Page 1 of 4

NTPC Limited

(A Govt of India Enterprise)

Talcher Super Thermal Power Station

Notice Inviting Tender

NIT No: 9900137035

I. SEALED SEPARATE TENDERS ARE HEREBY INVITED ON BEHALF OF NTPC LIMITED FOR THE FOLLOWING WORK FOR NTPC LIMITED, TALCHER KANIHA.

A. Brief Details

 

 

 

Bid Invitation Number

9900137035

Name of the Job

Ash Pond Auction of NTPC/TSTPS Kaniha for

 

Collection and Sale of Cenosphere for one year.

Reserve Price in INR

115.00 Lakh

Document sale Commencement Date

02.01.2017

Document sale Close Date

19.01.2017

Source NIT

Talcher Super Thermal Power station

Contract Classification

Services

Last Date and Time for Bid Submission

02.02.2017, 15.30 Hrs

Bid Opening Date & Time (Technical)

02.02.2017, 16.00 Hrs

Price Bid Opening Date & Time

Shall be communicated to the qualified bidders

 

separately

Cost of bid document in INR

2250.00

EMD in INR

2,30,000.00

II.Earnest money deposit (EMD):

A.Bid Security/EMD and LOU shall be submitted in a sealed envelope, which should be superscribed Ash

Pond Auction of NTPC/TSTPS Kaniha for Collection and Sale of Cenosphere for one year”. NIT ref no. 9900137035 due on date 02.02.2017 from ____________ (Name and Address of bidder).” ,

separately offline by the stipulated bid opening date and time at the address given below. Any bid without an acceptable Bid Security (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

B.The EMD offered shall, at bidders option, be in the form of (i) A Crossed Demand Draft/Pay

Order/Bankers Cheque in favour of NTPC Limited payable at SBI, Telesingha (code-6257) or UCO Bank Kaniha (code-0909) or UCO Bank Deepsikha (code-1889). or (ii) an unconditional and irrevocable Bank Guarantee (BG) from any of the banks specified in the bidding documents. The format of Bank Guarantee towards bid security shall be in accordance with the ‘Proforma for BG’ included in the bidding documents. While getting the Bank Guarantee issued, Bidders are requested to ensure compliance to the points mentioned in Bank Guarantee Verification Check List in the bidding documents. Bidders are required to fill up this check list and enclose the same along with the bank guarantee. EMD for an amount less than or equal to Rs.50,000.00 shall not be accepted in the form of bank guarantee. EMD shall not be accepted in any other form.

C.The bid security shall remain valid for a period of forty five (45) days beyond the original bid validity period or beyond any extension in the period of bid validity subsequently requested

D.ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY WITHIN THE SCHEDULED TIME SHALL BE REJECTED BY THE EMPLOYER AS BEING NON- RESPONSIVE AND BID SHALL NOT BE OPENED.

Page 2 of 4

III.BRIEF SCOPE OF WORK :

Ash Pond Auction of NTPC/TSTPS Kaniha for Collection and Sale of Cenosphere for one year.

This tender is for selling the rights for collection and sale of cenosphere from any of the ash pond in service, for a period of 01 (one) year. NTPC- Kaniha is presently having two dykes namely (a) Stage-I dyke, (b) Stage-II dyke situated at about 5-8 km from the power station. Each dyke has two Lagoons and one over flow lagoon. Number of ash pond in service depends on the number of units in operation at a particular time. Any ash pond can be in service depending on the availability and requirement of station. Cenosphere collection from ash pond, drying of cenosphere, storing of cenosphere, Testing of cenosphere, transportation of Cenosphere and sale of cenosphere or any work related to cenosphere will be in the scope of purchaser of rights. Once the rights are sold, NTPC-Talcher will not have the responsibility for any activity related to Cenosphere collection processing & sale.

IV. QUALIFYING REQUIREMENTS

1.0TECHNICAL CRITERIA

(i)The bidder should be a company or a firm.

(ii)The Bidder should have at least one year experience in Harvesting of Cenosphere from Ash Pond of a coal based thermal power plant of capacity 200 MW or above prior to the date of bid opening.

(iii)The Bidder who are in the business of Cenosphere and do not meet the requirement at (ii) above, can also participate provided the bidder Collaborate(s)/Associate(s) with the party who meet the requirement under (ii) above, which the Bidder itself is not able to meet.

(iv)Bidder seeking qualification through clause No. (iii) shall furnish undertaking jointly executed by it and its Collaborate /Associate for the successful performance of the contract as per owner’s format enclosed in the bidding document. The deed(s) of joint undertaking(s) shall be submitted along with the Techno-Commercial Bid, failing which the bidder shall be disqualified and its Techno-Commercial Bid Shall be rejected. Further in case of award, Bidder’s Collaborate(s)/Associate(s) shall be required to furnish an on-demand Bank Guarantee as per the format enclosed with the Bidding document for a value equal to 1% (one percent) of the total contract price in addition to the Contract Performance Security to be furnished by the bidder.

2.0FINANCIAL CRITERIA

The average annual turnover of the Bidder in the preceding three (03) financial years as on the date of techno- commercial bid opening shall not be less than Rs.115 lakh (Rupees One Hundred Fifteen lakhs only) per Annum.

Note:

1.Other income shall not be considered for arriving at annual turnover.

