बड सं या/Bid Number : GEM/2025/B/6405980
दनांक /Dated: 07-07-2025
बड द तावेज़ / Bid Document
बड ववरण/Bid Details
बड बंद होने क तार ख/समय /Bid End Date/Time 18-07-2025 11:00:00
बड खुलने क तार ख/समय /Bid Opening
18-07-2025 11:30:00
Date/Time
बड पेशकश वैधता (बंद होने क तार ख से) /Bid Offer
120 (Days)
Validity (From End Date)
मं ालय/रा य का नाम /Ministry/State Name Pmo
वभाग का नाम /Department Name Department Of Atomic Energy
संगठन का नाम /Organisation Name Nuclear Power Corporation Of India Limited
कायालय का नाम /Office Name Kaiga Karnataka
कुल मा ा/Total Quantity 15
व तु ण
े ी /Item Category Solar Street Lighting System (NTPC) (Q3)
एमएसएमई के िलए अनुभव के वष और टनओवर से छूट दान
क गई है /MSE Exemption for Years of No
Experience and Turnover
टाटअप के िलए अनुभव के वष और टनओवर से छूट दान
क गई है /Startup Exemption for Years of No
Experience and Turnover
Certificate (Requested in ATC)
*In case any bidder is seeking exemption from Experience /
व े ता से मांगे गए द तावेज़/Document required
Turnover Criteria, the supporting documents to prove his
from seller eligibility for exemption must be uploaded for evaluation by
the buyer
या आप िन वदाकार ारा अपलोड कए गए द तावेज़ को
िन वदा म भाग लेने वाले सभी िन वदाकार को दखाना
चाहते ह? संदभ मेनू है/Do you want to show No
documents uploaded by bidders to all
bidders participated in bid?
बड लगाने क समय-सीमा बढ़ाने के िलए आव यक यूनतम
सहभागी व े ताओं क सं या। / Minimum number of 1
bids required to disable automatic bid
extension
दन क सं या, जनके िलए बड लगाने क समय-सीमा
बढ़ाई जाएगी। / Number of days for which Bid 7
would be auto-extended
1/8
बड ववरण/Bid Details
बड से रवस नीलामी स य कया/Bid to RA enabled No
बड का कार /Type of Bid Two Packet Bid
तकनीक मू यांकन के दौरान तकनीक प ीकरण हे तु
अनुमत समय /Time allowed for Technical 7 Days
Clarifications during technical evaluation
िनर ण आव यक (सूचीब िनर ण ािधकरण /जेम के साथ
पूव पंजीकृ त एजिसय ारा)/Inspection Required (By
No
Empanelled Inspection Authority / Agencies
pre-registered with GeM)
मू यांकन प ित/Evaluation Method Total value wise evaluation
म य थता खंड/Arbitration Clause No
सुलह खंड/Mediation Clause No
ईएमड ववरण/EMD Detail
एडवाईजर बक/Advisory Bank State Bank of India
ईएमड रािश/EMD Amount 14285
ईपीबीजी ववरण /ePBG Detail
आव यकता/Required No
(a). जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है । एमएसई
केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के दायरे से
बाहर रखा गया है ।/EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document
for the relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and
Service Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy.
(b).ईएमड और संपादन जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए। / EMD & Performance securityshould be
in favour of Beneficiary, wherever it is applicable.
लाभाथ /Beneficiary :
Site Director
Kaiga Karnataka, Department of Atomic Energy, NUCLEAR POWER CORPORATION OF INDIA LIMITED, PMO
(Site Director)
वभाजन/Splitting
बोली वभाजन लागू नह ं कया गया/ Bid splitting not applied.
Reserved for Make In India products
2/8
Reserved for Make In India products Yes
एमएसई खर द वर यता/MSE Purchase Preference
एमएसई खर द वर यता/MSE Purchase Preference Yes
1. Bid reserved for Make In India products: : Procurement under this bid is reserved for purchase from Class 1
local supplier as defined in public procurement (Preference to Make in India), Order 2017 as amended from time
to time and its subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products.
