You are on page 1of 95

NLC 

INDIA LIMITED: NEYVELI.
(Formerly Neyveli Lignite Corporation Ltd., Neyveli)
TOWNSHIP ADMINISTRATION DEPARTMENT, NEYVELI-607801.
DETAILED NOTICE INVITING BID (NIB) ON LINE TENDER Dt:28-JUN-22
TENDER NOTICE (Two Stage Tender) BMC
1.0  INVITATION
    Online bids are invited by the General Manager/Township
Administration, NLC India Limited, Neyveli-1, for the work mentioned in
the "Tender Details" given below. The bidders are requested to login to
NLCIL "NeAT" website (https://www.procure.nlcindia.in) for participation
in e-tender.
2.0 TENDER DETAILS
NLCIL TENDER NO. 044/EN/22-23

E-Tender Project Code ECHEN3833

TYPE OF WORK: BMC

Nature of Contract SERVICE Contract
BIENNIAL MAINTENANCE OF GREENBELT AREA FOR
TPS-II (MELAKUPPAM), MINE-II
Name of the work:
(THANDAVANKUPPAM), TPS-I EXPN. (BLOCK 30 &
PERIYAKAPANKULAM), TPS-I (PETS AND BLOCK-14 & 28
) FOR THE YEAR 2022-24

Approx.value of work  1,74,87,142.12

Period of completion 731- Days from Date of HANDING OVER


SITE

Neyveli Township,Cuddalore District,
Place of Work Tamil Nadu
e-Tendering Online Bid
MODE OF TENDER Part-I, Part-II 
REVERSE Auction NOT Applicable

Tender Fee ( Cost of Tender 2000 (*)


documents)
Bid Guarantee Amount(*) 274000
13-JUL-22 11.00 a.m
Pre Bid Meeting Date & Venue Office of the General Manager/Township
Administration,Neyveli
Date of Starting of e-Tender
for submission of Online Bid 28-JUN-22 from 17.00 Hrs

Last date & time of Submission of
Physical (sealed cover Part-I)
containing EMD in the form of 20-JUL-22 at 14.30 Hrs
Demand Draft / Pay order /
Banker's Cheque / Bank Guarantee
etc.,(Not applicable for payment
of EMD by RTGS / NEFT)
Last Date & Time of submission of
Online Bid - Part-I & Part-II  20-JUL-22 at 14.30 Hrs

Date & time of opening of Part-I 20-JUL-22 at 15.00 Hrs


(Physical & Online Bid)
Date & time of opening of Part-II Will be intimated later
(Online Price Bid)

PNo: 3833 TNo: 044/EN/22-23 NLC/TA/Download Document 20-JUN-22 Page 1 of 6

This Document has been digitally signed.


(*) NSIC/MSE Exemption is applicable for this Tender

3.0 Pre Qualification Condtions:
3.1 PQCondition:Bidder should have executed any
ECOLOGY/HORTICULTURE/AFFORESTATION/AGRICULTURE  works with in the last
(5)Five years, from the original Scheduled date of tender opening in
Govt/Quasi Govt/PSU/Public Limited Company for a minimum value of
Rs.43,71,800.00 in a single agreement in their own name/in the name of
any one of the partners/his firm in case of partnership firm.

* The minimum value of work specified above towards prequalification
requirement shall be exclusive of GST
3.2 PQ conditions-2:Documentary evidence for the above qualifying requirement(s) shall
be enclosed in cover-II (Part-II)

3.3 Documentary evidence in the form of work completion certificate as required from
the Competent Authority should also be uploaded along with the tender documents. The
work completion certificate shall be for completion of the entire scope of work and not
for any portion or part of a work.
3.4 The Work Completion Certificate from the Competent Authority shall contain (a) Name
of Work, (b) Agreement No., (c) Finalized value, (d) date of completion and (e) Name &
address of the bidder and it should also be uploaded along with the tender documents.
Pre-qualification documents in original have to be submitted for verification on demand
failing which the offer is liable for rejection.

4.0 OTHER QUALIFYING REQUIREMENTS

4.1  The bidder should have Independent Provident Fund code number allotted
in favour of his establishment under EPF & Misc. Provisions Act 1952. The
documentary proof showing PF code Number so allotted shall be uploaded with
tender documents.

4.2  The bidder should have registered (its establishment) under ESI Act
1948 and have the Employer's Code allotted in favour of his establishment.
The documentary proof showing ESI Code Number so allotted shall be uploaded
along with the tender documents.

4.3   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 (P&A) Act 1970 issued by
the bidder to that effect.

4.4   The bidder shall also possess a valid certificate of registration
under GST Act / Rules and upload a copy of the same in the bid if in any
financial year the value of service rendered by them / the value of a
contract exceeds the present threshold limit for levy of GST. He should have
discharged his liability, under the GST Act / Rules. In case the above value
does not exceed the present threshold limit for levy of GST, a self-
declaration to this effect shall be furnished (uploaded).

4.5  The bidder should have obtained Permanent Account Number (PAN) under
the Income Tax Act. A copy of the PAN CARD shall be uploaded in the tender.
The bidder should (have obtained the / be the holder of) 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 upload
the self-attested printout of the online IT Statement indicating zero tax
liabilities for four consecutive years prior to bidding along with the
PNo: 3833 TNo: 044/EN/22-23 NLC/TA/Download Document 20-JUN-22 Page 2 of 6

This Document has been digitally signed.


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).

4.6      In case, the documents of the bidder(s) are found to be false /
incorrect, then the bid(s) of such bidder(s) shall be rejected besides
debarring / banning of such bidder(s) for a specific period as per the
extant procedures.

5.0   The details of remitting the Tender fee, EMD / Bid Guarantee and
submission of bids shall be as per the INSTRUCTION FOR SUBMISSION OF ONLINE
BIDS THROUGH e-TENDER and e-REVERSE AUCTION (Refer Chapter-F)

6.0       Tenders shall be kept valid for 90 days from the original date set
for Tender opening.
However, if any extension of validity is called for, the bidder shall extend
the same.

7.0       Interested bidders are required to pay the Tender fee by e payment
mode only into NLCIL's account 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, Tender fee details etc., and attach a scanned
copy of Tender fee details with UTR No., Remitted Bank, Amount, Date, Tender
Reference number, Name of bidder 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. The bidder can login with their user
ID, password & DSC and participate in the e-Tender. Tender fee is
nonrefundable.

7.1      Payment of Tender Fee

The payment towards Tender fee is to be remitted in favour of NLC India
Limited by e-payment like RTGS / NEFT to NLCIL's bank account as per
following detail.
Bank Details : State Bank of India, Neyveli Main, Block -2
Account Details : NLCIL Account No. 10895129124
IFSC Code No. : SBIN0000958
While making payment through NEFT / RTGS, the Bidders are requested to
furnish  Tender Number and Bidder's name in the Remarks Column.
The bidders shall upload scanned copy of Tender Fee Details with UTR No,
Remitted bank,Remitted Amount, Date of Remittance, Tender Reference number,
Bidder's Name etc., and if the remitted amount is confirmed to be credited
into NLCIL account, then the Bidder satisfies Tender Fee Payment condition
through e-payment.
If MSE / NSIC is applicable for this tender, MSE / NSIC bidders can upload
the document
(Valid MSE / NSIC Certificate) for claiming exemption from furnishing Tender
Fee as per
requirement of NIB Conditions.
Bidders are requested to note that their bid will be considered for further
evaluation only if they fully satisfy the condition of Tender Fee Payment as
per NIB Conditions. No clarification can be sought from the bidders with
respect to Tender Fee payment. Hence the bidders are advised to go through
the NIB conditions and instructions for submission of online bids before
PNo: 3833 TNo: 044/EN/22-23 NLC/TA/Download Document 20-JUN-22 Page 3 of 6

This Document has been digitally signed.


submitting their bids. Tender Fee is non-refundable.
The bank commission charges will be to the account of the bidder and the net
amount transferred to NLCIL's account shall be equal to the Tender Fee. Cash
payments will not be accepted.

8.0       EMD/BID GUARANTEE: 
 The Earnest Money Deposit as given in Tender Details is to be submitted
along with the tender. The Earnest Money so deposited shall not bear any
interest.
8.1 Mode of furnishing EMD / Bid Guarantee: (a) Demand Draft, (b) Banker's
Cheque, (c) Pay Order issued by Nationalized / Scheduled Commercial Bank
approved by Reserve Bank of India (RBI) payable at par at Neyveli in favour
of DIRECTOR / FINANCE, NLC INDIA LIMITED or (d) through RTGS / NEFT mode or
(e) remittance into NLCIL's account through e-payment mode which shall be
verified by Accounts Center / TA or (f) in the form of Irreversible Bank
Guarantee Bond (BG) from any Nationalized/Scheduled Commercial Bank approved
by Reserve Bank of India (RBI). Guarantee Bonds should be executed on a Non-
judicial Stamp Paper of value Rs. 80/- (Rupees Eighty). Tenders without full
EMD as stipulated are liable for summary rejection. In case of Bid Guarantee
(EMD) furnished in the form of Bank Guarantee (BG), the format of BG shall
be as per the format mentioned in the tender documents; otherwise the bid
shall be liable for rejection. In case of remittance through e-payment /
RTGS / NEFT, print out of remittance details showing UTR Number and other
details shall be uploaded in the bid. The Bank commission charges will be to
the account of the bidder.

8.2 BANK ACCOUNT DETAILS FOR e PAYMENT
Party Name : NLC INDIA LIMITED
Accounts Centre : TA
NLCIL Bank Account Number: 10895129124
Name of Bank: State Bank of India, Neyveli (Main), Block-2
Branch Code: 00958
IFSC Code: SBIN0000958
8.3 The Bank Guarantee if submitted against EMD, it shall be subject to
verification with the Bank which issued it in the SFMS (Structured Financial
Messaging System) mode. The BG shall be extended suitably, whenever
required. The Bank Guarantee issued by the issuing Bank on behalf of Bidder
/ Contractor / Supplier in favour of "Name of Company" shall be in paper
form as well as issued under the Structured Financial Messaging System
[SFMS]. The details of beneficiary for issue of BG under SFMS platform is
furnished below:
Name of beneficiary & its details: NLC INDIA LIMITED
Unit/Division: Township Administration Department / Technical.
Beneficiary Bank, Branch, Address: State Bank of India, Block-2,Neyveli.
IFSC Code: SBIN0000958

8.4 The above particulars are to be incorporated by the issuing Bank
properly while issuing BG under SFMS mode to avoid any problem in future.
Any Bank Guarantee submitted in physical mode, including EMD / Bid
Guarantee, which cannot be verifiable through SFMS will be rejected
summarily.
8.5 Submission of Bid Guarantee is exempted if the following agencies
compete in tender: (1) Central Government Departments and (2) Government
funded Educational / Research Institutions.
9.0       Integrity Pact: If the tender value is more than Rs.1.00 Crore,
Integrity Pact in prescribed  format is to be furnished by the bidder.

PNo: 3833 TNo: 044/EN/22-23 NLC/TA/Download Document 20-JUN-22 Page 4 of 6

This Document has been digitally signed.


10.0     Physical cover Part-I: EMD in the prescribed form (EMD in the form
of Demand Draft / Pay order / Banker's Cheque / Bank Guarantee etc.,) shall
be deposited in the Tender Box kept in Technical Section / Township
Administration Office in a sealed cover addressed to Unit Head, Township
Administration Office, NLC India Ltd, Neyveli - 1 before the date and time
mentioned above. The above Physical sealed cover (Part-I) shall be
superscribed with 'Tender Number', 'Date of Tender Opening' and 'Name of
Work' at the top, 'Name, address, Cell No. and e mail id' of the bidder at
the left-hand bottom.
 The above mentioned Physical sealed cover (Part-I) may also be submitted
before the stipulated date and time mentioned in NIB to any of the
designated Officials of Technical Section / TA viz., a) Shri. V.
GOPALAKRISHNAN, DGM / Civil, b) Shri. V. SHANMUGAM,CM / Civil, c) Smt.
R.POOVAZHAGI, CM / Electrical, d) Shri. P.SRIDHARAN, CM / Civil, e) Shri. S.
RAMALINGAM, ACM / Civil and f) Shri. M. GOUNASSEGARANE, ACM /Electrical.
On the stipulated date and time, Physical sealed cover (Part-I) will be
opened initially followed by opening of e-bids under Part-I.

Tenders submitted without furnishing EMD will be summarily rejected.

11.0    The Tenders submitted late shall not be accepted and shall be
rejected. If the tender could not be opened on the scheduled date due to
administrative reasons, the revised date of opening will be intimated to
those who have responded. If the date of submission of tender is declared as
a holiday, tender will be opened on the next working day.

12.0     Reverse Auction, if required, will be conducted among the
shortlisted bidders with a start price and decremented value. The Reverse
Auction procedure is detailed separately under the heading "Reverse Auction"
in tender document.

13.0     Amendments / Errata / corrigendum / clarifications, if any issued
for the tender shall form part and parcel of the tender document.
Amendments/Errata/ corrigendum/ clarifications will be posted on NLCIL's
"NeAT" website (https://www.procure.nlcindia.in), NLCIL's web site:
www.nlcindia.in and Central Public Procurement Portal (CPPP) of Government
of India website:www.eprocure.gov.in. Bidders are requested to visit NLCIL's
"NeAT" website (https://www.procure.nlcindia.in), NLCIL's web site:
www.nlcinda.in 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.

NLCIL 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
acknowledge the contents of the Amendments / Errata / Corrigendum /
Clarifications issued for the tender as indicated in the on-line format.

14.0     Bidders are advised to visit the NLCIL's "NeAT" portal
https://procure.nlcindia.in 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
or after submitting the online Bid. The responsibility of downloading the
related corrigendum, if any, will be that of the bidders. Also, the bidders
are required to submit their bid again, in case of corrigendum, as the
already submitted bid will be automatically moved to saved bids, after
hosting the corrigendum.

15.0    The bidders are requested to make entries of points proposed to be
PNo: 3833 TNo: 044/EN/22-23 NLC/TA/Download Document 20-JUN-22 Page 5 of 6

This Document has been digitally signed.


discussed during Pre-bid conference in the Pre-Bid clarification screen.
16.0     Incomplete tenders are liable to be rejected.

17.0     NLC India reserves the right to reject any or all the tenders
received or cancel the tender, without assigning any reason.

18.0     For further details such as Qualifying Requirements, Scope of work
etc., please visit NLCIL "NeAT" website (https://www.procure.nlcindia.in)
NLCIL's website: www.nlcindia.in or Central Public Procurement Portal (CPPP)
of Government of India website: www.eprocure.gov.in or contact General
Manager, Township Administrative Office, NLC India Ltd, Block-10, Neyveli-
607 801. Phone: 04142 - 252396 :E-Mail ID : tender.ta@nlcindia.in

                                                          DGM/TECH / TA

PNo: 3833 TNo: 044/EN/22-23 NLC/TA/Download Document 20-JUN-22 Page 6 of 6

This Document has been digitally signed.


This Document has been digitally signed.
1 of 65

NLC INDIA LIMITED


TOWNSHIP ADMINISTRATION DEPARTMENT
NEYVELI, CUDDALORE DISTRICT, TAMILNADU

CONTENTS OF TENDER DOCUMENT

CHAPTER - A - INVITATION TO TENDER.

CHAPTER - B - INSTRUCTION FOR BIDDERS.

CHAPTER - C - GENERAL CONDITIONS (PART- A).

CHAPTER - D - GENERAL CONDITIONS (PART- B).

CHAPTER - E - ADDITIONAL GENERAL CONDITIONS.

CHAPTER - F - INSTRUCTION TO BIDDERS FOR SUBMISSION OF ONLINE BIDS.

ANNEXURE - I - AFFIDAVIT.

ANNEXURE - II - FORM OF TENDER.

ANNEXURE - III - FORM OF AGREEMENT.

ANNEXURE - IV - TABULATION OF SIMILAR WORKS.

ANNEXURE - V - BID GUARANTEE FORM.

ANNEXURE - VI - LETTER OF UNDERTAKING - (EMPLOYMENT CARD AND GST).

ANNEXURE - VII - BANK ACCOUNT DETAILS FOR E – PAYMENT.

ANNEXURE – VIII - UNDERTAKING REGARDING RELATIVES OF BIDDER EMPLOYED IN


NLCIL.

ANNEXURE - IX - INTEGRITY PACT.

ANNEXURE - X - CHECK LIST.

ANNEXURE - XI - UNDERTAKING FOR RELEASE OF EMD.

ANNEXURE - XII - UNDERTAKING TO BE FURNISHED BY THE PARTNER IF WORK


EXPERIENCE IS FURNISHED IN THE NAME OF ANY ONE OF THE
PARTNER OF THE PARTNERSHIP FIRM.

ANNEXURE - XIII - DETAILS TO BE FURNISHED BY THE BIDDER.

ANNEXURE - XIV - INDEMNITY BOND.

ANNEXURE - XV - UNDERTAKING REGARDING FAIR LABOUR PRACTICES.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
2 of 65

CHAPTER - A
INVITATION TO TENDER.
[For On Line Tenders – AMC / BMC Works]

1.0 M/s. NLC India Limited, Neyveli (NLCIL), a Navratna Govt. of India Enterprise registered
under Indian Companies Act, 1956, as Employer / Purchaser invites online bids for the work
mentioned in the Notice Inviting Bid (NIB).

The following details of the Tender are furnished in NIB viz.,

a) Tender Number

b) E-Tender Project Code

c) Name of Work

d) Place of Work

e) Tender Value

f) Period of Completion

g) Tender Fee

h) EMD Value (Bid Guarantee Amount)

i) Pre-Bid Meeting Date & Venue

j) Date of Starting of e-Tender for submission of on-line Bid

k) Last Date & Time of submission of Physical Sealed cover (Part-I) containing EMD in the
form of Demand Draft / Pay order / Banker’s Cheque / Bank Guarantee etc.,

If EMD is furnished in the form of e-payment like NEFT, RTGS etc., Submission of
Physical Sealed Cover (Part-I) is not needed. However, documentary proof of such
payment shall be uploaded while submitting on line bid.

l) Last Date & Time of submission of Online Bid Part-I & Part-II along with tender fee
payment, Earnest Money Deposit details.

m) Date & Time of opening Physical Sealed Cover (Part-I) received (if any) containing EMD
in the form of Demand Draft / Pay order / Banker’s Cheque / Bank Guarantee etc.,

n) Date & Time of Opening of Part-I on line [consisting of EMD (uploaded copy), Affidavit
(uploaded copy), Integrity Pact (If applicable) (uploaded copy), QR documents, Techno-
Commercial details& all other tender documents (except Price bid)]

Date & time of opening of e- Bids (Part-II) (i.e., Price bid) will be intimated later.

