You are on page 1of 6

(web)

NEYVELI LIGNITE CORPORATION LIMITED


(A Navratna Government of India Enterprise)
OFFICE OF THE GENERAL MANAGER / CONTRACTS
CORPORATE OFFICE: NEYVELI-607801.

NOTICE INVITING BIDS


PRESS TENDER ENQUIRY
1.0

Sealed Bids in English (One original and six identical copies) are invited by Neyveli
Lignite Corporation Limited, Neyveli for Hiring of Crawler Mounted Shovels /
Hydraulic Excavators, Backhoes, Dumpers for the Excavation and Transportation of 53
lakh M3 of Over Burden (OB) and 15 lakh Tons of Lignite from the southwest area of
Mine II of Neyveli Lignite Corporation Limited, Neyveli, Tamil Nadu in a period of
18 months from the date of LOA.

Sl.
No.

Tender
No

CO/CONTS /
Rs. 27,00,000/- Rs.20,000/- 14.10.2015
0046C /MINEto
II/OBR& LIG/
11.11.2015
2015,
dt.12.10.2015
Pre bid conference will be held on 28.10.2015 at 11.00 Hrs.(IST) in the conference
hall of Contracts Branch, Corporate Office. The points for discussion shall be
furnished in advance both in hard and soft copy to the undersigned and also to the
following E-mail ID:

1.1

Ref.

Bid Guarantee
Amount

Price
of
Tender
Document

Tender
document
sale
period

Last date
and time
for receipt
of bids

Date
&
Time
of
Bid
Opening
(Part I)
12.11.2015 12.11.2015
14.30 Hrs.
at
(IST)
15.00 Hrs.
(IST)

gmconts_co@nlcindia.com
cgmconts_co@nlcindia.com
gmconts_co@rediffmail.com
gmconts@gmail.com
Note:
i)
The detailed scope of the work is given in the Technical Specification of
tender document.
ii)
For further details such as Qualifying Requirements, Scope of work, etc.,
please visit our website: www.nlcindia.com or Central Public Procurement
Portal (CPPP) of Government of India, website : www.eprocure.gov.in or
contact General Manager/Contracts, Corporate Office, NLC Ltd., Block-1,
Neyveli 607 801. Phone:04142 252215, Fax 04142
252026/252645/252646.
E-Mail ID:
gmconts_co@nlcindia.com
cgmconts_co@nlcindia.com
gmconts_co@rediffmail.com
gmconts@gmail.com

2.0
2.1

iii)

Tender documents can be had from the above address on payment of cost of
tender documents by Bankers Cheque / Demand Draft (DD) drawn in favour
of NLC Ltd., Neyveli, payable at Neyveli or NEFT/RTGS mode to NLCs
Account No.10895129204 Beneficiary Name: NLC Ltd., Estt.A/c in State
Bank of India, Branch: Neyveli Main (IFS Code No. SBIN0000958).

iv)

The tender document may also be downloaded from our web site during the
tender document sale period. In such case, the cost of tender document shall
be paid by way of Bankers Cheque / DD drawn in favour of NLC Limited,
Neyveli, payable at Neyveli or NEFT/RTGS mode to NLCs Account No.
10895129204 Beneficiary Name: NLC Ltd., Estt. A/c. in State Bank of India,
Branch: Neyveli Main (IFS Code No. SBIN0000958). Bankers Cheque / DD
/ remittance details with UTR No. shall be furnished along with the bid in Part
I failing which the offer shall be rejected. The Bidder is to note that the Bank
Commission charges will be to the account of the bidder and the net amount
transferred to NLCs account shall be equal to the cost of the Tender
document.

v)