However, eligible micro and small enterprises will be allowed to participate. The minimum local content to
qualify as a class 1 local supplier is denoted in the bid document. All bidders must upload a certificate from the
OEM regarding the percentage of the local content and the details of locations at which the local value addition is
made along with their bid, failing which the bid is liable to be rejected. In case the bid value is more than Rs 10
Crore, the declaration relating to percentage of local content shall be certified by the statutory auditor or cost
auditor, if the OEM is a company and by a practicing cost accountant or a chartered accountant for OEMs other
than companies as per the Public Procurement (preference to Make-in -India) order 2017 dated 04.06.2020 . In
case Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
2. Purchase preference will be given to MSEs having valid Udyam Registration and whose credentials are
validated online through Udyam Registration portal as defined in Public Procurement Policy for Micro and Small
Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued by Ministry of Micro, Small and Medium Enterprises and
its subsequent Orders/Notifications issued by concerned Ministry. If the bidder wants to avail themselves of the
Purchase preference, the bidder must be the manufacturer / OEM of the offered product on GeM. Traders are
excluded from the purview of Public Procurement Policy for Micro and Small Enterprises and hence resellers
offering products manufactured by some other OEM are not eligible for any purchase preference. In respect of bid
for Services, the bidder must be the Service provider of the offered Service. Relevant documentary evidence in
this regard shall be uploaded along with the bid in respect of the offered product or service and Buyer will decide
eligibility for purchase preference based on documentary evidence submitted, while evaluating the bid. If L-1 is
not an MSE and MSE Seller (s) has / have quoted price within L-1+ 15% (Selected by Buyer) of margin of
purchase preference /price band defined in relevant policy, such MSE Seller shall be given opportunity to match
L-1 price and contract will be awarded for 25% (selected by Buyer) percentage of total quantity. The buyers are
advised to refer the OM No. F.1/4/2021-PPD dated 18.05.2023 OM_No.1_4_2021_PPD_dated_18.05.2023 for
compliance of Concurrent application of Public Procurement Policy for Micro and Small Enterprises Order, 2012
and Public Procurement (Preference to Make in India) Order, 2017. Benefits of MSE will be allowed only if seller is
validated on-line in GeM profile as well as validated and approved by Buyer after evaluation of documents
submitted.
3. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
ए सेल म अपलोड कए जाने क आव यकता /Excel Upload Required :
Location map Note: - 1751521641.xlsx
Solar Street Lighting System (NTPC) ( 15 pieces )
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)
तकनीक विश याँ /Technical Specifications
* जेम केटे गर विश के अनुसार / As per GeM Category Specification
3/8
विश का नाम /Specification बड के िलए आव यक अनुमत मू य /Bid Requirement
ववरण/Specification
Name (Allowed Values)
PV MODULE Power output of PV Module ? 75 Wp at 16.4 ±0.2 Volt at STC
BATTERY Battery capacity ? 12.8 V (nominal), 30 Ah at STC (1 day autonomy)
LIGHT SOURCE Type of LED (Light source) 30 Watt White LED type
Ingress protection IP65 or better
ELECTRONIC Indicators on the system Provided with 2 LED indicators: a green light to
COMPONENTS indicate charging in progress and a red LED to
indicate deep discharge condition of the battery. The
green LED glow only when the battery is actually
being charged.
MECHANICAL Nominal bore size of tube / 65 mm / 4.5mm
COMPONENTS Thickness of tube
Height of pole (in m) 6
Battery box Battery included in the luminaire enclosure, with
water proof (IP65 or better) and corrosion resistant
Additional Specification Parameters - Solar Street Lighting System (NTPC) ( 15 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name
All civil work for installation of solar street light poles shall be in the scope of
Civil work
seller.
