You are on page 1of 24

NLC INDIA LIMITED.

(Formerly Neyveli Lignite Corporation Limited)


A Government of India Navratna Enterprise

OFFICE OF THE CHIEF GENERAL MANAGER/CONTRACTS


CORPORATE OFFICE
Block-1, Neyveli - 607 801, Cuddalore Dist., Tamil Nadu, India

LIMITED TENDER ENQUIRY


THROUGH e-TENDER

Tender Document towards

Borrowing of Rs. 2552.00 crores for


709 MW Solar Power Project in Tamil Nadu
Tender No: CO CONTS/0005G/LTE/TN Solar Borrowing-709MW /RTL/e-Conts/2018, Dt:22.02.2018

Date & Time of Opening Bid: 09.03.2018 @ 11.00 Hrs.

Phone: 04142 - 252210 / 251620 E-Mail: gmconts_co@nlcindia.com


Fax: 04142 – 252026/ 252645/ 252646 gmconts@gmail.com
gmconts_co@rediffmail.com
Website: www.nlcindia.com

Registered Office: First Floor, No: 8, Mayor Sathyamurthy Road, FSD,


Egmore Complex of Food Corporation of India, Chetpet, Chennai-600 031.

Page 1 of 24

Page 1 of 24 This Document has been digitally signed.


INDEX

Details Page No.

Schedule of Tender (SOT) 3

Instruction to Bidders for Submission of Online Bids through 4


e-Tender

Section-I – Notice Inviting Bid 10

Section-II – Information to Bidders 15

Bid (Part A) 21

Schedule of Rates (SOR) Part B 24

***********

Page 2 of 24

Page 2 of 24
SCHEDULE OF TENDER (SOT)

NLC TENDER No. CO CONTS/0005G/LTE/TN Solar Borrowing-709MW/


RTL/e-Conts/2018, Dt: 22.02.2018
MODE OF TENDER e-Contracts System
(Online Bid ) Single Cover System
Date of NIB available to parties to download 22.02.2018
Tender Fee Nil.
Bid Guarantee Amount Nil.

Pre bid conference will be held on 01.03.2018 @ 11.00 Hrs., Corporate Contracts
Division, NLCIL, Neyveli.
Date of Starting of e-Tender for submission of 02.03.2018 from 11.00 Hrs. IST
Online Bid
Date of closing of Online e-Tender for submission 09.03.2018 @ 10.30 Hrs. IST
of Bid
Date & Time of opening of Tender 09.03.2018 @ 11.00 Hrs. IST

***********

Page 3 of 24

Page 3 of 24
INSTRUCTION TO BIDDERS FOR SUBMISSION OF ONLINE BIDS

THROUGH e-TENDER
Bidders are requested to read the Terms & Conditions of this Tender before submitting their Online Bids.
1.0 Pre requisites for accessing NLC Website
A. Software Requirements
 Operating system: Windows XP -- SP3 & above.
 Web browser: Internet Explorer 9/10/11
 Java: JRE 1.7.45 or above.
 PDF reader: Adobe Acrobat Reader 8 or above.
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 licenced
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.
2.0 Registration:
The process involves Bidder registration with NLC 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. NLC shall not
be responsible for making such arrangements.
Bidders are required to 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 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
NLC. Acceptance or Rejection of Registration request for the Tender will be intimated by a
separate e-mail message.
After successful registration, the bidder can login with their user ID, password & DSC and
participate in the e-Tender.
3.0 Bidding Process:

The entire bidding process will be through e-Tender as given below:-


3.1 Preparation of Bid
a. The Bidder will be able to prepare Bid online using the respective forms. For Guidelines
please refer to the help in the Portal.
b. 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.

Page 4 of 24

Page 4 of 24
c. If the 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.
d. Bidder can attach files containing company profile details, scanned copies of other details,
etc., which are required for the enquiry. The documents attached should be in PDF format.
e. File Size: 5 MB is the maximum size of a single file that can be attached.
3.2 Bid Submission and Signing:
a. Submission of bid with duly digitally signed using Bidder’s Digital Signing Certificate.
b. Bidder cannot submit any offer after the due date and time stipulated in the Tender.
c. 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.
d. 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 Digital Signing Certificate (DSC).
e. 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
Tender after downloading the Tender Document. The responsibility of downloading the related
corrigendum, if any, will be that of the bidders.
4.0 Bidding in e-Tender:
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 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
supply.
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. NLC reserves the right to cancel or reject or accept or withdraw or extend the Tender 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. 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.

