654899a3900e9
654899a3900e9
1. Online electronic bids are invited for and on behalf of NHPC Limited, Faridabad
hereinafter referred to as “the Owner” through International Competitive Bidding
(ICB) in Single Stage -Two Part Bidding basis (i.e. Part-I: QR + Technical- Bid and
Part-II: Financial Bid) with e-Reverse Auction (e-RA) from eligible bidders for Civil
Works Package-I : Construction of Civil works of Diversion tunnels, HM works of
Diversion tunnels, Road Tunnel, Temporary and Permanent Roads, 2 no. Temporary
Bridges, upstream and downstream Coffer Dams, Dam & Spillway, Plunge pool, Main
& Auxiliary Intakes, Pressure tunnels/Shafts (Main & Auxiliary), Underground Power
House, Busducts/tunnels, Underground Transformer Cavern, Draft tube tunnels, Cable
tunnel, Ventilation tunnel, Downstream Surge Chamber, Pothead Yard, Tail race
tunnels for Main & Auxiliary plant & other associated adits/structures for 500MW
Dugar Hydro Electric Project Located at Luj village in Chamba district of Himachal
Pradesh India., as briefly described hereunder:
ii) Tender Document Fees (non- ii) Rs. 40,000/- (INR Rupees Forty
refundable) by way of DD. Thousand Only) in favour of NHPC
Limited, Faridabad
vii) NIT Issue date & Tender View 06.11.2023 (11:30 Hrs)
Date and time
viii) Last date of Receipt of clarification 17.11.2023 (17:00 Hrs)
of Bid
ix) Date & Venue of Pre bid 22.11.2023 (11:00 Hrs)
Conference i) 1st FLOOR, JYOTI SADAN, NHPC OFFICE
COMPLEX, SECTOR-33, FARIDABAD,
HARYANA, INDIA-121003
xiii) Venue, Date & time of opening of Venue: Group General Manager (CC-V),
online and offline bids: Contracts-Civil Division, 2nd Floor, Jyoti
Sadan, NHPC Office Complex, Sector-33,
Faridabad-121003 (Haryana)
2. Complete tender can be viewed and submitted through Central Public Procurement Portal
https://eprocure.gov.in/eprocure/app (link to reach at site is also available at tender corner
as ‘eProcurement’ at www.nhpcindia.com). Bids shall be submitted online at CPPP website
only at https://eprocure.gov.in/eprocure/app. Bidders are advised to follow the instructions
provided in the ‘Instructions to the Bidders’ for the e-submission of the bids online through
the Central Public Procurement Portal.
3. SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING
3.1 REGISTRATION:
(i) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal by using the “Online Bidder Enrollment” option available on the
home page. Enrolment on the CPP Portal is free of charge.
(ii) During enrolment/ registration, the bidders should provide the correct/ true information
including valid email-id & mobile no. All the correspondence shall be made directly
with the contractors/ bidders through email-id provided.
(iii) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
(iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III
Certificates with signing key usage) is mandatory which can be obtained from SIFY
/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/
SmartCard.
(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid
Digital Signature Certificate with their profile.
(vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure
that they do not lend their DSCs to others which may lead to misuse and should ensure
safety of the same.
(vii) Bidders can then log into the site through the secured login by entering their user ID/
password and the password of the DSC/ eToken.
(iv) Bidders should get ready in advance the bid documents in the required format
(PDF/xls/rar/dwf/jpg formats) to be submitted as indicated in the tender
document/schedule. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document.
(v) Bidders can update well in advance, the documents such as experience certificates,
annual report, PAN, EPF & other details etc., under “My Space/ Other Important
Document” option, which can be submitted as per tender requirements. This will
facilitate the bid submission process faster by reducing upload time of bids.
