GOVERNMENT OF NAGALAND
NAGALAND EDUCATION PROJECT- THE LIGHTHOUSE [NAGALAND ENHANCING CLASSROOM TEACHING AND RESOURCES (NECTAR)]
REQUEST FOR BIDS (RFB)
E-Procurement Notice
(Two-Envelope Bidding Process with e-Procurement)
NATIONAL OPEN COMPETITIVE PROCUREMENT
Name of Project: Nagaland Education Project- The Lighthouse [Nagaland Enhancing Classroom Teaching And Resources (NECTAR)]
Contract Title: Infrastructural development of Lighthouse School Complex - Government Higher Secondary School (GHSS) Kigwema under Kohima District
Loan No./Credit No./ Grant No.: 9185-IN
RFB Reference No.: IN-DSE-440931-CW-RFB
Date: 10th August 2024
1. The Government of India has received financing from the World Bank toward the cost of the Nagaland Education Project-The Lighthouse {Nagaland Enhancing Classroom Teaching and Resources (NECTAR) Project and intends to apply part of the proceeds toward eligible payments under the contract for construction of works as detailed below.
Infrastructural development of Lighthouse School Complex - Government Higher Secondary School (GHSS) Kigwema under Kohima District
2. Bidding will be conducted through national open competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers, July 2016, Fourth Edition November 2020” (“Procurement Regulations”), and is open to all Bidders as defined in the Procurement Regulations.
3. Bidders from India should, however, be registered with the Government of Nagaland or other State Governments/ Government of India, or State/ Central Government Undertakings. Bidders from India, who are not registered as above, on the date of bidding, can also participate provided they get themselves registered by the time of contract signing, if they become successful bidders[1].
4. The Office of Project Director, Nagaland Education Project, Department of School Education now invites online Bids from eligible Bidders for the construction of works detailed below in the table. The bidders may submit bids for any or all of the works indicated therein. Interested bidders may obtain further information and inspect the bidding document at the address given below during office hours or download the bidding document from e-procurement system nagalandtenders.gov.in Bidders are advised to note the clauses on eligibility (Section I Clause 4) and minimum qualification criteria (Section III – Evaluation and Qualification Criteria), to qualify for the award of the contract. In addition, please refer to paragraphs 3.14 and 3.15 of the “Procurement Regulations” setting forth the World Bank’s policy on conflict of interest. Further the bid evaluation will follow Rated Criteria as per World Bank’s Procurement Regulations Para 3 (Annex X) with 80% weightage to the Financial parameters and balance 20% to the Technical and other parameters related to Environmental and Social aspects.
5. The bidding document is available online on e-procurement system from 10th August 2024 to 10th September 2024 for a non-refundable fee as indicated in the table below, in the form of Demand Draft (DD) on any Scheduled/Nationalized bank payable at in favour of Nagaland Education Project Lighthouse (Payment documents are to be submitted as per the procedure described in paragraph 9 below, if so specified therein). Bidders will be required to register on the website. The bidders would be responsible for ensuring that any addenda available on the website is also downloaded and incorporated.
6. For submission of the bid, the bidder is required to have Class III Digital Signature Certificate (DSC) in the name of the person duly authorized to sign on behalf of the Bidder from one of the Certifying Authorities authorised by Government of India for issuing DSC (e.g. Verasys/ Sify/ nCode/ eMudhra[2] etc.), with their profile. It is mandatory for the bidder to register their firm with e-procurement system and obtain user ID and password for participating in e-procurement in this Project.
7. Bids comprise two Parts, namely the Technical Part and the Financial Part, and both parts must be submitted simultaneously online on the e-procurement system on or before 14:00 hours on 10th September 2024 and the ‘Technical Part’ of the bids will be publicly opened online on the same day at 14:30 hours, in the presence of the bidders designated representatives who wish to attend. The “Financial Part” shall remain unopened in the e-procurement system until the second public Bid opening for the financial part. Any bid or modifications to bid (including discount) received outside e-procurement system will not be considered. If the office happens to be closed on the date of opening of the bids as specified, the bids will be opened on the next working day at the same time and venue. The electronic procurement system would not allow any late submission of bids.
8. All Bids must be accompanied by a Bid Security of the amount specified for the work in the table below, drawn in favour of Nagaland Education Project Lighthouse. Bid security will have to be in any one of the forms as specified in the bidding document and shall have to be valid for 45 days beyond the validity of the bid. Original bid security document is to be submitted as per the procedure described in Para 9, if so specified therein.
9. The bidders are required to submit (a) original payment documents towards the cost of bid document; and registration on e-procurement website (if applicable); (b) original bid security or Bid-Securing Declaration in approved form; (c) original affidavit regarding correctness of information furnished with bid document; and (d) original copy of the technical bid as scanned and uploaded in the e-procurement website to the address given below
Project Director,
Nagaland Education Project – The Lighthouse (NECTAR)
Department of School Education, Govt. of Nagaland,
Upper Bayavu Hill, Kohima-797001
Nagaland, India
E-mail: contact@nagalandeduproject.com
Tel: +91370-2260044 / +91-98636 05643
before the bid submission deadline, either by registered post/speed post/courier or by hand, failing which the bids will be declared non-responsive and will not be opened.
10. A pre-bid meeting will be held on 20th August 2024 14:00 hours at the office of Project Director, Nagaland Education Project – The Lighthouse (NECTAR), Department of School Education, Govt. of Nagaland, Upper Bayavu Hill, Kohima-797001 to clarify the issues and to answer questions on any matter that may be raised at that stage as stated in ITB Clause 7.4 of ‘Instructions to Bidders’ of the bidding document. The weblink for the virtual pre-proposal conference will be shared at least 24 hours before the pre-proposal conference date on the website https://nagalandeduproject.com/documents/ (nagalandeduproject.com). Bidders are advised to download the bidding document prior to the pre-bid meeting in order for bidders to have a good understanding of the scope of work under this contract for discussion and clarification at the pre-bid meeting.
11. Other details can be seen in the bidding document. The Employer shall not be held liable for any delays due to system failure beyond its control. Even though the system will attempt to notify the bidders of any bid updates, the Employer shall not be liable for any information not received by the bidder. It is the bidders’ responsibility to verify the website for the latest information related to this bid.
12. The address for communication is as under:
Project Director,
Nagaland Education Project – The Lighthouse (NECTAR)
Department of School Education, Govt. of Nagaland,
Upper Bayavu Hill, Kohima-797001
Nagaland, India
E-mail: contact@nagalandeduproject.com
Tel: +91370-2260044 / +91-98636 05643