For PV SOLAR POWER PROJECT 20MW (AC) AT ANDAMAN & NICOBAR ISLANDS IN INDIA. EOI No. CO CONTS /25D/PV Solar /Andaman/e-Conts/2016

Similar documents
EOI No: GMC/ CTO/01/ / overburden to sand/ 2018, Dt.: *************

Bihar Renewable Energy Development Agency. Expression of Interest (EOI)

NLCIL RESERVES THE RIGHT TO CONDUCT REVERSE AUCTION AFTER PRICE BID OPENING AMONG THE TECHNO COMMERCIALLY QUALIFIED

ARYAN M.P. POWER GENERATION PVT. LTD.

Jhabua Power Ltd. NOTICE INVITING BIDS

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Bellary Thermal Power station

NOTICE INVITING TENDER

DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018

REPLIES TO QUERIES. Sr. Clause No Reference from RfQ cum RfP Queries Clarification. Developer. Bidder shall furnish the please.

(c)failure to furnish valid contract performance guarantee by the bidder within the time stipulated in (d)furnishing of Forged / Bogus documents

GAIL (India) Limited CENTRAL INTEGRITY MANAGEMENT GROUP, NOIDA NOIDA 06 th January, 2018

RAICHUR POWER CORPORATION LIMITED YERAMARUS THERMAL POWER STATION

NOTICE INVITING TENDER (NIT) (e-tender)

CENTRAL WAREHOUSING CORPORATION

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

NOTICE INVITING BIDS (NIB) (International Competitive Bidding)

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

3 Responsibility Centre COS - CenPEEP 4 Brief scope of work The engagement with NTPC will be in the following steps:

NTPC SAIL POWER COMPANY LTD (A Joint Venture of NTPC & SAIL) Captive Power Plant -II, D.S.P. Complex, Durgapur , Dist- Burdwan(W. B.

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

National Science Foundation Ministry of Science, Technology & Research

NLC India Limited (formerly Neyveli Lignite Corporation Limited) Navratna - Govt. of India Enterprise

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

Repair/Replacement of Stainless Steel Earth Strips of LAs. Rail Corridor on Main Line in Delhi. Metro Rail Corporation Ltd.

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

CONSTRUCTION OF 220/33 KV GIS SUB-STATION AT MONGALPUR, DISTRICT PASCHIM BURDWAN [Package-54]

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

TENDER NOTICE 29 th May 2017

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & GNCTD)

Addendum No.1 (SUMMARY SHEET) Modifications to Tender Documents S.No. Document In Place of Please read as Remarks

National Institute of Technology, Warangal.

Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

DELHI METRO RAIL CORPORATION LIMITED

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd.

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

DELHI METRO RAIL CORPORATION LTD.

BIHAR STATE HYDROELECTRIC POWER CORPORATION LTD. Sone Bhawan, (2 nd Floor), Birchand Patel Marg, Patna

Tender No GSO/CED/CE/TR - 410/2011

LIGNO-CELLULOSIC BIOMASS TO ETHANOL

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

GAIL (India) Limited CORPORATE OPERATIONS AND MAINTENANCE (O&M) - DEPARTMENT NOIDA

NTPC-SAIL POWER COMPANY PRIVATE LIMITED (A Joint Venture of NTPC & SAIL)

EXPRESSION OF INTEREST (EOI) Consultancy Services for carrying out

Punjab Thermal Power (Pvt) Limited

EXPRESSION OF INTEREST (EOI)

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

EoI No.: REIL/RE/EoI/ /002 Date: ISSUED BY:

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

Section - III Evaluation and Qualification Criteria

BIHAR STATE HYDROELECTRIC POWER CORPORATION LTD. Sone Bhawan, (2 nd Floor), Birchand Patel Marg, Patna

Disable friendly Washrooms at hostel blocks (A & E)

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

CONTRACT DOCUMENTS FOR THE WORK

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

No: KBJNL/MLI Dn-1/PB/Tender/ LOC-I / /373 Date: TENDER CORRIGENDUM 2. lakhs) As per

CONSTRUCTION OF 132/33 KV GIS SUBSTATION AT BAJKUL, DISTRICT-PURBA MEDINIPUR. (Package- 26)

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

5250/- Serial No DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI)

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC

attached format with their Technical & Financial bids based on which IFCI Infrastructure Development Ltd. (IIDL) will shortlist internal auditors.