4 Eligible Bidders
To be eligible to participate in the bidding, the prospective bidder should meet the minimum
qualification criteria set forth hereunder:
4.1 Technical Criteria
4.1.1 GENERAL EXPERIENCE
The Bidders should have successful experience as Sole Contractor or Partner of the
JV or Sub-contractor approved by the employer for executing relevant Major Civil
works for one or more works of similar nature and/or magnitude in an ongoing/
completed project during preceding 25 years (the start and completion date for
specific construction experience should fall within the preceding twenty five (25)
years reckoned from the last day of the month previous to the one in which Tender
is invited) for the following:
i) Dam
a) Completion of at least one Concrete Gravity Dam of minimum height 64m,
OR
Completion of total surface excavation of 3,02,000 cum and total
concreting of 4,62,000 cum in one major component of Water Resources
Project. Excavation and Concreting may be from the same or different
Water Resources Projects.
Note : underground structure executed through cut & cover shall not be
considered
iii) Tunnels:
Experience of tunneling with Drill and blast method (DBM)/ Tunnel Boring
Machine (TBM)/ Road Header.
a) GENERAL EXPERIENCE:
b) SPECIFIC EXPERIENCE:
Successful experience, either by the Applicant Company itself or by the
proposed manufacturer(s) who have given authorization to the Applicant/
bidder in required format in design, manufacturing, installation, testing and
commissioning of Fixed Wheel type Vertical Lift Gate operated by hydraulic
hoist or rope drum hoist with AxH = 1630 or more in preceding 25 years (the
start and completion date for specific construction experience should fall
within the preceding Twenty five (25) years reckoned from the last day of the
month previous to the one, in which the Bid is invited).
Where:
“A” denotes an area (Clear width by clear height) for one gate in m 2.
‘Clear Width’ denotes distance between inner faces of two opposite piers in
meter.
‘Clear Height’ of the gate is the difference between inner level of sill beam of the
gate and level of the bottom of top beam of the gate in meter.
“H” (for gates) denotes the normal design head at the bottom of the gate in meter.
4.2.1 Turnover
The bidder should have minimum average annual construction turnover of INR 572
Crores or US$ 69 million or equivalent over the preceding three (03) years.
The net worth of the bidder on the closing day of any 03 (three) Financial year out
of last 05(five) years should be positive (excluding Covid period F.Y. 2020-21).
‘Net Worth’ means the aggregate value of the paid-up share capital and all reserves
created out of the profits, securities premium account and debit or credit balance of
profit and loss account, after deducting the aggregate value of the accumulated
losses, deferred expenditure and miscellaneous expenditure not written off, as per
the audited balance sheet, but does not include reserves created out of revaluation
of assets, write-back of depreciation and amalgamation.
For assessment, relevant pages of Annual Report containing Net worth figure duly
certified by Authorised representative of bidders, otherwise, figure duly
authenticated by the statutory Auditors should be submitted.
The working capital (current assets minus current liabilities) shall be at least 2 (two)
times the monthly cash flow requirement. The minimum working capital shall not
be less than INR 64 Crores or US$ 7.63 million or equivalent.
For this purpose current assets and current liabilities will be considered as classified
in the audited balance sheet for the year immediately preceding the date of opening
of Bids. If the Working Capital calculated from the audited Balance Sheets is
negative then such working capital shall be treated as zero. In case there is a shortfall
in the Working Capital as per this, the unutilized Cash Credit Limits sanctioned to
the Bidder by the Banks/Financial Institutions of international repute shall be
considered to meet the shortfall.
The statement displaying Cash Credit limits should not be more than three months
old as on the last date for submission of Bids.
For working out Turnover and working capital criteria, the present day estimated
cost has been converted to US$ by adopting the exchange rate on 12.09.2023 i.e. 1
US$ = INR 83.4 at the time of fixing the criteria.
Note:
(i) Other income shall not be considered for arriving at the Annual Construction
Turnover.
(ii) The Bidder’s financial evaluation vis a vis the requirement as stipulated above
shall be done on the basis of duly printed (offset) Annual Report for the
immediately preceding 5 (five) years submitted by the Bidder along with the Bid.
