TAMIL NADU NEWSPRINT AND PAPERS LIMITED - UNIT II,

KAGITHA NAGAR, MONDIPATTI, MANAPPARAI TALUK,

TRICHY DISTRICT

TNPL - UNIT II

BID DOCUMENT NO. TNPL/PMD/CIV/CB/UNIT II/232423004857

for

FORMATION OF PLAYGROUND IN NURSERY AND PRIMARY

SCHOOL AT TNPL UNIT II

BIDS SHALL BE SUBMITTED THROUGH NIC PORTAL

Website :https://tntenders.gov.in/nicgep/app.

Tamil Nadu Newsprint and Papers Limited

Bid Document No. TNPL/PMD/CIV/CB/UNIT II/232423004857

FORMATION OF PLAYGROUND IN NURSERY AND PRIMARY SCHOOL

AT TNPL UNIT II

TABLE OF CONTENTS

PART 1

INVITATION FOR BIDS

PART 2

INSTRUCTIONS TO BIDDER

PART 3

GENERAL TERMS AND CONDITIONS OF CONTRACT

PART 4

TECHNICAL SPECIFICATIONS FOR CIVIL WORKS

PART 5

BID FORM & SCHEDULE OF QUANTITIES AND RATES

Tamil Nadu Newsprint and Papers Limited Bid Document No. TNPL/PMD/CIV/CB/UNIT II/232423004857

PART 1

INVITATION FOR BIDS

Bid No.: TNPL/PMD/CIV/CB/UNIT II/232423004857

Dear Sirs,

  1. Tamil Nadu Newsprint and Papers Limited (hereinafter referred to as "TNPL") own and operates Multilayer Double coated Paper Board manufacturing facility at Mondipatti Village, Tiruchirapalli District in the state of Tamil Nadu.
  2. For TNPL Unit II, civil works as per the scope specified in the Bid Document is to be carried out.
  3. TNPL invites Bids from eligible Bidders for "Formation of playground in Nursery and Primary school at TNPL Unit II", as per the scope of this Bid Document through E- Procurement portal (https://tntenders.gov.in/nicgep/app).
  4. The bidding procedure is electronic bid submission through the website (https://tntenders.gov.in/nicgep/app) only. The bidder can logon to this website and view the invitation for Bids and details of works for which the bid is invited.
    The Terms and Conditions for E-Tendering, Terms and Conditions for E-Reverse Auction and Process Compliance Statement are furnished as Appendix 1, Appendix 2 & Appendix 3 to Part 2 respectively.
  5. Qualification Criteria:

The bidder shall be a reputed contractor of civil construction work and should meet the following qualification criteria:

  1. The bidder shall be a reputed contractor of civil work and should have been awarded order & successfully completed atleast two civil works for any reputed organizations / Industrial establishments / Govt. departments / Corporations / Boards / undertakings with a value not less than Rs.50 lakh each, against single order in the last Ten (10) years reckoned from March, 2014 (i.e., March 2014 to February 2024). The above value is including cost of all materials and excluding applicable taxes.
  2. The Average annual turnover of the bidder shall not be less than Rs.100 lakh in last three completed financial years (2020-21,2021-22 and 2022-23).

The bidder shall provide the documentary evidence for meeting the above qualification criteria.

6 Solvency Certificate:

The bidder shall upload Solvency Certificate, not older than 12 months from any Reputed Bank for Rs.10,00,000/- (Indian Rupees Ten Lakh only) along with technical cover through E-Procurement Portal.

1

Tamil Nadu Newsprint and Papers Limited Bid Document No. TNPL/PMD/CIV/CB/UNIT II/232423004857

7 Bid Fee:

A non-refundable fee of Rupees 590/- (inclusive of 18% GST) should be remitted by the Bidder

  • Through RTGS / NEFT mode (OR)
  • by Demand Draft / Bankers Cheque in favour of Tamil Nadu Newsprint and Papers Limited, payable at Trichy, Tamil Nadu, India.

8 EMD / Bid Security :

EMD / Bid Security of Rs.1,25,000/- (Indian Rupees One lakh and Twenty Five Thousand only) should be remitted by the Bidder

  • through RTGS / NEFT mode. (OR)
  • An unconditional bank guarantee issued by a bank located in India, acceptable to TNPL in the form provided in the Bid Document.

(OR)

  • A Demand Draft / Bankers Cheque in favour of Tamil Nadu Newsprint and Papers Limited, payable at Trichy, Tamil Nadu, India.

