations of the contractor.
2.4 The Contractor while performing the scope of work shall coordinate with operating
executives of the place.
3.0 PRICE:
3.1 The tenderer shall quote his/her/their offer in single percentage only in figures. The
percentage quoted on the rate/ price furnished in Schedule-I shall exclude GST.
3.1.1 Income Tax/Other Taxes
Income tax and all other taxes as applicable as per statutory obligation / enactments
shall be progressively deducted from the payments released to CONTRACTOR by the
Owner for depositing with the Income Tax / other tax authorities.
3.1.2 Considering the implementation of GST, with effect from 01.07.2017, the change in
tax clause is described as below.
a. In case of
- any rates of tax are increased or decreased;
- a new Tax is introduced ;
- an existing Tax is abolished / replaced or subsumed;
- or any change in interpretation or application of any Tax occurs in the course of
the performance of the Contract; which was or will be assessed on the
Contractor in connection with performance of the Contract, an equitable
adjustment of the Contract price shall be made to fully take into account any
such change by addition to the Contract price or deduction there from, as the
case may be, in accordance with contract price.
b. Any law, regulation, ordinance, order or by-law having the force of law enacted,
promulgated, abrogated or changed in India (which shall be deemed to include
any changes in interpretation or application by the competent authorities) that
subsequently affects the costs and expenses of the Contractor, the Contract Price
shall be correspondingly increased or decreased, shall be reasonably adjusted to
the extent that the Contractor has there by been affected in the performance of
any of its obligations under the Contract.
c. Any savings arising out of GST regime to the contractor shall be passed on by way
of appropriate reduction of prices in the contract.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
51
d. The contractor shall comply with the Anti-profiteering measures at all times as
prescribed under Sec 171 of CGST Act, 2017 and corresponding provisions of
SGST/UTGST Act,2017 and Anti-profiteering rules released there under.
e. Any increase in tax liability due to change in classification after evaluation shall be
to the suppliers/contractors account and the basic price shall be re worked
accordingly considering the revised GST rate.
f. In case any reduction in GST rates at the time of supply/work execution or wrong
classification at the evaluation stage, GST will be paid at the reduced rate.
g. GST shall be claimed by the contractor to the submission of invoice/bills
containing all the details viz..,
i. Name of the registered person/company/firm
ii. Address
iii. GST Registration number
iv. Description of taxable services
v. Classification of taxable services and SAC code
vi. Value of the taxable services
vii. Submission of GST registration certificate
viii. GST-TDS will be deducted at source at applicable rates as per guidelines.
In case, the contractor does not fall under GST, then the declaration that the
turnover of their firm is not more than Rs.20lakhs during the previous financial
year is to be furnished. Contractor has to raise the invoice as prescribed under
GST act with the applicable GST% and amount along with the relevant SAC code
of the services and other details as required.
3.2 Correction of Errors:
3.2.1 Refusal of acceptance of LOA will lead to forfeiture of EMD including blacklisting
The firm as per clause “SUSEPENSION, BANNING AND BLACKLISTING” in General
conditions.
4.0 PRICE BASIS:
4.1 Unless otherwise specified, the Price for all items includes Cost of material, Labour and
other charges and excludes GST which shall be quoted in terms of single percentage only
with reference to the tender value.
4.2 Price shall be quoted for NLC India Ltd site of work basis and shall be in the prescribed
format only.
4.3 The Prices quoted shall be firm and not subject to any escalation.
5.0 SECURITY DEPOSIT:
5.1 The Security Deposit shall be 5 % (Five percent) of the contract value pertaining to
schedule-I. In case the Contractor has quoted freak rates, i.e. percentage less quoted is
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
52
more than 25, an additional Security Deposit of 5% will be levied over and above the above
5% Security Deposit.
5.2 In the case of Successful Tenderer the Earnest money if furnished as NEFT/RTGS/DD/BC, it
shall be converted into initial Security Deposit. Further in every bill 10 % (Ten percent) shall
be recovered and kept as Additional Security Deposit until the Security Deposit becomes 5
% (Five percent) of the value of the Contract pertaining to schedule-I. The Earnest Money
Deposit, if furnished as Bank Guarantee shall be discharged to the Successful Tenderer
after furnishing Security Deposit of 5% in the form of BG before the signing of contract. In
the case of freak rate quoting, if the Contractor is not willing to pay the entire Security
Deposit of 5% (or 10%) in single installments before signing the agreement, the above
procedure of deducting ASD in the running bills will be resorted to. It may be limited to 2
or 3 installments only.
5.3 In case of enhancement of contract value, value of Security Deposit is also to be increased
proportionately.
5.4 The Security Deposit shall be kept valid up to the finalization of the agreement or upto the
period of six months from the original date of completion whichever is earlier provided
there is no liability on the part of the contractor.
5.5 The Security Deposit shall not bear any interest.
5.6 If the contract period is extended at the request of NLC India ltd, the contractor need not
deposit additional SD for the revised value of the contract consequent to the said
enhancement and the SD furnished by the contractor shall be retained as per the terms of
the contract. After completion of 6 months, the value of SD can be reduced to 5% of the
value of enhanced portion and such SD shall be kept valid till the finalization of the
contract or six months from the actual date of completion, whichever is earlier, provided
there is no liability on the part of the contractor.
5.7 Bank guarantee.
As per clause “EMD/Bid Guarantee”/ Section-III/ Instruction to Bidders.
6.0 TIME SCHEDULE:
6.1 The time schedule for completion of work shall be as mentioned in “Schedule of Tender
(SOT)”. Time shall be the essence of contract and shall be adhered to.
6.2 However, The NLC INDIA Ltd., reserves the right to extend the time schedule for any further
period as considered necessary, under the same terms and conditions and prices/rates
agreed with or without levy of Liquidated Damages on the merits of the case.
6.3 Defect liability period shall be 6 months from the date of completion of work.
7.0 DEFECTIVE WORK:
7.1 Defective work if any, carried out shall be rectified to the full satisfaction of the NLC INDIA
Ltd., by the Contractor at his own cost.
7.2 Damages or loss caused by the Contractor or his employees to the property like materials,
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
53
equipments, water supply, power supply connections, fittings or other installations of the
NLC INDIA Ltd., shall be made good by the Contractor at his own cost to the full satisfaction
of the NLC INDIA Ltd., and the delay if any involved in rectification/setting right/making good
shall be deemed to be the delay attributable to the Contractor.
7.3 Where there are claims against third parties in connection with the Contract for any loss,
damage, injury etc., the Contractor shall at all times follow the claims to the finality and pass
on the proceeds to the NLC INDIA Ltd., wherever applicable.
7.4 The Contractor shall duly indemnify the NLC INDIA Ltd., against any such loss, damage, injury.
8.0 PAYMENT TERMS:
8.1 Payment shall be made, deducting 10 % (Ten percent) of the accepted bill amount towards
Security deposit, until the Security Deposit becomes 5% of the schedule-I contract value.
8.2 All payments shall be made by e-payment only. Hence the contractor is requested to furnish
the required particulars including furnishing the copy of PAN.
8.3 Income Tax, (if applicable) shall be deducted at source and necessary certificates shall be
issued.
9.0 SUPERVISION:
9.1 The Contractor shall engage and provide a Qualified Supervisor to control, monitor the work
entrusted and the workers engaged.
9.2 The NLC INDIA Ltd., reserves the right to inspect and supervise the work.
10.0 FORCE MAJEURE:
10.1 The Conditions such as act of God, civil commotion, strike, lock out, concerted action of
workmen, sabotage, riots, revolution, flood, fire, Explosion, earth quake, epidemic which is
beyond the control of the parties shall constitute force majeure.
10.1.1 Events covered within the scope of contract only shall constitute Force Majeure.
10.2 However it is the responsibility of the Contractor to inform the NLC INDIA Ltd immediately
on any such occurrence and later on normalization furnishing documentary evidence and
seek time extension.
10.3 Such time extension sought will be considered and time extension shall be granted.
10.4 The Contractor shall not have any right or any claim whatsoever arising thereon.
11.0 FACILITIES TO BE PROVIDED BY THE N.L.C INDIA Ltd:
11.1 The NLC INDIA Ltd. will provide necessary entry permits for the representatives and
workers of the Contractor to carry out the scope of work and others like inspection,
checking, unloading, bill follow up etc. as per the requirements.
11.2 The NLC INDIA Ltd. will provide necessary Work area/front clear of hindrance.
11.3 The NLC INDIA Ltd., will provide Power and water required for the work free of charges
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
54
12.0 SECRECY:
The Contractor and the Workmen shall maintain absolute secrecy on all technical issues and shall
not use them elsewhere.
13.0 SAFETY MEASURES:
13.1 Adequate and suitable safety measures for all his workmen engaged shall be provided and
followed by the Contractor.
13.2 All statutory norms and safety measures shall be strictly followed.
13.3 All the equipments for safety will be of ISI standard and the safety gadgets etc. shall be
periodically checked towards their fitness for use.
13.4 In case of accident to workmen or Supervisor, the Contractor shall take them to the
General Hospital run by NLC India Ltd along with the Accident Report.
14.0 TRANSPORTATION:
Normally no vehicle of the Contractor shall be permitted to enter the site with materials from 6
PM to 6 AM.
DISCHARGE/COMPLETION OF CONTRACT:
The Contract will be deemed to have been completed after satisfactory fulfillment of all the
obligations as per Contract documents, final bills paid, and release of security deposit. However
if any claim arises in respect of the obligations in connection with the Contract, the Contractor
has to settle the claim.
15.0 PRESERVATION OF PEACE:
The Contractor shall take adequate precaution and use his best endeavor to prevent and avert
any riotous or any unlawful action by workers engaged by him and preserve peace all the times.