In case, bid submission date falls upto 30th September, the annual reports up to
previous year of the immediate preceding Financial Year shall be considered and
for the Tenders having bid Submission date after September, the annual reports up
to immediate preceding Financial Year shall be considered. Further, standalone
audited Annual Financial Statement of the Bidder forming part of the Annual
Report shall only be considered for this purpose.
In case, if the Bidder has not submitted the above Annual Report along with the
Bid, then a certificate from CEO/CFO of the Bidder shall be submitted along with
Bid mentioning that the requirement of Annual Report as per governing law of
country is not mandatory. In such cases duly notarized copies of Audited Printed
Annual Financial Statement (Balance Sheet, Profit & Loss Statement, cash flow
statement, Auditor’s Report thereon including all relevant Schedules/ annexure
etc.) for the immediately preceding 5 (five) years be submitted by the Bidder along
with the Bid. The Annual Financial Statement shall be considered for evaluation
in same manner as defined in above Para for consideration for the Annual Reports.
(iii) In case where Audited financial results for the immediately preceding year are not
available, then a statement of account as on the closing date of the immediately
preceding financial year depicting the Turnover and Net Worth (calculated as per
laid down criteria) duly certified by their Statutory Auditor/ Certified Public
Accountant carrying out the statutory audit shall be enclosed with the Bid along
with copy of appointment letter of the statutory auditor.
(iv) Wherever, the Annual Report/ duly notarized copies of Audited Printed Annual
Financial Statement are in language other than English, then copy duly translated
& printed in English language and certified by approved/ recognized English
translator shall be submitted with the Bid.
(v) In addition to above wherever audited printed Annual Financial Statement contain
turnover pertaining to other activities besides relevant turnover of Bidder and
breakup of relevant turnover is not directly available from such financial
statements, then statement of account depicting the relevant turnover for that year
duly certified by their Statutory Auditor/CPA carrying out the statutory audit shall
also be enclosed with the Bid.
(vi) For the purpose of compliance to the stipulated turnover criteria given at Financial
Criteria, the relevant turnover from Joint Ventures(s) as declared in the Joint
Venture Agreement shall also be considered.
(vii) The qualification given by statutory Auditors on the financial Statements which
have impact on net worth, Turnover, Working Capital or any other financial item
shall be taken into account for calculating the above financial parameters of the
Qualifying Criteria.
(viii) For conversion to US$ the exchange rate at the end of the respective accounting
year shall be considered.
(ix) The statement of account depicting the Turnover and Net worth should be certified
by their Statuary Auditor carrying out the statutory by generating Unique
Document Identification Number (UDIN)
Further, the bidder after submitting the bid till the time of award of work, shall inform
NHPC regarding any admission of application for corporate insolvency resolution
process by the Adjudicating Authority under the IBC 2016 against bidder or partner of
JV and any suppression of such fact shall render the bidder liable for rejection of his
bid and banning of business dealing as per terms and conditions of Guidelines of
banning of business dealings under Integrity Pact.
Where;
A= Maximum value of Works executed in any one year during last 3 (three) years
N= Number of years prescribed for completion of the subject contract package i.e.
63/12= 5.25 years.
B= Value of existing commitments (as on bid submission date) and on-going works
to be completed in next "N" years.
The Bidder shall submit documentary evidence together with a certificate from its
statutory auditors in support of establishing ‘A’ and ‘B’ above, along with their Bid.
The provision that bid capacity shall also be qualification criteria, shall be kept at the
time of qualification, but the bid capacity shall be assessed at the time of submission of
the Price Bid.
