-1-
NTPC Limited
(A Govt. of India Enterprise)
VINDHYACHAL SUPER THERMAL POWER STATION
P.O. VINDHYANAGAR-486885, DISTT: SINGRAULI (MP)
CONTRACTS & MATERIALS- PURCHASE DEPARTMENT
(DOMESTIC COMPETITIVE E-BIDDING)
CORRIGENDUM OF NIT
REF: NIT No:060/MM/P/300018098/corrigendum no.1 DATE: 31/12/2015
NTPC Limited - Vindhyachal invites applications from the eligible bidders for supply of material as per descriptions furnished below:
a) Single stage two part on line bidding through our SRM module of E-Procurement system i.e; part-I should be consisting of technical bid along with Earnest Money Deposit .Bid Part-II consists of price/commercial bid.
b) Price bids will be opened of those bidders only who will be qualified in bid part-I.
DETAILS OF NIT/SRM BI. NO.-40037093:
SL. NO |
NIT No. Corrigendum |
Brief Description of item |
Tender Document Fee(Rs.) |
EMD (Rs.) |
Sale of bid documents |
Bid opening date & time |
Completion Period |
01 |
300018098/ 40037093/M16/1018/15-16 |
SUPPLY OF CAST BASALT LINED PIPE FOR ST-4 |
3400.00 |
2112000.00 |
11.01.2016 upto 21.01.2016 |
08.02.2016 17:05 Hrs |
08 Months |
Note : tender shall be processed through SRM Module i.e; e-procurement system ,without reverse auction terms .Tenderer must send the enclosed format of e-procurement duly filled in all the information sought in the format.
SL.NO. |
MATERIAL CODE |
MATERIAL DESCRIPTION |
QUANTITY |
DELIVERY PERIOD |
10 |
M1622875845 |
400NB CAST BASALT LINED PIPE WITH FLANGES |
10400.00 MTR. |
03 MONTHS |
QUALIFYING REQUIREMENTS
FOR PROCUREMENT OF CAST BASALT LINED PIPES FOR ST-IV
SL.NO |
Item |
Reference
|
01 |
Names of the packages along with cost estimate
|
1. Procurement of cast basalt pipes for ST-IV |
02.
|
Completion Period
|
08 months
|
03. |
Whether DCB/ICB |
DCB(Domestic competitive bidding) |
04
|
Proposed QR : The bidders are required to fulfill the following: 4.1(a) The bidder should have manufacturer / authorized representative whose prinicipal is a manufacturer/supplier of cast basalt lined pipes/bends of internal diameter not less than 300 mm having min. cast basalt lining thickness of 20 mm(with permissible tolerance of +/- 2 mm).
4.1(b) The bidder must be in the business of supply of cast basalt lined pipes of internal diameter not less than 300mm having minimum cast basalt thickness of 20 mm(with permissible tolerance of +/- 2 mm) during the last seven (7) years as on date of bid opening .
4.1(c) The bidder should have testing facilities available /should be able to arrange testing facilities at NABL accredited/ Government approved laboratories for carrying out complete analysis of the cast basalt lined MS pipes as specified in the technical specifications/quality plans of the owner 4.1(d) The bidder must be in the business of manufacturing/supply of cast basalt lined pipes/bends of internal diameter not less than 300mm having minimum cast basalt thickness of 20 mm(with permissible tolerance of +/- 2 mm) during the last seven (7) years as on date of bid opening with following executed values:
or
or
4.2 Financial Criteria 4.2.1- The average annual turnover of the bidder, in the preceding three(3) financial years as on the date of bid opening shall not be less than Rs. 1583 Lakhs (Rupees Fifteen crores eighty three Lakhs only). 4.2.2-In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also be considered acceptable.
NOTE: Other income shall not be considered for arriving at annual turnover Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the bidder / his collaborators / associates / subsidiaries / group companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer. |
General Requirements:
5.1 On line Tender Enquiry (e-bid) shall be issued to intending bidders on request. Issuance of bid documents shall not be construe that the bidders are considered qualified. Pre-qualifications as per the terms of NIT will be reviewed at the time of bid evaluation.
5.2 The soft copies of the following documents are to be submitted along with the offer:-
(a) Purchase Order/ Award Letter copy with awarded value and executed quantity, scope of work and bill of quantity with rates. The proof of executed quantity shall be furnished by the bidders in form of MDCC/ Inspection Reports/Tax invoices/ Challans/GRs/Certificate of Purchaser.
(b) The proof of turnover to be furnished by the bidders should be duly certified by the Chartered Accountant for subject years or alternatively Audited Balance sheet may be furnished.
(c)Bidder shall submit valid license for IS-3589 for PIPE & IS-1363 for hardware (washer, bolts ,nuts).
5.3 Small Scale Industries (SSI) registered with the National Small Industries Corporation
(NSIC)/MPSSIDC and MSME shall be exempted from payment of Tender Fee and Earnest Money Deposit. Small Scale Industries registered with NSIC/MPSSIDC and MSME shall be exempted from payment of Security Deposit up to the limit for which the unit is registered with MSME / NSIC / MP-SSIDC.
Tenderers seeking exemption should enclose an attested photocopy of valid registration certificate giving details such as validity, stores, monetary limit etc. failing which they run the risk of their bids being passed over as ineligible for this concession.
5.4 The application for issue of tender enquiry (non-transferable) can be submitted to the office of undersigned on any working day during the office hours by 21.01.2016, enclosing tender fee of Rs. 3400/- (non-refundable) in the form of D.D. drawn in favour of NTPC Ltd., payable at S.B.I. Vindhyanagar (Branch Code 7937) or Union Bank of India, Vindhyanagar (Branch Code No.543675) along with application.
5.5 Tender documents non-transferable through SRM shall be issued to vendors who will request for the same with required tender fee/ eligible exemption certificates. However, mere issuance of tender document shall not be construed as final qualification of the bidder.
5.6 Soft copies of entire credentials in support of qualifying requirements must be submitted through on-line as well as in hard copy also along with offer on receipt of e-tender.
5.7 NTPC will not be responsible for non-receipt / late receipt or loss of tender documents / offers in any way or in postal transit.
5.8 The bids shall be opened on the due date and time mentioned on pre-page of the tender documents/e – bid invitation.
5.9 The detailed specifications of the items are mentioned in the tender documents/ e-bid invitation.
5.10 Notwithstanding anything stated above NTPC reserves the right to assess the capability and capacity of the bidder to perform the contract, should the circumstances warrant such assessment in overall interest of NTPC at any Stage, whatsoever it may be.
6.0 Tenderer should submit their application along with enclosed Annexure - format of e- procurement duly filled in with all the information sought in format.
Address for Communication:
Addl. General Manager (C&M)
NTPC Limited,
VINDHYACHAL SUPER THERMAL POWER STATION
P.O. VINDHYANAGAR-486 885, DISTT: SINGRAULI (MP)
Email id- spacharya@ntpc.co.in
Phone no. -07805-247677
Fax. No. -07805-247728
Dy.General Manager(C&M)
NTPC Limited,
VINDHYACHAL SUPER THERMAL POWER STATION
P.O. VINDHYANAGAR-486 885, DISTT: SINGRAULI (MP)
Email id- sukkhuram@ntpc.co.in
Fax. No. -07805-247728
Other contacts:
1)Devika Yadav
Mgr.(Pur)
Email id. devikayadav@ntpc.co.in
Phone no. 9425823347