Page 5 of 24

Page 5 of 24
g. Bidders are advised to exercise caution in quoting their bids in e-Tender to avoid any mistake.
Bids once submitted can’t be recalled.
5.0 Process of e-Tender:
During Tender opening, the bid will be opened electronically on or after specified date and time as
given in the Tender Document.
6.0 Opening of Bids of e-Tender:
The bids shall be opened on the stipulated date and time.
7.0 Any order resulting from this bidding process shall be governed by the Terms and Conditions
mentioned in the NIB.
8.0 NLC India Ltd., reserves the right to cancel this bidding process (e-Tender) or extend the due date
of receipt of bid(s) without assigning any reason thereof.
9.0 RULES OF E-REVERSE BIDDING / AUCTION

9.1. NLC India Ltd., has engaged M/s. MSTC Limited, as Service Provider for conducting the Online E-
Reverse Auction.
9.2 Registration: The process involves Banker/FIs’ registration with MSTC e-procurement portal which
is free of cost. Only after registration, the Banker/FIs(s) can submit his/their
e-reverse auction bids electronically over the internet. The Banker/FIs should possess Class III
signing type digital certificate. Banker/FIs are required to make their own arrangement for bidding
from a computer connected with Internet. MSTC/ NLC India Ltd., shall not be responsible for making
such arrangement. (Bids will not be recorded without Digital Signature).
The URL for online bid submission in e-E-Reverse Auction is www.mstcecommerce.com/
eprochome/mstc
Interested bidders are required to register themselves as Banker/FIs in the above website. For this
the bidder may visit the above URL and click on “Register as Banker/FIs” and fill up the registration
form with their details and submit. The bidder shall create its own user id and password during this
process and bidders are advised to keep note of the same. It may be noted that no separate user id
and password will be provided by MSTC.
After successful submission of the registration form, Banker/FIs will receive a system generated mail
confirming their registration.
Contact persons:
For queries related to registration and online bidding (MSTC):
Name Telephone/ Email
Mobile
A. Rajamanickam 044 25251910(D) arajamanickam@mstcindia.co.in
25219004 / 25231584
9884117557
N. Shanmugam, DM 044 25222842/ nshanmugam@mstcindia.co.in
9176397264
E. Babitha Rani 9444976359 babitha@mstcindia.co.in

Page 6 of 24

Page 6 of 24
System Requirement:
i) Operating System - Windows XP-SP3 & above
ii) Internet browser - IE7 and above.
iii) Signing type digital signature (class III)
iv) JRE 7 update 79 (Preferred file- Windows X-86 Offline) and above to be downloaded and installed
in the system.
To enable ALL active X controls and disable ‘use pop up blocker’ under Tools→Internet Options→
custom level.
For detailed guidance about browser and Java configuration the bidders are advised to go through
the video guide available under “View Video” link and the “Banker/FIs Guide” at
www.mstcecommerce.com/eprochome

10.0 Bidding in E-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) During the entire E-Reverse Auction process, the bidders will remain completely anonymous to
one another and also to everybody else.
c) The e-auction floor shall remain open from the pre-announced date & time and for as much
duration as mentioned above.
d) 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 Buyer will form a binding contract between Buyer and the Bidder for execution of
supply.
e) It is mandatory that all the bids are submitted with Digital Signature Certificate otherwise the
same will not be accepted by the system.
f) NLC India Ltd./MSTC reserves the right to cancel or reject or accept or withdraw or extend the
tender in full or part as the case may be without assigning any reason thereof.
g) No deviation of the terms and conditions of the tender document is acceptable. Submission of bid
in the E-Reverse Auction by any bidder also confirms his acceptance of terms & conditions for
the tender.
h) The E-Reverse Auction process shall remain open for bid submission for a pre-declared period
and shall be subject to auto extension of bid closing time by 5 minutes from the last bid time if
any bid is received in the last 5 minutes.
i) 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.
j) 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.

Page 7 of 24

Page 7 of 24
k) 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.

Any order resulting from this bidding process shall be governed by the terms and conditions
mentioned in the NIB. No deviation to the technical and commercial terms & conditions are allowed.
MSTC/ NLC India Ltd., reserves the right to cancel this bidding process.

(E-Reverse Auction) or extend the due date of receipt of bid(s) without assigning any reason thereof.

It may be noted by the bidders that MSTC Limited is only a service provider for conducting
the online bidding process against this tender and shall not be a party to any contract
between NLCIL and the successful bidder(s) subsequent to the bidding process

11.0 By default 11.00 hrs.of the scheduled date of e-reverse bidding will be the start time of E-Reverse
Bidding. The e-reverse bidding will remain open for 4 hours i.e. from 11.00 hrs. to 15.00 hrs. on the
scheduled date. However, the bidding time will go on extending automatically after 15.00 hrs. in the
slab of 5 minutes each from latest bid time, if the latest response in the bidding is submitted within
last 5 minutes of scheduled extended closing time of bidding.

The e- reverse bidding will close on scheduled closing/Extended closing time on condition that no
bids are received within last 5 minutes of scheduled closing/Extended closing time of bidding.

12.0 The system will not accept the Amount higher than the base percentage and the system will not
accept same rate of Rebate for two or more bidders in the E- Reverse Bidding. The Service provider
will take all necessary steps to ensure smooth and uninterrupted functioning of system at their end.
Bidders are advised to ensure stable connectivity at their end. Service provider or NLC India Ltd., will
not be responsible for any disruption of connectivity or any failure at bidders end. Manual extension
of bidding time will not be allowed at the request of bidder. In case there is any technological or
system failure at service provider’s end the bidding will be paused and it will get extended for the
period, the system remained down.