4.4 Nature of Bidders
Bidder should either be a single entity or a JV/ consortium formed for participating in
the tendering for this Project. The committee also recommends that bidder can be
allowed to associate sub-contractor(s) for certain components in which he does not have
the requisite experience.
ii) In case scope of work of individual partners is not clearly defined in the
JV/consortium agreement then credential of Bidders being partner in a
JV/consortium shall be decided in the following manner: -
In case both participation share and profit sharing ratio are available in the JV
Agreement, participation share shall prevail.
iii) For the portion of work executed through a sub-contractor, full experience for that
portion of work can be claimed by the sub-contractor for fulfilling criteria for
evaluation of Bidder’s specific experience. Further in case planning and
management control of execution of work was exercised by the Contractor, full
experience for that portion of work can be claimed by the Contractor for fulfilling
criteria for evaluation of Bidder’s specific experience.
4.5.1 In case Lead Partner claims to have Specific Construction Experience-I in para
4.1.2 (i) and/or (ii).
Joint Venture or Consortium bidder shall comply with the following minimum
qualifying requirements:
(i) The number of partners in the Joint Venture not to exceed three (3) with one of the
Partners designated as Lead Partner.
The number of partners in the Joint Venture/ Consortium including the Lead Partner
shall not exceed three (3).
(iv) The Specific Construction Experience-I in para 4.1.2 of each component structure
to be met individually by the Lead partner and / or other Partner as the case may
be.
(v) All the partners of the Joint Venture to individually fulfill the Net Worth and
Insolvency criteria specified under Financial Capacity.
(vi) The Joint Venture to collectively satisfy, as a whole, the specified financial as
well as technical requirements.
(vii) The Bid Capacity requirement shall be satisfied by individual partner of Joint
Venture in proportion to their participation share of work in Joint Venture.
(viii) The parties shall be required to form the Joint Venture/Consortium before
applying for the tender which shall be evinced by submitting a copy of the Joint
Venture/Consortium agreement already entered into for the purpose. The Joint
Venture agreement should contain the roles and responsibilities of each
constituent, the proposed participation share of each partner along with the
items of work to be executed by each partner. It shall also be brought out in the
Joint Venture/Consortium agreement that in case the Contract is awarded to the
Joint Venture, each partner of the Joint Venture/Consortium shall be responsible
for execution of that item of work for which he claims to have specific
construction experience.
(ix) Lead partner of the Joint Venture should have at least 50% share. The other
partner of Joint Venture should have at least 20% share.
4.5.2 In case Lead Partner claims to have specific Construction Experience-II in para
4.1.3
Joint Venture or Consortium bidder shall comply with the following minimum
qualifying requirements:
(i) The number of partners in the Joint Venture not to exceed three (3) with one of the
Partners designated as Lead Partner.
(iv) All the partners of the Joint Venture to individually fulfill the Net Worth and
Insolvency criteria specified under Financial Capacity.
(v) The Joint Venture to collectively satisfy, as a whole, the specified financial as
well as technical requirements.
(vi) The Bid Capacity requirement shall be satisfied by individual partner of Joint
Venture in proportion to their participation share of work in Joint Venture.
(vii) The parties shall be required to form the Joint Venture before applying for the
tender which shall be evinced by submitting a copy of the Joint Venture
agreement already entered into for the purpose. The Joint Venture agreement
should contain the roles and responsibilities of each constituent, the proposed
participation share of each partner along with the items of work to be executed
by each partner. It shall also be brought out in the Joint Venture agreement that
in case the Contract is awarded to the Joint Venture, each partner of the Joint
Venture shall be responsible for execution of that item of work for which he
claims to have specific construction experience.
(viii) Lead partner of the Joint Venture should have at least 50% share. The other
partner of Joint Venture should have at least 20% share.
In case the Bidders does not have all requisite specific experience and also does not
wish to enter into a Joint Venture or wants to restrict the joint venture partnership, he
can associate sub-contractor(s) for specified activities as brought out below in para (iii)
in which he does not have the relevant experience. The criteria to be met by such
Bidders shall be as follows:
4.6.1 In case the Sole Bidder claims to have specific Construction Experience-I in para
4.1.2 (i) and/or (ii).