Date & time of Reverse Auction (if applicable) will be intimated later.

Note: Integrity Pact is applicable for works of Tender value Rs 1.0 Crore and above.

2.0 Tender documents for this tender can be viewed in NLC India Ltd Web Site www.nlcindia.in
(under the caption 'TENDER') OR from Government of India Central Public Procurement
Portal [CPPP] web site https://eprocure.gov.in (Under Organisation name “NEYVELI
LIGNITE CORPORATION LIMITED”)

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
3 of 65

3.0 PAYMENT OF TENDER FEE

The payment towards Tender fee is to be remitted in favour of NLC India Limited by
e-payment like RTGS / NEFT to NLCIL’s bank account as per following details.

Bank Details : State Bank of India, Neyveli Main, Block -2


Account Details : NLCIL Account No. 10895129124
IFSC Code No. : SBIN0000958

While making payment through NEFT / RTGS, the Bidders are requested to furnish Tender
Number and Bidder’s name in the Remarks Column.

The bidders shall upload scanned copy of Tender Fee Details with UTR No, Remitted bank,
Remitted Amount, Date of Remittance, Tender Reference number, Bidder’s Name etc., and
if the remitted amount is confirmed to be credited into NLCIL account, then the Bidder
satisfies Tender Fee Payment condition through e-payment.

If MSE / NSIC is applicable for this tender, MSE / NSIC bidders can upload the document
(Valid MSE / NSIC Certificate) for claiming exemption from furnishing Tender Fee as per
requirement of NIB Conditions.

Bidders are requested to note that their bid will be considered for further evaluation only if
they fully satisfy the condition of Tender Fee Payment as per NIB Conditions. No clarification
can be sought from the bidders with respect to Tender Fee payment. Hence the bidders are
advised to go through the NIB conditions and instructions for submission of online bids before
submitting their bids. Tender Fee is non-refundable

The bank commission charges will be to the account of the bidder and the net amount
transferred to NLCIL’s account shall be equal to the Tender Fee.

Cash payments will not be accepted.

4.0 BID PREPARATION.

The bids, including all attachments / enclosures shall be prepared in English language only.

5.0 BID SUBMISSION IN PHYSICAL FORM (Applicable only if EMD is furnished in the form of
Demand Draft / Pay order / Banker’s Cheque / Bank Guarantee etc.,)

EMD (Bid Guarantee) in the prescribed form (Demand Draft / Banker’s Cheque / Pay Order
/ Bank Guarantee) is to be furnished in Physical sealed cover (Part-I)

EMD (Bid Guarantee), if furnished in the form of bank guarantee shall be as per the format
in Annexure-V.

The above mentioned Physical sealed cover (Part-I) shall be super scribed with ‘Tender
Number’, ‘Date of Tender Opening’ and ‘Name of Work’ at the top, ‘Name, address, Cell No.
and e mail id’ of the bidder at the left-hand bottom. It shall be deposited in the Tender Box
kept in Technical Section / Township Administration Office before the stipulated date and
time mentioned in NIB.

The above mentioned Physical sealed cover (Part-I) may also be submitted before the
stipulated date and time mentioned in NIB to any of the designated Officials of Technical
Section / TA viz., a) Shri. V. GOPALAKRISHNAN, DGM / Civil, b) Shri. V. SHANMUGAM,
CM / Civil, c) Smt. R.POOVAZHAGI, CM / Electrical, d) Shri. P.SRIDHARAN, CM / Civil,

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
4 of 65

e) Shri. S. RAMALINGAM, ACM / Civil and f) Shri. M. GOUNASSEGARANE, ACM /


Electrical.

On the stipulated date and time, Physical sealed cover (Part-I) will be opened initially followed
by opening of e-bids under Part-I.

Tenders submitted without furnishing EMD as above will be summarily rejected.

6.0 BID SUBMISSION IN ON LINE MODE (Part-I)

The following documents are to be furnished online in Part-I (Clause 6.1 to 6.10)

6.1. Signed Affidavit (as per the format enclosed vide ANNEXURE - I).

Copy of the above shall be uploaded in Part 1.

6.2. EMD (Bid Guarantee) in the prescribed form (Demand Draft / Banker’s Cheque / Pay
Order / remittance details of E- payment like RTGS or NEFT / Bank Guarantee).

Copy of the above shall be uploaded in Part 1.

6.3. Integrity Pact (if applicable): If the tender value is more than Rs.1.00 Crore, Integrity
Pact in prescribed format (vide ANNEXURE – IX) is to be furnished (executed on plain
paper) by the bidder.

Copy of the above shall be uploaded in Part 1

6.4. Pre-Qualification Documents:

a) Documentary Evidence in the form of copy of Work Completion Certificate with the
Tender / Agreement reference, value of work, Actual Date of completion, etc.,

Copy of the above shall be uploaded in Part 1.

b) Documents for average Annual Turnover (audited profit and loss account and
balance sheet) duly signed by Chartered Accountant (in case of Tender Value
exceeding Rs 25.00 Lakhs)

Copy of the above shall be uploaded in Part 1.

6.5. Documents for Other Qualifying Requirements.

a) The bidder should have Independent Provident Fund code number allotted in
favour of his establishment under EPF & Misc. Provisions Act 1952. Copy of
documentary proof of PF code Number so allotted shall be uploaded.

b) The bidder should have registered (its establishment) under ESI Act 1948 and
have the Employer's Code allotted in favour of his establishment (applicable for TA
works pertaining to Water Treatment Plant and Sewage Treatment Plant in
Township of NLCIL, as for other works exemption was obtained). Copy of
documentary proof of ESI Code Number so allotted shall be uploaded

c) The bidder shall possess a valid certificate of registration under GST Act / Rules
with GST Registration Number. A copy of the same shall be uploaded.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
5 of 65

The above condition is applicable if in any financial year the value of service
rendered by them / the value of contracts exceeds the threshold limit for levy of
GST.

d) The bidder should have discharged his liability, under the GST Act / Rules to the
effect of which a Certificate of under taking is to be uploaded.

In case the above value does not exceed the threshold limit for GST, a self-
declaration to this effect shall be uploaded.

e) 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 upload a certificate of undertaking to that effect.

[Format for 6.5 d) & 6.5 e) is furnished in Annexure-VI]

f) The bidder should have obtained Permanent Account Number (PAN) under the
Income Tax Act and production of documents relating to same is mandatory.
A copy of the PAN CARD shall be uploaded.

g) 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.
The same may be uploaded.

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).

6.6. Commercial Conditions (if any), General Conditions and all other Tender documents
duly accepted.

6.7. Check list for mandatory submission of tender documents as mentioned above duly
accepted as specified in Annexure-X.

6.8. Bidder’s Bank account details as specified in Annexure-VII.

6.9. Details to be furnished by the bidders as per Annexure-XIII.

6.10. All other details as listed in on line tender forms except Price bid.

7.0 BID SUBMISSION IN ON LINE MODE (Part-II)

Quoted offer in the prescribed Format is to be furnished online in Part-II.

8.0 EARNEST MONEY DEPOSIT [EMD] / BID GUARANTEE:

Each bidder is required to deposit Earnest Money of value as mentioned in NIB in any of the
following forms.

8.1 Demand Drafts / Banker's Cheque / Pay Order drawn in favour of NLC India Ltd., on
any Bank in Neyveli or payable at par by a Bank in Neyveli.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
6 of 65

8.2 The Earnest Money Deposit can also be furnished in the form of an Irrevocable Bank
Guarantee from any Bank authorised by Reserve Bank of India with validity of
120 days, from the original date of bid opening which should be in Rs.80/- stamp paper.
The date of purchase of stamp paper shall be within six months from the date of tender
opening. The Bank Guarantee shall be got extended suitably, whenever required.

The Bank Guarantee issued by the issuing Bank on behalf of Bidder / Contractor /
Supplier in favour of “Name of Company” shall be in paper form as well as issued under
the Structured Financial Messaging System [SFMS]. The details of beneficiary for issue
of Bank Guarantee under SFMS platform is furnished below:

Name of beneficiary & its details: NLC India Limited

Unit / Division: Township Administration Department / Technical Division

Beneficiary Bank, Branch: State Bank of India, Block-2, Neyveli-1

IFSC Code: SBIN0000958

The above particulars are to be incorporated by the issuing Bank properly while issuing
Bank Guarantee under SFMS mode to avoid any problem in future. Any Bank
Guarantee submitted in physical mode, including EMD (Bid Guarantee), which cannot
be verifiable through SFMS will be rejected summarily.

8.3 The amount of EMD may also be remitted through e – payment like RTGS / NEFT. The
designated Bank Account for remittance for TA is “STATE BANK OF INDIA, NEYVELI
(MAIN), BLOCK-2, BRANCH CODE: 00958, IFSCCODE: SBIN0000958, ACCOUNT
NUMBER: 10895129124. The bank commission charges will be to the account of the
bidder. The remittance details viz. UTR number shall be clearly indicated by the bidder
in their offer and the qualification of the bidder is subject to receipt of amount of EMD
stipulated in the tender.

8.4 Any Tender submitted without Earnest Money Deposit / MSE or NSIC document
seeking exemption of EMD, any tender submitted with part amount of EMD or any
request to adjust EMD in any other bills shall be summarily rejected.

8.5 No cash / cheque will be accepted towards EMD.

8.6 If the bidder produces EMD in the form of Bank Guarantee, then it is the responsibility
of the bidder to see that it is valid for 120 days from the original date of opening of Part-
I cover. Bank Guarantee with a shortfall in validity up to (15) fifteen days will be
accepted. Bank Guarantee with a shortfall in validity up to (30) thirty days will be
accepted provided that the bidder shall furnish an amendment to Bank Guarantee
covering the shortfall. Bank Guarantee with a shortfall in validity beyond (30) thirty days
will not be accepted. The bidder should revalidate the validity of Bank Guarantee if it is
required during the processing of tender. Otherwise, their offer will not be considered.

8.7 The Earnest Money Deposit will be encashed / forfeited if the Bidder withdraws his
Tender proposals / modifies / changes / alters / impairs / derogates the Tender proposal
on his own after the cover-I is opened or within the subsistence of the validity period of
offer or fails to accept the Letter of Award issued by NLC India Limited. Unilateral
revision or withdrawal of offer by the bidder as above shall also result in rejection of bid
without Notice.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
7 of 65

8.8 NLCIL reserves the right to encash / forfeit the Earnest Money Deposit and withdraw
the Letter of Award issued, if the bidder fails to submit Security Deposit or fails to
execute contract agreement or fails to commence the work as per LOA.

8.9 Return of Earnest Money Deposit

a. In case, the tender is cancelled, the Earnest Money Deposit submitted in any form
will be refunded / returned to all the bidders.

b. The Bid Guarantee / Earnest Money Deposit will be returned to Bidders not
shortlisted on PQR / Techno-Commercial aspects / unsuccessful bidders within a
reasonable time.

c. The EMD remitted in the form of Demand Draft / Bankers Cheque / Pay Order /
e-payment like RTGS / NEFT will be released and credited to the Bank Account
details furnished by the bidder in Annexure-VII of the Tender documents. The
bidders shall furnish an undertaking in this regard as shown at Annexure-XI of
Tender documents.

9.0 Consideration of NSIC Certificates / Udyog Aadhaar Memorandum etc., for Exemption from
furnishing Tender Fee and Earnest Money Deposit (EMD).

9.1 Exemption Applicable for purely Materials Supply Contracts & purely Service
Contracts only.

Micro and Small Enterprises (MSE’s) registered with NSIC / Udyog Aadhaar
Memorandum / District Industries centres / Khadi and Village industries Commission
(KVIC) / Khadi and Village industries Board (KVIB) / Coir Board / Directorate of
Handicraft & Handloom or any other body specified by Ministry of Micro and Medium
Enterprises are exempted from furnishing Tender fee and Earnest Money Deposit
(EMD).

The copies of relevant documents issued by the Competent Authority prescribed under
the MSMED Act 2006 shall be uploaded during submission of on-line bid in Part I for
availing exemption from furnishing Tender Fee and Earnest Money Deposit (EMD).

9.2 NSIC certificates / Udyog Aadhaar Memorandum issued with NLC India Ltd residential
quarters address.

If the Quarters Address under NLC India Ltd control is indicated as "Communication
Address" in the NSIC certificate / Udyog Aadhaar Memorandum furnished by the
contractor, then the NISC certificate will be accepted. But if it (Quarters Address under
NLC India Ltd control) is mentioned as 'Factory Address', the NSIC certificate will be
rejected.

9.3 Exemption Not Applicable for Works contracts:

The exemption from furnishing Tender Fee and Earnest Money Deposit (EMD)
extended to Individuals / Firms / Companies registered with NSIC / Udyog Aadhaar
Memorandum / District Industries centres / Khadi and Village industries Commission
(KVIC) / Khadi and Village industries Board (KVIB) / Coir Board / Directorate of
Handicraft & Handloom or any other body specified by Ministry of Micro and Medium
Enterprises Etc., are not applicable to tenders for “WORKS CONTRACTS”

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
8 of 65

“WORKS CONTRACT" means a contract for building, construction, fabrication,


completion, erection, installation, fitting out, improvement, modification, repair,
maintenance, renovation, alteration or commissioning of any immovable property
wherein transfer of property in goods (whether as goods or in some other form) is
involved in the execution of such contract.

Note: (i) An item of property affixed to the ground, permanently attached / installed /
bolted systems that can only be moved after destroying or altering it, can be
generally termed as immovable property.

(ii) ln supply of consumables there is no transfer of property or goods.

10.0 Submission of Bid Guarantee [EMD] is exempted if the following agencies compete in tender
for all types of Contracts:

a) Central Government Departments.

b) Government funded Educational / Research Institutions.

11.0 Submission of Bid Guarantee [EMD] is exempted for low value items up to Rs. 25 lakhs with
any PSE (Public Sector Enterprise) in case MOU is entered with the PSE.

12.0 SECURITY DEPOSIT

12.1 The Security Deposit shall be 3% (Three Percent) of the Contract value pertaining to
Schedule-I.

12.2 In case, the contractor has quoted freak rates, i.e., more than (-) 25%, an Additional
Security Deposit of 5% will be levied over and above 3% Security Deposit.

12.3 In the case of Successful Bidder, the Earnest Money Deposit, if furnished in the form
of Banker’s Cheque / Pay Order / Demand Draft / e-Payment, it shall be converted
into initial Security Deposit. Further in every bill 10% (Ten percent) shall be recovered
and kept as Additional Security Deposit (ASD) until the Security Deposit becomes 3%
(Three percent) (8% in case of freak rates) of the value of the Contract pertaining to
Schedule-I. However, it will be limited to 2 or 3 instalments only. After this limit has
been reached, deductions will not be made in this account except for payment in
respect of extra works done which shall be subjected to retention of 3% of their value.
(8% of the Schedule-I value in the case of freak rate).

12.4 Upon acceptance of the tender, the successful Bidder shall submit the Security
Deposit within the time specified in the Letter of Award either in the form of Demand
Draft / Banker’s Cheque / Pay Order / e-payment like RTGS / NEFT or Bank
Guarantee for the amount and as per the Condition specified in Letter of Award before
the bidder is allowed to execute the Contract. Failure to furnish Security Deposit
(where EMD is not adjustable towards Initial Security Deposit) within the stipulated
time which will include any extension granted by the Unit Head of TA at his discretion,
will make the Earnest Money deposited by the Bidder liable for forfeiture and the
acceptance of his / their tender shall be considered as withdrawn.

12.5 Security Deposit furnished in the form of Bank Guarantee which cannot be verifiable
through SFMS will be rejected summarily.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
9 of 65

12.6 The Earnest Money Deposit, if furnished as Bank Guarantee, shall be discharged to
the Successful Bidder upon confirmation & acceptance of Security Deposit before the
signing of contract.

12.7 Firms who are exempted from furnishing Earnest Money Deposit (EMD) and Cost of
tender Documents also shall have to remit Security Deposit in the form of Banker’s
Cheque / Pay Order / Demand Draft / e-Payment / Bank Guarantee.

12.8 In case of enhancement of contract value, the value of Security Deposit is also to be
increased proportionately.

12.9 For contracts where Defect Liability Period is not applicable, the Security Deposit shall
be kept valid up to the finalization of the agreement or up to 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.

12.10 For contracts where Defect Liability Period is applicable, the Security Deposit shall be
kept valid up to the completion of Defect Liability Period plus two months.

12.11 The Security Deposit shall not bear any interest.

12.12 All Bank Guarantees except bid guarantee are to be furnished directly by the banker
to NLCIL either by RPAD / Courier.

12.13 If the Contract period is extended at the request of NLCIL, the Contractor need not
deposit additional Security Deposit for the revised value of the contract consequent
to the said enhancement and the Security Deposit furnished by the Contractor shall
be retained as per the terms of the Contract.

12.14 After completion of 6 months from the original scheduled date of completion, the value
of Security Deposit can be reduced to 3% of the value of enhanced portion of
Schedule-I only (enhancement arising out of extension of contract period at the
request of NLCIL) and such Security Deposit 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.

13.0 The acceptance of tender and award of Contract to more than one contractor if considered
necessary will rest with the Unit Head of TA who does not bind himself to accept the lowest
tender and will reserve to himself the authority to reject any or all the tenders received, without
assigning any reason.

14.0 Prices quoted in the tenders shall be valid for a period of 90 days from the original date of
Part-1 opening for acceptance. The bidders should renew the validity of their price offer till
the finalization of tender as per the requirements. Otherwise, their offers will not be
considered.