13.0 After closure of E-Reverse Bidding the bidding report will be available on-line for reference of
authorized users/bidders/ NLC India Ltd., officials on log on and a separate hard copy of
comprehensive report duly stamped and signed by the service provider agency will be made
available to NLC India Ltd., within three working days.

14.0 Details of reverse auction and further evaluation process are given below:

Reverse Auction Process:

1. Reverse auction will be carried out on the MSTC portal.


2. The start rate will be same as Lowest Rate (L1 rate as arrived above) less by 0.01% quoted by any
bidder and the same will be displayed in percentage upto two decimal place.
3. Bidders participating in the reverse auction can reduce the rate from L1 rate as displayed in the
screen by minimum of 0.01 % and multiples thereon

Page 8 of 24

Page 8 of 24
4. After completing the reverse bidding process, all the bidders will be categorised into ranking as
XL1, XL2 , XL3 and so on based on the total rate arrived after reverse bidding.

Process of matching with XL1 rate:

1. The total rate quoted by XL1 bidder will be displayed and the window will be open to all bidders for
a period of half an hour :
i) For all bidders other than XL1 bidders to match the XL1 rates and
ii) For all the bidders including XL1 bidder with the option of enhancing the amount
mentioned in their respective bids.
2. After this process, the final selection of the successful bidders, amount for the respective bidders
and arriving at the applicable Spread for each successful bidder shall be as follows:
1) All bidders who have matched the total rate quoted by XL1 bidder.
2) The amount will be decided in the following order:
a. XL1 bidder with originally quoted amount
b. XL2 bidder with originally quoted amount, XL3... and so on till the total amount
reaches Rs 2552.00 crore.
c. In case, after completing the above process, the total amount so arrived is still falling
short of Rs 2552.00 crore, then enhancement quoted by bidders in the preferential
order of XL1,XL2,XL3... and so on will be considered till the total amount reaches the
level of Rs 2552.00 crore. Any bidder exceeding the total amount will be restricted to
the balance.
3) In the event of total amount still not reaching the requirement of Rs.2552.00 crore after
completing the process as mentioned above in point no 2, then, the amount of the award shall
be restricted to the lesser amount so arrived.
4) The split up of rate into benchmark rate and spread for respective bidder will be worked out
after completion of the above process by splitting into the applicable benchmarked rate (which
is quoted by the respective bidder at the time of submission of the bid) and the resultant figure
(either positive or negative) which will be considered as the “Spread’ and the same shall be
fixed for the tenor of the loan
5) Consortium (After Reverse Auction): If the L1 bidder after Reverse Auction has quoted for the
amount less than the total amount L1 matching concept would be initiated. In that situation the
L1 bidders may form a consortium and can co-opt the consortium leader. Further
correspondence including mortgage would be done through the consortium leader.

Page 9 of 24

Page 9 of 24
LIMITED TENDER ENQUIRY
Tender No: CO CONTS/0005G/LTE/TN Solar Borrowing -709MW/RTL/e-Conts/2018, Dt.22.02.2018

SECTION–I

NOTICE INVITING BID

1.0 Online Bids in English are invited, from the following Thirty six (36) Banks/Financial Institutions
only, by NLC INDIA LIMITED (NLCIL) (Formerly Neyveli Lignite Corporation Limited), Neyveli for
the “Borrowing for 709 MW Solar Power Projects in Tamil Nadu, of NLC India Ltd.” as per details
given below:

The Assistant General Manager The Assistant General Manager


Allahabad Bank Andhra Bank
Mount Road Branch No.48/39, Wawoo Mansions
‘’Anna Theatre Building’’ Rajaji Salai Chennai 600001
40/41, Anna Salai, Chennai 600002 Contact No.9840422179/044-25222222
Contact No.9962662508/044-28549262 bm0348@andhrabank.co.in,
br.ibchennai@allahabadbank.in vvselvan@andhrabank.co.in
Kind Attn: Sri. Arumugam Kind Attention: Sri. V.Vetrisselvan
The Asst. General Manager The Deputy General Manager
Bank of Baroda Bank of India
International Business Branch Chennai Large Corporate Branch
No.45, More Street, Chennai 600001 IV Floor, Tarapore Towers
Contact No.8130929919/044-23454271 826, Anna Salai, Chennai 600002
madove@bankofbaroda.com Contact No.8800107766
Kind Attention: Sri.T.N. Suresh Corpbanking.chennai@bankofindia.co.in
Kind Attention: Sri. Malkoti
The Assistant General Manager The Asst. General Manager
Bank of Maharashtra Canara Bank
Ashok Nagar Branch , 60, 10th Avenue, Opp Prime Corporate Branch
to Jeevan Super Market, Spencer Tower I, Ground Floor
Ashok Nagar, Chennai 600083 770, Anna Salai Chennai 600002
Contact No.7339389262/044-24892537 Contact No.9445059204/044-28497014
brmgr676@mahabank.co.in cb2596@canarabank.com
Kind Attention: Sri.Gowthaman Kind Attention: Sri.Krishna Prasad
The Deputy General Manager The Assistant General Manager
Central Bank of India Corporation Bank
803, Anna Salai, Addison Building 38,39 Whites Road,
PB No.2719 Chennai 600014
Chennai 600002 Contact No.9840994841/044-28524258
Contact No.9962024300/044-23464262 Cb0122@corpbank.co.in