PACKAGE 1: SUPPLY OF SHORT CIRCUIT TRANSFORMERS

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

THE MUNICIPAL CO-OPERATIVE BANK LTD. MUMBAI

South Bengal State Transport Corporation (A Government of West Bengal Undertaking )

NOTICE INVITING E-TENDER Universal Electrification works under Saubhagya Scheme for Gomati Tripura District

EoI Reference No.: The last date of submission of EoI is 6/08/2018, 3:30pm through hard copy submission at the address below.

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING)

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838

NTPC SAIL Power Company Private Limited

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) CHIEF ENGINEER: (O&M) II, VIDYUT BHAVAN

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

EXPRESSION OF INTEREST (EOI) FOR UTILIZATION OF EMITTED CO2

Global Expression of Interest For

NEYVELI LIGNITE CORPORATION LIMITED : NEYVELI MATERIALS MANAGEMENT COMPLEX GUIDELINES TO VENDORS FOR REGISTRATION

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

EXPRESSION OF INTEREST (EoI) Supply, Installation, Operation and Maintenance of Water Treatment Technology for Ranney Wells Noida, Uttar Pradesh

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India.

INSTRUCTIONS TO TENDERERS

QUOTATION NOTICE. CF/ Business/ Dated Item

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED

RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT NOTICE INVITING EXPRESSION OF INTEREST ( EOI ) FOR

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

EXPRESSION OF INTEREST INVITED FOR. Annual Rate Contract of supply of Chemicals/ Glassware/Plastic wares/minor Equipments

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

MANAGEMENT COMPLEX / GST:33AAACN1121C1ZG CIN:L93090TN1956GOI /TENDER ENQUIRY NO :ENQ/17-18/000837/MM10(01) /DATE

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

Transcription:

NLC INDIA LIMITED (FORMERLY NEYVELI LIGNITE CORPORATION LTD) (A GOVERNMENT OF INDIA UNDERTAKING Navaratna Company) REGD. OFFICE: First Floor, No.8 Mayor Sathyamurthy Road, FSD, Egmore Complex, Chetpet, Chennai-600031 (International Competitive Bidding) DETAILED NOTICE INVITING EXPRESSION OF INTEREST (EOI) FOR QUALIFYING REQUIREMENTS (QR) PV SOLAR POWER PROJECT 20MW (AC) AT ANDAMAN & NICOBAR ISLANDS IN INDIA For EOI No. CO CONTS /25D/PV Solar /Andaman/e-Conts/2016 Date:24.08.2016. 1.0 NLC India Ltd., (Formerly NEYVELI LIGNITE CORPORATION Ltd.) a NAVRATNA CPSU of GOVERNMENT OF INDIA is in the process of setting up of 20 MW (AC) Grid interactive PV Solar Power Project integrated with Battery Energy Storage system including O&M on Turnkey basis at Attampahad, Portblair, Andaman & Nicobar Islands, India. 1.1 NLC India Ltd., invites Expression of Interest (EOI) and documentary evidences for short listing the eligible bidders on stipulated Qualifying Requirements for Supply and installation on EPC basis, for setting up of 20 MW (AC) Grid interactive PV Solar Power Project integrated with Battery Energy Storage system including O&M on Turnkey basis at Attampahad, Portblair, Andaman & Nicobar Islands, India as per the Scope of Work mentioned hereinafter under Clause 2.0. 1.2 Tender specification documents will be issued only to the short listed bidders among those who have submitted the EOI. Techno commercial proposals including the price cover based on Tender specification will be accepted only from the short listed bidders among those who have submitted the EOI. 1.3 ABOUT NLC: NLC India Limited, a Government of India Enterprise under Ministry of Coal is located at Neyveli, Tamil Nadu, India. The region is endowed with vast reserves of Lignite, ideally suited for power generation. NLC has a total mining capacity of 30.6 million tonnes of Lignite per annum and associated pit head power generating capacity of 2740 MW. NLC consists of Mine-I (10.5 million tonnes of Lignite per annum), Mine-I A (3.0 million tonnes of Lignite per annum), TPS-I of 600 MW (6 x 50 MW + 3 x 100 MW), TPS-I Expansion of 420 MW (2 x 210 MW), Mine-II & its Expansion (15 million tonnes per annum, i.e. 10.5 + 4.5), TSII (7x210MW), Lignite Mine at Barsingsar, Bikaner district in the State of Rajasthan (2.1 million tonnes of Lignite per annum) and linked Power Station of 250 MW (2 x 125 MW CFBC) capacity. NLC is currently implementing TS-II Expansion project of 500MW capacity (2 x 250 MW CFBC) linked to Mine-II Expansion. NLC has formed a Joint Venture (JV) Company with Tamil Nadu Electricity Board in the name of NLC Tamil Nadu Power Limited (NTPL) which is presently executing a coal based 1