Amendments /Errata / corrigendum / clarifications, if any issued for the tender


shall form part and parcel of the tender document. Amendments /Errata /
corrigendum / clarifications will be posted in NLCs web site:
www.nlcindia.com and Central Public Procurement Portal (CPPP) of
Government of India, website : www.eprocure.gov.in. Bidders are requested
to visit NLCs web site : www.nlcindia.com or Central Public Procurement
Portal (CPPP) of Government of India, website : www.eprocure.gov.in and
note the amendments before submission of offer. Any ignorance on the part of
the firms in not seeing the website will not be an excuse. NLC shall not be
responsible if any Bidder omits to notice any amendments/Errata /
corrigendum / clarification. Amendments /Errata / corrigendum / clarification
will be numbered serially. The bidders are requested to sign all the
Amendments / Errata / Corrigendum / Clarifications issued for the tender and
enclose along with the bid as these form part and parcel of tender document.

QUALIFYING REQUIREMENTS:
The Bidder should have satisfactorily executed similar works, inclusive of ongoing
works with satisfactory performance during the last 7 years ending on the last day of the
month previous to the one in which Notice Inviting Bids (NIB) is issued, such as
excavation and transportation of earth/ mineral/coal/lignite for any Government/Quasi
Government/ PSUs/ Public Limited Company for a quantity not less than either of the
following:

:
a)

Three similar contract agreements each of average quantity not less than 17.61
LM3 (Lakh cubic meter) per annum entered into its/their own name
(Or)

b)

Two similar contract agreements each of average quantity not less than 22.01
LM3 (Lakh cubic meter) per annum entered into its/their own name
(Or)
One similar contract agreement of average quantity not less than
35.22 LM3 (Lakh cubic meter) per annum entered into its/their own name

c)

2.2

2.3

Apart from self certification by the Bidder, work completion certificate(s) from the
Government/PSUs/Quasi Government/Public Limited Company as the case may be,
for whom the excavation work has been executed, shall be annexed to the Offer.
Similar works means excavation and transportation of earth/mineral/coal/lignite in
any open cast mine. It also includes the mining activities carried out by the firm on
land leased by the Government.
Average annual financial turnover of the bidder during the last three years, ending 31st
March of the previous financial year, should be at least Rs. 5.21 Cr. Documentary
evidence for the above shall be annexed to the Offer in the form of certificate from
Chartered Accountant.
The Bidder should be the owner and be in possession of at least:i)

1 No. crawler mounted Shovel / Hydraulic Excavator/Backhoe of bucket capacity not


less than 2.4 Cu.M and 1 No. crawler mounted Backhoe of bucket capacity not less
than 0.9 Cu.M and
ii) 4 Nos. of 16 Cu.M / 35T or higher capacity Dumpers/Tippers and
2 Nos. of 8 Cu.M/10T or higher capacity Tippers

As on the date of Tender opening, the age of the above qualifying equipments shall not
be more than five years. They should all be in serviceable condition and capable of
being put to immediate operational use.
Documentary evidence for the above shall be submitted along with the bid. Apart from
self certification by the Bidder, a certificate from Chartered Engineer shall be annexed
to the Offer for the above.
2.4

Documentary proof to satisfy the above Clauses 2.1 to 2.3 above shall be annexed to
the Offer.
If the Bidder is a Joint Venture Company and the Qualifying
Requirement (QR) is met by one of the Promoters or jointly by more than one
Promoter, then each Promoter on the basis of whom, the Joint Venture Company gets
qualified shall have minimum 26% equity in the Joint Venture Company..

2.5

A sole Bidder who does not possess any one or two of the Qualifying Requirements
indicated in Clause2.1 to 2.3 above would be permitted to participate as
i. A Primary Bidder together with Associate/Collaborator
(or)
ii. A Lead Bidder, if he is designated so, by a consortium of company provided,
if their associate/collaborator/consortium members as the case may be, satisfy
other Qualifying Requirements for which the Primary/Lead bidder by himself
does not qualify. However the total number of participants including primary
bidder/lead bidder and associate /collaborator /consortium member in a tender
shall not exceed two.

2.6

The Bidder and their associate /collaborator /consortium member, if any, shall have
positive Net Worth as per their latest audited financial statement. Relevant documentary
evidence including copies of Annual Report, containing Profit and Loss Statement and
Balance Sheets for immediately preceding three accounting years shall be furnished
together with the Bid. A Bidder and their associate/ collaborator/consortium member, if
any, not having positive net worth as per their latest audited financial statement, is
3

ineligible to participate in the Tender. In case of the Bidder being a Joint Venture
Company, each and every one of the Promoters of the said Joint Venture Company shall
have positive Net Worth, as per the latest audited financial statements.
2.7

Average Annual Turnover of the Bidder, combined average annual turnover of the
Consortium
Partners,
combined
average
annual
turnover
of
the
Associates/collaborators as the case may be and the combined average annual
turnover of all the Promoters in case of Joint Venture Company, in the preceding
three consecutive financial years as on the original scheduled date of this Tender
opening, shall not be less than Rs.5.21 Crs.

3.0

SITE VISIT: Site visit is mandatory before submission of bid. Bidders have to
submit a certificate for having visited the site, countersigned by Unit Head of Mine-II.

4.0

SPECIAL CONDITIONS:

4.1

The Purchaser reserves the right to assess the bidders capacity and capability to
perform the contract should the circumstance warrant such an assessment in the
overall interest of the purchaser.

4.2

Bids which are submitted without proper documentary evidence to substantiate


fulfillment of the qualifying requirements as specified are likely to be rejected without
assigning any reasons.

4.3

Bids submitted with false information will be rejected without assigning any reason.

4.4

If the performance of the bidder under any previous order is found not satisfactory in
NLC, NLC reserves the right to reject the bid without assigning any reasons.
For the works awarded by NLC, the performance will be confirmed by NLC provided
the firm indicates the Work Order/ Contract references.

4.5
4.6

The Work shall be carried out by the successful Bidder(s) (the Contractor) by
themselves by utilizing employees on their rolls. The Contractor shall satisfy
themselves that there is presently no legal or other impediment for the satisfactory
execution of the Work as contemplated under the contract.

4.7

The Contractor shall not engage any Contract Labour within the purview of the
Contract Labour (Regulation and Abolition) Act, 1970, but shall carry out the work
with the workmen who are on the regular rolls of his company.

4.8

The Contractor shall obtain all necessary license/permission consent/ exemption


under applicable local and other laws, including under the Contract Labour
(Regulation and Abolition) Act, 1970.

4.9

It shall be the responsibility of the Contractor to comply with all applicable laws,
including but not limited to the Mines Act, 1952, and the Coal Mines Regulations,
1957, as in force from time to time.

4.10

The Bidder should be ready and able to mobilize and deploy additional fleet of
equipment and personnel, if required.
4

5.0

OTHER CONDITIONS;

5.1

Contract will be entered into only with the entity submitting the Bid and no request
for change in name or composition will be entertained after submission of the Bid for
the entire period of the contract.

5.2

The Primary/Lead Bidder shall, in such an eventuality submit along with the bid, a
Letter of Consent/expressions of intentions, signed jointly with the associate/
collaborator/consortium members as the case may be, for undertaking the tendered
work jointly and for the successful performance of the Contract if awarded. If the Bid
of the Primary/Lead Bidder is finally accepted, a LOA would be issued, only after
such Bidder has furnished a Deed of Undertaking executed jointly with the associate /
collaborator / consortium members as the case may be, for the successful performance
of the Contract as per Appendix F on a stamp paper of appropriate value. Such
Deed shall remain valid till the completion of all the obligations under the Contract
and shall be such as to make the Primary/ Lead Bidder together with
associate/collaborator/consortium member as the case may be jointly and severally
liable to NLC to perform all the contractual obligations pertaining to the scope of the
work.

