NFC issue Tender for OGSEP Construction-Civil and allied works for construction of RCC Over Ground Solar Evaporation Pond (OGSEP) at NFC, Hyderabad – EQ
Summary:
—-
**1. Project Overview**
– **Project Name:** Construction of RCC Over Ground Solar Evaporation Ponds (OGSEP) and allied works at NFC, Hyderabad.
– **Tender Notice No.:** C/1422/2026
– **Estimated Cost:** Rs. 17.93 Crores (Including 18% GST, EPF, ESI, Bonus).
– **Completion Period:** 24 (Twenty-Four) calendar months from the 15th day of the work commencement order.
– **Tender Document Cost:** NIL
– **Tender Processing Fee:** NIL
– **Earnest Money Deposit (EMD):** Rs. 27,93,000/-
– Accepted via Insurance Surety Bond, DD, Banker’s Cheque, FDR (in favor of “Pay and Accounts Officer, NFC”, payable at Hyderabad), or online payment through Bharatkosh (NTRP).
– 50% of EMD (up to Rs. 20 Lakhs) can be in the form of a Bank Guarantee.
– **SSI/MSME/PSU are NOT exempted** from EMD submission.
– **Key Authority:** Chief Engineer and DCE (CED, PD and EP), Civil Engineering Division, Nuclear Fuel Complex, Hyderabad.
– **Jurisdiction:** Courts in Hyderabad/High Court at Telangana only (implied).
**2. Bidder’s Eligibility Criteria (BEC) – Strictly Enforced**
This is a high-value contract with rigorous qualification requirements. Bidders must meet all the following:
– **Experience Criteria (Similar Work):** Must have satisfactorily completed in the last 7 years (ending 28.02.2026):
– One similar work costing not less than Rs. 14.34 Cr.
– **OR** Two similar works each costing not less than Rs. 10.76 Cr.
– **OR** Three similar works each costing not less than Rs. 7.17 Cr.
– **”Similar work” definition:** “Civil construction work involving RCC for buildings/Sheds/Infrastructure works **except** road works, drain works & Canal/Canal lining works.”
– Past work values will be enhanced to current costs at a simple rate of 7% per annum.
– Consortium/Joint Venture bids are **not allowed**. However, experience from JVs where the bidding entity was a member will be considered.
– Sublet work experience is only considered for Government works and requires certification.
– **Financial Criteria:**
– **Annual Turnover:** Average annual turnover from construction works must be at least **100% of the estimate (Rs. 17.93 Cr.)** over the last 3 financial years (up to 2024-25).
– **Profit/Loss:** Must not have incurred losses in more than two years during the last 5 financial years.
– **Solvency:** Must have a solvency certificate of at least **Rs. 7.17 Cr.** from a Scheduled Bank, issued within the last year.
– **Bidding Capacity:** Must be equal to or more than the estimated cost (Rs. 17.93 Cr.), calculated via a specific formula: `[A x N x 2] – B`, where ‘A’ is max turnover, ‘N’ is project duration (2 years), and ‘B’ is the value of ongoing commitments.
– **Other Mandatory Requirements:**
– Valid registration for GST, PAN, LIN, ESI, and EPF.
– Must deploy specific key personnel (Project Manager, Site Engineer, Safety Engineer, etc.) as detailed in Appendix-V, with penalties for non-deployment.
– Must possess or have access to specified Plant, Equipment, and Machinery (Appendix-VI).
– **Specialized Sub-contracting:** The PEG (Polyethylene Glass) lining work must be executed by a specialized agency with relevant experience, approved by the Engineer-in-Charge. Failure to do so incurs a 2.5% penalty on the tendered cost.
**3. Bidding Process and Key Requirements**
– **Platform:** e-tendering on the Central Public Procurement Portal (CPP Portal).
– **Bid Structure:** Two-Envelope System.