16.0 LABOUR LAWS:
The Governing Acts as applicable and as amended shall be strictly followed. Some of such acts
are given below:
16.1 The Workmen’s Compensation Act 1923
16.2 The Payment of Wages Act 1936
16.3 The Minimum Wages Act 1948
16.4 The Factories Act 1948
16.5 The Employees Provident Fund Act 1952
16.6 The Bonus Act 1965
16.7 The Contract Labour Regulation and Abolition Act 1970
17.0 DISPUTE SOLVING AND ARBITRATION:
17.1 Dispute if any arising out of the terms and conditions of the contract shall be settled
amicably between the parties concerned.
17.2 In the unlikely event of any solution reached not satisfactory to any one of the parties or
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
55
no solution could be reached, the matter may be referred to and settled through
arbitration.
17.3 The arbitration procedure shall be as per Arbitration and Conciliation Act 1996. The
Arbitrator/Arbitrators shall publish a speaking award.
17.4 The award of the Arbitrator/Arbitrators shall be final and binding on both the parties.
17.5 During the settlement of and Arbitration proceedings both parties shall be obliged to carry
out their respective obligations under the Contract.
18.0 TERMINATION OF SERVICES OF ANY WORKER:
The NLC INDIA Ltd., may direct the Contractor to dispense /discharge with the services of any
worker engaged, found to conduct himself against the interest of work and interest of the NLC
INDIA Ltd. Upon such direction the Worker shall be stopped from the work and entering into
NLC India Ltd’s premises, immediately.
19.0 TERMINATION OF CONTRACT/ SHORTCLOSING:
19.1 The Contract will be terminated if the performance is found to be unsatisfactory after issue
of due Notice. In such a case, the Contractor shall not have any claim for any
compensation. The Security Deposit shall be forfeited. The balance work will be executed
by NLC India ltd by other means at the risk and cost of the Contractor.
19.2 The Contract may be short closed at any time during the Contract period due to special
circumstances after due Notification. Payment due to the contractor for the works done by
him till such time will be made.
20.0 LEGAL JURISDICTION:
Courts having jurisdiction over Neyveli shall be the ordinary jurisdiction as per law.
21.0 LANGUAGE:
English language shall be the language on all matters.
22.0 SUSPENSION/BANNING FOR 1 YEAR/ BANNING FOR 2 YEARS’ as below:
(1) SUSPENSION:
If the Performance of any Contractor is found to be unsatisfactory or if the conduct is under
suspicion or in the event of any breach of the conditions committed by the Contractor or his
Collaborator/ Associate/Agent, will lead to suspension of the Contractor.
Suspension shall be done with the approval of the concerned Unit Head. Suspension shall be
for a period of 6 (Six) Months.
(2) BANNING FOR ONE (1) YEAR:
Supplying defective/poor quality materials or Performing substandard works and failure to
rectify/replace the same even after reasonable extension is given to the Contractor will lead
to Banning for one (1) year.
Banning shall be for a period of One (1) year. Banning shall be done with the approval of the
concerned Director.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
56
(3) BANNING FOR TWO (2) YEARS:
Any of the following acts will lead to Banning of a Bidder / Contractor for Two (2) years.
i. Formation of Cartel with other Contractors with a view to artificially hike the prices.
ii. Willful suppression of facts or furnishing of wrong information or manipulated/forged
documents or using other illegal/unfair means.
iii. If the Contractors are found guilty involving in malpractices like Bribery, Corruption etc.,
or are convicted for offences involving moral turpitude in relation to business dealings or
Security considerations including loyalty to the State or Country or the Contractor
continuously refuses to return NLCIL dues without showing adequate cause and the NLCIL
is satisfied that this is not due to a reasonable dispute which would attract proceeding in
Arbitration or Court of Law.
iv. If the bidder withdraws/modifies/impairs/derogates his offer on his own after tenders are
opened or fails to accept the LOA/fails to submit CPG.
Banning for two (2) years shall be done with the approval of Chairman and Managing
Director (CMD).
(4) Procedure for Suspension and Banning of any Firm/Bidder/ Vendor / Contractor:
To study/investigate and to give recommendation for Banning & Suspension, one specific
common Committee viz., “Vendor Investigation Committee” may be constituted Functional
Director wise, with members one each from the Technical, Finance and Purchase/Contracts
Department.
The level of the committee members shall be not below the rank of CM for the competency
of Unit Head of MM/ Unit Contracts/Corporate Contracts/Unit Head and 3 not below the
rank of DGM for the competency of the Director& CMD. The committee will be headed by a
senior most technical executive as per their ranking, who will act as a nodal officer for all
responsibilities entrusted to the Committee.
All cases of Banning/Suspension shall be referred to the concerned Nodal officer of the
Vendor Investigation Committee by the Head of Purchase/Unit Contracts/ Corporate
Contracts for cases occurred during tender process. Concerned Unit Head / Project Head
shall refer the cases occurred during supply / execution and performance related issues.
The Committee’s responsibilities are as follows:
i. To study the report of the Purchase/Unit Contracts/Corporate Contracts or Unit
Concerned as the case may be and decide if a prima-facie case for banning / suspension
exists, if not, send back the case to the concerned Unit who referred the case to the
Committee.
ii. To recommend for issue of show-cause notice (after vetting by legal department) to the
firm by the concerned department.
iii. To examine the reply to show-cause notice and call the firm for personal hearing, if
required.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
57
iv. To submit final recommendations to the Competent Authority for banning/suspension
or otherwise.
Timeline for each activity No. of Days
To refer the case to the Vendor Investigation Committee by the concerned
Purchase/Unit Contracts / Corporate Contracts / Unit Head from the date of
noticing the offense/happening.
5 days
To scrutinize the case by the Vendor Investigation Committee. 5 days
Issue of show cause notice to the Firm/ Contractor to furnish reply. 15 days
Review the reply by the Vendor Investigation Committee and give final
recommendation. 5 days
To get approval and issue of orders for Banning/Suspension by the
respective Purchase/Unit Contracts / Corporate Contracts / Unit Head. 5 days
(5) Effect of Banning & Suspension of a firm:
i. (a) The firm after issue of the order of Banning / Suspension shall not be permitted to
participate in any of the tenders of the Company during the Banning/ Suspension
period and necessary communication shall be sent to all Units of NLCIL and the same
shall be hosted in the NLCIL’s web site.
(b) If the firm has already participated in tender and the price bids are not opened, their
techno-commercial bid will be rejected. If the price bid of the firm is already opened
and happened to be L1, the tender has to be cancelled and
re-tender shall be issued. If the firm is not L1, the tender can be processed as such.
(c) In case of show cause notice issued and tender has been finalized, LOA/Purchase
Order can be issued to the firm being L1, if the order for Banning / Suspension has
not been issued. However, before issue of LOA/Purchase Order being L1 and the
order for Banning/Suspension has been issued, the tender shall be cancelled and re-
tender has to be issued.
ii. Suspension of a firm shall be deemed to have been automatically revoked on the expiry of
suspension period and it will not be necessary to issue a specific formal order of
revocation.
iii. For all other cases of Banning, the same shall continue to remain in force until it is
specifically revoked based on firm’s representations with the approval of Competent
Authority who has earlier accorded approval for banning.
iv. Revocation during the Suspension/Banning period:
During Suspension/Banning period, if the firm rectifies the defects on which they are
suspended/banned to the satisfaction of NLCIL, and represents for revoking the
suspension/ banning then the same will) be forwarded by the indentor/Unit Head of
MM/Unit head of Contracts for review by the committee duly constituted to study and the
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
58
recommendations of the Committee shall be submitted to the Competent Authority for
approval.
v. The firms under suspension/ banning shall be allowed to complete the supply against
pending orders, other than the case for which the firms have been banned / suspended if
any with NLCIL.
vi. If any representation/ Request for revoking of the banning/ suspension received from the
firms, the same shall be examined and the decision taken thereof shall be communicated
to them within 15 days of receipt of such representations without any delay.
“Any firm which is placed under Suspension/ Banning by NLCIL will not be allowed to
participate in any tender issued on or after the date of suspension/banning order and also
if that firm has already participated in any tender, which is under process their bid will not
be considered for further processing”.
23.0 MANNER OF EXECUTION OF CONTRACT:
After acceptance of the Letter of Award, the owner shall draft the Contract and shall provide one
copy to the Contractor for checking. The Contract, in two originals, prepared on a non judicial
stamp paper shall be signed by the holders of power of attorney on a suitable date and time but
within 30 (thirty) days of the acceptance of the Letter of Award.
23.1 Before signing the contract, the owner and the Contractor are deemed to have checked and
verified all the Contract Documents for the completeness and correctness.
23.2 Thereafter, within another 15 (fifteen) days, the Contractor shall supply 6 (SIX) copies of the
Contract, to the owner free of cost.
24.0 FORFEITURE OF EARNEST MONEY DEPOSIT:
24.1 The Earnest Money Deposit will be forfeited if the Tenderer withdraws his tender proposals
modifies/ changes/alters/impairs/derogates the Tender proposal on his own after Tenders
are opened and fails to accept the Letter of Award issued by NLC India ltd /fails to submit
Security Deposit. Such bidders will be blacklisted for 3 years as per the clause “Suspension,
Banning and Blacklisting” and subject to action as deemed fit.
24.2 If any Tenderer who does not agree to extend the validity of tender and requests for the
return of the Earnest Money Deposit it can be returned.
24.3 If NLC India ltd has any authentic information about the Intending Tenderers having formed
a Cartel/submitted Non-earnest Bids, the Tender will be cancelled and the Earnest Money
Deposit of all the tenderer shall be forfeited. Action will be taken as per the clause
“Suspension, Banning and Blacklisting”.