Page 10 of 24

Page 10 of 24
bmchen3507@centralbank.co.in Kind Attention: Sri. C. Sridhar
Kind Attention:Sri.Sundararaman
The Assistant General Manager The Deputy General Manager
Dena Bank IDBI Bank
Corporate Business Branch No.115, Anna Salai
1st Floor, Beta Wing, Raheja Towers, P.B.No.805, Saidapet
177, Anna Salai, Chennai 600002 Chennai 600002
Contact No.7389933712/044-28603120 Contact No.9566003972/044-22202011
cbbche@denabank.co.in r.umadevi@idbi.co.in
Kind Attention: Sri. T.R.Parida Kind Attention: Smt. Uma Devi

The Assistant General Manager The Senior Regional Manager


Indian Bank, 12/13, Main Bazaar, Indian Overseas Bank
Block 12, Neyveli No.9-11, 100ft Road, Jhansi Nagar Corner,
Tamil Nadu 607 803 Pondicherry 605004
Contact No.9442131244 Contact No.9845548315/04132207802
neyvelimain@indianbank.co.in pondicherryrm@iobnet.co.in
Kind Attention: Sri.Rajasekar bprakash@iobnet.co.in
Kind Attention: Sri.J. Ganesan
The Assistant General Manager The Assistant General Manager
Oriental Bank of Commerce Punjab National Bank
Spencer Plaza, 769, Anna Salai No.10, Raja Street, T. Nagar
Chennai 600002 Tamil Nadu Chennai 600017
Contact No.9940198450/044-28492940 Contact No.9840483809/044-65720008
bm1065@obc.co.in bo0345@pnb.co.in
Kind Attention: Sri. P.K. Srivastav Kind Attention: Sri. Raju Prasad

The Assistant General Manager The Assistant General Manager


State Bank of Hyderabad, State Bank of Patiala,
No. 102, 1st floor, T. Nagar, No. 30, Whites Road,
Chennai- 600017 Chennai- 600014
Contact no. – 9444404182 Contact no. – 044-28553296
044-24346494 Email. – sbpwrchennai@gmail.com
Email : tnagar@sbhyd.co.in
Kind Attention: Sri. S Vijaya Kumar

The Deputy General Manager The General Manager


State Bank of India Syndicate Bank
Corporate Accounts Group Branch No.69, Armenian Street
3rd Floor, Sigapi Achi Building Leelavathi Bilding, Chennai 600001
18/3, Rukmini Lakshmipathi Road, Egmore Contact No.9444121000/044-25261155
Tamil Nadu 600008 zo.chennai@syndicatebank.co.in
dgm.cagche@sbi.co.in No.8939895889 Kind Attention: Sri.CBL Narasimha Rao
Kind Attention: Sri.Ramesh Rao

Page 11 of 24

Page 11 of 24
The General Manager The Assistant General Manager
UCO Bank Union Bank of India – Chennai Main Branch
328, Thambu Chetty Street No.139, Union Bank Bhavan,
Chennai 600001 Broadway, Chennai 600001
Contact No.9007686644 Contact No. 9442625390/044-23460725
fgm.chennai@ucobank.co.in chennaimain@unionbankofindia.com
Kind Attention: Sri. Atul Sinha Kind Attention: Sri.E. Pullarao

The Deputy General Manager The Asst. General Manager


United Bank of India Vijaya Bank, Corporate Banking Branch
Corporate Finance Branch No.123, Durga Tower
No.117 Armenian Street R.L. Road, Egmore
Chennai 600001 Chennai 600008
Contact No.- 07000763988 Contact No.9618829368/044-28591258
044-8112278/79 vb3134@vijayabank.co.in
Email ID - bmzcc@unitedbank.co.in bm3134@vijayabank.co.in
Kind Attention: Sri. Samir Kumar Ray Kind Attention: Sri.Radhakrishnan

The Branch Head The Relationship Manager


Axis Bank, Neyveli Branch HDFC Bank
SPT Mani Nagar, Vadakuthu, No.115, R.K. Salai, 9th Floor
Gandhi Nagar, Neyveli 607308 Mylapore, Chennai 600004
Contact No. 04142-281900 Contact No.9380004428
neyveli.branchhead@axisbank.com Anand.b3@hdfcbank.com
Kind Attention: Sri. Venkatramani Kind Attention: Sri. B. Anand