(ii) The number of sub-contractors not to exceed three (3) category (Dam / PH, Pressure
Shaft ,Tunnel, HM works) for meeting the specific experience criteria and HM woks
Criteria for each category, the bidder may propose maximum 3 (three) Sub –
Contractor. Prior to issue of LOA to the successful bidder, Bidder has to indicate
only one Sub-Contractor for each category.
(iii) The Bidders can propose the subcontractor(s) either for Dam {Para 4.1.2(i)} or
Powerhouse {Para 4.1.2(ii)} if not met by bidder itself, and/or Tunnels {Para
4.1.2(iii)} and/or pressure Shaft {Para 4.1.2(iv)}and/or HM works {Para4.1.2 v) (a)
&(b)}
(iv) The proposed sub-contractor(s) shall individually meet at least one or more of the
Specified criteria of Specific Construction Experience-I for components listed in
para 4.1.2 (i) or para 4.1.2 (ii) and/or 4.1.2(iii) and/or 4.1.2(iv) and/or HM works
{Para 4.1.2 v) (a) &(b)}.
(v) The Bidders and his proposed sub-contractor(s) should collectively satisfy, as a
whole all the specified construction experience-I requirements.
(vi) The Bidders and his sub-contractor(s) should submit separate undertakings that the
Bidders/sub-contractors shall be responsible for execution of that item of work for
which they claim to have specific construction experience.
(viii) All the Proposed sub-contractor(s) to individually fulfil the Insolvency criteria
specified under Para 4.2.3.
4.6.2 In case the Sole Bidder claims to have Specific Construction Experience-II in para
4.1.3.
(ii) The number of sub-contractors not to exceed three (3) category (Dam , PH,
Pressure Shaft ,Tunnel, HM works) for meeting the specific experience criteria
and HM woks Criteria for each category, the bidder may propose maximum 3
(three) Sub –Contractor. Prior to issue of LOA to the successful bidder, Bidder
has to indicate only one Sub-Contractor for each category.
(iii) The Bidders can propose the subcontractor(s) either for Dam {Para 4.1.2(i)}
and/or Powerhouse {Para 4.1.2(ii)} if not met by bidder itself, and/or Tunnels
{Para 4.1.2(iii)} and/or pressure Shaft {Para 4.1.2(iv)}and/or HM works {Para
4.1.2 v) (a) &(b)}.
(iv) The proposed sub-contractor(s) shall individually meet at least one or more of the
Specified criteria of Specific Construction Experience for components listed in
para 4.1.2 (i) and/or para 4.1.2 (ii) and/or 4.1.2(iii) and/or 4.1.2(iv) and/or HM
works {Para 4.1.2 v) (a) &(b)}.
(v) The Bidders and his proposed sub-contractor(s) should collectively satisfy, as a
whole all the specified construction experience I &II requirements.
(vi) The Bidders and his sub-contractor(s) should submit separate undertakings that
the Bidders/sub-contractors shall be responsible for execution of that item of work
for which they claim to have specific construction experience.
(viii) All the Proposed sub-contractor(s) to individually fulfil the Insolvency criteria
specified under Para 4.2.3.
In case the Bidder is participating as a sole bidder, the bidder have to fully meet the
technical experience criteria as specified in para 4.1.1 & 4.1.2 and financial criteria as
specified in para 4.2 & 4.3.
In case of Bidder Company, formed after merger and/ or acquisition of other companies,
past experience and other antecedents of the merged/acquired companies will be
considered for qualification of such Bidder Company provided such Bidder Company
continues to own the requisite assets and resources of the merged/ acquired companies
needed for execution and successful implementation of the work package put to tender.
Similarly, if the Bidder Company is a subsidiary company and applies for qualification
on the unconditional technical and financial strength of the Parent/ Holding company,
the same shall be considered provided the Parent/ Holding company commits to sign a
Separate Agreement with NHPC in the prescribed Format confirming full support for
the technical and financial requirements of the Subsidiary Company and commits to
take up the work itself in case of non-performance by the Subsidiary Company in the
event of award of the work to the Bidder Subsidiary Company. An undertaking by the
Parent/Holding company to this effect shall be submitted alongwith the bid (in the
Prescribed Format). A subsidiary company intending to tender/pre-qualify on the
strength of Parent / Holding Company shall not be allowed to participate as a ‘Sub-
Contractor’.