15.0 Bidders shall not be entitled during the said period of 90 days to revoke or to cancel this
tender or to vary the tender given or any terms thereof. In case of any bidder revoking or
cancelling his tender or varying any terms in regard thereof, Earnest Money paid him along
with the tender will be forfeited.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
10 of 65

16.0 Full information should also be given by the Bidder in respect of the following.

16.1. IF AN INDIVIDUAL:

i. His full name, address and place of business.

ii. In case of Tender Value exceeding Rs 25.00 Lakhs, Average annual


turnover as prescribed in PQ requirements in NIB.

iii. His previous experience. (Credential for PQ Requirement)

16.2. IN CASE OF PARTNERSHIP FIRM:

i. Copy of firm registration (if registered).

ii. The name of all the partners and their addresses and deed copy.

iii. In case of Tender Value exceeding Rs 25.00 Lakhs, Average annual


turnover as prescribed in PQ requirements in NIB.

iv. Previous experiences as mentioned in “NIB”.

The partner on whose pre-qualification, the work was awarded shall not withdraw from
the partnership till the completion of work in case the firm happened to be successful
bidder and if there is any reconstitution of the partnership, it is the responsibility of the
firm to intimate the same to NLCIL immediately. Otherwise, the contract will be liable
for termination at the risk & cost of the bidder. If the work experience is furnished in
the name of any of the partner of Partnership Firm, to satisfy the prescribed pre-
qualification requirement in the tender, a declaration / undertaking from the partner
and endorsed by the bidder is to be uploaded in the format (Annexure-XII) along with
the tender documents in Part-I.

16.3. IN CASE OF COMPANIES:

i. Date and place of registration including date of commencement certificates in


case of Public companies certified copies of Memorandum and Articles of
Association and any other relevant documents are also to be furnished.

ii. Nature of business carried on by the Company and the provisions of its
Memorandum and Articles of Association are also to be furnished.

iii. Names and particulars including address of all the Directors.

iv. Its authorized / subscribed and paid-up capital.

v. The person who will sign bills and receipts on behalf of the company.

17.0 Each Tender shall be signed by the bidder with his usual signature. Tender by partnership of
Hindu Joint family firm may be signed in the firm’s name by one of the partners or the Karta
or Manager as the case may be or any other duly authorized representative followed by the
name and designation of the person so signing. A copy of the Instrument of partnership duly
certified by a partner as a true copy should be submitted (Uploaded) along with the Tender.
Tender by a Company shall be signed with the name of the Company by a person authorized
in this behalf and a Power of attorney or other satisfactory proof showing that person signing

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
11 of 65

the tender documents on behalf of the Company is duly authorized to do so, shall be
uploaded along with the bid. Originals shall be shown for verification on demand.

18.0 Unless otherwise specified all rates and prices / offer in the tenders shall cover all taxes and
duties except GST.

19.0 Bidders not giving the full particulars as mentioned above or as called for in the Special
Conditions are liable for rejection.

20.0 The Civil Court having ordinary original civil jurisdiction over Neyveli (Cuddalore District,
Tamilnadu) shall alone have exclusive jurisdiction in regard to all claims in respect of this
contract of whatever nature.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
12 of 65

CHAPTER - B

INSTRUCTION FOR BIDDERS

1.0 The offer of bidder (in percentage %) for the work should be in the prescribed form as given
in Part-II document supplied by NLC India Limited, otherwise it is liable for rejection.

2.0 NLCIL reserves the right to increase or decrease or delete any of the quantities mentioned
in the Tender schedule.

3.0 The bidder should enclose / attach a declaration regarding relatives employed in NLCIL along
with the tender (Annexure-VIII). His contract may be rescinded / cancelled if he conceals the
details of any relatives being employed in NLCIL at the time of submission of bid and if the
fact subsequently comes to light that such declaration is false, the bidder shall be liable to
make good to NLCIL any loss or damage resulting from such cancellation.

4.0 Bidder shall inspect the site, examine and obtain all information required for the work and
prices should be quoted accordingly. Pleading of ignorance of site conditions shall not be
accepted by NLCIL as a basis for any claim.

5.0 Bidders are advised to quote the most competitive price in the initial bid as well as in
the Reverse Auction (RA), wherever applicable, since there will not be post tendering
negotiations with the L1 bidder under any circumstances.
6.0 Physical Covers of on-line tenders received (if any) will be opened in the Township
Administration Office, Block-10, in the presence of the bidders who may attend in person or
represented by authorised persons.

7.0 NLCIL reserves the right to reject any or all quotations without assigning any reasons.

8.0 Tenders will be received up to stipulated Time & Date for the Receipt of Tender. In case of
closing day falls on Holiday or happens to be declared as a holiday, the receipt and opening
of the tender shall automatically fall on the same timing of the next working day.

9.0 Bidder should fill up the Form of Tender (Annexure-II) with due signature and date and
upload the scanned copy of the same.

10.0 The contract agreement (as per Annexure-III) shall be prepared in originals on stamp papers
of appropriate value and shall be executed on or before the date mentioned in LOA. The
stamp paper shall be purchased in the name of NLC India Ltd., or the contractor and the
same should have been purchased within 6 months prior to date of contract.

11.0 If the contractor is a partnership firm and if the Pre-Qualification Work Experience furnished
in the name of any one of the partners of the Partnership firm is considered for awarding the
work, then the said partner shall also sign the relevant undertaking in the contract agreement.

12.0 Where the price schedule furnishes the rates for each item and line and grand total, the bidder
shall quote as percentage in terms of tender value.

13.0 The successful bidder shall give their acceptance of LOA within 7 days from the date of
receipt of LOA, failing which it will be construed that the LOA has been accepted by the
bidder.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
13 of 65

14.0 The completion period of work will be from the date of issue of LOA/ handing over of site (As
specified in NIB). The contractor shall contact the concerned executive regarding
commencement of work.

15.0 Works outside NLC India Ltd limits – The loading, transport, unloading, cost, insurance and
incidental both ways shall be borne by the contractor.

16.0 The bidder shall indicate the similar works executed by him at NLC India Ltd in their offer with
respect to Q.R. otherwise it will not be supplemented by NLC India Ltd.

17.0 If a Bidder seeks to clarify his quotations or rates, this should only be done in a separate
covering letter. No material modifications to the specifications, item descriptions, contract
clause etc, will, however be, entertained. Other clarifications may be considered. If the
contents of the covering letter are to be considered as a part of the quotations, this should
be specifically mentioned by the bidder. If any of these conditions admitted for considerations
has a financial bearing on the cost quoted, the additional cost arising out of this condition will
be added for comparative evaluation of tenders.

18.0 Any request from the bidder in respect of additions, alternation, modifications and corrections
etc., of either terms and conditions or rate of his tender after opening of Part-I bid or Part-II
bid of the tenders, may lead to rejection of his tender.

19.0 If the offer of more bidders happens to be the L1 offer, the successful bidder will be selected
after seeking and getting reduced offer from equal bidders. If the revised offers also turn out
to be of equal bidding, then the successful bidder will be selected on lot basis.

20.0 By submitting a tender for the work, a bidder will be deemed to have satisfied himself by
actual inspection of the site and locality of the work, that the rates quoted by him in the tender
will be adequate to complete such work according to the specifications and conditions
attached thereto and he has taken into account all conditions and difficulties that may have
been countered during its progress and to have quoted labour and materials rates, which
shall include cost of materials with taxes, Octroi and other duties, lead, lift, loading and
unloading, freight for materials and all other charges necessary for the completion of the work
to entire satisfaction of the unit head of TA.

21.0 Bidders, who have not so far executed works in the NLC India Ltd, shall also submit with the
tender, copies of testimonials with regard to their experience. Further, they shall satisfy NLCIL
authorities on the following points as and when called upon to do so:

i. His position as an independent contractor or as the properly accredited agent of a


responsible firm, in proof of which he must produce the requisite registered power of
attorney and the express authority from the same firm to act as its agent.

ii. His ability, either as Principal or Agent to undertake and carry out the work satisfactorily
vouched for either by a responsible firm or an official.

iii. His ability to supervise his work personally or in the event of ill health or authorised
absence there from, to employ a competent and responsible agent who is to be
specially named and approved beforehand.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
14 of 65

22.0 The following particulars must also accompany the tenders:

Details of works of similar type and magnitude carried out by the Bidder, in the Proforma
shown in Annexure-IV.

23.0 Acceptance of the tender will be intimated to the successful Bidder through a Letter of Award.
The contractor shall then be required to execute an agreement within the time specified in
the Letter of Award. In the event of failure on the part of the contractor to sign the Agreement
within the specified time, NLCIL reserves the right to forfeit the amount of EMD furnished by
him and the acceptance of his tender shall be considered as withdrawn.

24.0 No contract work, however petty, may be carried out except under and in accordance with
duly executed agreement or on a special written authority from a duly authorized officer of
NLCIL.

25.0 No agreement is valid unless it has been signed by the contractor or his duly authorized agent
and by a competent person on behalf of the NLC India Ltd, Neyveli.

26.0 Canvassing in any form is strictly prohibited and the tenders submitted by the bidders, who
resort to canvassing, will be liable for rejection.

27.0 NLCIL reserves the right to reject the bid, if the bidder fails to follow any of the instructions
given above.
28.0 Invitation to Tender, Instruction for Bidders, General conditions Part A & Part B, Additional
General Conditions, Form of Tender, Form of agreement, Special conditions of contract,
Specifications, Drawings, Time schedule and the offer (in percentage) together with Letter of
Awarding the work shall form the contract. If there is any conflict, between any of the
provisions in the special conditions or any of the other documents referred, the provisions in
the special conditions shall prevail. Similarly, if there be any difference between the
description in specifications and drawings and the works items in the Tender schedule, the
work items in the Tender schedule shall prevail for determining the rate.

29.0 INTEGRITY PACT PROGRAMME


NLCIL is committed to have most ethical business dealing with the Vendors, Bidders and
Contractors of goods and services and deal with them in a transparent manner with equity
and fairness.
In order to achieve these goals, NLCIL is implementing the Integrity Pact Programme in
co-operation with Central Vigilance Commission (CVC) and renowned International Non-
Governmental Organisation, Transparency International India (TII).
The main role and responsibility of lEM is to resolve issues raised by an intending bidder
regarding any aspect of the tender which allegedly restricts competition or indicates bias
towards some bidders. lEMs are expected to examine process integrity and not expected to
concern themselves with fixing of responsibility on officers.
The Integrity Pact Programme covers the following aspects.
i) Commitments and Obligations of NLCIL (Principal)
ii) Commitments and Obligations of Vendors / Bidders / Contractors (Counterparties)
iii) Violations and Consequences and
iv) Independent External Monitors.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
15 of 65

30.0 DETAILS OF INDEPENDENT EXTERNAL MONITORS

Sl.
Name and Address e-mail
No.
Shri. Rakesh Jain, IA&AS (Retd.), rakeshjain18@hotmail.com
Dy.Comptroller & Auditor General, Flat No.
1
701, Platinum Tower, Chandrakala Colony,
Durgapura, Jaipur - 302018
Shri. Lov Verma, IAS (Retd.), Secretary, Dept. lov_56@yahoo.com
of Empowerment of Persons with Disabilities,
2
GOl, K-41, Fourth floor, Louisville-ll, New Delhi
- 110049.
Shri. Ramabhadran Ramanujam, IAS (Retd.) raamaanuj@gmail.com
3 44/24, Third Trust Cross Street,
Mandavelipakkam, Chennai- 600028

As per the Integrity Pact Programme, an “Integrity Pact”, which envisages an agreement
between the prospective Vendors, Bidders & Contractors and NLCIL, committing the persons /
officials of both parties, not to exercise any influence on any aspect of the contract. Only those
Vendors / Bidders /Contractors, who have entered into such an “Integrity Pact” with NLCIL,
would be competent to participate in the bidding. In other words, entering into this Pact would
be a preliminary qualification.

Hence the bidder shall submit the Integrity Pact agreement duly filled and signed in his offer
enclosed in Part-I bid.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
16 of 65

CHAPTER - C

GENERAL CONDITIONS (PART- A)

1.0 The place of work is as noted in the schedule.

2.0 Any item of work not indicated in the schedule of quantities shall be paid extra at rates worked
out on the basis of rates of other item of works or otherwise negotiated which must be
determined before executing such item of work.

3.0 Time shall be considered as essence of the contract. If the completion of the contract is
delayed, NLCIL reserves the right for imposing Price reduction on value of contract for the
delayed work, delay worked out with reference to the time schedule.

4.0 The contractor shall make his / their own arrangements for supply of all materials except as
specified in the contract (if any).

5.0 The various materials to be used on the work must comply with the relevant standard
specifications, given in the Tender Specification of NLC India Ltd and as per “Invitation to
tender, instructions to bidders and General & Special conditions of contract for works” and the
other special specification given and must be approved by the officer in charge before use in
the work. The workmanship should be of high quality.

6.0 The contractor has to study the site for the availability of working area and area for storage of
materials and other site conditions etc.

7.0 The contractor is permitted to supply various materials from the quarries approved. All
materials supplied by the contractor for the works shall be stacked for pre- measurement. The
responsibility for the supply of the materials supplied by the contractor rests with the contractor
while they are used in the work and the necessary measurement are recorded by NLCIL
Officers and the contractor must sign in the measurement document as token of the
acceptance of the measurement.

8.0 The materials which are found to be inferior in quality and not up to specifications will be
rejected by the Engineer in charge and such materials should be moved out of the site within
24 hours of notice of such removal given by the Engineer in charge of the work / his subordinate
in charge and on no account used in the work. The Engineer in charge will be the authority for
passing of the materials prior to usage on works and rejection can be made by the Engineer
before use of such materials on work.

9.0 Any faulty constructions noticed and pointed out by NLCIL Officers shall be rectified by the
contractor at his cost.

10.0 During the course of execution of work, if the contractor is required to furnish an indemnity
bond as specified in the Special Conditions of the contract, then the indemnity bond shall be
furnished in the format as per Annexure-XIV.

11.0 The direction and advice of the Engineer and his subordinate in charge in all matters including
technical matters shall be final and binding on the contractor and shall be meticulously
followed.

12.0 The contractor shall be prepared to arrange work in three shifts if called for.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
17 of 65

13.0 The Engineer in charge i.e., Unit head of TA reserves the right to terminate the contract which
may carry with it forfeiture of Security Deposit at any time if he finds that contractor is not able
to carry out the work satisfactorily.

14.0 The Contractor shall start the works immediately after the issue of LOA / the site is handed
over (As specified in NIB) and shall regularly and continuously carryout the work to achieve
the rate of progress indicated in the schedule.

15.0 All the tools and plants except those specified in the schedule required for the work shall be
provided by the contractor himself at his cost.

16.0 The rates quoted shall be firm for the duration of the contract and nothing extra shall be payable
on any account.

17.0 The rates for the various items in the tender schedule shall be inclusive of all lifts. Water will
be made available within 100 meters of the site of work at free of cost.

18.0 The contractors are not eligible to make any claim for the residential accommodation on
account of this Contract. However, NLCIL may consider the request of the Contractor to
provide Residential accommodation as per the procedures in vogue.

19.0 Income Tax and TDS towards GST at applicable rates will be deducted in respect of each bill
against this contract unless a certificate from the concerned authority to the effect that no Tax
need be deducted is produced before payment and TDS towards GST will be as per the
Notifications of the Government.

20.0 The contractor shall ensure compliance of the statutory provision under Employees Provident
Fund & Miscellaneous Provisions Act as amended from time to time.

21.0 PENAL ACTIONS: -

A. 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 for a period of 6 (Six) Months.

B. 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.

Banning shall be for a period of one (1) year.

C. BANNING FOR TWO (2) YEARS:

Any of the following acts will lead to Banning of a bidder / Contractor for Two (2) Years.

(1) Formation of cartel with other Contractors with a view to artificially hike the prices.

(2) Wilful suppression of facts or furnishing of wrong information or manipulated / forged


documents or using other illegal / unfair means.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
18 of 65

(3) 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.

(4) If the bidder withdraws / modifies / impairs /derogates his offer on his own after
tenders are opened or fails to accept the Letter of Award / fails to submit Contract
Performance Guarantee / Security Deposit.

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.

22.0 TERMINATION OF CONTRACT / SHORT CLOSING: -

(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 works will be
executed by NLC India Ltd by other means at the risk and cost of the Contractor.

(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.

23.0 BONUS:

The contractors shall ensure payment of minimum bonus of 8.33 % of the annual wages to the
Contract workmen engaged by them for more than 30 days as provided under Payment of
Bonus Act 1965. The same will be reimbursed, based on the documentary evidence.

24.0 GOODS & SERVICE TAX [GST]: -

The Rate / Price quoted shall be quoted excluding GST. Applicable GST shall be paid by NLCIL
on claim through relevant GST Invoices containing all details as per the Act. Applicable GST
laws shall prevail

25.0 SUB–CONTRACT: - “THE CONTRACTOR SHOULD NOT SUB–CONTRACT THE WORK


BACK-TO-BACK”. However, in specific cases sub contactor may be engaged by the contractor
with the approval of NLCIL.

26.0 DISPUTE RESOLUTION:

The successful bidder only can invoke Conciliation / Arbitration, that too only after award of
Contract. Other bidders cannot invoke Conciliation / Arbitration at any stage.

26.1 Informal Dispute Resolution:

If any dispute between the Contractor and NLC India Limited arises, it shall in the first
instance be referred in writing to NLC India Limited, who shall endeavour to resolve the
dispute amicably and render a decision within 30 days. The period of 30 days shall be
reckoned from the date of receipt of intimation of the dispute by NLC India Limited.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
19 of 65

Save as hereinafter provided, in respect of a dispute so referred, the decision of NLC


India Limited shall be final and binding upon the Parties until the completion of the
Contract and shall forthwith be given effect to by the contractor who shall proceed with
the contract within all due diligence, whether or not either party has sought conciliation
/ arbitration of the dispute as hereinafter provided.

The Parties agree to use reasonable efforts to resolve all disputes equitably and in
good faith.