The Relationship Manager Industrial Finance Corporation of India Ltd


ICICI Bank Continental Chambers (2nd Floor)
No.1 Cenotaph Road 142, Mahatma Gandhi Road
Teynampet Chennai 600018 Nungambakam Chennai 600034
Contact No.9677123975 Contact No.09990725925
mohanakrishna.tr@icicibank.com rk.gupta@ifciltd.com
Kind Attention:Sri. T.R.Mohanakrishna Kind Attention:Sri.R.K. Gupta

General Manager (Projects) – Central Sector The Chief Project Manager


Power Finance Corporation Ltd Rural Electrification Corporation of India
‘’Urjanidhi’’, 1, Barakhamba Lane, Chennai Project Office, 12 TNHB Complex
Cannaught Place, New Delhi 110 001 180, Luz Church Road, Mylapore
Contact No.9868549085/011-23456534 Chennai 600004
gs_patra@pfcindia.com Contact No. 9444381137
Kind Attention: Sri. G S Patra cpmchennai@yahoo.com
Kind Attention: Smt.S. Jayanthi

Page 12 of 24

Page 12 of 24
The General Manager The Federal Bank ltd
City Union Bank 1st FloorDr. Nanjappa Building
Administrative Office 330, Variety Hall Road,
24 B, Gandhi Nagar Coimbatore – 641001
KUMBAKONAM 612001 Tamilnadu.
email:k_p_sridhar@cityunionbank.in Contact No. 9962978318
ganesanc@cityunionbank.in Mail id : varuns@federalbank.co.in
Kind Attention: Sri. K.P. Sridhar vivodm@federalbank.co.in
Sri. Ganesan No. 9381306000 Kind Attention: Shri. Varun S

Regional Head- Financial Institutions & Relationship Manager


Public Sector- TN & Kerala Corporate Banking – Large Corporates
IndusInd Bank Ltd, Kotak Mahindra Bank
4th Floor, New No. 34, Old No 115-116, 11th Floor, 555, Capital Towers
G.N.Chetty Road, T. Nagar, Anna Salai, Teynampet
Chennai 6000 017. Chennai 600018
Kind Attention: Ms. Geeta Viswanath Phone: 8056272149/044-45544757
(D) 044 28346061 (M) +91 9884076182 Umamaheswaran.bs@kotak.com
geeta.viswanath@indusind.com.
vimal.nathan@indusind.com

The Assistant General Manager General Manager - CIG


Karnataka Bank Karur Vysya Bank – Central Office
Regional Office Corporate Institutional Group
No. 324, 1st Floor, Thambu Chetty Street Erode Road, Karur 639002
Chennai 600001 sbalaji@kvbmail.com
Contact Nos. 9731497766/044-23453220 dineshprabhaa@kvbmail.com
prasandan@ktkbank.com Kind Attention: Sri.S. Balaji GM
Kind Attention: T Prasandan Contact No. 9786001670/04324269227

Chief Operating Officer The Deputy General Manager


Laxmi Vilas Bank Ltd. South Indian Bank
4/1, Sardar Patel Road No.1, Niagra Apartment
Guindy, Chennai 600032 Sterling Road, Nungambakkam
Kind Attention: Vidhyasagar Chennai 600034
Contact No. 9677286868 Phone: 044-28238250/8447926680
Email: vidyasagar@lvbank.in Kind attention: Biji. S S,
e-mail: meenakshisundaram.r@lvbank.in Mail id: bijiss@sib.co.in

1.1 Tender No: CO CONTS/0005G/ LTE/TN Solar Borrowing-709MW/RTL/e-Conts/2018, Dt:22.02.2018.

1.2 Cost of Tender Document : Nil.


1.3 Bid Guarantee Amount : Nil.
1.4 Pre-bid meeting : 01.03.2018 @ 11.00 Hrs
1.5 Last Date and Time for receipt of Offer : 09.03.2018 up to 10.30 Hrs
1.6 Date and Time of Opening of Bid : 09.03.2018 @ 11.00 Hrs.

Page 13 of 24

Page 13 of 24
2.0 The General Tender Conditions and other details are available in the Tender Documents. Any offer
received after the expiry of the time specified for receiving the bid is liable for rejection.

2.1 The Tender Document (non-transferable) can be downloaded from our Website www.nlcindia.com
or econts.nlcindia.com or Central Public Procurement Portal (CPPP) of Government of India,
Website: www.eprocure.gov.in.
3.0 For any clarification please contact O/o the Chief General Manager/Contracts, Corporate Office,
NLC India Ltd., Neyveli–607 801, Phone No: 04142-252210/251620, Fax No: 04142–252026, E-
Mail ID: gmconts_co@nlcindia.com, within 5 (five) days from the date of the Tender.

4.0 Amendments/Errata/Corrigendum/Clarifications, if any, issued for the Tender shall form part and
parcel of the Tender Document. Amendments / Errata / Corrigendum / Clarifications will also be
hosted in NLC’s websites and CPPP. Firms are requested to visit NLCIL’s websites or CPPP and
note the Amendments / Errata / Corrigendum / Clarifications before submission of offer. Any
ignorance on the part of the firms in not seeing the websites will not be an excuse. NLCIL shall not
be responsible if any Bidder omits to notice any Amendments/Errata/Corrigendum/Clarifications.
The Amendments/Errata/Corrigendum/ Clarifications will be numbered serially.