25.0 PRICE REDUCTION CLAUSE:
25.1 Time is the essence of the CONTRACT. In case the CONTRACTOR fails to complete
the Works within the stipulated period, then, unless such failure is due to Force
Majeure or due to PURCHASER’S defaults, the Total Contract price shall be reduced
by ½% (Half percent) of the Total Contract Price per week of delay or part thereof
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
59
subject to a maximum of 5% of the Total Contract Price, by way of reduction in
price for delay and not as penalty.
25.2 The time schedule for Delivery of Material(s)/Equipment(s)/Service(s)/Work(s) as
stipulated in the Contract shall be adhered to on the clear understanding that the
Price(s) of the Material(s)/Equipment(s)/Service(s)/Work(s) has/have been fixed with
reference to the said Delivery date(s).
25.3 If any delay is anticipated by the Contractor in the delivery of the Material(s)/
Equipment(s)/Service(s)/Work(s) or any of them beyond the stipulated time schedule
of Delivery, the CONTRACTOR shall forthwith inform PURCHASER in writing of such
anticipated delay and of the steps being taken by the Contractor to remove or reduce
the anticipated delay, and shall promptly keep PURCHASER informed of all subsequent
developments.
25.4 In case of delay in delivery on the part of CONTRACTOR, the invoice value shall be
reduced proportionately for the delay and payment shall be released accordingly. If
CONTRACTOR has raised the invoice for full value, then CONTRACTOR shall issue
Credit Note towards the applicable Price Reduction amount.
25.5 In case, the CONTRACTOR does not reduce the invoice value proportionately or does
not issue Credit Note as mentioned above, the PURCHASER shall release the
payment to the Contractor after effecting the Price reduction or may deduct the
amount so payable by CONTRACTOR from any amount falling due to the
CONTRACTOR or by recovery against the Contract Performance Guarantee/ Security
Deposit.
25.6 The Price Reduction shall be calculated on the basis of total Value of Contract excluding
taxes and duties, where such taxes and duties have been shown separately in the Contract.
25.7 Both CONTRACTOR and PURCHASER agree that this is a genuine pre-estimate of the
loss/damage which the PURCHASER would have suffered on account of delay/breach on
the part of the CONTRACTOR and the said amount will be payable on demand or said
amount will be adjusted from the amount payable to the CONTRACTOR without there
being any proof of the actual loss/damages having been caused by such delay/breach.
25.8 The decision of the PURCHASER with respect to applicability of Price Reduction shall be
final and binding.
25.9 If any financial implication arises on PURCHASER due to issuance of invoice without
reduction in price or non-issuance of Credit Note, the same shall be to the account of
CONTRACTOR.
25.10 Without prejudice to PURCHASER’s rights on Price Reduction Clause hereof and to
entitlement to amount accrued due to price reduction in terms thereof and in addition
thereto, PURCHASER may at any time after the expiry of the stipulated date(s) of Delivery
in respect of any Material(s) /Equipment(s)/ Service(s) / Work(s), at its discretion,
terminate in whole or part of the Contract in respect of the undelivered
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
60
Material(s)/Equipment(s)/Service(s)/Work(s) or any of them and either purchase such
Material(s)/Equipment(s)/ Service(s)/ Work(s) from any other available source at the risks
and costs of the CONTRACTOR and recover from the CONTRACTOR any additional cost
incurred by PURCHASER on such purchase, or recover from the CONTRACTOR without such
purchase the difference between the market and contract price of such
Material(s)/Equipment(s)/ Service(s)/ Work(s) on the date of termination of Contract
relative thereto. Provided, this shall not restrict PURCHASER’s claim for damages or
compensation, as the case may be, for acts of fraud, deliberate default, negligence or
misconduct by the CONTRACTOR.
25.11 The Purchaser may, without prejudice to any method of recovery, deduct the amount of
PRICE REDUCTION from any amount due to the Contractor, under this or under any other
Contract awarded by the Purchaser in his /their favour.
25.12 (Note: Depend upon the nature of Purchase/Works/Project, the existing “LD clause” shall
be replaced with the “PRICE REDUCTION Clause” as given above with required changes
wherever required, without affecting the intent of the policy guidelines by suitable
incorporation in the NIT/Tender.)-for internal reference only.
26.0 ARBITRATION CLAUSE:
The following clause shall be suitably incorporated under the Arbitration clauses for “OTHER
CONTRACTORS” (i.e. other than CPSEs) in the tender: “Arbitration shall be applicable only
for the dispute(s) involving claims from 725 Lakh to 720 Crore.
For the dispute(s) involving claims below 725 Lakh and above 720 crore:
The parties mutually agree that dispute(s)/issue(s) involving claims below 725 Lakh and
above 720 crore shall not be subject matter of Arbitration.
The claims below 725 Lakh are subject to the jurisdiction of the respective Civil Court having
jurisdiction over the place of works/supply/service.
The claims above 720 Crore are subject to the exclusive jurisdiction of the Court situated at
Chennai.
The above provisions shall supersede provisions relating to the Arbitration, Governing Law &
jurisdiction mentioned elsewhere in the tender document”.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
61
V. SPECIAL CONDITIONS
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
62
Special Conditions
Entire work should be carried out as instructed by the officials of NLC India Limited.
1. All bought out materials are to be approved by the NLCIL Officials before used in work.
2. During rain and in rainy days external work such as masonry, plastering etc shall be strictly avoided.
3. The material brought to site by the contractor shall be arranged to be tested at recognized
laboratories approved by the Govt. If the material passes the test, the testing charges will be
reimbursed by NLCIL. Testing Charges will have to be borne by the contractor, if the material does
not passes the test. The contractor shall furnish test reports of the products used or intended to be
used, if called for in the specification or if so desired by the Engineer. All samples shall be supplied
by the contractor at his own cost.
4. The contractor has to bring the test materials like cube Steel Mould, Slump Cone, Measuring Jar
etc., to the site of work at his own cost for enabling the condition of the field test at site as directed
by the NLCIL Officers.
5. Paver Blocks shall be casted in one location with prior intimation to NLCIL using Paver Block casting
Machine (Hydraulic Pressing Type) as per IS 15658-2006.
6. CEMENT
i. The Contractor shall procure 43 grade (conforming to 1S 8112/1989) (or) 53 grade (conforming
to IS 12269/1987) ordinary Portland cement required for this work from reputed
manufacturers of cement.
ii. Supply of cement shall be in 50 Kgs. bags bearing manufacturers name and ISI marking.
iii. The cement shall be from any of the following manufacturers reputed or any other approved
reputed manufacturer and shall be got approved by the Engineer in charge before use in the
works.
1. M/s. Andhra cements Ltd. 2. M/s. Dalmia cements Ltd.
3. M/s. Grasim Industries Ltd. 4. M/s. Madras Cements Ltd.
5. M/s. Tamil Nadu Cements Ltd. 6. M/s. Zuari Cements Ltd.
7. M/s. L&T Ltd. 8. M/s. Cement Corporation of India.
9. M/s. India Cement Ltd.
iv. The contractor shall supply samples of cement to the Engineer as frequently as he may require
for testing the strength and setting time of cement in accordance with the relevant IS codes from
the bulk supply. Testing charges will have to be borne by the contractor if the sample does not
pass the tests. If the results conform to relevant IS Codes, the cost of testing shall be borne by
NLC.
v. NLCIL reserves the right to test the samples at CARD /Govt. Testing laboratories, Govt. Approved
laboratories.
vi. No advance payment will be made for the procurement of cement
vii. The contractor has to submit all bills pertaining to the purchase of cement as soon as the
materials are brought to site.
viii. Cement, which has set or damaged in any way will not be accepted.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
63
STOCK OF CEMENT:
In order to ensure due progress, the contractor shall at all times, maintain on the site at least such
stocks of cement, as the Engineer may from time to time consider necessary. No cement shall be
used upon the works until the Engineer has accepted it.
STORAGE OF CEMENT:
The cement shall be stored in such a manner as to authorize easy access for proper inspection and
to protect it from dampness caused by ingress of moisture from any source. The contractor shall
make his own arrangement for storage of cement, for erecting storage shed at camps offices or at
the site of work selected by the site officers and for safety of cement.
7. STEEL:
The contractor shall procure and supply structural steel/reinforcement bars conforming to relevant
BIS codes from main producers of steel and their approved retailers.
i. The contractor shall have to obtain and furnish test certificates to the Engineer- in charge, if
required, in respect of all supplies of steel brought by him to the site of work.
ii. The structural steel/reinforcement shall be stored by the contractor at site of work in such a
way to prevent distortion and corrosion and to the satisfaction of the Engineer
iii. Reinforcing bars for concrete shall be of the following type as may be required and as shown
on the drawing.
iv. Plain mild steel bars conforming to Grade - I of IS 432-1982, Mild steel and medium tensile
steel for concrete reinforcement.
v. High Strength deformed steel bars conforming to IS 1786 / 1985 or IS 1139 for concrete
reinforcement (Grade FE415).
vi. Binding wire for reinforcement shall be annealed steel wire 20 BWG conforming to IS 280 ¿
1978 ¿specification for mild steel wires.
vii. All reinforcement bars/Structural Steel shall be of uniform cross-sectional area and free from
loose mild scales, dust, loose rust, coats of paint, oil or other coatings, which may destroy or
reduce bond. Unit weight of reinforcement bars shall conform to IS 1786 / 1985.
viii. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and
checking.
ix. NLC reserves the right to check the quality of steel brought to site at their CARD or any other
Government approved laboratories.
x. The contractor shall supply free of charge the steel required for testing. The cost of testing
shall be borne by the contractor if the results do not conform to relevant BIS Codes. If the
results conform to the relevant to IS Codes, the cost of tests shall be borne by NLC.
xi. Steel to be used on the work shall be got approved by the Engineer-in- charge before use on
the work.
xii. The steel reinforcement/Structural steel shall be brought to the site in bulk supply as per
requirement as decided by the Engineer-in-charge.
xiii. Rejected steel shall be removed from the site of work by the contractor at their own cost.
xiv. The actual consumption of steel on work shall be regulated and proper account maintained.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
64
Payment will be made only for the actual consumption of steel on work.
xv. The contractor shall make his own arrangement for storage and safety of steel materials.