26.2 For CPSEs and Government Departments/ Organizations (excluding disputes


concerning Railways, Income Tax, Customs & Excise Departments):

If an amicable settlement could not be reached then all the disputes/differences shall
be settled as per Administrative Mechanism for Resolution of CPSEs Disputes
(AMRCD) as mentioned in DPE OM No. 4(1) / 2013 - DPE (GM) / FTS - 1835 dated
22-05-2018 for CPSEs and Government Departments / Organizations (excluding
disputes concerning Railways, Income Tax, Customs & Excise Departments)

26.3 FOR OTHER CONTRACTORS:

a) CONCILIATION:

1. If the party is dissatisfied with the decision rendered by NLC India Limited, or
if NLC India Limited omits or declines to render a decision within the said
period of 30 days, then within a further period of 30 days, the dissatisfied party
shall require by a notification that the dispute be referred to conciliation in the
manner as per the 'NLC Conciliation Rules', copy of which is available with the
offices of NLC India Limited and the Bidders / Contractors shall abide by the
'NLC Conciliation Rules' for resolving any dispute arising out of this contract.
Such a notification shall be in writing and it shall be duly served on the other
party. Failure to invoke the conciliation within the time stipulated shall debar
the party from seeking reference to conciliation.

2. Except as otherwise provided in this clause, any dispute arising out of or


relating to this agreement, or the breach, termination or validity thereof, shall
be settled by conciliation in accordance with 'NLC Conciliation Rules'. The
Conciliation shall be held at Neyveli/Chennai/Tuticorin/ Barsingsar or in a
place within India mutually agreed by the parties. The conciliation proceedings
shall be conducted, and the award shall be rendered in English. The award
shall state the reasons upon which it is based.

3. Appointment and Number of Conciliators will be as follows:

Number of Conciliators

For the sum of Provisional Claim & Provisional Counter Claim

* Up to Rs. 3.0 Crores: One Conciliator

* More than Rs.3.0 Crores: Three Conciliators

4. The Provisional Claim / Counter claim amount shall be indicated by the


respective parties while initiating / concurring for conciliation. However,
number of conciliators in the Settlement Advisory Committee will not be

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
20 of 65

modified, even if the Sum of Actual Claim and Actual Counter Claim amount
vary from the sum of Provisional Claim and Counter Claim amounts.

Appointment of Conciliators:

Conciliator(s) will be appointed by CMD of NLC India Limited.

5. The Contract agreement / purchase order conditions and the rights and
obligations of the Parties, shall remain in full force and effect during the
Conciliation proceedings. Supplies and/or services under the Contract shall, if
reasonably possible, continue during the Conciliation Proceedings.

6. For the purpose of this clause, the term 'dispute' shall include a demand or
difference of any kind whatsoever, arising out of the Contract and respecting
the performance of the Contract, whether during the Contract period including
extensions if any, and whether before or after termination, abandonment or
breach of the Contract (Except as to any matter, the decision of which is
specifically otherwise provided for in any of these conditions).

7. Only in case of failure to resolve the dispute through Conciliation, Arbitration


can be resorted to.

8. Once the settlement agreement is signed with respect to a dispute, the same
dispute is not subject to further appeal through Arbitration or Judicial
Proceedings.

9. Anything not found included in the 'NLC Conciliation Rules', but necessary to
conduct the conciliation proceedings will be dealt with as per the provisions of
the 'Arbitration and Conciliation Act 1996 - Part-III' or as per the statutory
provisions modified from time to time.

10. Setting aside the dispute to be resolved, the work shall be proceeded with.

b) ARBITRATION:

If the dispute is not resolved amicably through conciliation, then the same shall
be referred to Arbitration.

1. Arbitration shall be as per Arbitration and Conciliation Act 1996, which shall
be applicable only for the dispute(s) involving claims from Rs 25 Lakhs to
Rs 20 Crores.

2. Dispute(s) involving claims below Rs 25 Lakhs are subject to the jurisdiction


of the respective Civil Court having jurisdiction over the place of works / supply
/ service.

Dispute(s) involving claims above Rs 20 Crores are subject to the exclusive


jurisdiction of the Court situated at Chennai.

3. Setting aside the dispute to be resolved, the work shall be proceeded with.

4. For the sum of Provisional Claim & Provisional Counter Claim

▪ Up to Rs. 3.0 Crores: One Arbitrator

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
21 of 65

▪ More than Rs.3.0 Crores: Three Arbitrators

5. The Provisional Claim / Counter claim amount shall be indicated by the


respective parties while initiating / concurring for Arbitration.

6. However, number of Arbitrators will not be modified, even if the Sum of Actual
Claim and Actual Counter Claim amount vary from the sum of Provisional
Claim and Counter Claim amounts.

7. The Sole Arbitrator to be appointed for the dispute with sum of Provisional
Claim & Provisional Counter Claim up to Rs.3.0 crores, will be appointed by
NLCIL.

8. For the disputes with sum of Provisional Claim & Provisional Counter Claim
more than Rs 3.0 crores: The Arbitration shall be conducted by 3 (Three)
Arbitrators, one each nominated by each party and the third arbitrator
appointed by both the arbitrators.

9. The Arbitration shall be conducted in accordance with the provisions of


Arbitration and Conciliation Act 1996 and its Amendments, if any, issued from
time to time.

26.4 The Venue of the Arbitration shall be Chennai or Neyveli.

26.5 The Arbitrators shall publish a speaking award which shall be binding on both the
parties. The party in whose favour the award is passed, shall be entitled to recover the
entire costs of arbitration from the other party. The arbitrators shall indicate the above
clearly, in their award.

26.6 In case of Conciliation / Arbitration invoked with respect to certain disputes, payment
to the contractor can be released for the items which are not under the referred
Conciliation / Arbitration.

27.0 JURISDICTION:

The Civil Courts having ordinary original civil jurisdiction over Neyveli shall alone have
exclusive jurisdiction in regard to claim in respect of this contract / work order of whatever
nature.

28.0 The contractor should furnish an undertaking (in the format as per Annexure-XV) that they
shall not indulge in any unfair labour practices viz., collecting money for employment, collecting
back certain amount of money after disbursement of wages etc., from Contract workmen /
Supervisors and if found indulged in any such unfair labour practices by any contractor
employer, then they are liable for Banning from participating in the NLCIL’s Tenders.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
22 of 65

CHAPTER - D

GENERAL CONDITIONS (PART-B)

1.0 If the contractor engages 20 or more workmen either for a single work or for a number of works,
he shall obtain license under the Contract Labour (Regulation & Abolition) Act, 1970. In case
of holding a license, the same shall be renewed covering the period of contract. The contractor
shall produce license / renewal of license within 45 days from commencement of work (Non-
compliance will be viewed seriously including termination of contract).

2.0 An employment card in Form-14 of the Contract Labour (Regulation & Abolition) Act, 1970
shall be issued to each contract worker by the contractor. The contractor shall bring in workmen
to the work spot, on days of work after furnishing the list to the concerned Official of the T.A
Dept. A copy of the same shall be sent to HR Dept. / TA.

3.0 The contractor shall maintain attendance register and wages register (in Form XVI & XVII) as
prescribed under Contract Labour (Regulation & Abolition) Act 1970.At the end of each month,
the contractor shall submit the attendance register, which will be counter-signed by the
authorized person in this behalf after due verification of the correctness of the contents.
Contractors shall keep the register at the place of work to ensure access for inspection.

4.0 The contractor shall ensure strict implementation of the payment of statutory minimum wages
as is applicable from time to time to the labour employed on the work. The contractor shall
make payment to contract workmen on or before 7th of every month. Any arrangements for
weekly and fortnightly payments are to be re-scheduled as monthly payments. However, the
contractor is not barred from effecting wages for his workers at a rate higher than the minimum
rates of wages prescribed. If the contractor failed to make payment to contract workmen on or
before 7th of every month the following action will be taken as in 4.a to 4.d.

a) 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 HR Department from the bills
payable to the contractor.

b) Forfeiture of EMD 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.

c) 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.

d) 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 banned for two years in that unit, following the
prescribed procedure.

5.0 Irrespective of the type of work the contractor shall claim bills on monthly basis on or before
the 10th of every month to NLC India Ltd. Contractors shall file necessary returns (monthly) to
EPF organization then and there.

6.0 Contractors shall maintain over time register and other registers as specified under the CLRA
Act, 1970 and other statutes.

7.0 The contractor shall submit a work commencement report and a work completion report in the
prescribed format provided under the CL (R&A) Act promptly to the respective Division Head
for onward transmission to the HR Department.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
23 of 65

8.0 The contractor shall strictly abide by the Employee’s Provident Fund and Miscellaneous
Provisions Act and all the schemes made there under including the Family Pension Scheme.

9.0 The contractor shall ensure that all the workers employed by him shall be admitted to the
Provident Fund from their date of joining and also in the Family Pension Scheme.

10.0 The contractor shall solely be responsible for belated remittance, if any, and in all such cases
penal damages as required under the statute will be recovered from the contractor concerned.

11.0 The contractor shall ensure distribution of the Annual Accounts Slips to the contract workers
and furnish claim of discontinuing contract workers, if any, to the RPFC Office / Authorities
promptly.

12.0 Necessary register and accounts in respect of each employee have to be maintained by the
contractors and they have to be made available to the representative of Management /
Statutory Authorities as and when required for inspection/collection of data etc., The contractor
shall also submit the periodical statutory returns required under the statute such as EPF Act
and the Regional Provident Fund Commissioner / Authorities within the stipulated date
prescribed under the relevant provisions of the EPF Act / by the EPF Office.

13.0 The workmen to be engaged by the contractor should be covered under Group Medical
Insurance and other coverage as may be required to cover major medical treatments, accident
compensation and other liabilities under difference statutes like Workmen Compensation Act.
The contract workmen are eligible for treatment to the extent of referral treatment at “PIMS” in
case of Industrial accident.

14.0 BILLING PROCEDURE

a) The details of actual event of work done at site shall be recorded periodically in a “Work
done Register” by the concerned executive supervising the work for each division with
signature and date. The section-in-charge & check measuring authority shall review the
recorded events periodically. The same shall be countersigned by the authorized person
of the contractor based on the agreed billing schedule.

b) The contractor shall generate a computerized measurement sheet based on the event of
work done and submit the same to the concerned executive supervising the work. All
measurements shall be carried out as per IS-1200 unless otherwise specified. It shall be
scrutinized and if any corrections are to be made the same shall be informed to the
Contractor and in such cases the revised measurement sheet incorporating the
corrections shall be submitted to the section-in-charge for approval and the same shall be
retained at section office.

c) In the event of any dispute with regard to the measurements of the work executed, the
decision of the Representative of NLC India Ltd shall be final and binding on the contractor.

d) The contractor shall submit four (4) invoice copies identical to the approved one to section
-in-charge. The section -in-charge shall check the same and certify for payment.

e) After certification, the invoice number, abstract of the work and the relevant values shall
be entered in the conventional measurement book for each running bill serially numbered
and to be sent to the accounts centre along with two (2) copies of Invoice. (Out of the four
copies submitted by the contractor one copy will be returned to the contractor by the

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
24 of 65

section in-charge and one copy will be retained at division office and two copies will be
sent to Accounts Centre).

f) After making payments, Accounts Centre shall retain one (1) copy of invoice and returns
back one copy of the invoice to the concerned division duly indicating the admitted values
in the above copy.

g) The concerned division-in-charge shall file the invoices with admitted values in a book
form sequentially for each work.

h) All payment entries along with Measurement Book reference shall be recorded in the
payment register.

15.0 The Building and other Construction Workers' Welfare Cess [Applicable to Construction works
only].

a) The contractors are instructed to get registered themselves under "The Building and other
Construction Workers (Regulation of employment and conditions of service) Act 1996"
and concerned rules with the Assistant Labour 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 and Unit Head of TA
Department.

b) "The Building and other Construction Workers Welfare Cess" amount will be deducted
from the contractor's bills at the applicable rate, from time to time (Present rate is 1.00%)
on the gross bill value and the same will be remitted to the Secretary, Tamilnadu
Construction Workers Welfare Board, Chennai.

16.0 The contractor shall furnish the following documents / clearance certificates immediately on
completion of works for finalisation of Contract Agreements / Closure of Contract

a) EPF clearance issued by HR Division.


b) TA Clearance issued by AC / TA.
c) Contractor’s Consent Letter for final value of work.
d) Any other statutory clearances wherever applicable.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
25 of 65

CHAPTER - E

ADDITIONAL GENERAL CONDITIONS

1) Details of Tender Schedule, Mode of Tender Quoting & Agreement Value & Payment of Wages
and DA to Contract Workmen

TABLE-I

Category Wage excluding DA component


with effect from 01.01.2020
For AMC / BMC works. (Rs.)
USK 719.20
SSK 748.20
SK 776.20
HSK 806.00

TABLE-II

Category DA component
with effect from 01.04.2022
For AMC / BMC works. (Rs.)
USK 40.00
SSK 47.00
SK 56.00
HSK 68.00

2) Tender Schedule details: Price Schedule is bifurcated into two parts namely Schedule – I &
Schedule - II.

3) Schedule-I contains the total value of work items.

4) For AMC / BMC Works: Schedule-II contains total value of all provisions as follows:

a) DA Component as per Table-II for the estimated man shift in each category.

b) PF component @13.00% of total wage including DA for the estimated man shift in each
category.

c) Safety & Accident Compensation Component (for works in locations other than
MSTP, WTP): @ 5% of total wage including DA for the estimated man shift in each
category.

d) ESI (for works in WTP & MSTP only) at the rate of 3.25% of total wage including DA
for the estimated man shift in each category.

e) Safety Component (for works in MSTP, WTP only): 1.5% of total wage including DA
for the estimated man shift in each category.

f) Monthly contribution to Death Relief Fund @ Rs.25/- per contract workmen for the
estimated man shift in each category.

g) Annual Ex-gratia / Bonus for each category

h) PH Wages for each category

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
26 of 65

i) Annual Leave with Wages for each category

j) Washing Allowance

k) Housing Assistance

l) Insurance (Nagarik Suraksha or its equivalent).

m) Canteen Allowance

n) Conveyance Allowance

o) Service weightage.

5) The unit rate of each item of works contained in the schedule-I of Price Schedule is arrived at
by adopting the wage excluding DA component as mentioned in Table-I above.

6) Mode of Tender Quoting.

The Bidder is allowed to quote their percentage for the value mentioned in Schedule-I only.

7) LOA Value:

The LOA Value shall be arrived by adding the following values: (a) The bidder’s offered
percentage after price justification, if any, multiplied with the total value mentioned in schedule
- I and (b) the total value of provisions in schedule II.

8) Payment to Contract Workman: -

Schedule-I

The rates of wages for each category of workmen with effect from 01.01.2020 are as given in
Table-I. The contractor shall ensure that each workman, employed by him, is paid not less
than the wage mentioned vide Table-I.

Schedule-II:

In addition to the wages as per Table-I, the contractors shall make the following payments in
respect of each work men engaged by them on actual attendance basis (Form XVI & XVII) and
without applying tender quoted percentage (without any tender difference (+) or (-):

a) DA Component as per Table-II

b) PF: @ 13.00% of total wage including DA

c) Safety & Accident Compensation (for works in locations other than MSTP, WTP):
@ 5% of total wage including DA

COMPONENTS: -

The provisions of 5% of Wages (including DA) in the Schedule-II of the work schedule
towards Safety and Accident Compensation includes a provision of 1.5% of 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 total
wages including DA.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
27 of 65

The remaining 3.5% of the Wages (including DA) 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 total wages
including DA.

d) ESI (for works in WTP & MSTP only)) at the rate of 3.25% of total wage including DA.

e) Safety Component (for works in MSTP, WTP only): 1.5% of total wage including DA.

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 total wages including
DA

f) Monthly contribution to Death Relief Fund @ Rs.25/- per contract workmen.

g) Ex-gratia / Bonus

h) PH wages

i) Annual Leave with Wages

j) Washing Allowance

k) Housing Assistance

l) Insurance ('Nagarik Suraksha' or its equivalent)

m) Canteen Allowance

n) Conveyance Allowance

o) Service weightage

9) AADHAAR CONDITIONS.

The Contractors, while engaging their employees / workmen for the subject contracts, have to
give preference to those who either have Aadhaar Card or agreed to apply for Aadhaar Card
to establish their genuineness and payments for them may be made through Aadhaar Payment
Bridge, to the extent possible.

10) CONTRIBUTIONS TOWARDS CORPUS FUND:

a) 0.2% of the total contract bill amount (before deducting the statutory / non- statutory items)
will be deducted from the bills payable to the contractor towards Corpus Fund for the Death
Relief fund. The benefits under the scheme shall be extended to the dependents of the
deceased contract workmen.

b) Monthly contributions to the death relief fund of contract workmen shall be deducted by
the contractor employers concerned @ Rs.25/- from every contract workman engaged by
contractor employer from their salary / wages payable. In order to facilitate this, necessary
deduction will be made from the bills of the contractor employees based on Form XVI
(Attendance Register) and Form XVII (Wage Register) by TA Accounts Centre based on
the input provided by TA HR Department. Equal monthly contribution to the fund @ Rs.25/-
per contract workmen will be made by the Principal Employer (NLCIL) (i.e.) TA Accounts
Centre. The contribution of contract workmen and the Principal Employer shall be

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
28 of 65

deposited by the TA Accounts Centre to the Corpus fund of Contract Workmen Trust on
monthly basis under GL code 637.

c) The payment of solatium payable to the dependents of the deceased contract workmen
under the scheme shall be a total of Rs. 30 Lakhs. (Inclusive of Compensation payable
under Employee Compensation Act and EDLI) in case of death of a Contract Workman
on account of accident arising out of and in the course of employment (While on duty)

The compensation payable under Employee Compensation Act and EDLI will be worked
out and the shortfall from total solatium of Rs 30 Lakhs will be made good from the
Contract Workmen Death Relief Fund.

d) The payment of solatium payable to the dependents of the deceased contract workmen
under the scheme shall be Rs. 15 Lakhs. (Rs.14,50,000/- + Rs.50,000/- towards funeral /
transportation expenses) in case of death of a contract Workman (for reasons other than
industrial accident) during the course of employment due to any other reasons including:

i. Death occurring on natural cause / ailment during the course of employment within
the Unit premises, but does not include (a) suicide and (b) death occurring during non-
duty periods and outside the Unit premises.

ii. Death occurring on natural cause / ailment during transit from Unit premises to
Hospital including referral Hospitals but does not include suicide.

e) The payment of solatium, as at (c) & (d) above, will be made by ascertaining the nature of
death including through post-mortem report.

11) BANK PAYMENT:

All the payments to the workmen deployed by the contractor employers including wages,
exgratia, bonus, etc. shall be made only through banks in e-payment mode (Online) in to the
bank account maintained by the concerned workman. The contractor shall submit Form XVII
under the Contract Labour (Regulation and Abolition) Act 1970 and the CLRA (Central rules,
1971 to the concerned site authorities responsible for executing this contract agreement
containing a certification that “the amount shown in column No..... of the Register of wages in
Form XVII have been duly credited into the Bank account maintained by the concerned
workman on ….....” and enclosing self-certified copy of the proof of remittances of the said
amount into the bank accounts of the concerned workmen.

12) MAINTAIN A REGISTER OF OVERTIME IN FORM XXIII

As per the Sec.78(1) (iii) of the Contract Labour (Central) the contractor shall in respect of each
work on which engages contract labour maintain a Register of overtime in Form XXIII recording
therein the number of hours of and wages paid for, overtime work, if any, may be permitted to
engage the contract workmen by the NLC India Ltd officials and whenever necessary the Form
XXIII can be shown in front of NLC India Ltd officials as per the circular CORP / HR / IR / 709
/ 011 / 2015, dated 10.03.2015.

13) PAID HOLIDAY WAGES

If any contract worker is employed by a contractor on a paid holiday, declared as such by


NLCIL, he shall be paid double at ordinary rate of basic wages and if the contract worker not
attending duty, he shall be paid single wage at ordinary rate of basic wage. NLCIL will

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
29 of 65

reimburse one-day basic wages for each paid holiday for the number of deployed persons.
This is applicable only in case of works, which are regular throughout the year

14) ANNUAL LEAVE WITH WAGES:

The contract workmen engaged by the contractor (except for short term contracts and other
Contracts like hiring of vehicles, All turnkey contracts and OEM contracts and BMC/AMC
contract executed outside Neyveli limits) for a period of 240 days or more during a calendar
year shall be allowed Annual leave with wages during the subsequent calendar year, for the
number of days calculated at the rate of one day for every twenty days of the work performed
by them during the previous calendar year subject to a maximum of 15 days per annum. On
obtaining HR clearance on Leave Account statement for the contract workmen, leave wages
shall be paid to the concerned contract workman, by the contractor and the same shall be
claimed through part/final bill. The leave wages along with PF (applicable percentage from
time to time) alone can be claimed by the contractor based on documentary evidence without
applying the tender quoted percentage and the same shall be paid by NLC India Limited after
due verification, subject to the ceiling of the provisions made in the Schedule-II. The leave
wages shall be the rate of wages plus DA as shown in Table-I & Table-II

15) WASHING ALLOWANCE & HOUSING ASSISTANCE.

The Washing Allowance at Rs.200/- per month and Housing Assistance at Rs.500/- per month
are to be paid by the contractor employers to their AMC contract workmen every month through
Form XVII duly certified by Zonal / Division Heads. The reimbursement of the above will be
made to the contractor employers by the Accounts Centre concerned after obtaining a
Photostat copy of the Form XVII from the Contractor Employers duly attested by HR
Department.

16) CANTEEN ALLOWANCE & CONVEYANCE ALLOWANCE

Canteen allowance at Rs.35/- per day and Conveyance allowance at Rs.20/- per day are to be
paid by the contractor employers to their AMC contract workmen based on actual attendance.
The reimbursement of the above will be made to the contractor employers by the Accounts
Centre concerned after obtaining a Photostat copy of the Form XVII from the Contractor
Employers duly attested by HR Department.

17) SERVICE WEIGHTAGE

Service Weightage, as lumpsum, shall be paid by the contractor employers to the contract
workmen based on the date of joining mentioned in the Common Seniority list submitted to the
Hon'ble Supreme Court of India. This amount will be paid based on actual attendance on
monthly basis.

Amount of Service Weightage Lump Sum


Sl no Completed Years of Service
(in Rs per day)
1 30 years and above 60.00
2 25 years and up-to 29 years 50.00
3 20 years and up-to 24 years 45.00
4 15 years and up-to 19 years 40.00
5 10 years and up-to 14 years 35.00

The names of contract workmen mentioned in the Common Seniority List submitted to the
Hon'ble Supreme Court of India along with Date of Joining and eligible amount of Service

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
30 of 65

weightage will be furnished to the contractor employers enabling payment of service


weightage. The reimbursement of the above will be made to the contractor employers by the
Accounts Centre concerned after obtaining a Photostat copy of the Form XVII from the
Contractor Employers duly attested by HR Department.

18) INSURANCE COVERAGE

The Contractor shall take “Nagrik Suraksha” policy of Oriental Insurance or its equivalent of
other insurance companies under which the workmen is entitled to a compensation of Rupees
One Lakh (Rs.1,00,000/-) in case of death and hospitalization charges of around Rupees
Twenty-Five Thousand (Rs.25,000/-). The receipt of premium paid by the contractor shall be
furnished at the time of payment of first bill. The premium payable for the policy will be
reimbursed at actual up to the limit of Rs. 113/- per person to the sanctioned strength of regular
workers. The payment will be made along with the first bill against the premium receipt. This
is applicable only in case of works, which are regular throughout the year.

19) CLAIMS ADMISSIBLE

During the course of execution of contract, the following shall be claimed by the contractor

a) On actual attendance basis (Form XVI & XVII) without any tender difference (+) or (-)

i. DA as shown in Table-II.
ii. PF @ 13.00% of total wage including DA
iii. ESI @ 3.25% of total wage including DA. (for works in MSTP, WTP only)

b) On the actual expenditure basis without any tender difference (+) or (-) subject to the
total ceiling limit as mentioned below.

i. Accident Compensation @ 3.5% of wages including DA as per actual attendance


(for works in locations other than MSTP, WTP)

ii. Safety Appliances @ 1.50% of wages including DA as per actual attendance.

20) REVISION IN WAGES & DISBURSEMENT OF DA

In case of revision in the rate of wages / DA shown in Table – I & II, during the currency of the
Agreement, the contractor shall effect payment and claim the difference in the rate of wages,
DA, PF and ESI as applicable by producing Form XVI and Form XVII without tender difference
(+) or (-).

Consequent to the above, the rates of the Tendered items (Contained in the schedule I) shall
not be subject to change and shall remain the same throughout the period of contract including
extension of time / enhancement granted if any.

While finalizing the agreements, the payment made during the course of agreement towards
subsequent increase in Wages / DA on the above lines along with increase in PF & ESI shall
be included for arriving the finalized value with break up details of them.

21) ESI ACT (1948) CONDITION:

For areas covered under Factories Act (i.e., Water Treatment Plant & Modern Sewage
Treatment Plant)

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
31 of 65

In order to comply with the ESI Act, the contractor employer shall follow the following conditions
without fail:

a) The contractors’ employers shall get themselves registered under the ESI Act and obtain
the ESI code from the ESI authorities. The ESI code so obtained after registration shall
be furnished to the respective units immediately. The contractor employers while
disbursing the wages to the workers shall deduct 0.75% of the monthly wages from each
of them towards the employee’s contribution payable under the ESI Act.

b) The contractor employer shall arrange to remit to ESI Corporation at the rate of 4.0% of
monthly wages consisting of 3.25 % of wages being employer’s contribution along with
employee’s contribution at the rate of 0.75% of wages already deducted as mentioned
above on or before 21st day of every succeeding month. The employer’s contribution so
remitted by the contractor employers will be paid under schedule II after verifying the
claim of the contractor employer with reference to the form XVI & XVII. In case if the
contractor engages less than ten contract workmen, per day, then the ESI (contractor
employer contributions / employees’ contributions) of 4.0% will not be paid by NLCIL
directly. In such case, the contractor employer contributions of 3.25% will be paid to the
contractor and the employee’s contributions of 0.75% will be recovered from the
contractor’s bill.

c) The contractor employers shall maintain all the statutory registers and records as
required under the ESI Act which shall be produced for inspection by the officials
concerned / ESI authorities. The contractor employers shall be responsible for filing
periodical returns under the ESI Act besides remitting the contributions regularly.

d) The contractor employer shall be liable to the legal consequence in the event of non-
compliance of the provisions of the ESI Act.

22) EXTENSION OF TIME

Best effort will be made to fix the agency for the next AMC / BMC work for the same scope of
work well before the expiry of the AMC / BMC period. However, acceptance for extending the
period of contract time for three months more than the period of contract at the same rates,
terms and conditions of contract or till a new agency is fixed for the same scope of work for the
next AMC / BMC period whichever is earlier should be given by the agency to whom the work
for the subject tender is awarded.

23) ADDITIONAL PENALTY CLAUSE FOR POOR PERFORMANCE OF AMC/BMC WORKS.

Without prejudice to other penalty clauses of the agreement, the following penal action could
be invoked for the poor performance of the contractor during the agreement period. The
contractor has to maintain uniform rate of progress during the contract period. If the progress
rate is not achieved due to the reasons attributable to the contractor, the Unit Head / TA has
the discretion to take penal action as detailed below:

a) In case of AMC works, during the first three months period, i.e., first quarter, the
contractor should complete 25% of the schedule-I value of AMC Agreement. Otherwise,
penalty will be levied at the rate of 10% of the unexecuted portion of the 25% of the
Schedule -I value of the agreement.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
32 of 65

b) During the first six months period, i.e., first half, the contractor should complete 50% of
the Schedule-I value of the AMC Agreement, otherwise penalty will be levied at the rate
of 10% of the unexecuted portion of the 50% of the schedule-I value of the Agreement.

c) In case of BMC works, during the first 6 months period, the contractor should complete
25% of the Schedule-I value of the BMC Agreement, otherwise penalty will be levied at
the rate of 10% of the unexecuted portion of the 25% of the schedule-I value of the
Agreement.

d) During the first year period, i.e., first half, the contractor should complete 50% of the
Schedule-I value of the BMC Agreement, otherwise penalty will be levied at the rate of
10% of the unexecuted portion of the 50% of the schedule-I value of the Agreement.

e) The poor performance of the contractor will be incorporated in the work experience
certificate of the particular work and their poor performance will be taken into
consideration in the evaluation of future tenders of TA Department.

24) STATUTORY LIABILITIES:

All statutory provisions applicable as per Central & State Govt's Act in respect of Contractor’s
workmen shall be scrupulously followed.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
33 of 65

CHAPTER - F

INSTRUCTION TO BIDDERS FOR SUBMISSION OF ONLINE BIDS


THROUGH e-TENDER and e-REVERSE AUCTION

1.0 Bidders are requested to read the terms & conditions of this tender before submitting their
online bids.

2.0 Pre requisites for accessing NLCIL Website

A. Software Requirements

Operating system : Windows 7 or above.

Web browser : Google Chrome or Firefox or Edge or Internet Explorer 11 or above.

Java JRE : Java JRE 1.8 or above.

PDF Reader : Adobe Acrobat Reader 8 or above

B. Digital Certificate

Bidders 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 Organization 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 NeAT portal
(https://procure.nlcindia.in)

3.0 Enrolment:

3.1. Bidders interested to participate in the tender are required to complete the enrolment
process at NeAT https://procure.nlcindia.in to create their account / user id and
password, if not done already.

3.2. Bidder(s) having a valid NeAT account with user id and password can only submit his
/ their bids online 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.

File Size: 10 MB is the maximum size of a single file that can be attached.

4.0 Payment of Tender Fee.

The details of NLCIL Bank Account for payment of Tender Fee through e-payment are given
below. The Tender Fee in the form of cash or in any other form other than the e-payment mode
will not be accepted.

Bank Details : State Bank of India, Neyveli Main, Block -2


Account Details : NLCIL Account No. 10895129124
IFSC Code No. : SBIN0000958

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
34 of 65

4.1. The bidders shall upload scanned copy of Tender Fee Details with UTR No, Remitted
bank, Remitted Amount, Date of Remittance, Tender Reference number, Bidder’s
Name etc., and if the remitted amount is confirmed to be credited into NLCIL account,
then the Bidder satisfies Tender Fee Payment condition through e-payment.

4.2. If MSE / NSIC is applicable for this tender, MSE / NSIC bidders can upload the
document (Valid MSE / NSIC Certificate) for claiming exemption from furnishing Tender
Fee as per requirement of NIB Conditions.

4.3. Bidders are requested to note that their bid will be considered for further evaluation
only if they fully satisfy the condition of Tender Fee Payment as per NIB Conditions. No
clarification can be sought from the bidders with respect to Tender Fee payment. Hence
the bidders are advised to go through the NIB conditions and instructions for
submission of online bids before submitting their bids. Tender Fee is non-refundable.

With regard to submission of EMD / Bid Guarantee, please refer to Clause 08 of “INVITATION
TO TENDER”

5.0 Bidding Process:

The entire bidding process is divided into 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.

6.0 Stage-I, e-Tender

6.1. Preparation of Bid

The Bidder will be able to prepare his QUALIFICATION BID, TECHNICAL BID,
COMMERCIAL BID and Initial 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 the bid is submitted, the bid cannot be edited.

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.

Bidders are advised to visit the NeAT portal https://procure.nlcindia.in 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 or after submitting the online Bid. The responsibility of downloading
the related corrigendum, if any, will be that of the bidders. Also, the bidders are required
to submit their bid again, in case of corrigendum, as the already submitted bid will be
automatically moved to saved bids, after hosting the corrigendum.

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: 5 MB is the maximum size of a single file that can be attached.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
35 of 65

6.2. e-Bid Submission and Signing

Submission of e-bids online is a two-step process. In the first step, Qualification Bid,
Techno Commercial bid and Initial Price Bid have to filled and submitted. In the second
step, these bids have to be digitally signed using Bidder’s Digital Signing Certificate.

6.3. Bidder cannot submit any offer after the due date and time stipulated in the e-Tender.

6.4. 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.

6.5. 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).

6.6. 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 / addendum, if any, will be that of the bidders.

7.0 Process of e-Tender:

7.1. On the scheduled date and time of tender opening, the Physical Sealed cover (Part-I)
received from the bidders who have intended to furnish EMD in the form of Demand Draft
/ Pay order / Banker’s Cheque / Bank Guarantee etc., in the Physical Sealed cover (Part-
I) will be opened by the Tender Opening Committee.

If a bidder desires to be present at the time of Tender Opening, he may do so or he shall


depute his representative(s) (not more than two persons) in time with due authorization
for participating in the Tender Opening. (This is applicable wherever submission of
physical cover is stipulated in the Tender).

If EMD is furnished in the form of e-payment like NEFT, RTGS etc., Submission of
Physical Sealed Cover (Part-I) is not needed. However, documentary proof of such
payment shall be uploaded while submitting on line bid

7.2. After opening of the Physical Sealed Cover (Part-I) received (if any), the Part – I online
bids containing Form of Bid, QR documents, Technical and Commercial aspects as
detailed in Clause 6.1 to 6.10 of Invitation to Tender will be opened.

7.3. The tender shall be processed as follows:

The bidders who get qualified 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 bid opening (Part-II).

The opening of the Price Bid (Part -II) will be intimated later separately to the bidders who
are found to have satisfied the Qualifying Requirements and Techno-Commercial
aspects.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
36 of 65

For evaluation purpose, prices quoted in Schedule of Prices alone shall be taken into
consideration.

7.4. The price offers / bids of the shortlisted bidders shall be opened on line and the bidders
will be ranked as R1, R2, R3, starting from the lowest offered price and increasing in the
ascending order.

8.0 Stage – II: E-Reverse Auction:

The Reverse Auction, if required, will be conducted among the shortlisted bidders with a start
price and decremental value as per the Terms and Conditions of Reverse Auction.

9.0 RULES FOR REVERSE BIDDING / AUCTION

9.1. From the ranking, the bidders starting from Highest Quote (H1), 50% of the Bidders
rounded off to the lower side shall be eliminated subject to ensuring minimum 2 bidders’
participation in Reverse Auction.

In case, participation is equal to two (2), both the bidders will be qualified and short
listed for the reverse auction.

In case more than one bidder as eliminated above turns out to be with the same quoted
price, all such bidders will be eliminated ensuring minimum two (2) bidders’ participation
in the reverse auction.

Due to such elimination of bidders, if the available eligible bidders get reduced to less
than the 2 nos., all such bidders will be included for Reverse Auction without
elimination.

9.2. Schedule for Reverse Bidding: After Price e-Bids are opened online, date and time of
start of Reverse Auction shall be intimated to all the eligible bidders. Scheduled
duration of Reverse Auction shall be normally two hours.

9.3. 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.

9.4. Procedure of Reverse Auctioning:

i) The price offers / bids of the shortlisted bidders will be ranked as R1, R2, R3,
starting from the lowest offered price and increasing in the ascending order.

ii) The ‘Opening Price’ i.e., Start Price for RA (Reverse Auction) shall be the lowest
quoted price (R1 price).

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
37 of 65

iii) Bid Decrement shall be as follows.

Estimate value of Estimate value of Start Price Bid Decrement


Tender (in Rs.) Tender (in Rs.) for RA (in Rs.)
Excluding GST Including GST (in Rs.)
@ 18%
Reverse Auction not
Up to Rs 42,37,288 Up to Rs 50 Lakhs
applicable.
From Rs 50 Lakhs
From Rs 42,37,289 to Rs 15,000/- &
to below Rs 75
Rs 63,55,932 its multiples
Lakhs
From Rs 75 Lakhs
From Rs 63,55,933 to Rs 20,000/- &
to below Rs 1
Rs 84,74,576 its multiples
Crore
From Rs 1 Crore
From Rs 84,74,577 to R1 price (the Rs 25,000/- &
to below Rs 5
Rs 4,23,72,881 its multiples
Crores lowest
Rs 5 Crores to quoted Bid)
From Rs 4,23,72,882 to Rs 50,000/- &
below Rs 10
Rs 8,47,45,763 its multiples
Crores
Rs 10 Crores to
Rs 8,47,45,764 to Rs Rs 5,00,000/- &
below Rs 100
84,74,57,627 its multiples
Crores
Rs 84,74,57,628 and Rs 100 Crores Rs 10,00,000/- &
above and above its multiples

A. For Price-total value quoting method: The ‘Opening Price’ i.e., Start Price for
RA (Reverse Auction) and Bid Decrement shall be as above:

After reverse auction, the price breakup for all components shall be arrived at
the same ratio as quoted in their initial price bid such that the total price shall
be equal to the lowest quoted Bid Price during reverse auction.