thermal power project of 1000 MW capacity (2 x 500 MW) at Tuticorin in the State of Tamil Nadu. NLC has also formed another JV company viz., Neyveli Uttar Pradesh Power Ltd, (NUPPL) with Uttar Pradesh Rajya Vidyut Utpathan Nigam Ltd (UPRVNUL) for executing a coal based supercritical power plant of capacity 3X660 MW at Ghatampur, near Kanpur, U.P. NLC is also executing presently Renewable energy power projects, viz. 10 MW and 2 X 65 MW Solar power plant at Neyveli and 51 MW (34X1.5MW) Wind Turbine Generators near Tirunelveli in Tamil Nadu. Neyveli has expansion plans of Solar power projects also in Rajasthan. To know more about NLC India Ltd., visit NLC s website www.nlcindia.com. 2.0 Scope of Work: The scope of work for 20 MW (AC) Grid interactive Solar PV Power Project integrated with Battery Energy Storage System at Attampahad, Portblair, South Andaman includes Design, Engineering, Manufacture, Inspection at supplier s works, supply, insurance, transport, storage, erection, testing, commissioning and trial power export of 20 MW(AC) grid interactive solar PV Power Project integrated with a minimum of 6 MWHr. Battery Energy Storage System (BESS) & 6 MW Power Conversion System to mitigate and smoothen the solar power output fed into the grid with associated 33 KV Power System complete for grid interconnection at the take off points of Electricity Department of Andaman & Nicobar Administration with all Accessories on Lump-sum Turnkey basis at Attam Pahad, Port Blair, South Andaman. The implementation period for the above scope of work is one year from the date of issue of LOA. The scope of work also includes Operation and Maintenance of Solar PV Power Project for five years including one year warranty period and Operation and Maintenance of Battery Energy Storage System for the complete cycle life including one year warranty period. 3.0 QUALIFYING REQUIREMENTS 3.1 Bidder should have executed contracts of Design/Engineering, Supply, Erection/Supervised erection, commissioning of Grid Interactive Solar PV Power Plants with cumulative capacity of 10 MWp or above as on the original scheduled date of tender opening and out of which at least one plant which is connected and should have been of 5MWp capacity or above and should be in successful operation for at least one year as on the original scheduled date of tender opening and within the last 7 years AND Bidder should have executed contracts of Design/Engineering, supply, Erection/Supervised erection, commissioning of Battery Energy storage system with cumulative capacity of 3 MWhr. or above as on the original scheduled date of tender opening and out of which at least one Battery Energy storage system should have been minimum 1.5 MWhr. capacity which should have been in successful operation for period of at least one year as on the original scheduled date of tender opening and within the last 7 years. 3.2 Bidder who doesn t fulfill the qualifying requirements stipulated in clause 3.1 above by himself can also participate provided: the bidder collaborates with a firm and together they fully meet the qualifying requirements stipulated in clause 3.1 above and the Collaborator should furnish along with bid a valid collaboration agreement to execute this project and a back-up Bank Guarantee as required in the relevant clauses. OR 2