Scope includes installation, commissioning and testing (ICT) of solar street
Installation, commissioning and
light at 3 different villages as per the enclosed location map. (Location map
testing (ICT)
attached in excell format)
NPCIL logo (metal plate of 300 x 200 m m size ) shall be provided suitably
Logo on all street light poles.(NPCIL logo /details will be given to the successful
bidder.)
Additional Specification Parameters shall supplement the detailed technical
specification. Where ever there is a conflict between the two, the
Note 1
requirement in Additional Technical specification Parameters shall prevail
over Technical Specification.
Bidder shall give point wise compliance to additional specification
parameters along with offer. Offers without compliance to additional
specification parameters may be straight away rejected.
Note 2 Power output of PV Module shall be greater than or equal to 75 Wp at 16.4
±0.2 Volt at STC
Battery capacity shall be greater than or equal to 12.8 V (nominal), 30 Ah at
STC (1 day autonomy) .
* Bidders offering must also comply with the additional specification parameters mentioned above.
परे षती/ रपो टग अिधकार तथा मा ा/Consignees/Reporting Officer and Quantity
4/8
परे षती/ रपो टग
.सं. /S.N डलीवर के दन/Delivery
अिधकार /Consignee पता/Address मा ा /Quantity
o. Days
Reporting/Officer
581400,Plant Site, Kaiga
1 Santosh Kulkarni 15 60
Generating Station, PO: Kaiga
े ता ारा जोड़ गई बड क वशेष शत /Buyer Added Bid Specific Terms and Conditions
1. Generic
OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity up to 25% of the contracted quantity during the currency of the contract at
the contracted rates. The delivery period of quantity shall commence from the last date of original
delivery order and in cases where option clause is exercised during the extended delivery period the
additional time shall commence from the last date of extended delivery period. The additional delivery
time shall be (Increased quantity ÷ Original quantity) × Original delivery period (in days), subject to
minimum of 30 days. If the original delivery period is less than 30 days, the additional time equals the
original delivery period. The Purchaser may extend this calculated delivery duration up to the original
delivery period while exercising the option clause. Bidders must comply with these terms.
2. Scope of Supply
Scope of supply (Bid price to include all cost components) : Supply Installation Testing and
Commissioning of Goods
3. Certificates
Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.
4. Buyer Added Bid Specific ATC
Buyer Added text based ATC clauses
Note:
4.1. Bidder Compliance required for our enclosed GST Declaration Form.
4.2. Bidder Compliance required for our specifications of the bid item/s.
4.3 “ The documents not submitted along with the bid and clarifications sought during the evaluation stag
e, but now being submitted during Representation shall not be considered for evaluation”.
4.4.The Seller shall submit Original Invoice clearly marked for ‘Bill to - Paying authority’ and ‘Shipped to -
Consignee’, Annexure-F (copy enclosed in Buyer uploaded ATC document), Seller’s Bank details, E-invoice
if applicable to Seller based on his turnover, Test certificate (if applicable) etc to the Paying Authority dire
ctly, immediately after despatching material to the Consignee. As payment is to be released in a time bou
nd manner, non-receipt of these document in time may lead to rejection of supplies.”
4.5.Purchase preference will be given to MSEs as defined in Public Procurement Policy for Micro and Small
Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued by Ministry of Micro, Small and Medium Enterpris
es and its subsequent Orders/Notifications issued by concerned Ministry. Traders are excluded from the p
urview of Public Procurement Policy for Micro and Small Enterprises. Relevant documentary evidence in th
is regard shall be uploaded along with the bid. If L-1 is not an MSE and MSE Seller (s) has / have quoted pr
ice within L-1 + 15% of margin of purchase preference / price band defined in relevant policy, such Seller s
hall be given opportunity to match L-1 price and contract will be awarded for 25% percentage of total QUA
NTITY. Benefits of Public Procurement Policy shall be given to all eligible MSEs as stated under Point no.3
of FAQ dt. 25/03/2022, irrespective of product categories and the category they are registered under viz.
5/8
Manufacturing or Service.