B. For Percentage (%) quoting method: In case of revealed tenders, where


percentage quoting is being obtained, the bid decrement value for Reverse
Auction shall be same as in para-A above. After completion of Reverse
Auction, the lowest offered rate may be converted / computed to percentage
to the accuracy of two decimal places only. The digits after the second decimal
place will not be taken into account and will be truncated as such. Awarded
value will be calculated on the above basis.

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 (i.e., RL1 price)
shall be available for further processing.

9.5. Bidding in e-Tender &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) The e-tender floor shall remain open from the pre-announced date & time and for as
much duration as mentioned above.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
38 of 65

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 NLCIL 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 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.

h) Any order resulting from this bidding process shall be governed by the terms and
conditions mentioned in the NIB.

10.0 TERMS AND CONDITIONS OF REVERSE AUCTION

NLCIL shall conduct the Online Reverse Auction and the terms & conditions shall be as below:

10.1 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 NLCIL’s NeAT portal https://procure.nlcindia.in. 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. Scheduled duration of reverse
auction shall be normally TWO Hours.

10.2 In case of any change in the bidder’s 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 bidder’s
side in this regard.

10.3 The bidders are also requested to login to NLCIL’s NeAT portal
https://procure.nlcindia.in regularly and view the details of Reverse Auction (RA).

10.4 The duration indicated in the auction screen, will be the minimum duration for the
Reverse Auction process.

10.5 If a bid is received in the last Ten (10) minutes of closing of the Auction, the auction
gets extended automatically for Ten (10) minutes (rounding off to the nearest minute)
from the time of last bid. If no bid is received in the last 10 minutes, the auction will
get closed. However, bidders are advised not to wait till the last minute or last few

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
39 of 65

seconds to enter their bid to avoid complications related with internet connectivity,
network problems, system crash down, power failure, etc.,

10.6 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.

10.7 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 re conduct 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.

10.8 RA screens are activated 10 minutes before the start of the auction.

10.9 During the entire e-reverse auction process, the bidders will remain completely
anonymous to one another and also to everybody else.

10.10 The e-auction floor shall remain open from the pre-announced date & time and for as
much duration as mentioned above.

10.11 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.

10.12 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’.

10.13 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.

10.14 If more than one bid is received for the same value then time of receipt at the server
is taken for consideration.

10.15 At the end of Reverse Auction, the lowest closing bid will be considered for further
processing.

10.16 NLCIL’s decision on award of the order shall be final and binding on all the bidders.

10.17 The lowest bidder’s price shall be final.

10.18 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.

10.19 NLCIL reserves the right to reschedule or cancel the Reverse auction Process /
Tender at any time without any notice or assigning any reason thereof.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
40 of 65

10.20 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.,

10.21 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.

10.22 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.

10.23 The Bidder shall not divulge either his Bids or any other exclusive details of NLCIL to
any other party.

10.24 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.

10.25 No deviation to the technical and commercial terms& conditions are allowed. NLCIL
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.

10.26 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 above.

10.27 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) or the R1 bidder (in case of no RA / non participation in RA / no reduction
in RA) shall be carried out.

10.28 In case, 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.

10.29 After getting the confirmation / verification from the end-user as stated above, order
will be placed on the successful bidder or otherwise as per the extant procedures.

10.30 During the above said evaluation process, in case, the documents of the bidder(s) are
found to be false / incorrect, then the bid(s) of such bidder(s) shall be rejected and the
EMD / Bid Guarantee amount of the bidder(s) will be forfeited besides debarring /
banning of such bidder(s) for a specific period as per the extant procedures.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
41 of 65

ANNEXURE - I

(Copy of the following Affidavit duly filled shall be furnished in Part – I bid by the bidders signed in
plain paper or in Letter Head or in Format available in the tender document.)

AFFIDAVIT

From:

(Name & Address of Bidder)

…………………………………………….

…………………………………………….

…………………………………………….

We do hereby declare that the contents of the offer submitted against this tender
(Tender No …………………………………, Name of Work ……….…………………………………….
…………………………………………………………………………………………………………………)
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……………………………………………………….………….
(Bidder’s Name) declare that, we are submitting our offer / bid for the supply of equipment /
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 / Contract Performance Guarantee and action of
suspension / banning / debarring of my / our firm (including all partners of the firm) / company
as per the tender conditions and law.

Authorized Signatory

(Name & Designation)

Place:

Date: (SEAL)

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
42 of 65

ANNEXURE – II

FORM OF TENDER

(To be duly filled signed and uploaded in Part I Bid)

Note: Bidders are required to fill up all blank spaces in this Tender form.

From

……………………………………..

……………………………………..

……………………………………..

To

The General Manager


Township Administrative Office,
NLC India Limited, Block – 10,
Neyveli, Cuddalore District, Tamilnadu
PIN 607801.

Name of work: ………………………….……………………………….………………………….………….


…………………………………………………………...…………, Tender No ……………………………..
[As shown in Notice Inviting Bid (NIB)]

Gentlemen,

1) Having examined the Invitation to Tender, Instructions to Bidders, General conditions Part A
& Part B, Additional General Conditions, Special conditions, Specifications, Tender schedule,
Time schedule and Drawings for constructions of the works mentioned above, we, the
undersigned offer to construct, complete and maintain the whole of the said works in conformity
with the said Tender documents for the sum as may be ascertained in accordance with the
said conditions.

2) I / We undertake, if my / our Tender is accepted, to commence the work within the number of
days mentioned in the LOA from the date of Letter of Award / Date of handing over of site or
as directed by the NLCIL officers and to complete the whole of the works comprised in the
contract within the time calculated from the date of Letter of Award / Date of handing over of
site in accordance with the time schedule of construction attached to the Tender.

3) The sum of Rs…………………… (Rupees………………………………………..………………


………………………. only) is herewith forwarded …………………………as Earnest Money,
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.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
43 of 65

4) We agree to abide by this Tender for the period of 90 (Ninety) days (Bid Validity) from the date
fixed for receiving the same and it shall remain binding upon us and may be accepted at any
time before the expiration of that period.

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.

Dated this……………………………………………….…day of………………….……. 20…….

Witness…………………….……. Signature ……….……….…….

Signature……………………… in capacity of ………….…………….


(Managing Partner / Proprietor / Individual etc.,)

Name in Block letters Duly authorized to sign tender

…………………………………………….. for and on behalf of


(Firm’s Name with Seal)

Occupation……………………………….

Address ………………………………… ………………………………..

…………………………………………… (in block letters)

Date………………

Address of bidder

…………………………….

…………………………….

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
44 of 65

ANNEXURE - III

FORM OF AGREEMENT

Note: To be on a stamp paper of appropriate value purchased in the name of bidder or NLCIL.
-----------------------------------------------------------------------------------------------------------------------------------

This contract agreement made this ………………………………. Day of ……………….20….….


between NLC India Limited, NEYVELI (Hereinafter called NLCIL) of the one part and
……….……………………………………………………………………………………... (Name of Bidder)
of………………....................................................... (city / town) in the state of………………………….
(Hereinafter called the Contractor) of the other part

WHEREAS NLCIL is desirous that certain works should be constructed viz .…………………………

….…….……….……………………………………………………………………(Name of Work) and has


accepted a tender by the contractor for the construction or maintenance of such works.

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement words and expressions shall have the same meaning as are respectively
assigned to them in the conditions of contract referred to.

2. The following documents shall be deemed to form and have been read and construed as part
of this agreement viz:

a. The said Tender


b. Invitation to Tender
c. Instruction to Bidders
d. General conditions of contract (Part A & Part B)
e. Additional General Conditions
f. Special Condition of contract.
g. Specifications.
h. Tender schedule
i. Time schedule
j. Drawings
k. Letter of Award
3. In consideration of the payment to be made by NLCIL to the contractor as hereinafter mentioned
the contractor hereby covenants with NLCIL to construct / maintain the works in conformity in
all respects of the provisions of the contract.

4. NLCIL hereby covenants to pay the contractor in consideration of the construction, completion
and maintenance of the works, the contract price at the times and in the manner prescribed by
the contract.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
45 of 65

In witness thereof the parties herein have caused their respective common seals to be hereunto
affixed (or have hereunto set their respective hands and seals) the day and year first above
written.

Signed, sealed and delivered by the said ……………………………………………………………


………………………………………………………. (Name of the bidder) in the presence of

Witness:

Signature

Name in block letters:

Occupation:

Address:

Dated signature of the contractor Dated Signature of the officer

In the capacity………………….

On behalf of …………………. On behalf of NLCIL

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
46 of 65

ANNEXURE – IV

TABULATION OF SIMILAR WORKS

Name of Work :

Tender No :

Sl. Name of Name & address Value of work Time Schedule


no similar work of the client As per As per As per As per
Agreement Final Bill Agreement Actual

Signature of the Bidder

Name & Address of the Bidder.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
47 of 65

ANNEXURE – V

BID GUARANTEE FORM


Note:

1. This Bank Guarantee should be furnished by a Scheduled Commercial Bank listed by Reserve
Bank of India (RBI) in the format as given below.

2. This bank guarantee should be furnished on stamp paper value of Rs………. as per Stamp
Act.

3. The stamp paper should have been purchased in the Name of the Bank / Bidder executing the
Guarantee.

----------------------------------------------------------------------------------------------------------------------------------

BANK GUARANTEE No.:


Date:
Ref: Tender No. …………………..

To

NLC INDIA LIMITED,


NEYVELI – 607 801.
Cuddalore Dist., TAMIL NADU, INDIA.

Dear Sirs,

In accordance with your “Invitation to Tender” under your Tender in 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 ________________________________

As an irrevocable Bank Guarantee against Bid Guarantee for a sum of


Rs…………………..……………………………………………………………………………….. (in words
and figures) valid for not less than 120 (One Hundred and Twenty) days from ……………..… (the
original scheduled 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, 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 the
bid is revoked during its validity period or the prices are increased unilaterally after the bid opening
or the bidder have failed to accept Letter of Award or withdraws, modifies / changes the bid proposals

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
48 of 65

/ refused to sign the contract in conformity with their final offer or have failed or refused to furnish
CPG / SD in the prescribed form the amount of………………………………
……………………………..…..(in figure and words) 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.

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.

In witness whereof the Bank, through its authorised officer has set its hand and stamp on this
…………….. day of ………………………………….. at ………………………………………….

(Signature)

Witness: 1
Name in Block Letters

Designation:

(Signature) Staff Code No.

Name: (Banker’s seal)

Designation:

Address:

Date:
Attorney as per power of

Attorney No………..

Dated:………………...
Witness: 2

(Signature)

Name:

Designation:

Address:

Date:

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
49 of 65

ANNEXURE – VI

LETTER OF UNDERTAKING - (Employment card and GST)


(To be duly filled signed and uploaded in Part I Bid)

From
(Name & Address of Bidder)

…................................................

...................................................

…………………………………….

SUB: Tender for the work of ……………………………………………….............................................


........................................................................................................................ (Name of work) – Reg.

REF: Tender No.…................................................................

i. With reference to the aforesaid tender for the subject work, I / we …………………..…………
…....................................…................ (Name of bidder) having our office / Registered Office at
…………………………………..…............................................................................................
..................................................................................................................... (address of bidder)
hereby give the following declarations and undertaking.

ii. I / We hereby agree and certify that the personnel / workmen engaged by me for execution of
the above work will be in included in my rolls and shall be given appointment letter /
Employment card by me under CL(P&A) Act 1970.

iii. I / We certify that I possess a valid certificate of registration under GST Act / Rules and I have
so far discharged my liability towards service tax in the pre-GST period and towards GST in
the present GST regime.

iv. The information and documents provided by us are correct and authentic to the best of our
knowledge.

Signature of the Bidder

(Name & Designation)

Place:

Date:

Seal

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
50 of 65

ANNEXURE - VII
(e-Payment Format)
(To be duly filled signed and uploaded in Part I Bid)
BANK ACCOUNT DETAILS FOR E – PAYMENT

1 Name of the individual / company


/ firm with address :

2 Bank A/C Number :

3 Type of Account :

4 Name of Bank :

5 Name of Branch with address :

6 Branch code :

7 IFSC code [for NEFT / RTGS Payments :

8 Telephone Number – Bank :

9 E-mail ID – Bank :

10 Signature of the Individual /


company / Firm – with seal :

BANK SEAL Signature


(Bank Branch Manager)

Manager Code No.

Note : Seal and Signature of Bank Branch Manager is mandatory.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
51 of 65

ANNEXURE - VIII

UNDERTAKING regarding Relatives of Bidder employed in NLCIL


(To be uploaded in Part I Bid DULY FILLED UP & SIGNED)
From
(Name & Address of Bidder)

….......................................................

…........................................................

…………………………………………..

SUB: Tender for the work of ………………………………………………...............................................


........................................................................................................................(Name of work) – Reg.
REF: Tender No.…................................................................

With reference to the aforesaid tender for the subject work, I / we, ……………...………………………..
…………..….……..….....................................................................(Name of bidder) having our office
/ Registered Office at ……………………………………………………………………...........................
........................................ (address of bidder) hereby give the following declarations and undertaking.

(Please tick √ the box for one of the declaration listed below)

I / We declare that none of my / our relatives are employed in any capacity in NLC India Limited,
Neyveli, to the best of my knowledge.

(OR)

I / We declare that the following person(s) is/are employed in NLC India Limited, Neyveli who
are related to me.

[Furnish Name the employee's name, Designation and Unit in which working]

(i) ……………………………………………………

(ii) ……………………………………………………

(iii) …………………………………………………..

The information provided by us is correct and authentic to the best of our knowledge. I also
understand that action will be taken as per the relevant Clause of Tender Condition for furnishing
any false information.

Signature of the Bidder

(Name & Designation with seal)

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
52 of 65

ANNEXURE - IX

FORMAT OF INTEGRITY PACT

(To be executed on plain paper and applicable for all tenders of value above Rs 1 crore)

Integrity Pact

Between

NLC India Limited (NLCIL) hereinafter referred to as "The Principal” and .............................(Name
of the bidder) hereinafter referred to as ''The Bidder/ Contractor"

Preamble:

The Principal intends to award, under laid down organizational procedures, contract/s for
…………………………(Name of Work). The Principal values full compliance with all relevant laws
and regulations, and the principles of economic use of resources, and of fairness and transparency
in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal cooperates with the renowned international Non-
Governmental Organization ''Transparency International" (TI). Following TI's national and
international experience, the Principal will appoint an Independent External Monitor who will monitor
the tender process and the execution of the contract for compliance with the principles mentioned
above.

Definitions:

In pursuance of the above Pact, for the purposes of this provision, the Principal defines the relevant
terms set forth therein as under:

1) “Contract” means the contract entered into between the Principal and Bidder (or Tenderer) /
Contractor for the execution of work mentioned in the preamble above.

2) “Contractor” means the bidder or tenderer whose tender (bid) has been accepted by the
principal or Company whose tender (bid) has been accepted and shall be deemed to include
his/its/their successors, representatives, heirs, executors and administrators unless excluded
by the Contract.

3) “Coercive practice” means harming or threatening to harm, directly or indirectly, persons or


their property to influence their participation in the procurement process or affect the
execution of a contract; In order to achieve these goals, the Principal proposes to appoint
one or more Independent External Monitor/s who will monitor the tender process and the
execution of the contract for compliance with the principles mentioned above.

4) “Collusive practice” means a scheme or arrangement between two or more bidders, with or
without the knowledge of the Principal designed to establish bid prices at artificial, non-
competitive levels; and

5) “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract execution;

6) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement


process or the execution of a contract to the detriment of the Principal and includes collusive
practices among Bidders (Prior to or after bid submission) designed to establish bid prices at
artificial, non-competitive levels and to deprive the Principal of the benefits of free and open
competition;

7) “Independent External Monitor” means a person, hereinafter referred to as IEM appointed,


in accordance with Section 8 below, to verify compliance with this agreement.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
53 of 65

8) “Party” means a signatory to this agreement.

9) “Purchaser” means NLC INDIA LTD, Neyveli, incorporated under the Companies Act 1956,
having their registered Office at Chennai-600 010 and includes their successors.

10) “Bidder or Tenderer” means the person, firm or company submitting a tender (bid) against
the invitation to Tender (bid) and includes his/its/their staff, consultants, parent and associate
and subsidiary companies, agents, consortium and joint venture partners, subcontractors and
suppliers, heirs, executors, administrators, representatives, successors.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:

1 No employee of the Principal, personally or through family members, will in connection


with the tender for, or the execution of a contract, demand, take a promise for or accept,
for him/herself or third person, any material or immaterial benefit which he/she is not
legally entitled to.

2 The Principal will, during the tender process treat all Bidders with equity and reason.
The Principal will in particular, before and during the tender process, provide to all
Bidders the same information and will not provide to any Bidder confidential/additional
information through which the Bidder could obtain an advantage in relation to the tender
process or the contract execution.

3 The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the relevant Anti-Corruption Laws of India, or if there be a substantive
suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate
disciplinary actions.

Section 2 - Commitments of the Bidder/Contractor

(1) The Bidder / Contractor commits itself to take all measures necessary to prevent corruption.
He commits himself to observe the following principles during his participation in the tender
process and during the contract execution.

1 The Bidder / Contractor will not, directly or through any other person or firm, offer,
promise or give to any of the Principal's employees involved in the tender process or
the execution of the contract or to any third person any material or immaterial benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage of
any kind whatsoever during the tender process or during the execution of the contract.

2 The Bidder / Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non
submission of bids or any other actions to restrict competitiveness or to form cartels in
the bidding process.

3 The Bidder /Contractor will not commit any offence under the relevant Anticorruption
Laws of India: further the Bidder /Contractor will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted
electronically.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
54 of 65

4 The Bidder / Contractor will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.

5 The Bidder / Contractor of foreign origin shall disclose the name and address of the
Agents / representatives in India, if any. Similarly the Bidder / Contractor of Indian
Nationality shall furnish the name and address of the foreign principals, if any.

6 In Case of subcontracting, the principal contractor shall take the responsibility of the
adoption of IP by the sub-contractor.

(2) The Bidder / Contractor will not instigate third persons to commit offences outlined above or
be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future contracts

If the Bidder, before contract award has committed a transgression through a violation of Section 2
or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is
entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed,
for such reason.

(1) If the Bidder / Contractor has committed a transgression through a violation of Section 2 such
as to put his reliability or credibility into question, the Principal is entitled also to exclude the
Bidder /Contractor from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will be
determined by the circumstances of the case, in particular the number of transgressions, the
position of the transgressors within the company hierarchy of the Bidder and the amount of
the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3
years.

(2) A transgression is considered to have occurred if the Principal after due consideration of the
available evidence, concludes that no reasonable doubt is possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to
resort to and impose such exclusion and further accepts and undertakes not to challenge or
question such exclusion on any ground, including the lack of any hearing before the decision
to resort to such exclusion is taken. This undertaking is given freely and after obtaining
independent legal advice.

(4) If the Bidder / Contractor can prove that he has restored / recouped the damage caused by
him and has installed a suitable corruption prevention system, the Principal may revoke the
exclusion prematurely, provided such systems has been audited by an independent agency.

Section 4 - Compensation for Damages

(1) If the Principal has disqualified the Bidder from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the Bidder
liquidated damages equivalent to Earnest Money Deposit / Bid Security.

(2) If the Principal has terminated the contract according to Section 3 or if the Principal is entitled
to terminate the contract according to Section 3, the Principal shall be entitled to demand and
recover from the Contractor liquidated damages equivalent to Security Deposit /Performance
Bank Guarantee.

Section 5 - Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any
other Company in any country conforming to the TI approach or with any other Public Sector
Enterprise in India that could justify his exclusion from the tender process.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
55 of 65

(2) If the Bidder makes incorrect statement on this subject he can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.

Section 6 - Equal treatment of all Bidders / Contractors/ Subcontractors

(1) The Bidder / Contractor undertakes to demand from all subcontractors a commitment in
conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders,
Contractors and Subcontractors.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or
violate its provisions.

Section 7 - Criminal charges against violating Bidders/Contractor/ Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an


employee or a representative or an associate of a Bidder, Contractor or Subcontractor, which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the Vigilance Office.

Section 8 – Independent External Monitor (IEM)

(1) The IEMs have been appointed by the Central Vigilance Commission. The task of the IEMs
is to review independently, whether and to what extent the parties comply with the obligations
under this agreement.

(2) The IEM is not subject to instructions by the representatives of the parties and performs his
functions, neutrally and independently. He reports to the Chairperson of the Board of the
Principal.

(3) The Contractor accepts that the IEM has the right to access without restriction to all Project
documentation of the Principal including that provided by the Contractor. The Contractor will
also grant the IEMs, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to Subcontractors.
The IEM is under contractual obligation to treat the information and documents of the Bidder
/ Contractor / Subcontractor with confidentiality.

(4) The Principal will provide to the IEMs sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Contractor. The parties offer to the IEMs the option
to participate in such meetings.

(5) As soon as the IEM notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or heal
the violation, or to take other relevant action. The IEMs can in this regard submit nonbinding
recommendations. Beyond this, the IEM has no right to demand from the parties that they
act in a specific manner, refrain from action or tolerate action.

(6) After award of work, the IEMs shall look into any issue related to execution of contract if
specifically raised before them. However, the IEMs may suggest systemic improvements to
the Principal if considered necessary to bring about transparency, equity and fairness in the
system of procurement.

(7) The IEMs would examine all complaints received by them and give their
recommendations/views to the Chief Executive of the Principal, at the earliest. They may also
send their report directly to the CVO in case of suspicion of serious irregularities requiring
legal/administrative action. Only in case of very serious issue having a specific, verifiable
Vigilance angle, the matter should be reported directly to the Commission. IEMs are expected
to tender their advice on the complaints, within 30 days.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
56 of 65

(8) For ensuring the desired transparency and objectivity in dealing with the complaints arising
out of any tendering process or during execution of contract, the matter should be examined
by the full panel of IEMs jointly, who would look into the records, conduct an investigation
and submit their joint recommendations to Principal.

(9) IEMs should examine the process integrity, they are not expected to concern themselves
with fixing of responsibility of officers.

(10) In the event of any dispute between the Principal and the Contractor/Bidder, in case, both
the parties are agreeable, they may try to settle the dispute through mediation before the
IEMs in a time bound manner, not more than five meetings for a particular dispute resolution.
The sitting fees and expenses towards travel and stay arrangements for such meetings for
the IEMs shall be equally shared by both the parties.

(11) If required, the Principal may adopt any mediation rules for this purpose. In case, the dispute
remains unresolved even after mediation by the panel of IEMs, the Principal may take further
action as per the terms and conditions of the contract.

(12) The advisory role of IEMs is envisaged as that of a friend, philosopher and guide. The advice
of IEMs would not be legally binding and it is restricted to resolving issues raised by a bidder
regarding any aspect of the tender which allegedly restricts competition or bias towards some
bidders. At the same time, it must be understood that IEMs are not consultants to Principal.
Their role is independent in nature and the advice once tendered would not be subject to
review at the request of Principal.

(13) Issues like warranty/guarantee etc shall be outside the purview of IEMs.

(14) The reference to ‘IEM’ would include both Singular and Plural.

(15) The IEM can be removed from his office, before the expiry of his tenure only with the approval
of the Board of the Principal.

Section 9 - Pact Duration

Integrity Pact, in respect of a particular contract, shall be operative from the date IP is signed by both
the parties till the final completion of the contract. Any violation of the same would entail
disqualification of the bidders and exclusion from future business dealings. For all other bidders it
shall be operative up to 6 months after the contract has been awarded.

If any claim is made / lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged / determined by Chairperson
of the Principal.

Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. Chennai / Neyveli. The Arbitration clause provided in
the main tender document / contract shall not be applicable for any issue / dispute arising
under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in writing.

(3) If the Contractor is a partnership or a consortium this agreement must be signed by all
partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement to
their original intentions.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
57 of 65

(5) “A person signing IP shall not approach the Courts while representing the matters to IEMs
and he / she will await their decision in the matter”.

For the Principal For the Bidder / Contractor

Place

Date

Witness 1…….. Witness1 ……..

Witness 2…….. Witness 2…….

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
58 of 65

ANNEXURE - X

CHECK LIST

Bidders are requested to note that their offers will be rejected due to non-submission of any one of
the following details / documents. Hence, the bidders shall ensure that before submitting their offers,
the same (as applicable) are furnished online / enclosed in Physical Cover (Part – I) of the Offers.

Sl. Whether enclosed


Description
No. (Please tick as applicable)
If EMD is in the form of Demand Draft / Pay
order / Banker’s Cheque / Bank Guarantee
1 YES / NO
etc., whether the Original has been furnished in
Physical Cover (Part – I)
If EMD is furnished in the form of e-payment
like NEFT, RTGS etc., whether documentary
2 YES / NO
proof of such payment has been uploaded on-
line

Signature of bidder.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
59 of 65

ANNEXURE–XI

Undertaking to be furnished by the Bidder for Release of EMD.

1. I / We have participated in the subject Tender and submitted our bid.

2. I / We undertake to state that in case I / we happen to be unsuccessful bidder or the Tender is


cancelled by NLCIL, the EMD remitted by me / us in the form of Demand Draft / Bankers
Cheque / Pay Order / E payment like RTGS, NEFT may be released and credited to my Bank
Account as shown in Annexure-VII (BANK ACCOUNT DETAILS FOR E-PAYMENT) of the
Tender documents.

Signature of bidder

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
60 of 65

ANNEXURE – XII

Undertaking to be furnished by the Partner if Work Experience is furnished


in the name of any one of the partners of the Partnership firm.

1. We have participated in the subject Tender (Tender No ……… / …….. / ………….) namely
………………………………………………………………………………………... (Name of Work)
as a partnership firm and submitted our bid.

2. I am one of the partners of the partnership firm and the Work Experience is furnished in my
name. Hence, I hereby give an undertaking that I shall not withdraw from the partnership till
the completion of the work, in case our firm happened to be the successful bidder.

Signature of the Partner


whose PQ is furnished.

Endorsed and submitted by me / us for consideration

Signature of the Bidder

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
61 of 65

ANNEXURE – XIII

DETAILS TO BE FURNISHED BY THE BIDDER

Tender No :

Name of Work :

1 Name of the Bidder.

2 Address with Phone No., Fax No., E-


mail ID, Mobile No.

3 PAN No.,

GST No.

4 Proof for Financial soundness for


carrying out the work

4a Experience in NLCIL (Give details as


in Item 9 below using separate sheets
wherever necessary)

4b. Experience outside NLCIL -(Give


details as in Item 9 below using
separate sheets wherever necessary)

5 Tools & Plants etc., owned by the


Bidder with Capacity / rating wherever
applicable.
6 Whether he is agreeable to pay
wages as per the Minimum Wages
Act to the Workmen

7 Whether he is prepared to follow


Workmen’s Compensation Act &
Other Acts.
8 Whether he is employed in any
Government / Government
undertaking. If so, give details:

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
62 of 65

9 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:

Whether Annual Report / Audited


report containing P&L Account and
Balance Sheet for 3 years enclosed:
List of Enclosures

Note: Delete inapplicable items

Signature of the Bidder


Place:

Date:

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
63 of 65

ANNEXURE - XIV

INDEMNITY BOND

1. To be used for materials to be issued free or goods / materials ownership of which passed
on the employer before construction / erection / testing / commissioning.

2. To be executed on Non-Judicial stamp paper of appropriate value.

3. The stamp papers should be purchased in the name of the person executing the Bond.
-----------------------------------------------------------------------------------------------------------------------
To

M/s. NLC India Limited,


Neyveli, Cuddalore District,
Tamilnadu. India.
PIN 607801

Dear Sirs,

Name of work: ………………… ……… …

1.0 In consideration of NLC India Limited, Neyveli hereinafter referred to as NLCIL which
expression shall, unless repugnant to the subject or content include its successors,
representatives and assignees, having agreed, under the terms and conditions of the
Contract / LOA No…………………………dated ………… made between ……... and NLCIL
in connection with ..….………, to permit the Contractor to receive goods / materials (specify
the quantity and the name of the materials) of the contract rate of items for supply the value
of Rs. …… ….…………interalia on production of Indemnity-cum-custody bond, we do hereby
undertake and agree to indemnify and keep indemnified NLCIL from time to time to the extent
of Rs. ……………….… (Rupees ………………………………………only) against any loss or
damage, costs, charges and expenses caused to or suffered by NLCIL by reason of
the……………………… failing to take proper care and custody of the goods / materials and
/ or failing to properly use in the job as per contract and handover the completed job in terms
of the agreement aforesaid or not complying the instructions which may be given from time
to time during the continuance of the agreement and we further undertake to unconditionally
pay the amount claimed by the company on demand and without demur to the extent
aforesaid.

2.0 We ………………hereby further undertake to use the said goods / materials in terms of the
contract as aforesaid and further keep safely, preserve and maintain or cause to be kept
safely preserve and maintain or caused to be kept safely preserved or maintained all plant
machinery equipment and all materials for erection till the date of the preliminary acceptance
thereof in terms of the agreement and any damage, breakage, loss during this period will be
solely to our Account and we would make necessary arrangement for proper replacement /
repair as desired by the company.

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
64 of 65

3.0 We ………………further agree that NLCIL shall be the sole judge to decide as to whether
there has been any breach of the terms and conditions of this bond and as to the extent of
the loss, damage costs charges and expenses caused to or suffered by NLCIL.

4.0 We …………………………….. further agree that our liability under this bond shall not be
discharged because of the change in the constitution of the company / or the extension of
time or for any indulgence by the company granted to us.

Dated this ……………day of ……………………….. 20…

For and on behalf of


M/s ………………….

(Signature)
Witness: 1
Name in Block Letters
Designation:

(Signature) Company Seal:

Name:

Designation:

Address:

Date:

Witness: 2

(Signature)

Name:

Designation:

Address:

Date:

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
65 of 65

ANNEXURE – XV

Undertaking to be furnished by the Bidder regarding Fair Labour Practices

Tender No :

Name of Work :

I / we will not indulge in any unfair labour practices viz., collecting money for employment, collecting
back certain amount of money after disbursement of wages etc., from Contract workmen /
Supervisors and I / we understand that if found indulged in any such unfair labour practices by me/
us, then I / we are liable for Banning from participating in the NLCIL’s Tenders.

Signature of bidder

OTE – AMC, BMC – WC, LC: 23rd May 2022


This Document has been digitally signed.
Important Note :

1. The Tenderer should quote their rate in percentage of total tender

value (both in figures and words) to the accuracy of two decimal places

only.

2. They should not indicate percentage difference as (+) or (-)

3. Example I : Tender value Rs.10,00,000/-

: Contractor' offer Rs.10,00,000/-

: Rate to be quoted by the contractor:100% of tender value

Example II : Tender value Rs.10,00,000/-

: Contractor' offer Rs.11,00,000/-

: Rate to be quoted by the contractor:110% of tender value

Example III :Tender value Rs.10,00,000/-

: Contractor' offer Rs.9,00,000/-

: Rate to be quoted by the contractor:90% of tender value.

4. The Tenderer shall quote his/her/their rate in the manner prescribed

above in the Tender Schedule. Otherwise the offer will be summarily

rejected.

5. The rate shall be quoted to the accuracy of two decimal places only.

The digits after the second decimal place will not be taken into account

and will be truncated as such.

Signature of the contractor.


DGM/C/TECH/TA

NLCIL/TA DOWNLOADED DOCUMENTS

This Document has been digitally signed.


I. QUALIFICATION REQUIREMENT FORM

1. QUALIFICATION REQUIREMENTS

Sl.No. Qualification Requirement Bidder Response

1 Bidder should have executed any ECOLOGY / HORTICULTURE /


AFFORESTATION / AGRICULTURE works with in the last (5) Five
years, from the original Scheduled date of tender opening in
Govt/Quasi Govt/PSU/Public Limited Company for a minimum
value of Rs.43,71,800/- in a single agreement in their own
name/in the name of any one of the partners/his firm in case of
partnership firm. The minimum value of work specified above
towards prequalification requirement shall be exclusive of GST.

1a. Whether the bidder has PQ document for completed work


costing not less than Rs.43,71,800/- as above (1)

1b. Upload PQ document for the work as above (1a.)

2 Whether the bidder has independent Provident Fund Code


Number allotted in favour of his/ their establishment under EPF
and Miscellaneous Provisions Act 1952.

2a. Upload Certificate/Document for PF Code Number

3. Whether the bidder is registered (its establishment) under ESI


Act 1948 and have the Employer's Code allotted in favour of his
establishment (applicable for TA works pertaining to Water
Treatment Plant and Sewage Treatment Plant in Township of
NLCI as for other works exemption was obtained)

3a. Upload copy of ESI Registration showing ESI Code Number in


case of works pertaining to Water Treatment Plant / Sewage
Treatment Plant

4. Whether the bidder possess a valid certificate of registration


under GST Act/Rules and the bidder has to furnish a copy of the
same in the bid if in any financial year the value of service
rendered by them/the value of a contract exceeds the threshold
limit for levy of GST; he should have discharged his liability,
under the GST Act/Rules the effect of which a Certificate of
under taking is to be furnished along with the Bid & produce
GST Registration Number. [In case the above value does not
exceed the threshold limit, a self declaration to this effect shall
be furnished.]

4a. Upload permanent GST registration Certificate / Self declaration

4b. Upload scanned copy of declaration signed by the bidder if the


value of Service rendered is less than threshold limit as
mentioned (4) above

5. Whether the bidder has Permanent Account Number (PAN)


under the Income Tax Act

This Document has been digitally signed.


5a. Upload copy of PAN Card

6. Whether the bidder possesses online IT Statement indicating


zero tax liabilities for four consecutive years prior to bidding
along with the tender documents (mandatory to ensure that
the bidder is not a defaulter in payment of income tax )

6a. Upload self attested printout of the online IT Statement


indicating zero tax liabilities as indicated vide Clause 6. above

7. Whether the personnel / workmen engaged by the bidder for


execution of works in NLCIL will be in the rolls of the bidder
agency and they will be given appointment letter/Employment
card under CL (R&A) Act 1970 issued by the bidder.

7a. Whether the bidder has furnished in Part-I (ANNEXURE-VI), a


certificate of undertaking to fulfill the condition mentioned vide
Clause 7. above

7b. Upload a scanned copy of duly filled and signed letter of under
taking-II (Employment card) (Annexure-VI)

8 Legal status of bidder(Individual/Proprietorship


firm/Partnership firm /Company)

8.a If the bidder is a Individual/Proprietorship firm upload


declaration/Affidavit in this regard

9. If the bidder is a partnership firm, whether the bidder has


furnished following documents as mentioned vide 9a. to 9c.

9a. Upload copies of (a) original Deed of partnership, (b)


reconstitution deed, if any, (c) rectification deed, if any

9b. Upload copy of Firm Registration, if the partnership is


registered.

9c. Upload valid copy of fee receipt for renewal of registration of


partnership.

10. If the bidder is a Company, whether the bidder has furnished


following documents as mentioned in Clauses 10a. to 10c.

10a. Upload copies of Memorandum of Association and Articles of


Association

10b. Upload copy of Company Registration certification (Certificate


of Incorporation)

10c. Company's Authorized subscription and Paid up capital

11. Bids submitted without proper documentary evidences to


substantiate fulfillment of the requirements as specified above
Clauses (1) to (10) will be liable for rejection apart from penal
actions like forfeiture of EMD/other penalty as per the Tender
Conditions.

OTHER INFORMATION/DETAILS TO BE FURNISHED BY THE


BIDDER

This Document has been digitally signed.


12 Upload duly filled, signed and scanned copy of Form of Tender
(Annexure-II)

13 Upload duly filled, signed and scanned copy of Tabulation of


similar works (Annexure-IV)

14 Upload duly filled ,signed and scanned copy of Bank account


details for E -Payment(Annexure-VII)

15 Upload duly filled, signed and scanned copy of Under taking


regarding Relatives of bidder employed in NLCIL (Annexure-VIII)

16 Upload duly filled, signed and scanned copy of the check list
(Annexure-X)

17 Upload duly filled, signed and scanned copy of Undertaking for


Release of EMD (Annexure-XI)

18 Whether the PQ documents furnished is in the name of one of


the partners

19 Upload signed and scanned copy of undertaking by one of the


partners (In case the PQ document furnished is in the name of
one of the partners) (Annexure-XII)

20 Upload duly filled,signed and scanned copy of contact and


other information to be furnished by the bidder(Annexure-XIII)

21 Upload signed and scanned copy of undertaking for Fair Labour


Practices (AnnexureXV)

This Document has been digitally signed.