8. SPECIFICATION FOR BRICKS:-
Good quality chamber burnt bricks shall be of uniform size, shape and colour (generally deep red or
copper) and must be well burnt so as to give a clear ringing sound while struck. They shall not break
when dropped on ground from a height of one metre. They shall be clean, whole and free from
flaws cracks stones and under / over burnt lumps of any kind, especially lime. They shall have sharp
edges, angles and even surfaces. Bricks shall not absorb water more than 1/5 of their dry weight
after 24 hour of soaking by immersing in water. Bricks shall have a minimum crushing strength of
50 Kg/Sq cm. Bricks brought to site of work are to be stacked at once for facility of inspection. The
size of brick shall be 222 X 108 X 60 mm or any other size as directed by Corporation officers.
9. PLASTIC EMULSION:-
i. Plastic emulsion paint of best quality of approved brand, shade and manufacture conforming to
relevant IS Specification shall be used.
ii. Before new work is painted, the surface shall be thoroughly brushed free from mortar
droppings and other foreign matter and sand papered smooth.
iii. No. of coats shall be as stipulated in the item. The paint will be applied in the usual manner with
brush or roller. The paint dries by the evaporation of water content and as soon as the water
evaporates the film gets hard and the next coat can be applied. The time of drying varies from
one hour for absorbent surface to two to three hours for non-absorbent surface.
iv. The thinning of emulsion is to be done with water and not with turpentine. Thinning with water
is required only if the undercoat is applied on absorbent surface. The water shall be added as
per manufacturer’s instructions.
v. The surface on finishing shall present a flat, velvety smooth finish. If necessary more coats shall
be applied till the surface presents a uniform appearance
10. The provision of 5% of statutory industrial minimum wages shown in the Schedule-II of the work
schedule towards safety and accident compensation includes a provision of 1.5% of the statutory
industrial minimum wages towards safety. The cost of safety equipment provided to the contract
workmen shall be restricted to the actual expenditure incurred subject to the maximum of 1.5% of
the statutory industrial minimum wages. The remaining 3.5% of the statutory Industrial Minimum
Wages shall be reckoned as the component for accident compensation. The insurance taken by the
contractor for his workmen shall be reimbursed restricted to the actual, subject to the maximum of
3.5% of the statutory Industrial Minimum Wages.
11. In the preparation of wall for plastic emulsion painting, no oil-based putties shall be used in filling
cracks or holes.
0.1% of gross value of bills will be deducted from the bills payable to the contractor employees
towards Corpus Fund for the Death Relief Fund. All the contract workmen engaged including the
workmen engaged through Indcoserve and Howsicos are eligible to become the members /
beneficiaries of this scheme and the benefits under this scheme shall be extended to nominees /
dependants of the deceased contract workmen. The quantum of solatium payable to the nominee /
dependents of the deceased contract workmen under the scheme shall be Rs.2,50,000/- &
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
65
Rs.50,000/- towards postmortem, transportation funeral and other expenses.
12. The contractors are instructed to get registered themselves under the "The Building and other
Construction Workers (Regulation of employment and conditions of service) Act 1996" and
concerned rules with the Assistant Labor Commissioner (Central), Puducherry before claiming the
first bill and furnish the "certificate of registration" to the concerned Division Head and furnish
copies of the same to the Head of HR Department.
13. For Electrical Works.
a) The successful bidder should have valid electrical contractors license of EB grade or higher
grade issued by the Electrical Licensing Board of Tamil Nadu or equal grade or higher
system license issued by any other state Government duly endorsed by Tamil Nadu
Electrical Licensing Board. A copy of the same shall be enclosed. (Or)
b) If the successful bidder does not possess the valid license on their own, he shall engage an
electrical agency who possess a valid license as specified in Sl. No.(a) for carrying out the
electrical work The above electrical agency engaged by successful bidder should have
carried out any electrical work for which necessary documents / credentials shall be
furnished.
c) The successful bidder shall furnish the copy of the license of the electrical agency engaged
by him and other credentials to the competent authority and get the approval of the
competent authority for engaging the above electrical agency before commencement of
the work.
d) The bidder shall furnish an under taking as below along with the bid to engage an electrical
agency who possess valid Electrical License for carrying out the electrical works of the
subject tender.
e) Undertaking
“I/We express hereby that I/We shall engage an Electrical Agency who possess valid
Electrical License to meet the requirements as specified in special condition for carrying
out the electrical works of the subject tender.”
14. SAND
I. The term ‘river sand’ wherever specified in the subject tender may be read as ‘sand’.
II. The following condition is included in the special conditions for the above tender.
1. Sand required for various items of work pertaining to the above tender shall be conforming
to the relevant IS Specification listed below.
i) IS 383- 2016-Specification for course and fine aggregate for concrete.
ii) IS 2116 –2017- Specification for sand for masonry mortar
iii) IS 1542 – 2014-Specification for sand for plaster
General Manager/ CSR
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
66
SPECIAL CONDITIONS OF CONTRACT
1. Unless otherwise stated, the work shall be executed as per the specification mentioned in the
schedule of items and rates and relevant IS specifications.
2. The offer should be quoted only in the schedule as in the price form prescribed by the NLCIL;
otherwise it is liable for rejection.
3. Mere registration by the bidder does not mean that the bid/offer of such Bidder would be
automatically considered. NLCIL reserves the right to consider their offer for evaluation based on
their past performance.
4. The work should be executed as directed by the Corporation Officers in charge of the work.
5. The scope of work under various items includes cost and conveyance of all materials and all labour
charges unless otherwise specified.
6. Electric power will be supplied free cost by NLC INDIA LTD at a particular point near the site of
work. The contractor has to make his own arrangement for laying distribution lines (if any).
7. Pre-measurement will be taken where required.
8. In the event of the materials issued by the Corporation being misused, lost, stolen, damaged or
rendered unfit for use while in the custody of contractor and for excess consumption beyond
permissible limit, the recovery will be at double the issue rate.
9. The agreement will be short closed if needed and the contractor should not claim any
compensation for it.
10. Materials required for the work such as sand etc., should be conveyed only during
day time i.e., from 6 A.M to 6 PM and Lorries will not be permitted to enter into the work spot during
night time.
11. During the Defect Liability Period, the contractor has to make good the defects in the works
executed under this contract as and when required at his/ their own cost.
12. Manufacturers test certificate for the materials brought to site are to be submitted before
commencing the work.
13. The corporation reserves the right to increase or decrease the quantities in any item depending
upon actual requirement.
14. Water will be made available free of cost near the site of work. The contract or has to make his
own arrangement for storage of water for construction as well as curing purposes.
15. The work spot shall be kept clean, free from the rubbish and discarded material. All such discarded
materials and waste shall be removed then and thereby the contractor at his own cost.
16. The tools and plants other than those specified in the schedule of items required for the works have
to be arranged by the contract or at his cost
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
67
17. Any damage caused to the existing structure by the contractor has to be rectified by him at his own
cost to the satisfaction of the corporation officers. GM/CSR reserves the right to terminate the
contract at any time, if he finds that the contractor is not able to carry out the work satisfactorily.
18. The work should be executed without disturbance to other works in the work site. The Corporation
reserves the right to terminate the contract if he finds that the contractor is not carrying out the
work satisfactorily.
19. The contractor shall employ on job only skilled workers who have previous experience in the work.
The officers have the right to direct the contractor to remove such of those workers whom they
consider in competent and undesirable for any particular job. The contractor has to make his own
arrangements for working at heights of various levels and also observe necessary safety precautions
while executing the contract.
20. The contractor’s authorized representative should be available at site of work to take instruction
from the field officers regarding execution of the work.
21. Any item of work not included in the schedule of quantities shall be paid extra at the rates worked
out on the basis of offer quoted or otherwise negotiated which should be determined before
executing such item of work.
22. The contractor has to make his own arrangements for the safe custody of the material still the
materials are consumed in the work and should maintain stock register for the materials.
23. The contractor has to submit all vouchers and bills pertaining to al1 the materials, as and when
insisted by the site officers after the materials are received at site of work.
24. The contractor has to follow labour laws, minimum wages Act, workmen compensation Act and
other statutory laws such as PF etc. which are in force.
25. The contractor should have financial stability and status sufficient enough to meet the financial
obligations pursuant to the scope of work.
26. The contractor, to whom the provisions of the contract labour (Regulation & Abolition) Act 1970
and rules are applicable, has to obtain a license or proof for having applied for and produces the
evidence for the same. The contractor who claims that the act and its rules have no application
shall execute a declaration and undertaking, in a appropriate valued stamp paper duly notarized, to
the effect that the provisions of the act and its rules are not applicable to him and he shall
indemnify and take care of any loss or damages that may arise in this regard to the corporation.
Any false declaration in this regard, will be viewed very seriously and in such an eventuality,
besides terminating such contract summarily, the contractor concerned shall be disqualified for all
future contracts in the corporation.
27. Deduction at the a p p l i c a b l e rate of the wages paid to the labour so engaged will be made from
the contractor’s bills towards PF contribution & Subscription and the same will be remitted to EPFO
by the owner.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
68
28. An employment card informs 14 of contract labour (Regulation and Abolition) ‘Act’ 1970 should be
issued to each contract worker by the contractor concerned.
