NTPC Limited

(A Government of India Enterprise)

Barh Super Thermal Power

NOTICE INVITING TENDER (NIT)

FOR

Construction of balance village diversion road around labour colony outside plant boundary at Barh

STPP.(BR/CS/13189)

(Domestic Competitive Bidding)

NIT No: 40019286 Date:19.02.2014

Bidding Document No: BR/CS/13189

1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0 Brief Details

 

Bid Invitation No.

40019286

NIT Date

19.02.2014

Document Sale Commencement Date & Time

19.02.2014 19:06:26

Document Sale Close Date & Time

20.03.2014 17:30:00

Source IFB/ NIT

Barh Super Thermal Power

Contract Classification

Works Contract

Last Date and Time for Bid Submission

10.04.2014 14:30:00

Technical Opening Date & Time

10.04.2014 15:00:00

Bid Opening Date & Time

25.04.2014 15:00:00

Cost of Bidding Document in INR

2,250.00

EMD in INR

281000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

 

 

3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline 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 non-responsive by the employer and shall not be opened.

4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at Not Given. or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0 Brief Scope of Work & other specific detail Scope of work

1. Scope of works includes Construction of Balance village diversion road around labour colony outside Plant Boundary Wall at Barh STPP. The contract includes earthwork in filling , excavation & compacting for preparation of road embankment, laying & compacting different grades of aggregate for preparation of subbase course & base course & premix carpeting on top of surface , PCC,RCC work for the structure like culvert etc in alignment of road(as per enclosed drawing/BOQ & specification).

2. Supply of all materials, manpower, tools and machinery are in the scope of agency.As the work will be executed outside the plant boundary there will be no free issue material for this work.

3. The agency is to be mobilized all the above items as per requirement so that the job is completed within the schedule time.

4. The Work is to be carried out as per latest CPWD specification/IS code code/BOQ/G.C.C/E.I.C/ Drawings.

The schedule shall coveri) Engineer in-charge : AGM (civil)

ii) Completion period : 12 months

iii) Defect liability period : 12 months

Special Terms and conditions

1. Time is the essence of contract. Contract period of the work shall be 12 (twelve) months. The job shall be started as per the GCC for civil work and as per instruction of EIC.

2. Defect liability period of the job shall be 12 (Twelve) months.

3. Payment shall be made as per GCC of Civil Works & agency should submit PAN issued by Income Tax authority otherwise no payment shall be made to them.

4. Payment shall be released on monthly running bill basis and after compliances of all statutory requirements, after deduction of

SD,IT & other statutory deduction etc on certification of EIC.

5. Rate shall remain firm during the tenure of contract period.

6. Agency should submit the detail Programme/Quality Plan of the work to EIC immediately after receipt of work order for approval of EIC. The job shall start as per GCC for Civil Works and as per instruction of EIC.

7. Water supply & Power will be in the scope of the agency.

8. The contractor shall arrange and ensure all safety measures for accident free working.

9. Suitable insurance coverage under workman#s compensation policy shall have to be submitted by the agency before the start of work.

10. The contractor shall keep sufficient material and T&P in their stock to cope with actual requirement of the work.

11. For executing the work sufficient manpower has to be deployed by agency for completion the work within stipulated time period as per the direction of EIC.

12. No idle charges shall be paid for any problem what so ever met during execution.

13. No extra payment will be made for transportation of material from anywhere.

14. The contractor or his authorized representative shall attend weekly (or as decided) meetings for assessment of the performance.

15. In case of exigencies, the party working in one area may be required to carry out the work in other area also.

16. Contractor shall submit their work plan on daily basis during morning Hrs. before the start of the work to the EIC and its progress

report the next working day.

17. The contractor should also maintain records of Wages payment, Insurance, Labour License (if required) etc. and other documents

with him and the same must be shown to the EIC or his representative on demand.

18. Agency has to submit monthly wages, attendance sheet & PF Documents to Execution Deptt. As well as HR Dept. during

submission of Bill. No bill will be released without these valid documents.

19. Security Deposit will be deducted and refunded as per GCC of Civil works.

20. If the contractor fails to do the job satisfactorily or unable to complete the job NTPC reserves the right to get the job done by other

agencies at the risk and cost of the original contractor.

21. In case of any delay in the execution of the order beyond stipulated completion date liquidated damage shall be applicable as per

GCC for civil works of NTPC.

22. The contractor shall have to submit an agreement on Non-Judicial stamp paper of appropriate value to contract Services

Department within 30 days from the date of issue of work order.

23. For other points, General conditions of Contract for civil works shall be applicable to the extent possible. In case of any

discrepancy the conditions stipulated specifically with respect in this work order shall supersede the conditions stipulated in GCC for

civil works.

Quality Check : Work to be executed based on latest IS and CPWD specification and approval FQP. Quality checks to be carried out

as per instruction of EIC and all charges towards quality checking to be borne by the agency.

Note:

# Monthly R.A. bill will be prepared only after the submission of the bill by the agency.

# R. A. bill will be released only after submission of statuary compliances.

# Final RA bill will be released after completion of final work and as per GCC.

# Sufficient manpower to be deployed by the agency for carrying out the work.

6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding

documents.

7.0 Qualifying Requirements for Bidders:

1.1 Bidder should either be a company registered under the companies Act, 1956 or a partnership/proprietorship firm.

1.2 Bidder should have successfully executed road works with premix carpet surfacing using hot mix plant with pavers finish during

preceding seven (7) years reckoned as on the date of bid opening meeting any one of the of the following criteria:

(i) One such work of value not less than Rs 112.06 lacs.

(ii) Two such works of value not less than Rs 70.04 lacs each.

(iii) Three such works of value not less than Rs56.03 lacs each.

Note : The word #executed# means the bidder should have achieved the criteria specified in the above Q.R. within the preceeding

seven years period even if the contract is not completed/closed.

1.3 Average annual turnover of the bidder in the preceding Three (3) financial years as on the date of bid opening, shall not less than

Rs 140.08 lacs.

1.4 For satisfactory completion/performance of works the bidder must posses on their own/must tie up with other

company(s)/agency(s) (through valid hire/lease agreement) having at least following technical personnel, plants & equipment and shall

satisfactorily establish the same through documentary evidence.

1.4.1 Mini hot mix plant/hot mix plant /pavers finisher, at least one(01) No. road roller of capacity 8 to 10 Tons, at least two(02) Nos

trippers, at least one(01) No. water tanker for proper completion of road works.

1.4.2 One (01) No. experienced supervisory staff and two (02) Nos experienced assistants for executing the work, supervising, taking

measurements and preparation of bill etc.at site.

1.5 Bidder should have a valid Provident Fund Code Number (PF) & PAN No.

1.6 Bidder should have Service Tax Registration Number.

Notes:

01 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.

02. Other Income shall not be considered for arriving at annual turnover.

03. Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the bidder to

perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.

The Employer also reserves the right to reject any or all bids or cancel/withdraw the invitation for Bids without assigning any reason

whatsoever and in such case no bidder/ intending bidder shall have any claim arising out of such action.

8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0 NTPC 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.

10.0 Address for Communication

AGM(C&M)

NTPC-Barh

P.O.Barh

Distt:PATNA(Bihar)

PIN-803215

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in