5.3

In case of award of the Contract, every associate / collaborator / consortium


members, as the case may be shall be required to furnish a back up Contract
Performance Guarantee for 2% of the total Contract Price, in addition to the Faithful
Performance of the Contract Guarantee (CPG) for 5% of the total Contract Price, to
be furnished by the Primary / Lead Bidder in the form as given under relevant clause
of General Commercial conditions of the Tender. All such guarantees shall be kept
valid till the completion of all the obligations under the Contract.
No change in the Constitution of the consortium shall be allowed during the tenure of
the contract. However, in the event of any eventuality that any of the members other
than the lead member in the consortium is unable to continue till the completion of the
contract, change in consortium members will be subject to the incoming member
possessing equivalent or more qualifying requirement of the outgoing consortium
member on which the consortium fulfilled the qualifying requirements and approval
of NLC.

5.4

6.0
6.1

SCOPE OF WORK:
Hiring of Crawler Mounted Shovels / Hydraulic Excavators, Backhoes, Dumpers for
the Excavation of all types of overburden materials like topsoil, lateritic sandstone,
clayey sandstone, sandy clay etc. including buried materials for exposing lignite and
excavation of lignite, including forward preparation, loading, transportation, dumping,
dozing, leveling at the corresponding dump sites at different levels (at places shown by
NLC), by equipments and machineries, at Mine 2 of Neyveli Lignite Corporation
Limited (NLC), Neyveli, Cuddalore District, Tamilnadu. Diesel including its storage
facility is in the scope of contractor. The detailed scope of work is covered in
Technical Specification.

7.0

BID SUBMISSION AND OPENING:

7.1

The proposals are to be submitted in TWO PARTS IN SEPARATE SEALED


COVERS as follows:
Part - I: Bid Guarantee, Form of Bid Technical and Commercial Aspects.
Part- II: Form of Bid & Prices only.

8.0

SPECIAL NOTE AND INFORMATION REGARDING TENDER:

8.1

The tender documents (non-transferable) can be had from the Executive Director /
PBD & Contracts, Corporate Office, Neyveli Lignite Corporation Limited, Neyveli607 801, Tamil Nadu, India on payment of Rs. 20,000/- by crossed Demand Draft
drawn in favour of Neyveli Lignite Corporation Limited, payable at Neyveli or
Bankers cheque or NEFT/RTGS mode to NLCs Account No.10895129204
Beneficiary Name: NLC Ltd., Estt. A/c in State Bank of India, Branch: Neyveli Main
(IFS Code No. SBIN0000958). No other mode of payment will be accepted.

8.2

The remittance and forwarding letter should bear Tender Reference No. and be
addressed to Accounts Manager / Cash, F&A Branch, Corporate Office, Neyveli607 801 with a copy marked to General Manager/Contracts, Corporate Office,
Neyveli Lignite Corporation Limited, Neyveli-607 801, Cuddalore District, Tamil
Nadu, India.

8.3

All other terms and conditions along with technical details regarding qualifying
requirements, time schedule, bid guarantee, validity of bids and instruction to bidders,
etc., are contained in the Tender Documents.

8.4

Issuance of Tender Documents is not to be construed to mean that the bid/offer of


such Bidder(s) would be automatically considered.

8.5

NLC reserves the right to reject any tender or all tenders received at its discretion
without assigning any reason whatsoever.

8.6

Bids submitted by Telefax or E-Mail and bids received after the expiry of the time
specified for receiving completed bids, shall be rejected.

8.7

Neyveli Lignite Corporation Limited takes no responsibility for delay, loss or nonreceipt of Tender Documents or any letter sent by post or courier, either way.

8.8

No deviations from the General Commercial Conditions, and the Technical


specifications, are allowed.

8.9

Payment shall be made in Indian Rupees.

9.0

Time Schedule: The work must be completed within a period of 18 months from the
date of LOA as per the production schedule given by NLC.

GENERAL MANAGER / CONTRACTS


6

You might also like