NTPC Limited

PAKRI BARWADIH

(A Govt. of India Enterprise)

 

PAKRI BARWADIH COAL MINING PROJECT

 

Ujjwal Complex, Pugmil Road

 

Dist. Hazaribagh, Jharkhand-825301

 

Phone No- 06546-270808/267808

 

Email: akm95550@rediffmail.com/shekharntpc@gmail.com

Fax No- 06546-270808

 

 

Ref: No.: 1040/C&M/PBCMP/NIT-9900124831

Date: 21. 04. 2014

To

 

Sub: Loading, Transportation, unloading and wagon loading of Coal from the interim crushing point to Banadag Railway Siding, Hazaribag for Pakri Barwadih Coal Mining Project, NTPC Limited including associated miscellaneous works.

Dear Sir,

The aforesaid Tender document consisting of the following papers are being issued herewith in two parts (Part – A i.e. TECHNICAL BID and Part-B i.e. PRICE BID):-

PART-A: (Technical Bid)

1.

NIT

:

One Copy

2.

Vendor’s Details

:

-do-

3.

Instructions to Bidders (Section-A&B)

:

-do-

4.

Special Conditions of contract

:

-do-

5.

Statement of Deviation

:

-do-

6.

Observance of Labour Laws and contractor’s

 

 

 

Liability

:

-do-

7.

Preamble to Bill of Quantity

:

-do-

8.

Letter of Undertaking

:

-do-

9.

Proforma of Bank Guarantee

:

-do-

10.

Checks of Bank Guarantee

:

-do-

11.

List of Banks

:

-do-

12.

Form for Acceptance of Fraud Prev. policy

:

-do-

13.

GCC for Civil Work

:

-do-

14.

Scope of work/Services/Technical Specifications:

-do-

15.

Payment Terms & conditions of contract

:

-do-

16.

Declaration of banning policy

:

-do-

17.

Policy & Procedure for banning of business

 

 

 

Dealings

:

-do-

PART-B: (Price Bid)

01. Bid Proposal Sheet/Price Bid (Page No. ___ To ___) : One Copy

Thanking you,

For & On Behalf of NTPC Ltd

NTPC Limited

PAKRI BARWADIH

(A Govt. of India Enterprise)

 

PAKRI BARWADIH COAL MINING PROJECT

 

Ujjwal Complex, Pugmil Road

 

Dist. Hazaribagh, Jharkhand-825301

 

Phone No- 06546-270808/267808

 

Email: akm95550@rediffmail.com/shekharntpc@gmail.com

Fax No- 06546-270808

 

 

Ref: No.: 1040/C&M/PBCMP/9900124831

Date: 21.04. 2014

(DOMESTIC COMPETITIVE BIDDING)

NTPC Limited invites application for issue of Bid documents for the following work:

 

 

 

 

 

Cost of

 

 

 

 

 

 

 

 

Estimate

Bidding

Sale of Tender

Bid

 

Sl.

 

 

 

Documents

 

 

 

 

Documents

 

Name of Work

 

(Rs.) inclusive

Opening

Completion

 

(Rs in

 

 

No.

of taxes

 

 

Date &

Period

 

 

 

 

 

 

 

 

lakh)

 

 

 

 

 

 

 

 

 

Time

 

 

 

 

 

 

EMD (Rs.)

Start

Closing

 

 

 

 

 

 

 

 

 

 

 

Loading, Transportation,

 

 

 

 

 

 

01.

unloading and

wagon

 

 

 

 

 

 

loading of Coal from the

 

 

 

 

 

 

 

interim crushing point to

 

9450.00

 

 

 

 

 

Banadag

Railway

 

25.04. 2014

17.05. 2014

26. 05. 2014

 

 

1661.895

 

12 Months

 

Siding,

Hazaribag for

 

 

 

 

36,94,000.00

10.00 Hrs.

17.00 Hrs.

15.30 Hrs.

 

Pakri Barwadih

Coal

 

 

 

Mining

Project,

NTPC

 

 

 

 

 

 

 

Limited

including

 

 

 

 

 

 

 

associated miscellaneous

 

 

 

 

 

 

 

works.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

QUALIFYING REQUIREMENTS for “Loading, Transportation, unloading and wagon loading of

Coal from the interim crushing point to Banadag Railway Siding, Hazaribag for Pakri Barwadih Coal Mining Project, NTPC Limited including associated miscellaneous works”:

A. QUALIFYING REQUIREMENTS:

1.0The bidder should have executed the work of Loading, Transportation, unloading of Coal or any

other mineral during the last seven (07) years as on the date of bid opening with either of the following :

Single contract of value not less than Rs. 1477 Lacs OR

Two contracts of value not less than Rs. 923 Lacs each OR

Three contracts of value not less than Rs. 739 Lacs each

Note: The word ‘executed’ means that the bidder should have achieved the progress specified in the eligibility criteria within the preceding 07 years period, even if the total contract has been started earlier and/or is not completed/closed.

2.0Financial Criteria:

(a)The average annual turnover of the Bidder, in the preceding three (3) completed financial years as on date of Techno Commercial Bid Opening, should not be less than Rs.1847.00 Lacs (Indian Rupees Eighteen Crores Forty Seven Lakhs Only).

(b)The Net Worth of the Bidder as on the last day of the preceding financial year shall not be less than 25% of the paid up share capital.

(c)In case the Bidder is not able to furnish its audited financial statements on standalone entity basis, the un-audited unconsolidated financial statements of the Bidder can be considered acceptable provided the Bidder furnishes the following documents on substantiation of its qualification.

i.Copies of the un-audited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of the Holding company.

ii.A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bid documents, stating that the un-audited unconsolidated financial statements form part of the Consolidated Financial Statement of the Holding Company.

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.

(d)In case, a Bidder does not satisfy the financial criteria, stipulated at clause 2(a) and/or clause 2(b) above on its own, its Holding Company would be required to meet the stipulated turnover requirements at clause 2(a) above, provided that the net worth of such holding company as on the last day of the preceding financial year is at least equal to or more than the paid-up share capital of the holding company. In such an event, the Bidder would be required to furnish along with its Techno Commercial bid, a Letter of Undertaking from its Holding Company, supported by Holding company Board Resolution, as per the format enclosed in the bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the bidder in case of award.

(e)The un-utilized line of credit for fund based and non-fund based limits with cash and bank balances including fixed deposits of the Bidder as on a date not earlier than 15 days prior to the date of commercial bid opening, duly certified by Bankers should not be less than Rs 683 lacs (Indian Rupees Six Hundred and Eighty Three Lacs. only). In case certificates from more than one bank are submitted, the certified un-utilized limits shall be of the same date from all such banks.

(f)Where another Company of the group acting as the Treasury Centre is responsible for Treasury Management of the bidder having combined credit / guarantee limit for the whole group, the Bidder would be required to provide a Banker’s Certificate regarding the unutilized line of credit for fund based and non-fund based limits together with cash and bank balances including fixed deposits available to such Treasury Centre. Further, Treasury Centre shall certify that out of the aforesaid limits certified by the bankers, the Bidder shall have access to the line of credit of a level not less than the specified amount at Clause 2(e) above. In proof of this, the Bidder would be required to furnish along with its techno-commercial bid, a Letter of Undertaking from the Treasury Centre, supported by a Resolution passed by the Board of Directors of the holding company, as per the format enclosed in the bidding documents, pledging unconditional and irrevocable financial support for the execution of the contract by the bidder in case of award.

(g)In case the Bidder’s unutilized line of credit for fund based and non-fund based limits specified at Clause 2(e) above is not sufficient, a comfort letter from one of the bankers specified in the bidding documents unequivocally stating that in case the Bidder is awarded the contract, the Bank would enhance line of credit for fund based and non-fund based limits to a level not less than the specified amount to the bidder or to the Treasury Centre as the case may be, shall be acceptable.

Notes for clause 2:

i.Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.

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

iii.For unutilized line of credit for fund based and non-fund based limits and Turnover indicated in foreign currency, the exchange rate as on 7 days prior to the date of techno commercial bid opening shall be used.

3.0Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and the capacity of the Bidder to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.

SAILENT TECHNICAL FEATURES:

Salient Technical features of the equipments/ systems/ services covered in NIT No. PBCMP/C&M/NIT/9900124831 is mentioned below. These salient technical features are mentioned only to facilitate the prospective bidders to prima facie understand the requirements under the and shall not in any way limit or alter the scope of work and technical features / specification of equipment/ system/services covered in the Bidding Documents. Detailed provisions in regard of scope of work and technical features/specification of equipment/ systems/services, contained in the Bidding Documents shall be final and binding.

The scope includes the following Activities:-

1.1.Loading of crushed coal into Tippers by mechanical means from the interim coal crusher near village Chirudih/near mining operations of Pakri Barwadih Coal Mining Project (OCP), Barkagaon block, Hazaribag district.