9 The remittance details of both Bid Fee and EMD / Bid Security should also be furnished in the Technical cum Commercial Bid. Further scanned copy of DD / BC / scanned copy of BG/ Remittance statement / UTR details should be uploaded in the online procurement portal: https://tntenders.gov.in/nicgep/app.

Bid Fee and EMD / Bid Security are not exempted, for any reason whatsoever.

Offers received without Bid Fee and EMD / Bid security are liable for rejection. TNPL will not entertain any request for adjusting the EMD from the tenderer's due / running bills or from the EMD / Security Deposit of any other tender participated by the tenderer.

10 Bank details for RTGS payment:

ACCOUNT NUMBER

1862223000000010

ACCOUNT NAME

TAMILNADU NEWSPRINT AND PAPERS LIMITED

ACCOUNT TYPE

CASH CREDIT (CC) ACCOUNT

ACCOUNT BRANCH

MONDIPATTI

BRANCH CODE

1862

IFSC CODE

KVBL0001862

MICR CODE

620053027

BSR CODE

6100824

SWIFT CODE

KVBLINBBIND

BRANCH ADDRESS

TNPL UNIT II CAMPUS, OPP TO GATE NO 06, MONDIPATTI,

K.PERIAPATTY POST, MANAPPARAI TALUK, TRICHY - 621306.

2

Tamil Nadu Newsprint and Papers Limited Bid Document No. TNPL/PMD/CIV/CB/UNIT II/232423004857

  1. Bids shall be submitted, based on the guidelines set out in "Instructions to Bidders" enclosed as Part 2 of this Bid Document and shall be in conformity with the "General Terms and
    Conditions of Contract to be entered into between TNPL and the Successful Bidder" enclosed as Part 3 of this Bid Document and "Technical standards for civil works" enclosed as Part 4 of this Bid Document.
  2. A two-cover (Technical cover and Finance cover) e-bidding procedure will be followed. For details, refer Cl.11 of "The Terms and Conditions for E-Tendering" enclosed as Appendix 1 to Part 2 of the Bid Document.
  3. The due date for submission of Tender Documents including the Technical cuzm
    Commercial Bid along with Bid Fee / Bid Security and the Price bid through E-procurement portal (https://tntenders.gov.in/nicgep/app) is before 3:00 pm on 28th March 2024.

The Technical cum Commercial Bid will be opened through online portal at 4:00 pm on

29th March 2024.

  1. TNPL will not be responsible for any delay in submission of online bid on the due date and time (Server time) through E-tendering portal https://tntenders.gov.in/nicgep/app.
  2. Following original documents are to be submitted at

Project Management Division,

Tamil Nadu Newsprint and Papers Limited

Kagithapuram 639 136,

Karur District, Tamil Nadu, INDIA

within three (3) days from the date of Technical Bid opening, failing which the bid is liable for rejection:

  • DD / BC for Bid Fee, in original (in case, Bidder had paid by way of DD / BC)
  • DD / BG / BC for Bid Security, in original (in case, Bidder had paid by way of DD / BG / BC)

16 Hard copies of following documents are to be submitted within three (3) days from the date of Technical Bid opening at

Project Management Division,

Tamil Nadu Newsprint and Papers Limited

Kagithapuram 639 136,

Karur District, Tamil Nadu, INDIA

  • Authorisation Letter for submission of Bid
  • Documents for meeting the qualification criteria
  • Documents shown in Enclosure 1 & 2 of Bid Form
  1. TNPL reserves the right to qualify the bids received and/or reject any or all the bids, at its own discretion, without assigning any reasons therefor. Also, TNPL reserves the right to split the order and award the contract to more than one bidder.
  2. The bid document should be uploaded in full after signing of all pages having agreed to all clauses mentioned.

3

Tamil Nadu Newsprint and Papers Limited Bid Document No. TNPL/PMD/CIV/CB/UNIT II/232423004857

  1. Also, the bidder shall adhere to the Additional terms & conditions, the detailed terms & conditions for deployment of contract labours and minimum wage details shall be as per Appendix 1, Appendix 2 & Appendix 3 of Part 1 respectively.
  2. All the clarification in the document and specifications shall be requested to the following e-mail IDs:

To:pmd.civil@tnpl.co.in

Cc:nandagopal.s@tnpl.co.in,thirugnanasambandan.p@tnpl.co.in

4

Tamil Nadu Newsprint and Papers Limited

Bid Document No. TNPL/PMD/CIV/CB/UNIT II/232423004857

APPENDIX - 1

ADDITIONAL TERMS AND CONDITIONS

  1. The bidder shall quote the basic unit rates for all items in the Bill of Quantities (BOQ) excluding GST as applicable.
  2. The bidder shall quote the rates against each item after thoroughly assessing the quantum/nature of work, detailed specification / description of each items in the BOQ and quote unit rates accordingly. The unit rates quoted shall include the cost of all materials under their scope for carrying out the work unless otherwise indicated elsewhere in the bid. The applicability of Goods and Service tax (GST) shall be clearly indicated in the BOQ. The rates quoted shall remain firm & fixed without any escalation.
  3. Applicable GST as quoted by the bidder against the respective HSN / SAC numbers in the BOQ shall be paid as extra on the basic value. However, the bidder shall indicate the relevant HSN / SAC numbers against each item in conjuction with the detailed item descriptions provided in the bid. It is the sole responsibility of the bidder to provide the GST registration number of their organization to TNPL. Conversely, the bidder shall provide the declaration form for non-registration of GST on being their annual turnover of last financial year was less than 20 lakhs or as amended by GST council time to time.
  4. If required the Bidder may get clarifications on site conditions &prevailing Labour Rules in TNPL.
  5. Offers of the bidders who has worked for TNPL and whose performance was bad / unsatisfactory / blacklisted will not be considered.
  6. During execution of work, materials/machinery transportation inside TNPL, the successful Bidder shall not cause any damage to TNPL equipments or properties at any case. In case of any such damage, bidder shall make the same good at their own expense, or in default, TNPL shall rectify the same by engaging any other agency and deduct the expenses (of which the certificate of TNPL shall be final) from running bills / EMD / security deposit or any other owing amount by TNPL to bidder.
  7. No part of this contract shall be sublet except where otherwise provided by the Contract without written permission of Engineer in charge nor shall be transferred by power of attorney authorizing others to receive payments on the bidder's behalf.
  8. The bidder should take the responsibility to justify structural designs as per TNPL. In case of non-compliance to the above, any damage to physical properties due to structural failure or soil failure before handing over to TNPL should be borne by the bidder. Any personal injuries to the workmen / under fatal accidents which arise due to consequence of the performance of the contract are the responsibility of the bidder.
  9. The bidder shall comply to any changes in the existing levy/charges announced by the Government/Authorized body from time to time. Accordingly, the excess expenditure will be recovered from the successful bidder without any notice from TNPL.
  10. Bids with joint ventures are not acceptable and each bidder shall submit only one bid for this bid enquiry.

Page 1 of 3

Tamil Nadu Newsprint and Papers Limited

Bid Document No. TNPL/PMD/CIV/CB/UNIT II/232423004857

  1. The materials which are in the scope of successful bidder, if any shall be of best quality upto the specifications of TNPL and shall be approved by engineer in charge before the commencement of work. All necessary materials of approved quality and standard specifications required for the work other than those indicated in schedule of quantities shall be arranged by the bidder and shall be brought to the work site with proper document supported by appropriate bills. The bidder shall assess the requirement of materials from time to time in liaison with the Engineer in charge and mobilize the same so that the progress of work does not get hampered at any time during the tenure of contract. All these items shall be properly recorded with the civil department and the relevant documents shall be produced as and when called for by TNPL.
  2. TNPL is not bound to accept the lowest quotation and also reserves the right to reject the lowest quotation or any quotation at its own discretion.
  3. After E-reverse auction, Price negotiations will be held with successful bidder. The unit rates of the auction price / negotiated price bid shall not exceed the unit rates as quoted. The terms and conditions for E-Reverse Auction and Process Compliance Statement are enclosed as Appendix 2 & 3 of Part 2 of this bid document.
  4. The bidder shall report to concerned Engineer in charge for instructions.
  5. The Bidder shall maintain daily record of the work done and duly get the records certified by the Engineer in charge.
  6. In case of any delay TNPL reserves the right to get the work done through another agency and additional expenditure incurred on this account shall be recovered from the bidder's bills based on unit rates of subject contract.
  7. The bidder shall ensure that no outsourced workmen should be engaged in their contract with age more than 60 years.
  8. It is the responsibility of the bidder to keep the entire area indicated in the bid clean and tidy by employing the requisite manpower and tools & tackles.
  9. Qualified and Experienced supervisor shall be arranged for satisfactory supervision of the entire operation.
  10. Before commencement of work, the bidder shall submit the details required by Human
    Resources Department for registering his contract and apply for Contractor's Licence from the office of the Director of Industrial safety and health, Trichy.
  11. The Bidder shall comply with all Safety rules and regulations. The bidder shall provide safe working environment for their workers such as personnel protective equipment, as required, temporary platforms for safe working and movement, approach ladders, adequate access etc., if any in their work site. The bidder shall improve safety awareness of their workmen by regular safety classes, displaying safety instructions, posters etc.
  12. Both the electrical connection/equipments and mechanical lifting tools and tackles if any, are to be certified by our Engineers before the equipments are taken into operation. Further, the bidder equipments are to be examined by our Engineers and the bidder should maintain a record for verification / clarification. The record shall be produced by the bidder at the time of inspection by the appropriate authorities.