5.0 NLC India Ltd., takes no responsibility for delay, loss or non-receipt of Tender Documents or any
letter sent by post either way.
6.0 Bids submitted by Telefax or E-Mail and off line bids received shall be rejected.
7.0 NLC India Ltd., reserves the right to reject any tender or all tenders received at its discretion
without assigning any reason whatsoever.

CHIEF GENERAL MANAGER/CONTRACTS.

Page 14 of 24

Page 14 of 24
SECTION-II
INFORMATION TO BIDDERS
1.0 Information:

NLC India Ltd. (formerly known as Neyveli Lignite Corporation Limited), a “Navratna’’ government
of India Enterprise under the administrative control of Ministry of Coal has a chequered history of
achievements in the last 61 years since its inception in 1956. A pioneer among the public sector
undertakings in energy sector, currently NLCIL operates the following:

Sl.No. Particulars Location Capacity


01. Opencast Lignite Mines - 3 Nos. Neyveli 28.5 Million Tonnes p.a.
02. Opencast Lignite Mines - 1 No. Rajasthan 2.1 Million Tonnes p.a.
03. Thermal Power Stations – 4 Nos. Neyveli 2990 MW
04. Thermal Power Station - 1 No. Rajasthan 250 MW

NLCIL is implementing various Power and Mining Projects which are at different stages of
implementations. Details of some of the projects under implementation stages are given below:

1. Restructuring of Mine 1 & 1A to augment additional lignite capacity of 1.5 MTPA (13.5 mtpa to
15 mtpa) to feed the New Neyveli Thermal Power Plant of 1000 MW capacity under
construction in lieu of existing age old 600 MW TPS I.
2. New Neyveli Thermal Power Project (NNTPS): This lignite based project with 2x500 MW
capacity will replace the existing aged Thermal Power Station I commissioned in 1960s.
3. Barsingsar Extension (1x250 MW) – New Lignite Mine at Halda (1.90 MTPA capacity) and the
existing Barsingsar Mine which is being operated at 100 % capacity (2.10 mtpa) and the linked
Barsingsar Thermal Power Station by 250 MW.
4. Bithnok TPS (1x250 MW) – Bithnok Lignite Mine (2.25 mtpa capacity) and the linked power
station of 250 MW capacity.

Page 15 of 24

Page 15 of 24
5. The proposed Solar Power Projects in different States of India as detailed below:

Sl. No. Location of the Project Capacity (MW) Status


01. Neyveli 130+10 Commissioned
02. Tamil Nadu 500 In Progress
03. Tamil Nadu (addl) 709

2.0 NLCIL proposes to raise a Long Term Rupee Loan up to Rs.2552.00 crore to meet the fund
requirement of the proposed Solar Power Projects in Tamil Nadu with a capacity of 709 MW.
Hence, the bidder is requested to quote the interest rate for this Rupee Term Loan (RTL).

Company’s stipulations and other requirements for borrowings are given in tender. The
prescribed bid forms are enclosed. The bid is to be submitted to give the acceptance of the
stipulations as prescribed by the company and Quantum of Loan amount offered, Rate of Interest
and Legal Fees as per stipulations. Bidders are not allowed to take any deviation from the tender
conditions. Bidders are requested to submit the bids in two parts agreeing to the conditions
thereto any deviations or qualified bids will be summarily rejected.

Pre Bid Meeting will be held on 01.03.2018 @ 11.00 Hrs. Contracts Conference Hall in Corporate
Office, NLCIL, Neyveli.
Online Bids submitted are opened for evaluation. It is proposed to follow the reverse e-auction
procedures the details of which are given in Tender.

Bidders are requested to submit their bids through electronic mode only. NLC India Ltd., reserves
the right to accept / reject any offer received from any bidders without assigning any reasons.
Queries can be got clarified through the e-mail id : gmconts_co@nlcindia.com

2.1 BRIEF SCOPE OF WORK:


The Scope of the Tender is to provide Rupee Term Loan facility to meet the fund requirement of
the Solar Power Projects of NLC India Ltd. in Tamil Nadu for 709 MW, as per terms & conditions
as given in tender.

2.2 BID SUBMISSION:


All bids, including all attachments/enclosures shall be prepared in English Language only and
submit online in the NLC web site. The bidder shall submit the offer for full scope of work indicated
in the Tender Specification.

Page 16 of 24

Page 16 of 24
Clarification if any, shall be sought within 5 (five) days from the date of Tender. Any request for
clarification received after the stipulated time will not be considered. NLC will issue clarification as
they may think fit, in writing.
Bids can be submitted only by the bidders mentioned in Section-I (NIB).

2.3 BID:

The Online bid shall contain the full details of the profile of the bidders in PDF format, in addition to
duly filled up online forms.
2.4 SCHEDULE OF RATES (SOR):

a. The “Schedule of Rates” duly filled in by the bidder shall be submitted online in the Specified
Form.
b. The bidder shall quote the rate of interest for the proposed borrowing as per schedule of rate
format given. The bidder quoting a system of rate other than that specified, run the risk of
summary rejection of the bid.
c. Interest Rate shall be rounded to two decimals.

d. Notwithstanding any information and data which may be contained in the Tender Document
the Bidder has to make independent enquiries and generally obtain his own information on all
matters that may in any way affect the Interest Rate.

2.5 LATEST HOUR FOR RECEIPT OF BIDS:


Online/Electronic Bid shall be submitted through https://econts.nlcindia.com within the date & time
specified in NIB. In general, no request for postponement or extension of time shall be permitted
for the Tender Document download period and/or Tender/ Price bid opening date. However,
borrower has right to decide.

2.6 BID OPENING:

Bid will be opened as per the date & time specified in LTE conditions.
2.7 BID VALIDITY:

The Bid should be kept valid for acceptance for a period of 90 days from the date set for the
opening of the Bid.

2.8 DEVIATION:

The bidder is not permitted to take any deviation to the terms and conditions stipulated in the
tender. In case, any Bidder takes any deviation, their offer will be summarily rejected.

Page 17 of 24

Page 17 of 24
2.9 EVALUATION OF BID:

The Bids received will be evaluated by the Borrower to ascertain the lowest evaluated substantially
responsive Bid vis-à-vis the Tender Specifications. The Bidder has to satisfy himself that full
information is furnished as required in the Specifications. Lack of particulars or incomplete
information furnished will run the risk of rejection of the bid.

2.10 ACTION AGAINST THE BIDDER:


Furnishing incorrect information in the Tender, failure to act according to Contract Conditions, non-
fulfillment of any or whole of the Contract may entail black listing of Bidder in addition to taking
other appropriate action against the Bidder.

2.11 DISPUTES:
In respect of all Tender Conditions, the decision of the NLC India Ltd., shall be final and binding. In
the event of any dispute arising out of the Tender, such dispute would be subject to the jurisdiction
of the Civil Courts, Neyveli.

2.12 General Conditions:

1. NLCIL India Ltd. reserves the right to deal only with the Lender/Consortium Leader (wherever
applicable).
2. Any offer/agreement will not have binding on NLCIL India Ltd. to park surplus fund with the
lender (s).
3. Successful bidder should give an undertaking in writing that they would honour the contract in
letter and spirit.
4. It is the responsibility of the Lender/Consortium Leader (wherever applicable), to ensure that
the contractual terms is met in time.
5. NLCIL India Ltd. reserves the right to draw lesser amount than the loan tied up amount based
on the project requirements.
6. If the total amount offered by the successful bidder(s) is less than the proposed borrowing, the
tender will be finalised with the offered amount by the successful bidder(s).
7. After issue of Letter of Award to the successful bidder, required information will be submitted
within seven days of the request from the lender.
8. Within 45 days of the issue of Letter of Award, Lender shall be in a position to execute
necessary documents for drawl of loan.
9. Pending execution of agreement, 10 % of the proposed borrowing amount shall be made
available for drawl by the borrower.
10. Loan agreement shall be executed within 10 days of sanction letter accepted by the borrower.
11. Hypothecation and Mortgage shall be executed within 120 days of the Loan agreement or
mutually agreed period.

Page 18 of 24

Page 18 of 24
SPECIAL CONDITIONS:
Rate of Interest:

1. Bidders shall have the option of quoting the interest rate based on MCLR of Banks or AAA Bond
Rate or G-Sec rate (Long Term). Treasury Bills will not be accepted.
2. The rate quoted by the bidder should have the breakup of basic rate and spread, if any.
3. Basic Rate and spread quoted shall be in terms of percentage up to two decimals.
4. Spread shall be positive or negative and the same shall be fixed throughout the tenure of the loan
5. Lowest rate will be arrived based on the Net Interest Rate.
6. Reset of Interest – on monthly basis.
7. Date of reset – on 15 th of every month.
8. First reset shall be on completion of one month from the date of first drawl.
9. Interest payment will be made monthly (on the last working day of the month).

Others:

1. No Commitment Fee / Upfront Fee will be paid by NLCIL.


2. Levy of interest tax or any other statutory levy,if any, will be reimbursed based on
documentary evidence.
3. Credit Rating - Rating of the proposed borrowing will be done shortly.
4. Moratorium – One year from the date of Scheduled Commercial Operation Date (SCOD)
5. Security – First pari-passu charge will be created on project assets for which borrowing is
sought.
6. Partial closure / Pre-closure of loan at the option of the borrower will be available with 30
days prior notice and without any penal charges/premium.
7. Offer validity should not be less than 90 days from the date of bid opening.
8. Legal Fees: Legal fees to be quoted shall be the Professional charges paid to the Legal
counsel of the successful bidder for drafting the Loan agreement and mortgage deed. The
maximum amount of legal fees would be Rs.1.5 Lakhs subject to actual for the entire loan
amount. The same will be shared by the bidders in the ratio of the loan amount allotted.
9. Mortgage Charges: The Mortgage charges shall be registration charges including stamp duty
paid for registering the mortgage with the Registration Department will be reimbursed at
actual on production of documentary evidence.