1.2.Transportation of crushed coal upto the Banadag Railway siding and unloading it at Banadag Railway siding of East Central Railway line through the route directed by EIC from time to time basing on the site conditions.

1.3.Loading of coal into the railway wagons by pay loader or other mechanical means and other allied jobs at the siding like lime sprinkling on coal after leveling of coal loaded in wagons and doors gutka fitting, cleaning of rail tracks, installation, operation & maintenance of DG set, maintenance of lighting at siding, stacking and shifting of coal if required, water sprinkling, dust suppression arrangement all along the coal transportation route and at railway siding. Any other related job in the siding if any as directed by the Controlling officer / EIC.

GENERAL CONDITIONS:

1.0Tender documents shall be issued to intending bidders on request. However such issue of tender documents shall not construe that the bidders are considered qualified. Pre qualification will be reviewed at the time of bid evaluation.

2.01. Work Order / Award letter / Purchase Order with Value along with relevant proof of execution / Completion Certificate, Scope of Work and Bill of Quantity are to be submitted along with Technical Bid in support of meeting the qualifying requirement.

2.Balance sheet, Profit and Loss account for previous 03 financial years.

3.Necessary documents in support of other QR Criteria.

3.0 Cost of bid documents in the form of DEMAND DRAFT/PAY ORDER/BANKER’S CHEQUE drawn in favour of “NTPC Ltd.” payable at STATE BANK OF INDIA, HAZARIBAG (Br. Code No. 00090) or any other Public Sector Banks at Hazaribag shall be submitted along with the request for issuance of tender documents.

4.0Small Scale Industries registered with National Small Scale industries Corporation. (NSSIC) and SSI Units registered With JHARKHAND SSIDC are exempted from payment towards cost of bidding documents and EMD subject to their producing documentary evidence with regard to eligibility.

Small Scale Industries registered with NSSIC/JHARKHAND SSIDC shall be exempted from payment of Security Deposit up to the monetary limit for which the Unit is registered with NSSIC/JHARKHAND SSIDC.

Bidders seeking exemption as above should enclose a self certified legible photocopy of valid Registration Certificate giving details such as items/services for which registered, validity and monetary limits, failing which they will not be eligible for this concession.

5.0The bidding documents can also be down loaded from NTPC’s websites www.ntpctender.com or www.ntpc.co.in on registration and the down loaded documents can be used for bidding purpose.

6.0In case the registered bidder who have down loaded the bidding documents require an additional manual copy of the document then such bidders shall be required to purchase the manual copy of the bidding documents following the procedure detailed above.

7.0Tender shall be received up to 3.00 PM at C&M Dept., Pakri Barwadih Office at Hazaribag and opened at 3.30 PM on Scheduled Bid Opening Date (i.e.26.05.2014) in the presence of bidder or their representatives, who may like to be present. NTPC takes no responsibility for delay, loss or non- receipt of tender documents sent by post/courier.

8.0On scheduled date of bid opening, only EMD and Technical Bids shall be opened. Price bid opening date shall be communicated separately only to the qualified bidders.

9.0ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY (EMD) IN A

SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND SHALL BE RETURNED TO THE BIDDERS WITHOUT BEING OPENED”.

10.0 The bidder along with its associate / collaborators / sub-contractors / sub-vendors / consultants / service providers shall strictly adhere to the Fraud Prevention Policy of NTPC displayed on its tender website htpp://www.ntpctender.com and shall immediately apprise the Employer about any fraud or suspected fraud as soon as it comes to their notice. A certificate to this effect shall be furnished by the bidder along with his bid. If in terms of above policy it is established that the bidder / his representatives have committed any fraud while competing for this contract then the bid security of the bidder shall be forfeited.

11.0 NTPC reserves the right to reject or accept or split any or all offers without assigning any reason whatsoever.

12.0 Request for issue of bid document shall be made to Addl. General Manager (C&M) at the address given as under.

ADDRESS FOR COMMUNICATION

Addl. General Manager (C&M) NTPC Limited.

PAKRI BARWADIH COAL MINING PROJECT, UJJWAL COMPLEX, PUGMIL ROAD, HAZARIBAG – 825 301, (JHARKHAND) PHONE: 06546 – 270808/267808

FAX: 06546 – 270744 / 270808, Email: akm95550@rediffmail.com, shekharntpc@gmail.com