Page 2 of 3

Tamil Nadu Newsprint and Papers Limited

Bid Document No. TNPL/PMD/CIV/CB/UNIT II/232423004857

  1. TNPL reserves the right to waive any bid condition at its discretion.
  2. The bidder shall comply with Employees' Provident Funds and Miscellaneous Provisions
    Act 1952 including remittance of PF/EPS and related due in time and submission of returns.
  3. All the workmen engaged by you drawing wages upto Rs.21,000/- per month shall be covered under Employee's State Insurance Act, 1948.
  4. All the workmen engaged by you drawing wages above Rs.21,000/- per month shall be covered under Employees' Compensation Insurance. You shall keep TNPL indemnified of all the claims made and liabilities incurred under the Employees' Compensation Act 1923.
  5. Employees' Compensation Insurance policy relating to your contract workmen shall be shown on monthly basis and proof of the same shall be produced to Personnel department on or before 10th of every month in advance for succeeding month.
  6. The bidder shall take "Road Safety Package Insurance Policy" for a sum assured of
    Rs.1,00,000/- (Rupees One Lakh only) for all the Contract Workmen deployed by you drawing wages above Rs.21,000/- per month and proof of this has to be submitted to the Personnel Department prior to the commencement of work.
  7. The bidder shall comply with all labour statutes relating to contract labour and adhere to Contract labour (Regulation and Abolition) Act 1970 and Tamil Nadu Contract Labour Rules 1975.
  8. The bidder shall also adhere to the general terms & conditions of TNPL in toto.

Page 3 of 3

APPENDIX - 2

TERMS AND CONDITIONS FOR DEPLOYMENT OF CONTRACT LABOUR

Tenderer shall comply with the following labour statutes relating to employment of contract workmen:

1 REGISTRATION OF CONTRACT & CONTRACTOR'S LICENCE

  1. Tenderer have to produce the following documents to Principal employer to register
    Tenderer's contract with Joint Director of Industrial Safety and Health, Trichy jurisdiction:
    1. Contractor's Details (Proprietor name, His Father's name, Age/ Date of birth)
    2. Form VI- A ( Notice of Commencement of work)
    3. Indemnity Bond in Rs.20/- Stamp paper.
  2. If Tenderer engages 20 or more personnel, Tenderer have to apply for Contractor's license with the Joint Director of Industrial Safety and Health, Trichy. Tenderer have to produce the following documents:
    1. Form IV- Application for License ( 5 copies)
    2. Form VII- In case of renewal of License (5 copies)
    3. Along with the above forms, Security Deposit of Rs.100/- per head - remitted

either by means of NSC or treasury challan in the following head: 8443 Civil Deposits (b) Deposits not bearing interest 116 deposit under various contract

and state Acts - AB. Deposits under the Contract Labour (Regulation and Abolition) Rules.

1.2.4 Licence Fee - remitted through treasury challan in the head 0230 Labour and Employment - 106 Fees realized under the Factories Act-AO- Fees under contract labour - 0230-00-106-AA-0002).

LICENCE FEE STRUCTURE

No. of persons

Contract

Registration (Rs)

Licence(Rs)

Upto 20

100.00

200.00

21

- 50

150.00

400.00

51

- 100

200.00

1,000.00

101

- 200

300.00

2,000.00

201

- 400

400.00

4,000.00

Above 400

500.00

6,000.00

Licence amendment fees Rs.50/-

Renewal fees - Initial - 100%

Surcharge - Initial - 50%

Duplicate licence fees - Rs.50/-

1.2.5 Certificate by TNPL in Form V.

Page 1 of 12

Attachments

  • Original Link
  • Original Document
  • Permalink

Disclaimer

TNPL - Tamil Nadu Newsprint & Papers Ltd. published this content on 19 March 2024 and is solely responsible for the information contained therein. Distributed by Public, unedited and unaltered, on 20 March 2024 05:23:00 UTC.