2.In cases where audited results of the last financial year as on the date of techno commercial bid opening are not available, the financial results certified by a practising chartered accountant shall be considered acceptable. In case, Bidder is not able to submit the certificate from practising chartered accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters

V.GENERAL TERMS AND CONDITIONS:

1.DOCUMENTS TO BE SUBMITTED WITH TECHNICAL BID:

Legible copies of the following documents duly signed by the authorized representative of the

Page 3 of 4

bidder are to be submitted in support of the qualifying requirement along with technical bid.

A)(i) Award letter / Work Order with bill of quantities (ii) proof of value of work executed as mentioned at (B) below

B)Documentary evidence issued by the employer as proof of value of work executed clearly indicating (i) the executed value of the work and (ii) period (giving start date and end date) during which the work has been executed, in the form of job completion certificate / final deviation order / copies of measurement book (R/A bills). An employer means Government

/Large Industrial Organizations / Public Sector Enterprises.

C)Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of association etc with latest changes, if any.

D)The deed(s) of joint undertaking(s) as per QR Technical Criteria Point 1.0 (iv) (Format attached with NIT)

E)Copy of Power of Attorney of Authorized Signatory (if applicable)

F)The bidder should have independent P.F. code number allotted by Regional Provident Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with technical bid.

G)Copy of Sales Tax registration, Service Tax registration, STCC/TIN & PAN.

H)Declaration of Fraud Presentation policy & Banning Policy (Format attached with NIT) NTPC if so desire may verify the performance of the bidder from their respective clients.

2. Two part bidding system shall be followed for the subject package. There shall be three envelopes.

Envelope-1 must contain Earnest Money Deposit (EMD) and be superscribed “EMD/ Original bid security for the work of “Ash Pond Auction of NTPC/TSTPS Kaniha for Collection and Sale of

Cenosphere for one year.”, NIT ref no.9900137035 due on date: 02.02.2017 from

___________________________________________ (Name and Address of bidder).

(A)Envelope-2 must contain (i) supporting documents for fulfilling qualifying requirements, as mentioned at IV above, (ii) technical bid in our original technical bid documents issued. The second envelope must be superscribed Ash Pond Auction of NTPC/TSTPS Kaniha for Collection and Sale of Cenosphere for one year ", NIT ref no. 9900137035 due on date: 02.02.2017 from ______________________________________ (Name and Address of bidder).

(B)Envelope-3 must contain price bid duly filled in our original price bid documents issued. The third envelope must be superscribed Ash Pond Auction of NTPC/TSTPS Kaniha for Collection and Sale of Cenosphere for one year, NIT ref no. 9900137035 due on date: 02.02.2017 from

_______________________________ (Name and Address of bidder).

(C)(i) All 03 (Three) envelopes must be sealed individually, (ii) these three envelopes must be enclosed & sealed in one envelope, (iii) the envelope containing these three envelopes must be

superscribed Ash Pond Auction of NTPC/TSTPS Kaniha for Collection and Sale of Cenosphere for one year, NIT ref no. 9900137035 due on date: 02.02.2017 from

_____________________________________ (Name and Address of bidder).

3.Bids shall be received up to 3.30 pm on the scheduled date of opening of technical bid and shall be opened at 4.00 pm in the Contract Services department /TSTPS, in presence of bidders or their authorised representative who wish to be present.

4.If the last date of receiving application and date of bid opening coincides with a holiday, the date will be shifted to the next working day.

5.First EMD envelope shall be opened. Technical Bids (2nd envelope) of bidders who have submitted EMD in acceptable form to NTPC shall be opened next. If the bidder qualifies as per the QR and terms and conditions of NIT, their price bid shall be opened on the scheduled date as notified in NIT or on the date to be intimated after evaluation of technical bids.

Page 4 of 4

6.No deviation will be allowed on price basis, period of completion, deduction of security deposit and other statutory deductions. Bids with such deviation shall be considered as non-responsive.

7.NTPC takes no responsibility for any loss/delay/non-receipt of tenders sent by post. Offers received late/incomplete are liable for rejection. Sealed bids must be sent at the ‘address for communication’ only.

8.Notwithstanding anything stated above, the Employer reserves the right to undertake a physical assessment of the capacity and capabilities including financial capacity and capability of the Bidder/ his Collaborator(s)/ Associates(s)/ Subsidiary(ies)/ Group Company (ies) to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.

The physical assessment shall include but not be limited to the assessment of the office/ facilities/ banker’s/ reference works by the Employer. A negative determination of such assessment of capacity and capabilities may result in the rejection of the Bid.

The above right to undertake the physical assessment shall be applicable for the qualifying requirements stipulated in the various sections of the tender documents.

9.NTPC reserve the right to reject or accept any tender without assigning any reasons thereof.

10.Above details are only indicative. Other detailed terms and conditions shall be as per our tender documents. Interested bidders are advised to visit the site and familiarize themselves with the site conditions.

ADDRESS FOR COMMUNICATION:

 

SR.MANGER(CS)

OR AGM(CS)I/C

NTPC LIMITED

NTPC LIMITED

TALCHER SUPER THERMAL POWER

TALCHER SUPER THERMAL POWER

STATION,

STATION,

P.O. : DEEPSHIKHA - 759 147,

P.O. : DEEPSHIKHA - 759 147,

DISTRICT : ANGUL,(ORISSA)

DISTRICT : ANGUL,(ORISSA)

DIAL : 06760-247246

DIAL : 06760-247244

FAX : 06760-243232/243912

FAX : 06760-243232/243912

Email: jasobantapradhan@ntpc.co.in

Email: sssahu@ntpc.co.in

WEBSITE : ntpctender.com OR ntpc.co.in

WEBSITE : ntpctender.com OR ntpc.co.in