For the purpose stated herein above in this clause, ‘Parent Company’ shall mean the
‘Holding Company’ owning majority (more than 50%) shares of such Bidder
(Subsidiary) Company. Similarly, by extensions of this interpretation, if “A” is owned
by a ‘Holding Company’ “B” which in turn is owned by another Holding Company “C”
then “C” is construed as the ‘Parent Company’ of “A” as well as and so on. An apex
‘Parent Company’ may own number of independent Subsidiary / Group Companies and
if any of these Subsidiary/Group Company commits assured support and unhindered
access to its assets and resources to another Subsidiary/Group Company (Bidder in this
case) under the same apex ‘Parent Company’ then experience and other credentials of
such Subsidiary/Group Company shall also be considered for qualification of the
Bidder Subsidiary Company provided such commitment is evidenced /authorised and
guaranteed by the apex ‘Parent Company’.
In case Bidder Company (Subsidiary Company) gets qualified and awarded the work
package, the Parent company/Holding Company will be required to furnish an
additional performance bank guarantee of value equivalent to (5%) five percent of the
Contract Price or portion of work (where subsidiary Company is Joint Venture Partner
) as the case may be, in addition to normal Performance Bank Guarantee to be
submitted by the Bidder Company to the Employer besides entering into a separate
Agreement (in the requisite Format). The experience of the subsidiary companies of the
Parent/ Holding Company will be considered experience of the Parent/ Holding
Company.
However, for fulfilment of financial criteria, financial evaluation vis-à-vis the
requirement as stipulated above shall be done on the basis of consolidated printed
Annual Report for the immediately preceding 5 (five) years of the Parent
Company/Apex Parent Company submitted by the Bidder along with the Bid.
The Integrity Pact, signed by all the prospective Bidders and the Employer, shall commit
the persons/ officials of both the parties, not to exercise any corrupt/ fraudulent/
collusive/ coercive practices in the Tendering process and also during implementation
of the Contract. Only those Bidders who have entered into Integrity Pact with the
Employer shall be eligible to participate in the bidding process. Entering into Integrity
Pact as per Performa provided into Tender Document is a basic qualifying requirement.
To oversee the compliance of obligations under the Integrity Pact, Shri Prabhash Singh
and Dr.Vinod Aggarwal have been appointed as Independent External Monitors (IEMs)
by the Employer.
Integrity pact is to be executed on plain paper at the time of submission of bid, irrespective
of whether it is from Foreign/ Indian Bidder. The successful bidder (contractor) shall
submit duly executed Integrity Pact on Non-judicial Stamp Paper of appropriate value
prior to signing of Contract Agreement.
6. Bids of only those prospective Bidders who have downloaded the Bid Documents and are
meeting the Eligibility Criteria specified above will only be considered for further
evaluation and award of the Contract. Bidders will submit requisite supporting documents
and testimonials with their Bids to prove their credentials and claim of meeting the
Eligibility Criteria. The Employer will, check and ascertain whether the bidder fulfils the
Qualifying Criteria specified. In case, the qualifying criteria is not found meeting as per
the requirement of tender document, the Bid of such bidder shall be considered as non-
responsive and their Price Bid shall not be opened.
7. The Employer may impose certain restrictions on the foreign companies participating in
any form and their employees in view of the national security, in the Project situated in the
sensitive region and border areas. The Employer shall obtain clearance of Govt. of India
regarding security implications prior to qualification of such companies. The Employer
would evaluate and determine the optimum number of foreign employees required to be
deployed at the works site, being awarded or sub-contracted to a foreign companies,
keeping in view the requirements of works, location and technical necessities. The number
of foreign employee would be kept to the minimum and shall be limited to only
technical/supervisory staff. The foreign company shall provide the details (passports
details, job profile/expertise, location and duration of stay etc.) and Company information
for security clearance as per Application Form-1A for foreign nationals proposed to be
engaged at Site.