29. Necessary muster roll, Register of wages, Register of deduction, Register of overtime, Register of
fines, Register of Advances, wages lip are to be maintained and monthly returns to EPFO are to be
filed by the contactor.
30. The contractor engaging 20 or more workmen either for a single work or for a number of works
has\have to obtain license under contract Labour (Regulation and abolition) act 1970. Those who
are already in possession of license shall renew the same every year. Non-compliance will be
viewed seriously including termination of contract. However, contractors shall be insisted to
produce License/ renewal of license within 45 days from the commencement of work.
31. Necessary attendance register, wage register etc are to be maintained and monthly returns to
EPFO are to be filed by the contractor.
32. The Contractor shall be solely responsible for deduction and contributions under the Employees’
Provident Fund & Miscellaneous Provisions Act, 1952 and Payment of Gratuity Act, 1972 and the
scheme made there under as amended from time to time. He shall be solely responsible for the
maintenance of records for payment of contributions and submission of returns in accordance with
the said act and scheme. In case the Contractor fails to make payments under the above act and
the scheme made there under and as amended from time to time, the NLCIL reserves the right to
make such payment on behalf of the Contractor on demand from the authorities under the act and
recover the same from the payments due to the Contractor. Further, the Contractor shall
indemnify and keep indemnified the NLCIL against any loss or damage whatsoever that may be
suffered by the NLCIL as a result of any claims, damages, penalties for any failure, non-compliance
on his part with the provisions of the aforesaid act and the scheme framed there under.
33. Attendance register shall be maintained by the contract or for the labourers engaged by him for
this work and it shall be shown to the Corporation officers whenever asked for inspection.
34. Payment of wages Act-1936
As per the payment of wages Act 1936, the wages of every person employed in this contract shall
be paid before the expiry of the seventh day for an establishment having less than one thousand
workers and in other cases before the expiry of tenth day after the last day of the wages period in
respect of which the wages are payable failing which action will be taken as below.
i) Recovery of an amount as a penalty equal to 10% of the total wage bill of the contract
workmen against every such payment made through P&A Department, from the bills payable
to the contractor.
ii) Forfeiture of SD amount of the contractor for that particular agreement, if he fails to make
payment of wages in case of repetitive non-payment of wages by the contractor.
iii) Termination of the contract agreement in case the contractor fails to comply with the above
provision in the same agreement period for the second time.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
69
iv) If the contractor fails to make payment of wages in the two agreements or more in the same
unit as indicated above, he will be blacklisted for two years in that unit, following the
prescribed procedure.
35. Names of relatives of the Contractor, working in the NLCIL, shall be furnished with details like
Name, Designation, Place of work and the relationship to the Contractor.
36. The entry into the plant operation area shall be permitted with due authority and co-ordination
with operating staff.
37. There may be working space constraints for working in certain areas.
38. The tenderer shall produce a copy of valid license issued by the Labour Commissioner.
39. The contractor shall produce Rent Clearance Certificate from TA department before final bill
payment.
40. WORKINGCONDITIONS.
Since the plant/equipment are in full operation, the working time and are may be regulated
accordingly. The Contactor shall fully co-operate with NLCIL in this regard.
41. PROTECTION OF MONUMENTS – FOSSILS: If the Contractor during the course of execution of work
finds any relic, antiquity, coins, fossils etc., shall protect them and hand over to Neyveli Lignite
Corporation.
42. SUPPLYOFMATERIALS:
Once in a month, along with bill for monthly payment, a statement of materials, opening balance,
items received, items utilized and the balance shall be submitted by the contractor. The statement
as well as the physical balance available with the contractor shall be checked by the NLCIL, at
anytime.
43. CONSUMABLE:
All consumables required for the works hall be procured from reputed sources, as approved by
NLCIL, at his own cost.
44. Testing of Materials.
The materials brought to site by the contractor shall be arranged to be tested at NLCIL Centre for
Applied Research & Development (CARD) for which lab tests are ordered by the Engineer and the
Contractor has to make his own arrangement for conveying the same to CARD. Testing charges will
have to be borne by the contractor, if the material does not pass the test. When such Test facilities
are not available with NLCIL, testing will have to be done by the contractor in recognized
laboratories like National Test house. SERC and IIT. If the material passes the test, the testing
charges will be reimbursed by NLCIL.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
70
45. MEASUREMENTS:
i. The bill shall be prepared and submitted by the contractor in quadruplicate in the printed form
based on the accepted measurements and the rates agreed and a softcopy (CD) shall be
furnished for final bill.
ii. The Representative of NLCIL shall check the measurements recorded and certify for acceptance
and payment.
iii. The Measurement records shall be kept lodged with the NLCIL
iv. All measurements shall be carried out as per IS-1200 unless otherwise specified.
v. In the event of any dispute with regard to the measurement of the work executed, the decision
of the Representative of NLCIL shall be final and binding on the Contractor.
46. The payment to contract workmen to be made through bank ie cheque/ e- payment only.
47. The Contractor shall produce wage register to the Labour Welfare Department of NLC India ltd., for
inspection as and when called for. In case short payment is noticed in respect of any worker
corresponding deduction will be made from the Contractor’s bills and the payment made to the
concerned worker.
48. The rate of contribution and subscription in respect of Contract Labour for Provident Fund shall be
at the statutorily applicable rate.
49. The Contractor should pay applicable Industrial Minimum wages to the workmen employed by him
under acquaintance.
50. The Contractor shall ensure that all workers employed by him shall be admitted to the Provident
Fund from the date of joining. He shall take prompt steps to furnish the list of workers employed
by him to the NLC India ltd., Officers before 5th of every month for making PF dues, worker’s
contribution, and contractor’s contribution and also in respect of remittance of Family Pension
Scheme.
51. The contractor has to furnish Form 16 and Form 17 to Unit P&A by 5th of every month irrespective
of the claims of the bills made by the contractor. Necessary payment to Regional Provident Fund
Commissioner will be made by NLCIL. The amount so paid will be deducted from the contractor’s
subsequent bill.
52. Payment of Bonus to Contract Workmen:
The Contractor shall ensure payment of minimum bonus of 8.33% of annual wages to the contract
workmen engaged by them subject to the wages ceiling as provided under Payment of Bonus Act
1965 and failure in this regard will be treated as violation of terms of contract.
53. The contractor may ensure that they engage 50% of their contract workmen from the land
displaced persons. The names of such land evictees who are eligible for such engagement are
available from the Land Acquisition Department / NLCIL.
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
71
54. GM/ CSR / CTO’s decision is final in case of any dispute in carrying out the work.
55. SAFETY:
i. The contractors should make own arrangement of safety while working.
ii. Suitable safety harness belts and personal protective equipments need to be arranged by
contractor for all their working staffs on site.
iii. The contractor shall be solely liable for and shall indemnify NLCIL in respect of any liability,
loss, claim or proceeding whatsoever, arising under any legislation in respect of personal injury
to or the death of any person whomsoever arising out of or in the course of or caused by the
execution of the work whether or not due to his negligence.
iv. The contractor shall adhere to all safety norms required for carrying out the said work.
v. The contractors representative shall obtain “work permit” from NLCIL staff on daily basis for
execution of the said work.
vi. The work involves electrical and mechanical operations
58. TIMESCHEDULE:
Time is the essence of the contract and shall be adhered to. The overall completion period of the
work shall be as mentioned in the Schedule of Tender (SOT).
GENERAL MANAGER/CSR
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
72
VI. FORMS
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
73
I. QUALIFICATION REQUIREMENT FORM
1. QUALIFICATION REQUIREMENT
Sl. No.
Qualification Requirement Bidder
Response
1 a) Whether the bidder is an individual or a Partnership firm or a company or Proprietary firm?
1 b) Documentary evidence for the status of bidder as mentioned in NIB. (Partnership firm/ Company/ Proprietary firm)
Upload files Partnership firm: Partnership Deed, Firm registration & latest renewal fee paid. Company:- Certificate of Incorporation, Memorandum of Association, Articles of Association Proprietary firm- Declaration
2 Whether the bidder has satisfactorily completed any civil work.
Name of work:
2 a) Whether the bidder has satisfactorily completed the above work in Government / quasi Government / PSU / PSE / Public Limited company?
2 b) Whether the bidder has satisfactorily completed the above work in the name of the bidder?
3 Whether the above works have been completed during the last 5 (Five years) reckoned with the original scheduled date of tender opening of Part- I bid
4 The bidder should have completed the work in a single agreement for a minimum value as per NIB
Work
Agreement / Work order No.:
Completed Value
Date of Completion
Documentary evidence for the above
Upload files copy of LOA /agreement/ Work order Work :
Copy of Performance / Completion Certificate Work :
5 Documentary evidence for satisfying Other Qualifying requirement for the bidders as per NIB.
5 (i) Copy of document containing PF code number so allotted in favour of the bidder under EPF & Misc. provisions act 1952.
5(ii) Duly filled and signed Declaration by the bidder as given in the list of Annexure
5 iii) Copy of valid certificate of registration under GST authorities.
5 iv) Copy of Permanent Account Number (PAN) card
5(v) Self attested print out of the online IT statement indicating zero tax liabilities for four consecutive years prior to bidding
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
74
3. BID GUARANTEE
Sl. No. Description Bidder
Response
Bid Guarantee Type
BG Bank Guarantee
1 Bank Guarantee No.
2 Bank Guarantee Date
3 Details of Stamp paper
3.1 Stamp Paper Amount
3.2 Whether stamp paper purchased in the Name of the Bank
3.3 Stamp paper purchased address
3.4 Date of Purchase
4 Bank details
4.1 Banker's Name
4.2 Banker's Address
4.3 Bank email-id
4.4 Bank Phone No.
4.5 Bank Fax No.
4.6 Banker's Seal
5 Manager's Name & No.
6 Whether signed by two Witness
7 Whether overwriting/corrections if any on the BG authenticated under signature & seal of executants
8 Whether the BG has been issued by a Nationalized/Scheduled Bank in India
9 If the bank guarantee issued by a foreign bank. Whether it is in the approved list of RBI.
10 Details of value and validity
10.1 Currency of BG
10.2 Value of BG
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
75
10.3 Validity up to
11 Whether Bank Guarantee is as per NLCIL Format
SFMS Structural Financial Messaging System (SFMS)
Whether the Bid Guarantee submitted in physical form can be verifiable through SFMS.
RTGS/NEFT RTGS/NEFT details
1 RTGS/NEFT UTR No.
2 UTR Date
3 Amount
DD/PO/BC Demand Draft / Pay order / Banker's Cheque
1 DD/PO/BC No.
2 Date
3 DD/PO/BC in favour of NLC India Ltd
4 Payable at
5 Amount
Please attach applicable supporting scanned document(s) ( Bid Guarantee , details of RTGS/NEFT
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
76
3. IMPORTANT TENDER DOCUMENTS
Sl. No. Description Bidder
Response
1 Details of Cost of Tender Document paid (or) (as per requirement of NIB conditions)
2 EMD / Bid Guarantee amount (or) (as per requirement of NIB conditions)
3 Notarised AFFIDAVIT (as per format enclosed)
II. TECHNICAL FORMS 1. ACCEPTANCE OF TECHNICAL AND COMMERCIAL CONDITIONS
Sl. No. Description Bidder
Response
1.0 Please confirm acceptance of the following tender document.
Schedule of Tender (SOT), Notice Inviting bid, Instruction to bidders ,Price Schedule, General Conditions of Contract ,Special conditions of contract, Forms
2.0 Please confirm acceptance of the time schedule stipulated in the tender document.
3.0 Please confirm acceptance of all commercial terms and conditions stipulated in the tender document
4.0 Please confirm acceptance of corrigendum/corrigenda ,if any
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
77
III. COMMERCIAL FORMS
1. CHECK LIST FOR BID SUBMISSION
Sl. No
Description Bidder
Acceptance All the documents are to be duly filled & signed and uploaded
PART-I A) .Important Documents.
1 Details of Payment cost of Tender document
2 EMD/Bid guarantee
3 Notarised affidavit
B) QR Documents.
1 Copy of the Completion certificate for the works from the users, along with the copy of the agreement /work order of the work for having met the qualifying requirements.
2 Other Qualifying Requirements: i) Copy of PF code number allotted in the name of the bidder.
ii) Declaration to be furnished regarding other qualifying requirements for the bidders
iii) Copy of the GST registration No
iv) Copy of the PAN card No., & Tax payer’s identification No.(TIN)
v) Self attested print out of online IT statement for four consecutive years as required
C) Other Documents.
i. Bid form-part-I
ii. Partnership firm : Copy of Partnership deed, firm registration and latest renewal of firm registration
Company: Copy of Certificate of incorporation, memorandum of association and article of association
Proprietary firm: declaration letter in this regard.
Details to be furnished by the bidder
Bank account details for e-payment
PART-II DOCUMENTS.
1 Price Schedule
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
78
PRICE FORM
Sl. No
1
Description Bidder Response
1
Total Schedule-I Tender Value
(The Schedule-I Tender Value given is for 100%) ( please refer the price schedule )
2
Percentage of Schedule-I Tender Value at which I am willing to execute the work.
3
Quoted Schedule-I Value
4
Total Schedule-II Value
5
Total Quoted Value (Schedule-I
+ Schedule-II)
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
79
VII. PRICE SCHEDULE
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
80
Tender Schedule
Name of the Work: Construction of Toilet Block at R.K.Govt. Higher Secondary School Kadampuliyur, Govt. High School Nadayapattu, St.Teresa High School Kattukunankurchi, PU School Thoppilikuppam & Govt.High School Meenatchipettai under CSR during 2019-20
Item No
Description of work Quantity Unit Rate Amount
1 Earth work excavation for foundation etc., in all classes of soils, including hard stiff clay, stiff black cotton soil, hard red earth, shales, murram, gravel, stoney earth, hard gravely soil etc., except sand and rock (which require blasting), and depositing the excavated earth within an initial lead of 10 metre and initial lift of 2 metre etc. complete, as directed by the NLCIL officers. The rate shall include all labour charges, all tools & plant, incidental and other charges.
219.00 m3 105.00 22995.00
2 Filling in basement etc, with sand in layers of 150 mm thickness including watering, ramming, consolidation etc., complete as directed by the NLCIL officerss. The rate shall include all labour chares, cost and conveyance of sand etc.
35.00 m3 764.28 26749.80
3 Laying cement concrete plain 1:4:8 (One Cement 4 sand 8 metal) USING 40 MM BG METAL including mixing, compacting, curing etc., complete as directed by the NLCIL officers. The rate shall include all labour charges, cost and conveyance of all materials etc., complete.
41.00 m3 4273.12 175197.92
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
81
4 Providing reinforced cement concrete of mix 1:1½:3 (One cement, one and a half sand and three 20 mm size downgraded BG metal), over the reinforcement steel rods provided under separate item, including providing required centering, shuttering, scaffolding, cover blocks, mixing, placing, compacting, finishing, curing etc. complete, as directed by the NLCIL officers. The rate shall include all labour charges, vibrator and other required machinery charges, cost and conveyance of cement and all other materials except cost of providing reinforcement steel rods.
a Upto basement 45.00 m3 7786.18 350378.10
b In Superstructure GF 63.00 m3 11760.66 740921.58
5 Providing brick masonry in CM 1:5 (One cement and Five Sand) using good quality chamber burnt bricks including required scaffolding, pointing, finishing neat, curing etc. complete, as directed by the NLCIL officers. The rate shall include all labour charges, cost and conveyance of cement and all other materials.
a upto basement level 57.00 m3 4803.53 273801.21
b For superstructure above basement level 100.00 m3 4852.53 485253.00
6 Construction of brick masonry in CM 1:4 (One Cement Four Sand) - HALF BRICK THICK using good quality chamber burnt bricks including curing etc., complete as directed by the NLCIL officers IN SUPER STRUCTURE OF GROUND FLOOR. The rate shall include all labour charges, scaffolding charges, cost and conveyance of all materials etc., complete.,
188.00 m2 559.95 105270.60
7 Plastering the room ceiling, Balcony ceiling, beam sides etc.,with CM 1:3 (one cement and three sand) 10 mm thick including providing strutting to the ceiling and neatly finishing the ceiling as directed by the NLCIL officers. The rate shall include all labour charges, cost and conveyance of all materials required for the work and curing etc., complete..
239.00 m2 180.58 43158.62
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
82
8 Plastering the walls at all levels with the Cement Mortar 1:5 (One cement and 5 Sand) of THICKNESS 15 MM including curing etc., complete as directed by the NLCIL officers. The rate shall include all labour charges, scaffolding charges, cost and conveyance of all materials
1210.00 m2 216.08 261456.80
9 SHADED DESIGNED COLOUR CERAMIC FLOORING - Supplying and laying of approved quality tiles of any approved size in C.M.1:3 (One cement and three sand) 20 mm thick and pointing the joint with COLOR cement including chipping the existing surface of the floor to receive the tiles as directed by the corporation officers. The work also includes preparing and providing grey cement slurry of honey like consistency at the rate of 3.3Kg / m2 on the bedding, before laying the tiles. The rate shall include all labour charges, cost and conveyance of all materials including the cost of COLOR cement.
171.00 m2 867.70 148376.70
10 Daddoing sides of walls - Supplying and laying of approved quality colour glazed, designed, shaded & printed tiles of any approved size and colour in C.M.1:3 (One cement and three sand) 20mm thick and pointing the joint with colour cement including chipping the existing surface of the wall to receive the tiles as directed by the NLCIL officers. The work also includes preparing and providing grey cement slurry of honey like consistency at the rate of 3.3Kg / m2 on the bedding, before laying the tiles. The rate shall include all labour charges, cost and conveyance of all materials.
360.00 m2 824.95 296982.00
11 Supplying and laying Ultra designer tiles /Duracrete/Eurocon or any other approved brand, quality, colour and size in CM1:3 (one cement and three sand) 20 mm thick and pointing the joint with colour cement. The work also includes preparing and providing cement slurry of honey like consistency at the rate of 3.3 Kg / m² on the bedding, before laying the tiles. The rate shall include all labour charges, cost and conveyance of all materials,
16.00 m2 1061.04 16976.64
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
83
12 Supplying Indian type water closet of 580mm size (Neycer /Hindware or equivalent make) with P trap and a pair of foot rests (all conforming to relevant IS specification) and fixing them in position, including jointing with spun yarn in CM 1:3 (One cement and three sand), encasing the pan and trap with PCC 1:5:10 (one cement, five sand and ten 40mm size BG metal) curing etc. complete,as directed by the NLCIL officers. The rate shall include all labour charges, cost and conveyance of all materials.
19.00 no 2036.74 38698.06
13 Supplying and fixing in position white glazed European Water Closet of best quality (Neycer /Hindware or equivalent make) and approved make with 100 mm "P" or "S" trap connecting with CI pipe of 100mm dia / PVC pipe of 110mm dia, double flapped rigid PVC black seat and seat cover with CP brass hinges including cost of white cement, cement for packing, spun yarn, teak wood plugs, brass screws, etc., including supplying and fixing 10 litres capacity PVC porcelin low level flushing tank with a pair of CI brackets, etc., complete with all fittings such as 15mm brass ball valve with polythene float with brass handle, union, coupling connected by means of 40mm white PVC flush hand using Indian adopter joint including all internal fittings
2 nos 4241.42 8482.84
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
84
14 Supply and fixing in position of best Indian make white glazed earthernware lipped mouth flat back urinal of best quality and approved make of size 430mm x 260mm x 350mm with GI pipe, 32mm dia bell mouth PVC connection and waste pipe, 15mm dia GI pipe of required length, 15mm dia GM wheel valve, 15mm dia brass nipple 2 Nos., and fixing the urinals in position with necessary TW plugs, clamps, screws, etc., including dismantling masnory and re-doing the same to the original condition, etc., including painting the pipe with two coats of best quality approved synthetic enamel paint over one coat of red oxide primer and checked without any leakage etc. complete complying with standard specifications and as directed by the departmental officers. (The urinal should be got approved by the NLCIL officers before use on works.)
