NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
Collection and Sale of Cenosphere from ash pond of NTPC Limited, Vindhyachal Super Thermal Power Station.
(Domestic Competitive Bidding)
NIT No: 40069337 |
Date:27.01.2017 |
Bidding Document No: |
|
1.0NTPC invites
2.0Brief Details
NIT No. |
40069337 |
NIT Date |
27.01.2017 |
Document Sale Commencement Date & Time |
01.02.2017 00:00:00 |
Document Sale Close Date & Time |
27.03.2017 11:59:00 |
Source of IFB/NIT |
Vindhyachal Super Thermal Power |
Contract Classification |
Services |
Last Date and Time for Bid submission |
19.04.2017 10:30:00 |
Technical Opening Date & Time |
19.04.2017 11:00:00 |
Bid Opening Date & Time |
26.04.2017 11:00:00 |
Cost of Bidding Documents in INR |
945.00 |
EMD in INR |
130000.00 |
|
|
Last Query Date (if any) |
05.04.2017 |
3.0Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline/online by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as
4.0A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
5.0Brief Scope of Work & other specific detail
Scope of Work for Collection and Sale of Cenosphere from ash pond of NTPC Limited, Vindhyachal Super Thermal Power Station
1. Introduction:
1.1Vindhyachal Super Thermal Power Station (VSTPS) is a thermal power plant of NTPC Ltd, having its registered office at Scope Complex, New Delhi. VSTPP is situated at Vindhyanagar in Singrauli district of Madhya Pradesh State. The plant is situated at a distance of about 230 Kms from Varanasi and the nearest railway station is Shaktinagar situated at about 08 Kms from the thermal power plant. VSTPP is having total installed capacity of 4760 MW. It has 06 units of 210 MW and 07 units of 500 MW.
Ash is generated as a byproduct of burning of coal in the boiler furnace which is disposed off in dry form and in wet form also. In dry form it is conveyed to ash silos from where it is issued to various ash users such as cement industries, ash brick manufacturers etc. Remaining ash is transported in slurry form to the captive ash dykes of VSTPS.
2. Source of Cenosphere:
2.1When ash is transported to ash pond, it is in slurry form and slurry gets deposited in ash pond where ash gets settled slowly under the water cover. Cenosphere is a floating material at the surface of water. This Cenosphere can be collected and sold in the market by the bidder under this contract.
3. Scope of this contract:
3.1 NTPC- VSTPS is having the five ash Lagoons situated about 8 to 10 km from the power station..
Of the existing 05 lagoons 01 lagoon is expected to be under raising / buttressing while other 02 lagoons are expected to be partially in raising and partially in charging during the contract period. Collection of cenosphere can be done from the ash dykes in which ash slurry charging is being done.
3.2Number of ash ponds in service depends on the operation of thermal power plant.
3.3Any ash pond can be in service depending of the availability and requirement of station.
3.4This bid is for selling the rights for collection, processing, handling and use / sale of Cenosphere from any of the ash pond in service.
3.5Cenosphere 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,
3.6The period of contract shall be for one year from the date of start of work.
3.7Quantity of Cenosphere depends on ash transported to ash ponds which in turn depends on power generation and ash utilization.
3.8NTPC Vindhyachal does not assure the bidder for any quantity / quality of cenosphere from the ash pond. Bidder has to satisfy themselves before bid submission for the quantity / quality of cenosphere for which the NTPC Vindhyachal will provide necessary assistance.
3.9As per the existing plan, quantity of Cenosphere expected is about 358 MT approx. This quantity is tentative and NTPC Vindhyachal is not assuring and is not responsible for making this quantity available. NTPC Vindhyachal is no way responsible for any variance in quantity.
3.10Ash pond is a very sensitive area having safety and environmental implications, hence all the conditions and precautions mentioned hereunder are important and bidder has to comply all the instructions given in the document or will be given from time to time during the period of contract.
3.11Cenosphere harvesting can be carried out manually or by adopting mechanized techniques, however such techniques shall be discussed and demonstrated in the presence of EIC. Deployment of machineries should not obstruct the operation & disposal process of ash into ash dyke and should not create any risk for safety of ash dyke. After the demonstration/ trial process bidder shall take approval for implementation of such process on regular basis for harvesting of cenosphere.
3.12Monthly reports of actual Cenosphere collected from individual ash ponds day wise to be furnished by the bidder to
4. Working hours:
4.1To avoid accidents/any other untoward incidents, collection of cenosphere from the ash ponds shall be allowed only in day light (from 07:00 a.m. to 06:00 p.m.).
5. Reserve Price (RP):
5.1Reserve Price (RP) for the bid is 65.00 Lacs (Rupees Sixty Five Lacs only).
5.2This reserve price is exclusive of any taxes / duties / etc.
6. Criteria for evaluation:
6.1The bidder quoting the highest price equal to or above the Reserve price shall be awarded the contract. This reserve price is exclusive of any taxes / duties / etc.
6.2The successful bidder shall have the exclusive rights for collection and sale of Cenosphere from station.
7 Qualifying Requirement:
7.1The bidder should be a company or firm.
7.2The 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.
7.3The Bidder who are in the business of Cenosphere and do not meet the requirement at (7.2) above, can also participate provided the bidder Collaborate(s)/Associate(s) with the party who meet the requirement under (7.2) above, which the Bidder itself is not able to meet.
7.4Bidder seeking qualification through clause No. (7.3) shall furnish undertaking jointly executed by it and its Collaborator/Associate for the successful performance of the contract as per owners format enclosed in the Bidding documents. The deed(s) of joint undertaking(s) shall be submitted along with the
7.5The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of Techno - Commercial bid opening shall not be less than 65 lacs (Sixty Five Lacs only) per annum.
8 Security Deposit and CPG:
8.1Each bidder has to submit an EMD of Rs. 1,30,000 (Rupees One Lakh Thirty Thousand Only) along with their bid. EMD can be submitted either in the form of DD drawn in favour of NTPC Ltd. payable at NTPC Vindhyachal of any bank as per the list available in the tender documents or in the form of BG of any bank as per list available in tender documents in owners format valid till 06 months from the opening date of
8.2Successful bidder has to deposit Contract Performance Guarantee (CPG) equivalent to 10% of the annual awarded value of the contract in the form of DD / Bank Guarantee of any bank as per the list available in the tender document in the owner#s format valid till 03 months after the completion of contract period.
8.3Additionally successful bidder who meets the qualifying requirements as per clause 7.4 above shall be required to furnish an on
demand security deposit in the form of DD / BG equal to 1% of awarded contract value of any bank as per the list available in the tender documents in the owner's format valid till 03 months after the completion of contract period.
9 Payment Details:
9.1The bidder on whom award is placed shall submit 20% of the annual award value within one month of placement of award.
9.2The balance payment of annual award value shall be deposited within 4,7,10, months of award for 20%, 30% and 30% respectively.
9.3The successful bidder has to pay any taxes / duties extra on the applicable rates.
9.4Bidder (bidder to whom the contract is awarded) has to deposit the CPG and BG (if applicable) as per bid clause after the contract is awarded before start of work.
9.5Before starting the work bidder has to take permission for starting the work from EMG / AUD Department.
9.6Permission to start the work will be given for first quarter (03 months) after deposit of CPG, BG (if applicable) and 20% advance payment along with applicable taxes / duties within one month of placement of award.
9.7Permission for second, third and fourth quarter will be given after an advance payment for that quarter along with taxes / duties before start of the respective quarter as stated in clause 9.2 above.
9.8The permission granted will be valid till the end of quarter only and Bidder has to make the payment before start of the next quarter and if the Bidder fails to deposit the payment before the start of next quarter, permission is no more considered to be valid and appropriate action can be taken by NTPC - Vindhyachal.
9.9If bidder fails to deposit the payment for any quarter even after a period of one month from the start of quarter, then NTPC can terminate the contract.
9.10Bidder will be responsible for any other applicable taxes/levies/duties/cess etc. related to the work during the tenure of the contract and NTPC shall not be responsible in what so ever manner for above.
9.11Bidder has to submit an affidavit with the declaration that all statutory obligation including taxes, duties, cess etc. are complied
with.
10 For quotation below the Reserve price:
10.1Quotations received below the reserved price shall be rejected. If all quotations are received below the reserve price the tender will be declared unsuccessful.
10.2Quoted price is
11 Other relevant Inputs:
11.1One party / bidder can participate in one or more stations of NTPC Ltd.
11.2Each station of NTPC Ltd. shall be evaluated separately.
11.3The successful bidder shall not construct any permanent or temporary structure in the ash pond unless permitted by EIC.
11.4Bidder shall indemnify NTPC from any liability arising due to any mistake / accident / injury / death / actions / suits / proceedings / losses / costs / damages / claim and demands of any nature whatsoever associated or involved with the contract / contractor during the contract period. Before start of work, the successful bidder shall submit indemnity bond as per prescribed proforma by NTPC.
11.5The bidder shall not assign or sublet the contract or any part thereof, without prior permission of NTPC Vindhyachal in writing.
11.6No dispute regarding quality or quantity etc. shall be entertained once the contract is placed with successful bidder.
11.7The critical structures of ash dyke are
11.8Bidder shall not indulge in any activity which may jeopardize the security of ash pond or hinder in the operational and maintenance requirement of the plant.
11.9If there is any damage to ash dyke or NTPC property or third party due to activity undertaken by bidder for collection of Cenosphere, bidder shall indemnify NTPC for any liability arising for correction as well as consequences to NTPC / third party.
11.10Requirement of plant shall reign supreme w.r.t charging f stopping of any pond.
11.11Bidder to satisfy themselves about the potential of Cenosphere quantity before bidding for which the VSTPS will provide necessary assistance.
11.12No material other than Cenosphere shall be collected by the successful bidder.
11.13The period of contract shall be for 01 (one) year from the date of start of work. Date of start of work shall be reckoned by EIC.
11.14The bidder shall be responsible for meeting all applicable statutory requirements under various Acts viz. relating to risk and liability of its workforce, applicable taxes & duties, necessary licenses, clearances etc.
11.15Bidder to furnish in the bid, details of latest technology to be adopted by them to skim off the Cenosphere from ash pond(s).
11.16Scope of work shall include collecting / harvesting / transportation / disposal of Cenosphere from ash pond(s).
11.17Collecting bidder / successful bidder shall not be allowed to raise dyke water level for making cenosphere floating.
11.18Manpower engaged for collection process shall have valid gate pass issued by the EIC. For that bidder shall submit list of labour along with photographs to EIC. No unauthorized persons shall be allowed to harvest cenosphere from ash dyke.
11.19Successful bidder has to ensure safe storage and security of harvested cenosphere at its own cost, NTPC Vindhyachal shall not be responsible for the same.
11.20Harvesting of cenosphere shall not be allowed in the night time in any case.
11.21No heavy vehicles movement of the agency should be allowed inside of ash dyke / on embankment portion. The bags have to be carried by light vehicle with the permission of EIC.
11.22Toe drain of the ash dyke is important part of the ash dyke from safety point and its function should not be disturbed by any
means.
11.23The successful bidder shall follow all instructions of EIC and his authorized representative during execution of work.
11.24The successful bidder shall pay at least minimum wages to all the workers and staffs engaged by him as per the latest rates of State Govt./ Central Government. Bidder must also ensure payment of provident fund to all its labours.
11.25All labour related laws such as workmen compensation act, PF rules and other shall be followed by the successful bidder.
11.26Successful bidder must take all risk comprehensive insurance policy for all the workers engaged in the subject work at its own
cost.
11.27Successful bidder must provide personnel protective equipment like helmet, dust mask, safety belt etc. at its own cost and ensure its use by all its workers at all the time. Bidder shall also follow all the safety rules of NTPC Vindhyachal and must follow the
instructions given by EIC and his authorized representative in this regard.
11.28Any dispute arising between the successful bidder and the persons engaged by it in subject work in any manner whatsoever shall be resolved by the bidder itself at its own cost, NTPC Ltd. shall not be a party in it.
11.29Successful bidder shall follow the norms for environment protection and shall take adequate measures for abatement of environmental pollution at its own cost.
11.30All tools & plants and T&Ps required for executing the subject work shall be arranged by successful bidder at its own cost.
11.31The NTPC Ltd., Vindhyachal also reserves the right to terminate the contract in the event of breach of contract by the bidder giving one month notice in writing of their intentions to do and in such an event the harvester shall not be entitled to any compensation from NTPC Ltd. Vindhyachal.
11.32In case of any dispute or differences between the parties the matter shall be decided by Arbitration. HOP NTPC Vindhyachal shall have the exclusive right to appoint Arbitrator. The decision of the arbitrator shall be final, conclusive and binding on both the parties. The arbitration shall be carried out under the provisions of the arbitration act or any amendment thereof.
11.33Only Waidhan (Dist: Singrauli) Court shall have the exclusive jurisdiction in all the matters concerning the subject work.
11.34The ponds shall be auctioned on as is where is basis without any assurance of quantity or quality of cenosphere is available in the ponds.
11.35Bidder shall not be allowed to handle decantation structure of ash dyke.
11.36All other terms and condition are as per GCC for civil works and Bid documents.
12 Force Majeure:
a."Force Majeure" shall mean any event beyond the reasonable control of the parties, as the case may be, and which is unavoidable notwithstanding the reasonable care of the party affected. Force Majeure shall include but not be limited to the following events and circumstances:
i.Flood, cyclone, lightning, storm, tidal wave, hurricane, tornado, earthquake, landslide, epidemic or other acts of God.
ii.War (whether declared or not), riot, civil war, blockage, insurrection.
iii.Illegal strike or illegal lockout; and
iv.Acts of Governmental Instrumentality having jurisdiction occurring after the date of this agreement, including the issuance or promulgation of any court order, law, statute, ordinance, rule, regulation or directive, the effect of which would prevent, delay or make unlawful a Party's performance herein; provided that executive acts of a Governmental Instrumentality in the capacity of a shareholder or seller of either party shall not for the purpose of this agreement be considered as a Force Majeure event.
b.If either party is prevented, hindered or delayed from or in in performing any of its obligations under the sale order by an event of Force Majeure, then it shall notify the other in writing of the occurrence of such event and the circumstances thereof within fourteen (14) days after the occurrence of such event.
c.The party who has given such notice shall be excused from the performance or punctual performance of its obligations under the contract for so long as the relevant event of Force Majeure continues and to the extent that such party's performance is prevented, hindered or delayed. The time for completion shall be extended after mutual discussion.
d.The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the effect thereof upon its or their performance of the sale order and to fulfill its or their obligations under the sale order, but without prejudice to NTPC's right to terminate the contract under Special Terms & Conditions Clause 11.31.
e.Delay or
f.If the performance of the job is substantially prevented, hindered or delayed for a continuous period of more than thirty (30) days or an aggregate period of more than ninety (90) days on account of one or more event of Force Majeure during the occurrence of the contract, the parties will attempt to develop a mutually satisfactory solution.
g.In the event of prohibition imposed by Govt. of India / Competent Authorities making impossible to perform the contract, may be termed as Force Majeure and neither party shall be liable for compensations or damage due to non performance.
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.
7.0Qualifying Requirements for Bidders: Qualifying Requirement
a.The bidder should be a company or firm.
b.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.
c.The Bidder who are in the business of Cenosphere and do not meet the requirement at (b) above, can also participate provided the bidder Collaborate(s)/Associate(s) with the party who meet the requirement under (b) above, which the Bidder itself is not able to meet.
d.Bidder seeking qualification through clause No. (c) shall furnish undertaking jointly executed by it and its Collaborator/Associate for the successful performance of the contract as per owners format enclosed in the Bidding documents. The deed(s) of joint undertaking(s) shall be submitted along with the
e.The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of Techno - Commercial bid opening shall not be less than 65 lacs (Sixty Five Lacs only) per annum.
8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
9.0NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.
10.0Address for Communication
Address for submission of physical documents as per clause 16 of Instruction To Bidder (ITB) at the following address :
Pramod Kumar Gupta, Manger(CS),
MOB NO.9425823244 ;Email:pramodkumargupta@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in
11. Bidder can view/download the complete set of Bid documents as per the following procedure:
11(a) Vendors already having SRM Vendor code and Password : Refer Clause No. 12 below.
11(b) Vendors already having SAP vendor code but does not have SRM Login ID and Password . The agency has to furnish duly filled, signed and stamped
It shall be submitted up to 02 Days before bid document sale period last date at the address given below at clause 18. After obtaining SRM login ID and password , the agency shall follow as per login password status 11(a) above.
11(C) New Vendor neither having any vendor code in SAP nor any SRM Login ID and Password The agency has to furnish the followings:
i. duly filled, signed and stamped Duly filled
ii.Partnership deed/affidavit for proprietorship/certificate of incorporation.
iii.PAN Card scanned/Photo Copy (self attested)
iv.Address proof with postal Pin code
v.Copy of PF Documents
vi.Service Tax Registration
vii.EFT FORM with cancelled cheque
All these documents shall be submitted up to 10 Days before bid document sale period last date at the address given below at clause 18.
After obtaining SRM login ID and password , the agency shall follow as per login password status 11(a) above.
Note: Digital certificate
12. Mode of payment for purchase of tender documents:
a)
i)By clicking on
ii)In the Internet browser directly type the URL https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
After logging to our
In case of any difficulty, please contact help desk no.
b)
Request for tender documents received after the offline last date as mentioned at clause 12(b) shall not be entertained.
13 BID SECURITY/GUARANTEE/EARNEST MONEY
(a)W.r.t. Clause 14.0 of ITB and clause 3 of NIT the EMD can also be submitted through online system bidders may refer online EMD manual present at SRM login page .
If EMD is submitted online then EMD submission confirmation copy must be submitted vide mail or in hard copy before Bid submission date & time .
(b)If the EMD offered in the form of a crossed Demand Draft/ Pay Order / Bankers Cheque as per clause 14.0 of ITB , the same shall be payable at payable at Vindhyanagr/ Singrauli/ Waidhan of Madhya Pradesh.
14.PERIOD OF CONTRACT AND SCHEDULED DATE AND TIME FOR COMMENCEMENT / COMPLETION OF WORK. Period of contract is 12 (Twelve) months and Tentative date of commencement of the work shall be 01.04.2017.
15.Preparation and Submission of BID :
The Bid shall be prepared by bidders as per 'PART
The prepared bid as above shall be submitted as per ''PART D- SUBMISSION OF Bid'' of ITB and as follows.
(a)Envelope
(b)
(c)Price bid shall be submitted online only , as per clause 17(B) of ITB.
16. IMPORTANT NOTES:
(a)Bid document issue time (offline) from 10.00 am to 5.00 pm (Excluding Sunday/Closed Holiday) & dates are as per clause 2 & 11 above .
(b)Date of price bid opening shall be communicated at a later date , only to the bidders who are found qualified in techno commercial Bid.
(c)Type of Bidding : Single stage two envelopes bidding.
(d)Submission of "NO DEVIATION CERTIFICATE" : To be submitted by bidder as per format enclosed with tender documents in C folder in SECTION VII - Forms and Procedures (SECTION
(e)ACCEPTANC of ATTRIBUTE ON LINE:
Letter of undertaking tab is also available in SRM attribute tab and format of the same is available in special condition of contract (SCC) . Bidders are required to accept all the attributes i.e. for LOU, Banning Policy, Nil Deviation Certificate , Safety Rules Compliance & Fraud Prevention Policy etc. in online system as per clause 11.3.1 of ITB.
18. Address for Communication:
Package Coordinators of NTPC Vindhyachal : Sh Pramod Kumar Gupta, Manager(Contracts Services)
Mobile No.: 9425823244,
email id : pramodkumargupta@ntpc.co.in
ADDL. GENERAL MANAGER(C&M)
__________________________________________________________________
REQUEST FOR LOGIN ID ON NTPC
If you are not a supplier/Contractor of NTPC, and interested in participating in
For New Vender (Prospective)
Name :_________________________________________________________
Address :_________________________________________________________
_________________________________________________________
_________________________________________________________
State :________________________ City : _____________________
Country :________________________ Pin : _____________________
Telephone No.:____________________ Extn.: _____________________
Fax No. :______________________________
Email ID :_________________________________________________________
Your Company#s Bank Name:__________________________________________
Account No.: _____________________________________________________
Branch : _____________________________________________________
Address : _____________________________________________________
_____________________________________________________
PAN Number: _____________________________________________________
CST Number: _____________________________________________________
Excise Regn.Number:________________________________________________
SSI No. : _____________________________________________________
Contact Person#s Name:_____________________________________________
Designation:_______________________________________________________
Bid Invitation Number interested in :__________________________
DDdetails as tender fee: Issuing Bank :__________________________
No.: _____________________Date of Issue :__________________________
Amount: _________________ DD Valid till :__________________________
Note: Please download print and fill this form. Submit it to the Package Incharge/Contact Person as mentioned in the Bid invitation along with the DD of required amount.
DD should be in favor of #NTPC Limited# payable at the ordering location mentioned the Bid invitation.
REQUEST FOR LOGIN ID ON NTPC
If you are already a supplier/Contractor of NTPC, and interested in participating in
|
|
For Existing Venders |
Pre ERP |
Post ERP
Existing Vender Code with NTPC : _________________________________ Telephone No. :_______________________Extn.:
______________________
Email ID :______________________________________________________________
Contact Person#s Name:_____________________________________________
Designation:_______________________________________________________
Bid Invitation Number interested in:______________________________
DDdetails as tender fee: Issuing Bank:____________________________
No.: _______________________Date of Issue: ________________________
Amount: ____________________DD Valid till :_______________________
Address and other details (Only in case of change):
Name :_________________________________________________________
Address :_________________________________________________________
_________________________________________________________
_________________________________________________________
State :________________________ City : _____________________
Country :________________________ Pin : _____________________
Telephone No. :____________________ Extn.: _____________________
Fax No. :______________________________
Email ID :_________________________________________________________
Your Company#s Bank Name :_________________________________________
Account No. :_____________________________________________________
Branch :_____________________________________________________
Address :_____________________________________________________
_____________________________________________________
Note: Please tick the approximate box in front of vendor code to indicate whether the vendor code given is
Request for login may be sent through