4.6 NPCIL's Banning of Business dealings as per Annexure- I
5 "BID SECURITY" also known as Earnest Money Deposit (EMD)
5..1. EMD can be submitted in the form of Bank Guarantee as per GeM GTC.
Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A
/ C: "Accounts Officer NPCIL Kaiga". The bank should certify on it that the deposit can be withdraw
n only on the demand or with the sanction of the pledgee. For release of EMD, the FDR will be rele
ased in the favour of the bidder by the Buyer after making endorsement on the back of the FDR du
ly signed and stamped along with covering letter. Bidder has to upload scanned copy/ proof of the
FDR along with bid and has to ensure delivery of hardcopy to the Buyer within 5 days of Bid End d
ate/ Bid Opening date.
5..2.Bidders can also submit the EMD with Account Payee Demand Draft in favour of
Accounts Officer NPCIL Kaiga
payable at
NPCC Kaiga Branch.
5..3. Bidder has to upload scanned copy / proof of the DD along with bid and has to ensure deliver
y of hardcopy to the Buyer within 5 days of Bid End date / Bid Opening date.
5..4. Bidders can also submit the EMD with Banker's Cheque in favour of
Accounts Officer NPCIL Kaiga
payable at
NPCC Kaiga Branch.
Bidder has to upload scanned copy / proof of the BG along with bid and has to ensure deliver
y of hardcopy to the Buyer within 5 days of Bid End date / Bid Opening date.
5..5.Bidders can submit EMD preferably through SBI Collect Facility. Steps to follow to
avail this facility is detailed below:
1. Go to authenticate website of SBI online.
2. Go to SBI collect tab & click.
3. Go to PSU-Public Sector Undertaking tab & click
4. Type "Nuclear Power Corporation of India" in search bar.Select "Karnataka" as State in filter optio
n in State tab.
5. Select payment category for "EMD/ Performance Security"
6. Fill up the requisite details & follow the procedure of bank payment.
Note:- Bidders may contact SBI Customer Service Helplines, if any, required to complete th e transa
ction.
5. Buyer Added Bid Specific ATC
6/8
Buyer uploaded ATC document Click here to view the file .
अ वीकरण/Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. If any clause(s) is / are incorporated by the Buyer regarding following, the bid and
resultant contracts shall be treated as null and void and such bids may be cancelled by GeM at any stage of
bidding process without any notice:-
1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process. (However, in bids for
attached categories, trials are allowed as per approved procurement policy of the buyer nodal Ministries)
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.
15. Buyer added ATC Clauses which are in contravention of clauses defined by buyer in system generated bid
template as indicated above in the Bid Details section, EMD Detail, ePBG Detail and MII and MSE Purchase
Preference sections of the bid, unless otherwise allowed by GeM GTC.
16. In a category based bid, adding additional items, through buyer added additional scope of work/ additional
terms and conditions/or any other document. If buyer needs more items along with the main item, the
same must be added through bunching category based items or by bunching custom catalogs or
bunching a BoQ with the main category based item, the same must not be done through ATC or Scope of
Work.
Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.
All GeM Sellers / Service Providers are mandated to ensure compliance with all the applicable laws /
acts / rules including but not limited to all Labour Laws such as The Minimum Wages Act, 1948, The
Payment of Wages Act, 1936, The Payment of Bonus Act, 1965, The Equal Remuneration Act, 1976,
The Payment of Gratuity Act, 1972 etc. Any non-compliance will be treated as breach of contract
and Buyer may take suitable actions as per GeM Contract.
यह बड सामा य शत के अंतगत भी शािसत है /This Bid is also governed by the General Terms and Conditions
7/8
जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द पर ितबंध के संबंध म
भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा जब वह बड दे ने वाला
स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी गलत घोषणा कए जाने
व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई का आधार होगा।/In terms
of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares a
land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to undertake
compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action in
accordance with the laws.
--- ध यवाद/Thank You---
8/8