23 nos 1444.53 33224.19
15 Precasting of RCC jallies of 40mm thick in CC 1:1.5:3 (one cement, one and a half sand and three 6mm downgraded size BG metal) as directed by the corporation officers, including hoisting and placing them in position , correct to alignment and plumb, grouting with CM 1:3 (one cement and three sand) curing, scaffolding etc., complete . the rate shall include all labour charges, cost and conveyance of cement required reinforcement steel and all other materials
28.00 m2 1068.26 29911.28
16 Supplying and fixing/laying 25mm OD PVC pipe of 10kg/cm2 of approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc.,
170 RM 39.09 6645.30
17 Supplying and fixing/laying 50mm dia GI pipes of approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc.,
280 RM 236.97 66351.60
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
85
18 Supplying and fixing 15mm dia (1/2") CP tapsof approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc.,
40 nos 197.18 7887.20
19 Supplying and fixing PVC low level flushing tank of aproved quality/brand (Neycer /Hindware or equivalent make) with all internal fittings - (wall mounting type) of white Colour - 10 litre capacity .The rate shall include cost of all labour, tools & materials etc., complete.
19 nos 1327.44 25221.36
20 Supplying and fixing/laying 110mm OD PVC pipe of 4kg/cm2 of approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc., complete.
120.00 RM 131.68 15801.60
21 Supplying and fixing/laying 90mm OD PVC pipe of 4kg/cm2 of approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc., complete.
170.00 RM 154.82 26319.40
22 Painting with plastic emulsion paint - Double coat with one coat of Water Thinnable primer, of approved quality and colour at all levels after thoroughly scrapping and cleaning the surface including providing necessary plaster of Paris putty etc., neatly as directed by the NLCIL officers. The rate shall include all labour charges, cost and conveyance of all materials. scaffolding charges, etc,. complete.
430.00 m2 162.40 69832.00
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
86
23 Painting the external walls/ceiling etc., with one coat of Exterior wall primer of approved quality after thoroughly scraping,cleaning the wall surface to remove any loose paint, dust,dirt or grease, previous growth of fungus/algae etc.using wire brush and cleaning with water ,filling the surface imperfections such as holes, cracks etc., with white cement/wall putty to make the surface good etc., complete.After applying the primer coat, painting the external walls with two coats of exterior emulsion paint of approved quality and approved shade at all levels.The rate shall include cost and conveyance of all materials including the cost of paint, brushes, soap, white cement, sand etc., required for the work, labour charges, tools and plants, scaffolding charges etc., complete.
1299.00 m3 174.87 227156.13
24 Supplying & Fabricating the steel reinforcement for reinforced concrete members including cutting bending, cranking and tying grills using binding wire and placing them in position as directed by the NLCIL officers. The rate shall include all labour charges, scaffolding charges, cost and conveyance of all materials.
12270.00 kg 51.55 632518.50
25 Supplying and fixing HDPE black colour water tank of 1000 litre capacity of approved make and quality (Sintex or equivalent), conforming to relevant IS specification etc. complete, as directed by the NLCIL officers. The rate shall include all labour charges, cost and conveyance of all materials.
7 nos 8357.75 58504.25
26 Casting of RCC pre casting elements such as Gas slabs, fence posts, RCC plugs etc., of required size using concrete 1:1.5:3 (one cement and 1.5 sand and 3,12 to 6 mm B.G. Metal) including mixing, compacting curing etc., complete as directed by the NLCIL officers. The rate shall include all labour charge, cost and conveyance of all materials, including providing moulds of required size for casting and including cost of cement etc., complete except the cost of steel reinforcement, binding wire and labour charges for fabricating and fixing the grills, which will be paid separately
4.20 m3 6715.09 28203.38
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
87
27 Refilling the foundation and other trenches, basement etc. using the excavated earth in layers of 150mm thickness, including watering, ramming, consolidation etc. complete, as directed by the NLCIL officers. The rate shall include all labor charges, watering and all other charges.
99.00 m3 24.37 2412.63
28 Plastering with the Cement Mortar 1:3 (One cement and 3 Sand) of THICKNESS 20 MM With 2% by weight of cement of any approved water proof Compound and finishing the surface smooth with 10Kg of cement per 10 M2 including curing etc. complete as directed by the NLCIL officers. The rate shall include all labour charges, scaffolding charges, cost and conveyance of all materials
264.00 m2 324.61 85697.04
29 Refilling the foundation and other trenches, basement etc. using the conveyed earth in layers of 150mm thickness, including watering, ramming, consolidation etc. complete, as directed by the NLCIL officers. Conveyed earth is stacked and measurements are noted based on 25% of voids. The rate shall include all labour charges, watering and all other charges.
46.00 m3 194.42 8943.32
30 Supplying and fixing of FRP pancelled single door shutter of 25mm thick of approximate size of 700x1800mm or any other approved size to desired shade made with unsaturated polyester resin and fibre glass mat, with 1.50mm thick FRP laminate and suitable wooden blocks inside at required places. The core material shall be PUF of 40 kg/cum density. The FRP skin shall be bonded to the inside wooden frame using epoxy adhesive in a suitable hydraulic press. The foam core shall be injected inside the shutter using suitable PU foam injection machine and supplying the following furniture fittings with screws as directed by the NLCIL officers. 1. 3" Stainless Steel hinges - 3 Nos with necessary screws. 2. 6"x12mm Aluminium. Tower bolt - 2 Nos. 3. 4" Aluminium Handle - 2 Nos. The rate shall include cost of all mateials and labour charges as directe by the NLCIL Officers.
34.00 m2 3112.13 105812.42
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
88
31 Supplying and fixing glazed earthern ware wash basin of approved make and white colour of size 550 x 400 mm (Neycer/Parryware/Hindustan Sanitary ware or equivalent) conforming to IS 2556 (Part-4 – latest edition), mounted on a pair of C.I. brackets with a single 15mm C.P. pillar tap, 40mm dia. rigid PVC waste pipe concealed in wall and up to floor trap, if required, one No. of GM wheel valve and one flexible PVC connecting hose with necessary fittings, including cutting and making good the walls wherever required at all levels, etc. complete, as directed by the NLCIL Officers. The rate shall include all labour and tools charges, cost and conveyance of all materials and fixing charges etc.
4 Nos 2695.54 10782.16
32 Supplying and fixing steel door, using MS angles for door and shutter frames, styles and rails etc. and MS sheets (18 gauge) for panels, MS flats for gudgeon pin with all furniture fittings etc. including painting with two coats of synthetic enamel paint of approved quality and colour, over one coat of primer. The rate shall include all labour charges, cost and conveyance of all materials, fabrication charges including furniture fittings etc. complete.
790.00 kg 75.02 59265.80
33 Supplying and fixing brown marble of approved quality and shade, 12-16 mm thick of required size as directed by the NLCIL Officers (both sides polished and edge finished) for Urinal partition. The marble shall be hard, dense, uniform and homogenous in texture. It should have even crystalline granules and free from defects and cracks. Both the surfaces shall be polished and perfectly plain and edges shall be machine cut to square and finished smooth. The rate shall include cost and conveyance of all materials, labour charges, tools and plants etc., complete.
15.00 m2 594.07 8911.05
34 Painting two coats of synthetic enamel to wood / steel / wall surfaces of approved quality and colour at all levels after thoroughly scrapping and cleaning the surface including providing putty etc., neatly as directed by the NLCIL Officers. The rate shall include all labour charges, cost and conveyance of all materials. etc,. complete.
15.00 M2 91.76 1376.40
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
89
35 Lettering over the painted surfaces of walls etc., with English and /or Tamil alphabets, with synthetic enamel paint of approved colour and quality including scaffolding, if required etc., complete as directed by the NLCIL Officers. The rate shall include all labour an artist charges, cost and conveyance of all materials
550 Nos. 28.00 15400.00
36 Supplying and fixing 4mm thick mirror of approved quality and of size 600x450 mm with PVC framed shelf and PVC backing. The rate shall include all labour charges, cost and conveyance of all materials
4 Nos. 411.35 1645.40
37 Supplying and fixing/laying 63mm OD PVC pipe of 6kg/cm2 of approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc., complete.
70.00 RM 148.83 10418.10
38 Supplying and fixing/laying 25mm dia GI pipes of approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc., complete.
120.00 RM 147.38 17685.60
39 Supplying and fixing 50mm dia GM gate valveof approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc., complete.
7.00 Nos. 1544.66 10812.62
40 Supplying and fixing 25mm dia GM gate valves of approved brand (Supreme/Finolex or equivalent). The rate includes conveyance, all specials, solvent, all labour charges etc.
7.00 Nos. 842.44 5897.08
41 Providing brick masonry up to basement level in CM 1:3 (One cement and three sand) using good quality chamber burnt bricks including required scaffolding, pointing, finishing neat, curing etc. complete, as directed by the NLCIL officers. The rate shall include all labour charges, cost and conveyance of cement and all other materials.