Page 19 of 24

Page 19 of 24
2.13 Others:

a) The submission of offer concerned shall have no cause of action or claim against the NLC
India Ltd., for rejection of offer. The Bidder, whose offer is not accepted shall not be entitled to
claim any costs, charges and expenses incidental to or incurred by them in connection with
submission of their offer or its consideration by NLC India Ltd., even though NLC India Ltd.,
may modify/withdraw the Invitation to Tender or does not accept the offer or cancel the Tender
as a whole.

b) NLC India Limited takes no responsibility for transmission delays, loss or non-receipt of online
bid or any letters sent by post / courier/email, either way. NLC India Ltd., shall always be at
liberty to reject or accept any offer or offers or part thereof at its sole discretion and any such
action will not be called into question and the Bidder shall have no claim in that regard against
NLC India Ltd.

2.14 Correspondences:
All correspondences are to be made to:

For Financial Correspondences:


The Deputy General Manager/Finance/Treasury
NLC India Limited, Corporate Office,
Block -1, Neyveli – 607 801, Tamil Nadu.
Mail id: treasury@nlcindia.com
Phone No. 04142-252211

Page 20 of 24

Page 20 of 24
BID FORMS
Bidding for Rupee Term Loan [ RTL ]
1. PRESCRIBED BID FORM AND STIPULATIONS (Part A)

Sl.No. Description

1.0 Total amount of RTL- Rs. 2552.00 Crore


2.0 Minimum Amount to be quoted – Rs.250 Crore
3.0 Nature of offer (Standalone/Consortium)
4.0 Tenure : Repayment Terms - 10 Equal Half-Yearly Instalments after moratorium period
5.0 Interest Rate shall be MCLR of Banks or AAA Bond Rate or G-Sec rate (Long Term). Spread
quoted shall be firm through-out the Loan Period. Treasury Bills will not be accepted
6.0 Payment of Interest- Payable monthly (on last working day of the month)
7.0 Interest Reset- Monthly. The quoted rate shall remain same up the date of drawl. Thereafter the
interest will be reset on 15th day of every month.
8.0 Moratorium – One year from the date of SCOD
9.0 Upfront Fee - Not applicable
10.0 Legal Fee – At actual subject to the maximum of Rs.1.50 Lakh
11.0 Mortgage Charges – At actual on production of documentary evidence.
12.0 Any Other fee - Not Acceptable
13.0 Credit Rating – Rating of this borrowing will be done shortly
14.0 Security - First Pari-passu charge on the project assets to the extent of this loan
15.0 Validity Period of offer - Not less than ninety days from the bid opening date
16.0 Pre-closure of the Loan (Partly or Fully) - On 30 days notice without paying any premium / Penalty
Charges after lock in period.
17.0 Evaluation Procedures- Clause No. 2.9 of Section-II.
18.0 Drawl schedule - Drawdown schedule shall be finalized on mutual discussion with the successful
lender(s) at the time of entering into Loan agreement/Consortium Loan Agreement as the case
may be
19.0 a.Refer rules for e-reverse bidding in clause 9.0 - (Instruction to Bidders for submission of online
bids through e-tender)
b. Bidders have to submit their offer in electronic mode only.
c. E-reverse auction is proposed to be carried out by MSTC in their portal. ( Clause – 9.0 -
Instruction to Bidders for submission of online bids through e-tender)

We hereby undertake to submit our offer in line with all the above points as per
tender.

Page 21 of 24

Page 21 of 24
2. DOCUMENT STRUCTURE

Code Description Type Bidder


Acceptance

1 BID: (Part-A) General Terms and Conditions


2 SCHEDULE OF RATES (SOR): (Part-B) Rates

Page 22 of 24

Page 22 of 24
3. CONSORTIUM DETAILS

i) There is no restriction to number of Member Banks.


ii) Details about the Lead Banker and the member should be filled separately.

Sl.No. Name of Share Address Telephone Fax E-Mail Name of the Attachment
the of No. No. contact
Member Loan person with
(Rs. In designation
Crore)

Page 23 of 24

Page 23 of 24
1. SCHEDULE OF RATES (SOR) (Part B)

Sl.No Description Bidder


Response

1.0 Currency INR


2.0 Quantum of Loan offered (Total of Consortium, if applicable) (in Rs.Crores)
3.0 Interest Rate
3.1 MCLR of Banks/ AAA Bond Rate /G-Sec rate (long term) (in %)
3.2 Fixed Spread (in %)
4.0 Net Rate of Interest (Sum of 3.1 and 3.2) (in %)
5.0 One Time Fee : Legal Fees (Actual subject to max of Rs.1.5 Lakh) (in Rs.)
6.0 Documentary evidence for Interest rate (above 3.1) to be attached by the bidder

Page 24 of 24

Page 24 of 24

You might also like