8. The Employer reserves the right to accept or reject any bids, or cancel/ withdraw invitation
to bid for any reason including national defence and security considerations, and annul the
bidding process and reject all Bids at any time prior to the award of Contract, without
thereby incurring any liability to the affected Bidder(s). However, the bidder(s), who wish
to seek reason for such decision of cancellation/rejection, shall be informed of the same
by Employer unless its disclosure reasonably could be expected to affect the sovereignty
and integrity of India, the security, strategic, scientific or economic interests of the state,
relation with foreign State or lead to incitement of an offence.
Further, bidders from countries which share land border with India (except to which the
Government of India has extended line of credit or in which the Government of India is
engaged in development projects as mentioned in order Public Procurement No.2 dated
23.07.2020 or its subsequent revisions/amendments), shall comply with the provisions of
“Restrictions under Rule 144(xi) of the General financial Rules (GFRs) 2017” dated
23.07.2020 and its subsequent amendments.
Bidders seeking benefits under preference to Make In India (linked with Local Content)
shall have to comply with the provisions specified under the Public Procurement
(Preference to Make In India) Order 2017 and any subsequent amendments. Bidders shall
provide self certificate / certificate from the statutory auditor or cost auditor of the
company (in the case of companies) or from a practising cost accountant or practising
chartered accountant (in respect of suppliers other than companies), indicating whether
they are class-I local supplier / class-II local supplier and the offered items meet the local
content requirement of the same. They shall also indicate percentage of local content for
the item and give details of the locations at which the local value addition is made. Public
Procurement (Preferences to Make in India) Policy (including its latest
modifications/amendments) as may be prevailing on the date of Price Bid Opening shall
be applicable against this tender. Bidders are requested to go through the Public
Procurement (Preferences to Make in India) policy
10. In the event of the specified date for the submission of bids being declared a holiday for
the Client, the hard copies of the documents will be received up to the specified time on
the next working day. However, the date and time for online submission of the bids shall
continue to be the date and time specified above or any amendment for the same.
11. Online submission of the Bids (incl. attachments) will not be permitted on the portal after
expiry of submission time and the Bidders shall not be permitted to submit the same by
any other mode. In such case, even if the bidder has submitted the specific documents in
hard copy(ies) in original within the stipulated deadline, its bid shall be considered as late
and shall not be considered at all any further. Offline documents, if received by the
Employer after the deadline for submission of hardcopies, then it will be considered as late
bid even if the bidder has uploaded the bid online with in the deadline. In such a case, the
bid uploaded on the portal shall not be considered at all any further.
12 Bids will be opened as per the schedule at the aforesaid venue. In case the office happens
to be closed on the date of opening of bid as specified, the same will be opened on the next
working day at the same time and venue.
13 Tenderer who has downloaded the tender from the NHPC website nhpcindia.com or
Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app,
shall not tamper/modify the tender document including downloaded price bid template in
any manner. In case if the same is found to be tempered/modified in any manner, tender
will be completely rejected and EMD would be forfeited and tenderer is liable to be banned
from doing business with NHPC.
14 The bids, as well as all correspondence and documents relating to the qualification
exchanged by the bidders and the Client, shall be in the English language.
15 The details/ information regarding online tendering i.e. Registration on CPP portal,
Preparation of Bid and Submission of bid are available in the tender document.
17 In case of any difference between wordings of English and Hindi version of ‘Notice
Inviting Tender’, English version shall prevail.
Note: Mere issuance/downloading of Bid document to/by prospective Bidder shall not be
construed that such a bidder automatically fulfills the prescribed eligibility Criteria.
Whether the bidder meets the specific eligibility Criteria or not, shall be checked or
ascertained, on opening their bids by scrutinizing documentary evidences furnished by
them along with their Bid.