the bidder can also be a leader of a consortium consisting of not more than three firms, such that together they meet the Qualifying Requirements stipulated in clause 3.1 above and the members of the consortium should furnish back-up Bank Guarantee as required in the relevant clauses. In case of bidding by a Consortium, the consortium partners shall necessarily identify a leader of the Consortium who will furnish the Consortium Agreement and the consortium partners shall execute a Joint Deed of Undertaking in which the partners are jointly and severally liable to the Owner for successful performance of the contract. OR the bidder can also be a Joint Venture Company, provided the qualifying requirement in clause 3.1 above is met by any one or more partners of the Joint Venture (JV) Company. Each partner of the JV Company on the basis of whom the JV Company gets qualified shall have minimum 26% equity in the JV Company and should furnish back-up Bank Guarantee as required in the relevant clauses. 3.3 The Bidder or the Lead Member of Consortium or major partner of JV company shall have Positive Net Worth as per the latest audited financial Statements. 3.4 Average Annual Turn Over of the Bidder, combined Average Annual Turn Over of the Bidder and Collaborator, combined Average Annual Turn Over of the Consortium partners and the combined Average Annual Turn Over of all the promoters of the Joint Venture Company, as the case may be, shall not be less than Rs.197 Cr. in the preceding three (3) consecutive financial years as on the original scheduled date of this tender opening. 3.5 OTHER CONDITIONS: 3.5.1 The Bidder or the Bidder with Collaborator or the Consortium or the Joint Venture Company, as the case may be, shall attach documentary evidence to prove that the qualifying requirements mentioned in Cl.3.1 above are met by him / them, along with the bid in the form of user certificate together with full contact details for verification. 3.5.2 In case of participation by the Bidder with Collaborator or by the bidder as a Consortium or as a Joint Venture Company, the bidder shall furnish a copy of valid Collaboration Agreement/Consortium Agreement and Joint Deed of Undertaking/ Joint Venture Agreement, as the case may be, along with the bid for the services offered jointly and such agreement shall be valid till completion of all the contractual obligations. 3.5.3 (a) The successful bidder meeting the Qualifying Requirements, shall furnish a Contract Performance Guarantee (CPG) in the form of an on-demand Bank Guarantee for the faithful performance of the contract for a value of 10% of the total contract price after the award of LOA. (b) If the successful bidder is meeting the Qualifying Requirements with Collaborator, in addition to the CPG as mentioned in Cl. 3.5.3(a) above, the Collaborator shall also furnish a back up Bank Guarantee for 5% of the scope of work of the collaborator. (c) If the successful bidder is the leader of a consortium, in addition to the CPG as mentioned in Cl. 3.5.3(a) above, each of the consortium partners other than the leader shall furnish a back up Bank Guarantee for 5% of their respective portion of the contract value. 3

(d) If the successful bidder is a JV Company meeting the Qualifying Requirement, in addition to the CPG as mentioned in Cl. 3.5.3(a) above, each partner of the JV Company on the basis of whom the JV company gets qualified shall also furnish a back up Bank Guarantee for 5% of their respective portion of the contract value. 3.5.4 The percentage value of the respective portion of the work is to be indicated in the bid.in case the respective portion of work of the Collaborator / Consortium partners / Joint Venture partners is less than 1% of the total contract value, then back up Bank Guarantee for a minimum of 0.05% of the total contract value shall be furnished. The bidder shall obtain a letter of assurance to this effect from Collaborator/Consortium partners/joint Venture partners as the case may be and submit the same along with the bid. 3.5.5 The bidder or the bidder with collaborator or all individual firms in the Consortium or all partners in the Joint Venture Company, as the case may be, shall furnish their audited profit and loss accounts and balance sheets for the preceding three (3) financial years from the original scheduled date of bid opening. 4.0 NOTES 4.1 For calculating the Average Annual Turnover, given in Foreign Currency, the B.C- Selling exchange rate prevailing as on 7 days before the original scheduled date of EOI bid opening will be considered 4.2 In case the certificate(s) submitted by the bidder is found to be forged one(s) / bogus one(s), the bidder will not only be disqualified for the tender, but also would be blacklisted /debarred by the purchaser. 4.3 The bidder cannot be an associate for other bidder(s) who are bidding for this EOI. 4.4 The Bidder shall not sub-contract the work back to back for the performance of the contract. 4.5 The purchase preference as and when notified by the Government of India will be applicable. 4.6 NLC reserves the right to ask the bidders to furnish the certified copies of experience certificates. 4.7 NLC reserves the right to verify all statements/ information submitted to confirm the Bidder s claim on experience and to asses the Bidder s capability and capacity to perform the contract should the circumstances warrant such an assessment in the overall interest of the project. 4.8 EOI bids submitted without documentary evidence to substantiate the fulfilment of the pre qualifying requirements as specified are liable for rejection without assigning any reason. 4.9 NLC reserves the right to reject any or all EOIs or cancel/withdraw the Invitation for EOI without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action. 5.0 LETTER OF CONSENT (LOC) The bidder shall furnish along with the EOI Bid, Letter(s) Of Consent (LOC) obtained from each of his associate(s) as applicable, for the successful performance of the contract. 6.0 DEED OF JOINT UNDERTAKING (DJU) The bidder shall furnish a Deed of Joint Undertaking (DJU), with each of his associate(s) as applicable, along with the techno commercial bid. 4