34.00 m3 5068.83 172340.22
42 Providing ornamental border, using CM 1:3 (One cement and Three sand) 12 mm thickness including scaffolding, finishing, curing etc., complete at all levels and as directed by the NLCIL officers. The rate shall include all labour, scaffolding charges, cost and conveyance of all materials
14 m2 164.31 2300.34
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
90
43 Supplying and fixing in position Indian make white glazed earthenware squatting type urinal of best quality (Neycer /Hindware or equivalent make) and approved make including dismantling masonry, if necessary and re-doing the same to original condition, etc., complete complying with standard specification. (The squatting urinal should be got approved by the NLCIL officers before use on works).
16 nos 1051.23 16819.68
44 Laying 65 mm Unigranular segmental interlocking paver block over a bed of 50 mm thick coarse sand compacted properly with vibrator, placing each block firmly fixed with neighboring block in an approved pattern including applying suitable vibrator to the paver block and sand bed and vibrating dry sand into the joints till the sand fill the joints. The rate includes cost and conveyance of paver block to the site of work, loading and unloading, vibrating the sand bed and paver blocks to the required degree into a proper camber and gradient as directed by the NLCIL officers.
200 M2 658.59 131718.00
45 Supply and fixing of the 19 mm dia PVC pipes in the places as directed. Length of PVC pipe includes PVC bends and accessories etc. Work includes fixing the pipe on surface/concealing including all labour, sundries etc.
475.00 Mts. 32.34 15361.50
46 Supply and fixing of the 25 mm dia PVC pipes in the places as directed. Length of PVC pipe includes PVC bends and accessories etc. Work includes fixing the pipe on surface/concealing including all labour, sundries etc.
165.00 Mts. 48.09 7934.85
47 Supply and providing 1sq.mm multistrand PVC insulated Unsheathed copper wire for earth continuity including cost and conveyance of all materials required for the work, labour, and interconnection as directed by site authorities.
330.00 Mts. 16.22 5352.60
48 Supply and wiring on the wall using PVC pipe (Covered separately) in concealed /surface manner and saddles at an interval of I mtr. Length with 2 runs of 1.5 Sqmm multistranded PVC insulated unsheathed copper wire including labour for fixing, cost and conveyance of all materials required for the work, giving interconnection etc. (1mtr. in qty. column = 2 runs of 1 mtr. long unsheathed 2.5 Sq.mm copper wire provided in 1 mtr. long PVC pipe).
795.00 Mts. 37.91 30138.45
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
91
49 Supply and wiring on the wall using PVC pipe (Covered separately) in concealed /surface manner and saddles at an interval of I mtr. Length with 2 runs of 2.5 Sqmm multistranded PVC insulated unsheathed copper wire including labour for fixing, cost and conveyance of all materials required for the work, giving interconnection etc. (1mtr. in qty. column = 2 runs of 1 mtr. long unsheathed 1.5 Sq.mm copper wire provided in 1 mtr. long PVC pipe).
135.00 Mts. 58.21 7858.35
50 Supply and providing of 1 module 6A (White) modular flush type switches in the places as directed by site authorities. Works includes cost and conveyance of all materials required for the work, interconnection of wires, labour etc.
64 Nos 49.38 3160.32
51 Supply and providing of 1 module 16A (White) modular flush type switches in the places as directed by site authorities. Works includes cost and conveyance of all materials required for the work, interconnection of wires, labour etc.
1 No. 71.37 71.37
52 Supply and providing of 2 module 16 A (White) modular socket in the places as directed by the site authorities. Works includes cost and conveyance of all materials required for the work, interconnection of wires, labour etc.
1 No. 86.37 86.37
53 Supply and fixing of 6W LED square type surface mounted fitting with choke and lamp in the location as directed by the site authorities. Work includes supply of all accessories including cost and conveyance of all materials required for the work, interconnection wire etc.
14 Nos 457.23 6401.22
54 Supply and fixing of 12W LED square type surface mounted fitting with choke and lamp in the location as directed by the site authorities. Work includes supply of all accessories including cost and conveyance of all materials required for the work, interconnection wire etc.
9 Nos 1052.75 9474.75
55 Supply and fixing of 20W tube light fitting with lamp in the location as directed by the site authorities. Work includes supply of all accessories including cost and conveyance of all materials required for the work, interconnection wire etc.
35 Nos 402.75 14096.25
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
92
56 Supply and fixing 10" exhaust fan with steel blade. Cost includes chipping and plastering including supply and grouting of bolts and supply and providing suitable length of plastic wire for interconnection as directed.
7 Nos 1532.84 10729.88
57 Supply and fixing 12" exhaust fan with steel blade. Cost includes chipping and plastering including supply and grouting of bolts and supply and providing suitable length of plastic wire for interconnection as directed.
6 Nos 1667.21 10003.26
58 Supply and fixing of 230/5A / Ceiling Rose on surface including cost and conveyance of all materials required for the work, labour interconnection etc, as directed.
57 Nos 25.90 1476.30
59 Supply and fixing of varnish coated QW round block 87 mm dia with base plate / PVC round block. Cost including conveyance of all materials required for the work, interconnection of wires labour etc.
41 Nos 20.15 826.15
60 Supply and fixing of varnish coated QW box of size 100 x 150mm,65mm thick Double Plank bottom without top. Cost includes fixing the existing electrical installations all labour accessories etc. as directed.
8 Nos 108.17 865.36
61 Supply and fixing of 4" X 6" X 2.5mm thick Hylum Sheet on top of Q.W. Boxes, Work includes machine cutting drilling holes, cost and conveyance of all materials required for the work, etc. as directed.
8 Nos 38.62 308.96
62 Supply and fixing of varnish coated QW box of size 100 x 200mm,65mm thick Double Plank bottom without top. Cost includes fixing the existing electrical installations all labour accessories etc. as directed.
2 Nos 138.15 276.30
63 Supply and fixing of 4" X 8" X 2.5mm thick Hylum Sheet on top of Q.W. Boxes, Work includes machine cutting drilling holes, cost and conveyance of all materials required for the work, etc. as directed.
2 Nos 42.29 84.58
64 Supply and providing of 230V, 16A (single pole + Neurtal) MCB with enclosure in the location as directed by the site authorities. The rate shall includes all labour for fixing,cost and conveyance of all materials required for the work, giving interconnection etc.
5 Nos 1361.25 6806.25
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
93
65 Supply and providing of 230V, 20A (single pole + Neutral) MCB with enclosure in the location as directed by the site authorities. The rate shall includes all labour for fixing, cost and conveyance of all materials required for the work, giving interconnection etc.
1 No. 1361.25 1361.25
66 Supply and providing PVC Insulated round sheathed 3 Crore 2.5 Sqm copper cable laide in the location as directed by the site authorities. The rate shall include all labour for fixing, cost and conveyance of all materials required for the work, giving interconnection etc.
520.00 Mts. 85.30 44356.00
67 Supply and providing PVC Insulated round sheathed 3 Crore 4 Sq. m copper cable laide in the location as directed by the site authorities. The rate shall include all labour for fixing, cost and conveyance of all materials required for the work, giving interconnection etc.
100.00 Mts. 95.94 9594.00
SCHEDULE I TOTAL (A) 5077137.24
SCHEDULE II (Civil + Electrical)
1 PF for USK-category per manshift (13%) 3191.00 Manshifts 52.39 167176.49 2 PF for SSK-category per manshift (13%) 87.00 Manshifts 61.36 5338.32 3 PF for SK-category per manshift (13%) 1942.00 Manshifts 73.97 143649.74 4 SAC for USK-Category per manshift (5%) 3191.00 Manshifts 20.15 64298.65 5 SAC for SSK-Category per manshift (5%) 87.00 Manshifts 23.60 2053.20 6 SAC for SK-Category per manshift (5%) 1942.00 Manshifts 28.45 55249.90 7 DA for USK -category per manshift 3191.00 Manshifts 53.00 169123.00 8 DA for SSK - category per manshift 87.00 Manshifts 62.00 5394.00 9 DA for SK - category per manshift 1942.00 Manshifts 75.00 145650.00 SCHEDULE II TOTAL (B) 757933.30
Total Schedule I and Schedule II (in Rs. Ps.) = (A) + (B) = 50,77,137.24 + 7,57,933.30 = 58,35,070.54
Total Tender Value: Rs. 58,35,070.54 (Rupees fifty eight lakh thirty five thousand and seventy and paise fifty four only)
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
94
Time Period: 4 months from date of handing over of site.
Rates are Exclusive of GST
Tender Value (Sch-I) given above is for 100 %.
I am willing to execute the work for ------------------------ % (in figures) of Sch-I Value;
(in words)------------------------------------------------------------------------------------------------ Percent of Sch-I value.
The tenderer should quote his/ their offer in single percentage of Schedule –I tender value, in figures to the accuracy of two decimal places only as per the examples given below.
Example
Estimated Schedule –I Tender value Rs.10Lakhs
Tenderer's offer Rs.10Lakhs
Offer to be quoted by the Tenderer: 100%
Example II
Estimated Schedule –I Tender value Rs.10Lakhs
Tenderer's offer Rs.1000900
Offer to be quoted by the Tenderer: 100.09%
Example III
Estimated Schedule –I Tender value Rs.10Lakhs
Name of work: Construction of Toilet Block at R.K. Govt. Higher Secondary School Kadampuliyur, Govt. High School, Nadayapattu, St. Teresa High School Kattukunankurchi, PU School, Thoppilikuppam & Govt. High School, Meenatchipettai under CSR during 2019-20.
T. No. GM/CSR/29/2019-20 CCMS NO: 1920000502
95
Tenderer's offer Rs.9 Lakhs
Offer to be quoted by the Tenderer in Percentage in figures: 90%
The tenderer shall quote his /their offer in them annexure explained in the examples above in the Price forms.