2. EMD 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 or Bidder

3.3 Date of purchase of stamp paper

4 Bank details

4.1 Bank Name

4.2 Bank Address

4.3 Bank email-id

4.4 Bank Phone No.

4.5 Bank Fax No.

4.6 Whether Bank Seal affixed?

5 Manager's Name & Code No.

6 Whether signed by two Witness

7 Whether overwriting/corrections if any on the BG


authenticated under signature & seal of executants
(Bank)

8 Whether the BG has been issued by a


Nationalized/Scheduled Bank in India

9 Details of value and validity

9.1 Currency of BG

9.2 Value of BG

9.3 Validity upto

10 Whether Bank Guarantee is as per NLCIL Format

SFMS Structural Financial Messaging System (SFMS)

Whether the Bank Guarantee submitted in physical


form can be verifiable through SFMS.

This Document has been digitally signed.


RTGS/NEFT e-payment(RTGS/NEFT etc) details

1 UTR No.

2 Name of Bank

3 UTR Date

4 Amount

DD Demand Draft / Pay order / Banker's Cheque

1 DD/PO/BC No.

2 Name of Bank

3 Date

4 DD/PO/BC in favour of

5 Payable at

6 Amount

MSME Micro, Small and Medium Enterprises (MSME)


Details

1 MSME No. (UAN No.)

2 Type of Enterprise (Micro or Small)

NSIC National Small Industries Corporation Ltd. (NSIC)


Details

1 NSIC No.

2 NSIC Expire Date

IMPORTANT NOTE: Please upload the scanned


copies of applicable Documents for EMD/Bid
Guarantee (Bank Guarantee/DD/BC/PO/e-Payment
Details/NSIC/MSME)

This Document has been digitally signed.


3. COST OF TENDER FEE FORM

Sl. No Description Bidder Response

Cost of Tender Document Type. The


bidder has to mention the type of
Cost of Tender whether e-payment
or MSME or NSIC in the response
column.

RTGS/NEFT RTGS/NEFT details

1 RTGS/NEFT UTR No.

2 UTR Date

3 Remitted Bank

4 Amount

MSME Micro, Small and Medium Enterprises


(MSME) Details

1 MSME No.

2 Type of Enterprise (Micro or Small)

NSIC National Small Industries Corporation


Ltd. (NSIC) Details

1 NSIC No.

2 NSIC Expire Date

Please attach supporting scanned


document(s)

This Document has been digitally signed.


4. AFFIDAVIT AND INTEGRITY PACT

Sl. No Description Bidder's Response

1 Whether EMD / Bid Guarantee amount has


been furnished (as per requirement of NIB
conditions vide Annexure-V) [To be submitted
in Physical Form in Part-1 Cover]

1a Upload the scanned copy of EMD/BID


Guarantee document

2 Whether AFFIDAVIT has been furnished (as


per Annexure-I)

2a Upload duly filled and signed copy of


AFFIDAVIT

3 Whether Integrity Pact has been furnished


[applicable for tender value 1 crore & above]
(as per format enclosed)

3a Upload duly filled and signed copy of Integrity


Pact (Annexure-IX), if applicable

This Document has been digitally signed.


II. TECHNICAL FORMS

1. TECHNICAL FORM

Sl.No. Description Bidder Response

1. The bidder shall confirm the acceptance of


the Scope of Work, Specification, Special
Conditions and General Conditions of the
Tender

2. The bidder shall confirm the acceptance of


the TIME SCHEDULE stipulated in the
tender for the execution of the Work.

3 I/We undertake to furnish the required


documents / clearance certificates
immediately on completion of works for
Finalization of contract agreements /
closure of contract.

This Document has been digitally signed.


III. COMMERCIAL FORMS

1. ACCEPTANCE FOR COMMERCIAL CONDITIONS

S. No DESCRIPTION BIDDER'S RESPONSE

Please confirm acceptance of all commercial


terms and conditions stipulated in the tender
document?

This Document has been digitally signed.


2. ESSENTIAL DOCUMENTS

Sl.No. Description Bidder Response

1. You shall ensure that all the attachments


in the offer are only in English language. If
any document is in any other language,
the same shall be got translated in English
version duly authorized by the Notary
Public or Competent Authority and both
the versions are to be uploaded by the
bidder in the Tender.

2. Have you read and filled up all the forms?

3. Have you attached Work Completion


Certificates?

4. Have you attached copies of related Work


Orders / Agreements?

5. You may confirm the submission of the


following documents in on line mode
within the time scheduled as per Tender
Conditions viz (i) Scanned copy of duly
filled and signed Affidavit, (ii) Copy of
Integrity Pact if applicable.

6. HAVE YOU OFFERED YOUR QUOTATION IN


THE PRESCRIBED PRICE SCHEDULE?

7. Upload EMD / BID Guarantee

This Document has been digitally signed.


IV. PRICE FORMS

1. PRICE FORM

Sl. No Description Values Bidder Response

1 Total Schedule-I Tender Value 10934583.12

2 The Schedule-I Tender Value


given above is for 100 %

3 Percentage of Schedule-I
Tender Value at which I am
willing to execute the work

4 Quoted Schedule-I Value

5 Total Schedule-II Tender Value 6552559.00

6 Total Quoted Value (Schedule-I


+ Schedule-II)

This Document has been digitally signed.


TENDER NO  : 044/EN/22-23 SCEDULE OF RATES
(SCHEDULE - I )
NAME of Work : BIENNIAL MAINTENANCE OF GREENBELT AREA FOR TPS-II (MELAKUPPAM), MINE-II (THANDAVANKUPPAM), TPS-
I EXPN. (BLOCK 30 & PERIYAKAPANKULAM), TPS-I (PETS AND BLOCK-14 & 28) FOR THE YEAR 2022-24.

PERIOD OF WORK: 731- Days from the Date of HANDING OVER of SITE

S.No Jcode Description Qty Unit Tender......... in Rs


Rate Amount
1 Protecting the plantation in  24.00 Month  54,821.88  13,15,725.12
Melakuppam Area by engaging
watchmen round the clock using the
contractor’s cycle. The rate shall
be inclusive of maintenance charge
of cycle, cost of security
equipments like uniforms, torches,
etc, as specified in the special
conditions.

2 Protecting the plantation in  24.00 Month  72,902.08  17,49,649.92


Thandavankuppam & TPS-I Ash pond
Area by engaging watchmen round
the clock using the contractor’s
cycle. The rate shall be inclusive
of maintenance charge of cycle,
cost of security equipments like
uniforms, torches, etc, as
specified in the special

Td No:044/EN/22-23 Signature of the Contractor  P ID: 3833 20-06-2022  NLC/TA Downloaded  GM/TA Page 1 of 5

This Document has been digitally signed.


S.No Jcode Description Qty Unit Tender......... in Rs
Rate Amount

conditions. 

3 Protecting the plantation in Block  24.00 Month  1,64,000.03  39,36,000.72


30 & Periyakapankulam Area by
engaging watchmen round the clock
using the contractor’s cycle. The
rate shall be inclusive of
maintenance charge of cycle, cost
of security equipments like
uniforms, torches, etc, as
specified in the special
conditions.

4 Protecting the plantation in PETS  24.00 Month  1,09,294.56  26,23,069.44


Area by engaging watchmen round
the clock using the contractor’s
cycle. The rate shall be inclusive
of maintenance charge of cycle,
cost of security equipments like
uniforms, torches, etc, as
specified in the special
conditions.

5 Protecting the plantations in  24.00 Month  54,589.08  13,10,137.92

Td No:044/EN/22-23 Signature of the Contractor  P ID: 3833 20-06-2022  NLC/TA Downloaded  GM/TA Page 2 of 5

This Document has been digitally signed.


S.No Jcode Description Qty Unit Tender......... in Rs
Rate Amount

Block-14 & 28 area by engaging
watchmen round the clock . The
rate shall be inclusive of cost of
security equipments like uniforms,
torches, etc., as specified in the
special conditions.

SCHEDULE -I ITEMS: 5 Schedule - I Total Rs.  1,09,34,583.12

Rupees One Crore Nine Lakh Thirty-Four Thousand Five Hundred Eighty-Three and paise Twelve only

( SCHEDULE - II ) 

Rate Amount
S.No Jcode Description Qty Unit

1 AM2101 Provision for Washing allowance  600.00 Per     200.00   1,20,000.00


person
per month

2 AM2102 Provision for Housing assistance  600.00 Per     500.00   3,00,000.00


person
per month

3 AM2103 Provision for Canteen Allowance  15,650.00 Manshift      35.00   5,47,750.00

Td No:044/EN/22-23 Signature of the Contractor  P ID: 3833 20-06-2022  NLC/TA Downloaded  GM/TA Page 3 of 5

This Document has been digitally signed.


S.No Jcode Description Qty Unit Tender......... in Rs
Rate Amount

4 AM2104 Provision for Conveyance Allowance  15,650.00 Manshift      20.00   3,13,000.00

5 AM2107 Service Weightage (From 20 years and  624.00 Manshift      45.00     28,080.00


upto 24 years)

6 AM2108 Service Weightage (From 15 years and  1,248.00 Manshift      40.00     49,920.00


upto 19 years)

7 AM2109 Service Weightage (From 10 years and  12,480.00 Manshift      35.00   4,36,800.00


upto 14 years)

8 AM2110 Provision for Insurance (Nagarik  50.00 Per     113.00      5,650.00


Suraksha) person
per year

9 AM2176 Contribution to Death Relief Fund for  600.00 Per      25.00     15,000.00


all categories person
per month

10 AM2209 Provision for Dearness Allowance for  15,650.00 Manshift      40.00   6,26,000.00


USK per day w.e.f 01.04.2022

11 AM2210 Provision for PF on total wages (Min  16,400.00 Manshift      98.70  16,18,680.00


Wages + DA) for USK per day w.e.f
01.04.2022 [(719.20 + 40.00) x 13%]

Td No:044/EN/22-23 Signature of the Contractor  P ID: 3833 20-06-2022  NLC/TA Downloaded  GM/TA Page 4 of 5

This Document has been digitally signed.


S.No Jcode Description Qty Unit Tender......... in Rs
Rate Amount

12 AM2211 Provision for SAC for USK per day  15,650.00 Manshift      37.96   5,94,074.00


(Other than MSTP, WTP) w.e.f
01.04.2022 [(719.20 + 40.00) x 5%]

13 AM2212 Provision for Annual Ex-gratia /  50.00 Per  19,731.30   9,86,565.00


Bonus per person for USK w.e.f person
01.04.2022 (719.20 + 40.00) x 26 x 12 per year
x 8.33%]

14 AM2213 Provision for PH Wages for USK per  450.00 Manshift     759.20   3,41,640.00


day w.e.f 01.04.2022 @ (719.20 +
40.00)

15 AM2214 Provision for Annual leave with wages  50.00 Per  11,388.00   5,69,400.00


for USK per person w.e.f 01.04.2022 person
[(719.20 + 40.00) x 15] per year
------------------
SCHEDULE-II ITEMS: 15 Schedule -II Provison Value : Rs.  65,52,559.00
(Rupees Sixty-Five Lakh Fifty-Two Thousand Five Hundred Fifty-Nine only) ------------------
TOTAL ITEMS:I+ II =5 + 15 =20      Total Tender Value (Schedule-I + Schedule-II) = Rs   1,74,87,142.12
------------------
(Rupees One Crore Seventy-Four Lakh Eighty-Seven Thousand One Hundred Forty-Two and paise Twelve only)

Note: The Tenderer should quote their rates for Schedule -I items Only.

Td No:044/EN/22-23 Signature of the Contractor  P ID: 3833 20-06-2022  NLC/TA Downloaded  GM/TA Page 5 of 5

This Document has been digitally signed.


This Document has been digitally signed.
TENDER NO: 044/EN/22-23 SPECIAL CONDITIONS
TENDER NAME: BIENNIAL MAINTENANCE OF GREENBELT AREA FOR TPS-II (MELAKUPPAM),
MINE-II (THANDAVANKUPPAM), TPS-I EXPN. (BLOCK 30 &
PERIYAKAPANKULAM), TPS-I (PETS AND BLOCK-14 & 28) FOR THE YEAR
2022-24.
PERIOD OF WORK: 731- Daysfrom the Date of HANDING OVER of SITE
ADDITIONAL SPECIAL CONDITION
The Maximum number of workmen to be deployed per day in all the three shifts for this work is 25 Nos.

1. Melakuppam area : Minimum number of Manshifts to be engaged per day is 3. Deduction will be made at the rate of applicable minimum wage
for the Manshifts not engaged by the Contractor in any day.
Thandavankuppam area : Minimum number of Manshifts to be engaged per day is 3. Deduction will be made at the rate of applicable minimum
wage for the Manshifts not engaged by the Contractor in any day.
Block-30 & Periyakapankulam area : Minimum number of Manshifts to be engaged per day is 8. Deduction will be made at the rate of applicable
minimum wage for the Manshifts not engaged by the Contractor in any day.
PETs area : Minimum number of Manshifts to be engaged per day is 5. Deduction will be made at the rate of applicable minimum wage for the
Manshifts not engaged by the Contractor in any day.
Block-14 & 28 area : Minimum number of Manshifts to be engaged per day is 3. Deduction will be made at the rate of applicable minimum wage
for the Manshifts not engaged by the Contractor in any day.

2. Species of trees 
1. Accacia Auriculiformis
2. Eucalyptus Hybrid
3. Accacia Nilotica
4. Accacia Mangium
5. Casurina
6. Bamboo
7. Subabul
8. Teak & Miscellaneous

Note : The actual count of live plants, species wise at the time of taking over the plantation from the  contractor will be final and the pre-
measurement for this work.

PROP NO:3833 Signature of Contractor20/06/22 044/EN/22-23 NLC/TA Downloaded Document GM/TA Page 1 of 4

This Document has been digitally signed.


SCHEDULE OF RATE OF RECOVERY
Sl.No. Age of Trees Rate of Recovery
1. Trees of Girth size less than 2" Rs.50 / 1 No.
2. Trees of Girth size 2" to 5" Rs.200 / 1 No.
3. Trees of Girth size above 5" Rs.500/ 1 No.

Greenbelt areas to be maintained: Melakuppam, Thandavankuppam, Block-30 & Periyakapankulam, PETs, Block-14 & 28 and other areas to be
assigned then and there.

COMMON SPECIAL CONDITION

Sl.No Item Code Spl Condition


1 ECS006 1. The plantation will be handed over by pre-measurement in number at the time of taken over of the
plantation and for the enumeration, the contractor shall provide necessary labourers.
2. The actual count of plantation at the time of taking over will be responsibility of the contractor. 
3. The contractor should provide necessary watchmen round the clock in the area for detection, protection
and control of any Cattle menace, fire hazards, pilferage by illicit cutting etc.  
4. The contractor or his representative shall meet the officer- in-charge daily to take day-to-day instructions
connected with this work.
5. The contractor should provide necessary tools and equipments to the workmen like torches and cycle for
effective protection of plantation area..
6. The payment of wages to the contract workmen should be arranged by the contractor through Bank (e-
payment).
7. The contractor shall arrange for enumeration of trees once in three months, giving the details of trees in
each plot. The labour required for enumeration of trees is to be arranged by the contractor. The enumeration
measurements will be recorded and if any shortfall is found in trees, recovery will be made from the payment
as in the annexure. The payment to the contractor is on monthly basis after making recovery for illicit cutting,

PROP NO:3833 Signature of Contractor20/06/22 044/EN/22-23 NLC/TA Downloaded Document GM/TA Page 2 of 4

This Document has been digitally signed.


Sl.No Item Code Spl Condition

if any.
8. The contractor should give a monthly report regarding the dried trees, wind fallen trees, fire damage, illicit
cuttings, etc., if any with reasons for such damage. The contractor should cut & collect the dried trees from
the plantation area after getting due permission from CM/E&H and convey the trees to Block-16 nursery
along with details of number of trees. For transportation of dried trees from plantation area to Block-16
nursery, vehicles will be provided by the corporation at free of cost.
9. The contractor should bring to the notice of the NLC Officer's about the damages to the plantation due to
pests, disease, etc, so as to take any remedial measures.
10. The causalities due to natural calamities like severe drought, heavy wind and cutting below HT electrical
lines etc. will be deleted from numerical account for which no recovery will be made. In cases of coppices or
stunted plantation dried due to adverse weather also no recovery will be made.  If deletion due to other than
the above reasons, proportionate recovery will be made from the bills.
11. The contractor should protect the Eucalyptus coppices taken over by him and should handover the trees
after making allowances for dried, windfallen, illicit cutting etc. after completion of the work. Recovery if any
will be made as per the additional special conditions. 
12. Excessively growing coppices more than the minimum standard specified by the Corporation officers
should be removed periodically by engaging the watchmen. No extra cost will be paid for the work.
13. If the contractor fails to take adequate care of plants, Corporation officers reserve the right to engage
sufficient labour for the upkeep of the plants and deduct the cost of such upkeep from the Contractor's Bill.
14. The contractor should make their own arrangements for fabrication of a minimum of 20 numbers of "go
type " gauges (2 inches opening) in steel for proper enumeration of coppices/ trees as directed by the
corporation officers.
15. The contractor should maintain the daily attendance of the workers engaged by him at the site and
should produce the same to inspection of the corporation officers, as and when required.
16.  Unit Head's decision is final in case of any dispute in respect of special conditions. 

PROP NO:3833 Signature of Contractor20/06/22 044/EN/22-23 NLC/TA Downloaded Document GM/TA Page 3 of 4

This Document has been digitally signed.


Sl.No Item Code Spl Condition

2 ECS007 The contractor shall prevent encroachments by any un authorized persons in the plantation area. If any
encroachment like Hut/Shed/Ploughing /Cultivation is noticed, the contractor shall clear the same at his own
risk and cost.
TOTAL ITEMS: 01+ 2 =3

PROP NO:3833 Signature of Contractor20/06/22 044/EN/22-23 NLC/TA Downloaded Document GM/TA Page 4 of 4

This Document has been digitally signed.


This Document has been digitally signed.

You might also like