7.0 Integrity pact Programme: 7.1 NLC India Ltd., 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. 7.2 NLC India Ltd., being a signatory in implementing the Integrity Pact Programme with Transparency International India, all the bidders / contractors required to sign the Integrity Pact during the submission of the Techno Commercial bids / offers. 8.0 TIME SCHEDULE Details From the date of Letter of Award Design, Engineering, Manufacture, Inspection at One year supplier s works, supply, insurance, transport, storage, erection, testing, commissioning and trial power export of 20 MW(AC) grid interactive solar PV Power Project integrated with a minimum of 6 MWHr. Battery Energy Storage System (BESS) & 6 MW Power Conversion System to mitigate and smoothen the solar power output fed into the grid with associated 33 KV Power System complete for grid interconnection at the take of points with all Accessories on Turnkey basis of Electricity Department of Andaman & Nicobar. 9.0 EOI DOCUMENTS SUBMISSION & OPENING 9.1 The EOI documents shall be submitted on line through URL econts.nlcindia.com. 10.0 LANGUAGE OF THE BID The bid prepared by the bidder and all correspondences and documents relating to the bid exchanged by the bidder and the purchaser shall be written in English language. Any printed literature / material furnished by the bidder in any other language shall be accompanied by an authentic English translation of all the pertinent points. For purpose of interpretation of the bid, the English translation shall govern. 11.0 SIGNATURE OF THE EOI The EOI must contain the name and place of business of the person or persons making the EOI and must be digitally signed with Bidder usual signature. The name of all persons signing should be typed or printed below the signature. 11.1 The Bidder s name stated on the proposal shall be the exact legal name of the firm. 11.2 Submission of EOI documents only through online. 12.0 PARTICIPATION FEE 12.1 Interested bidders are required to pay the participation fee of Rs.15,000/- or $ 220 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 participation fee details with UTR No., Remitted Bank, Amount, Date etc., and submit. Kindly note that Bidder name will be captured from Digital Signing Certificate (DSC). Bidders are advised to keep note of the same. It may be noted that no separate user id and password will be provided by NLC India Ltd. Acceptance or Rejection of Registration request for the participation will be intimated by a separate e-mail message. 5

12.2 After the participation fee payment and successful registration, the bidder can login with their user ID, password & DSC and participate in the EOI participation fee is non-refundable. 13.0 Payment of EOI participation Fee 13.1 13.2 The payment towards participation fee is to be remitted in favour of NLC India Limited by NEFT/RTGS or e-payment to NLC s bank account as per following detail. Bank Details : State Bank of India, Branch: Neyveli Main Account Details : NLC s Account No.10895129204 IFSC Code No. : SBIN0000958 While making payment through NEFT / RTGS, the Bidders are requested to furnish EOI Number and Bidder s name in the Remarks Column EOI participation fee will be deemed to have been submitted by the bidder if and only if the same is received (credited) in the above bank account within the stipulated time. Cash payments will not be accepted 14.0 OPENING OF EOI BIDs The EOI documents received online from the bidders as above will be opened on 19.09.2016 at 15.00 Hours (IST). For any clarification, please contact General Manager/Contracts, NLC India Ltd., Corporate Office, Block 1, Neyveli 607 801, Cuddalore District, Tamil Nadu, INDIA. (Ph: 91-4142 252215, Fax: 91-4142 252026 / 252645 / 252646). e.mail: gmconts@rediffmail.com, gmconts@yahoo.com GENERAL MANAGER (CONTRACTS) 6