– **Envelope-I (Techno-commercial Bid):** Contains scanned copies of EMD, financial statements, experience certificates, personnel/plant lists, registration documents, and filled forms (A to H). The original EMD and hard copies of all documents must be physically submitted to the NFC office by the specified deadline.
– **Envelope-II (Financial Bid):** Contains the quoted rates in the provided BOQ (Schedule of Quantities) Excel format. Rates must be quoted for all items.
– **Zero Deviation Basis:** Bids must be in total compliance with the tender document. Any deviations, stipulations, or assumptions will lead to **summary rejection**.
– **Document Acknowledgment:** Bidders are deemed to have full knowledge of site conditions and all contract documents, whether inspected or not. A site visit is advised and requires prior intimation and proof of eligibility.
– **Make in India & Border Country Restrictions:**
– Bidders from countries sharing a land border with India are eligible **only if registered** with the Competent Authority. A specific certificate must be submitted.
– This tender is subject to the Public Procurement (Preference to Make in India) Order. Only “Class-I Local Supplier” (local content ≥ 50%) and “Class-II Local Supplier” (local content ≥ 20%) are eligible. A self-declaration certificate of local content is mandatory.
**4. Special Provisions and Conditions**
– **Right to Reject:** The competent authority reserves the right to reject any or all tenders without assigning a reason and is not bound to accept the lowest tender.
– **Deficiency and Disqualification:** Bids will be rejected if the EMD is not in order, eligibility criteria are not met, all documents are not submitted, or there is a discrepancy between uploaded and physical documents.
– **Price Evaluation & Award:**
– Financial bids of only techno-commercially qualified bidders are opened.
– The work is awarded to the L1 (lowest) bidder.
– In case of a tie in the lowest amount, tied bidders may be asked for a sealed revised offer, with rates not higher than their original. Refusal to submit a revised offer leads to forfeiture of 50% of the EMD and disqualification from the re-tender.
– **Performance Guarantee (PG):** The successful bidder must submit a PG of **5% of the tendered value** within 7 days of the award of work. Late submission incurs a fee of 0.1% per day. EMD is returned only after valid PG is received.
– **Security Deposit (SD):** During execution, 2.5% of the bill value will be deducted as Security Deposit.
– **Integrity and Compliance:**
– Canvassing is strictly prohibited.
– Bidders must disclose any near relatives working in NFC/DAE. A breach can lead to termination.
– Experience certificates for works claimed must not be on a back-to-back basis from another contractor; violation leads to permanent debarment.
**5. Business Implications for Contractors**
– **Major Opportunity, High Barrier to Entry:** This is a significant infrastructure project (Rs. 17.93 Cr.) for a prestigious client (Department of Atomic Energy). However, the financial and experience thresholds (Rs. 14 Cr+ single work experience, Rs. 17.93 Cr. turnover, Rs. 7.17 Cr. solvency) are extremely high, effectively limiting participation to large, established construction firms with a proven track record in RCC infrastructure.
– **Zero Tolerance for Non-Compliance:** The process is strictly procedural with a “Zero Deviation” policy. Failure to submit any single document, either online or physically, or any discrepancy, will result in automatic and summary rejection without appeal. The requirement to submit both digital and physical copies of all credentials creates a dual-layer compliance burden.
– **Significant Financial Commitment:** An EMD of nearly Rs. 28 Lakhs is required, with no exemptions for MSME/SSI. This is a substantial upfront financial commitment that filters out smaller players.
– **Make in India is Mandatory:** Foreign participation is heavily restricted. Indian bidders must strictly comply with local content requirements, providing audited certificates, making this a non-negotiable compliance item.
– **Long-Term Commitment and Penalty Risk:** The 24-month project duration, strict timelines, requirement for dedicated key personnel, and specific penalties (e.g., 2.5% for failing to deploy a specialized agency for PEG lining) indicate a high level of performance monitoring and risk of financial penalties for non-compliance.
—-
For more information please see below link:


