NTPC  Limited

 

 

 

 

 

ANTA   GAS   POWER STATION

 

TENDER DOCUMENTS

FOR ROOF TREATMENT OF

A,B,C & D TYPE QUARTERS

 AT NTPC ANTA.

 

 

Anta Gas Power Station

P.O. Anta - 325209

Distt. Baran (Rajasthan) India.

 

NTPC Limited

( A Govt. of India Enterprises )

ANTA GAS POWER STATION

NOTICE INVITING TENDERS

( Domestic Competitive Bidding )

NIT No. Anta/C&M/49/2014-15                                                                                              DATE: 08.03.2014

NTPC invites sealed Bids/Tenders/Proposals from eligible bidders/parties for following works.

Package No

Description of Item work

EMD (Rs.) Lac

Cost of BID Docs. (Rs.)

Sale of BID Docs.

Last date/ time of Receipt of Tenders

BOD of Tech Part

 

From

To

 

AG/CS/49/4204

ROOF TREATMENT OF A,B,C & D TYPE QUARTERS  AT NTPC ANTA.

1.51

900

10/03/14

05/04/14

19.04.14

17.30 hrs

24.04.14

15.30 hrs

 

 

Note: Price bid opening shall be communicated separately only to qualified bidders.

QUALIFYING REQUIREMENTS:

A.)The Bidder should have executed the following works within the preceding seven (7) 

     years reckoned as on date of bid opening:

     i.) At least one contract of roof treatment  work with APP or similar type roof treatment.

NOTE:

(I)  If the qualifying work is completed in the seven (7) year period specified above,                  even if it has been started earlier, the same will also be considered as meeting the qualifying requirements.

(II)The word "executed" means; bidder should have executed the roof treatment work  specified in above QR even if the total contract is not completed/closed.

B.)The bidder should have successfully completed Building work/Roof treatment work/building work with roof treatment work during last 7 years ending last day of month previous to the one in which applications are invited, either of the following:

       i)   One contract value not less than Rs. 60.03 lakhs.

OR

       ii)  Two contracts of value not less than Rs 37.52 lakhs

OR

      iii)Three contracts of value not less than Rs.30.015 lakhs.                                

C.) The annual average turnover during the preceding 3 financial years as on the 

       date of bid opening shall not be less than Rs. 90.04 lakhs .  

 D.)    All the documentary support shall be given for above requirements.

E.)   The bidder must submit all the supporting documents like details of work orders involving above mentioned work,  proof of  completion, audited balance sheet of last three years, VAT registration, PAN, Service tax Registration etc. to establish their credential in line with the qualifying requirements.

GENERAL TERMS AND CONDITIONS:

1.1  DOCUMENT TO BE SUBMITTED WITH TECHNICAL BID:

Legible copies of the following documents duly signed by the authorized representative of the bidder are to be submitted (attached in e-tender) in support of the qualifying requirements along with technical bid.i) Award letter/work order with bill of quantities ii) proof of value of work executed as mentioned at (b) below :

a)      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 Public Sector Undertaking/Government/Semi-Government Organization or a reputed Private Organization/Company.

b)      Audited balance sheet and profit and loss account of last three financial years ending 31st March of previous financial year.

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

d)     Copy of Power of Attorney of Authorized Signatory (if applicable).

e)      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.

f)       Copy of Permanent Account Number.

g)      NTPC if so desire may verify the performance of the bidder from their respective clients.

1.2       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 ANTA/KOTA in RAJASTHAN 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 five working days prior to Document Sale Close date along with duly filled in questionnaire and the requisite demand draft , for issue of vendor code and SRM user id/password. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

However the firms registered with NSIC and SSIC (in the state where the contract is being made) are exempted from furnishing Cost of Tender Document.

The cost of bidding documents is inclusive of 5% VAT. Cash payment/money order will not be accepted. Requests received after the last date as mentioned, due to delays of postal/courier services or requests without requisite cost of tender documents shall not be entertained.

1.3       Two part bidding system shall be followed for the subject package.

Bid Security (EMD), in original, for the requisite amount as stipulated above shall be submitted prior to stipulated bid submission closing date and time at the address given herein below. If Bid Security in hard copy, in a separate sealed cover is not received or bids for which Bid Security of inadequate value is received the same shall not be entertained and in such cases bids shall not be opened.

Vendor has to ensure that EMD should reach before the bid submission date & time positively. NTPC has no responsibility for non receipt of EMD due postal delay or any other reason before bid submission time. Any bid not accompanied by an acceptable Bid Security shall be rejected by the employer as being non responsive and shall not be opened/considered. The Bid Security shall, at Bidders option, be in the form of a Demand draft or Banker's cheque drawn in favour of NTPC Ltd. payable at Anta/Kota (Raj.), or a Bank Guarantee from any of the banks specified in the bidding documents. However the firms registered with NSIC and SSIC (in the state where the purchase is being made) are exempted from furnishing EMD.

 

1.4       EMD and Letter of undertaking shall be received upto 3:30 PM hours on the scheduled date of opening of technical bid and shall be opened at 3:30 PM in the Contract Services department/AnGPP.  If the date of opening happens to be closed holiday, the tenders shall be received and opened on the next working day.

1.5       First EMD and Letter for undertaking envelope shall be opened.  Technical Bid (e-tender bids) of bidders who have submitted EMD and LOU 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 (e-tender bids) shall be opened on the date to be intimated after evaluation of technical bids.

1.6    The Bids not accompanied with the requisite EMD or with Bid Security of inadequate           value or EMD/Bid Security in unacceptable form and Letter of Undertaking shall not be entertained and in such cases bids shall be rejected by the Owner as being non-responsive and will be not opened in e-tender.

1.7   Notwithstanding anything stated above, NTPC reserve the right to assess bidder's   capability and capacity to perform the contract, should the circumstances warrant such assessment in overall interest of the owner.

1.8     NTPC reserve the right to reject or accept any or all the tenders without assigning any        reasons thereof.

Address for communication:

Shri H. S. Dilvaria

DGM (C&M)

First Floor

Contracts & Materials Department

Administrative Building

Anta Gas Power Station

NTPC Limited, Anta-325209

Dist. Baran (Rajasthan)

Phone Nos.: 07457-246034

Fax No. : 07457-246041/07457-246036

E-MAIL:  hsdilwaria@ntpc.co.in