NTPC Limited |
PAKRI BARWADIH |
(A Govt. of India Enterprise) |
|
PAKRI BARWADIH COAL MINING PROJECT |
|
Ujjwal Complex, Pugmil Road |
|
Dist. Hazaribagh, |
|
Phone No- |
|
Email: akm95550@rediffmail.com/shekharntpc@gmail.com |
Fax No- |
Ref: No.: 1040/C&M/PB/ NIT: 9900126612 |
Date: 19.04.2014 |
To |
|
Sub: Supply, installation, erection, commission and maintenance of four nos. of road weigh bridges(50 Te capacity, size 9m x 3m)(IS
Dear Sir,
The aforesaid tender documents consisting of the following papers are being issued herewith in two parts
1. |
NIT |
: |
One Copy |
2. |
Vendor’s Details |
: |
|
3. |
Instructions to Bidders |
: |
|
4. |
Statement of Deviation |
: |
|
5. |
Observance of Labour Laws and contractor’s |
|
|
|
Liability |
: |
|
6. |
Preamble to Bill of Quantity |
: |
|
7. |
Letter of Undertaking |
: |
|
8. |
Proforma of Bank Guarantee |
: |
|
9. |
Checks of Bank Guarantee |
: |
|
10. |
List of Banks |
: |
|
11. |
Form for Acceptance of Fraud Prev. policy |
: |
|
12. |
GCC for Civil Work |
: |
|
13. |
GPC |
: |
|
14. |
Scope of work/Services/Technical Specifications |
: |
|
15. |
Payment Terms & conditions of contract |
: |
|
16. |
Policy & Procedure for banning of business dealing |
: |
|
17. |
Declaration on Banning Policy |
: |
|
|
|
||
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, |
|
Phone No- |
|
Email: akm95550@rediffmail.com/shekharntpc@gmail.com |
Fax No- |
Ref: No.: 1040/C&M/PB/ NIT: 9900126612 |
Date: 19.04.2014 |
(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 |
|
|
|
|
|
|
|
|
|
|
|
|
|||
|
Supply, |
|
installation, |
|
|
|
|
|
|
|||
01. |
erection, |
commission |
|
|
|
|
|
|
||||
and maintenance |
of |
|
|
|
|
|
|
|||||
|
|
|
|
|
|
|
||||||
|
four |
nos. |
of |
road |
|
1182.00 |
|
|
|
|
||
|
weigh |
bridges(50 |
Te |
|
|
|
|
|
|
|||
|
capacity, |
size |
9m |
x |
|
153000.00 |
|
|
|
|
||
|
3m)(IS |
|
|
|
|
|
|
|
||||
|
including |
|
associated |
|
|
|
|
|
|
|||
|
accessories |
at |
interim |
|
|
25. 04. 2014 |
17.05. 2014 |
24. 05. 2014 |
|
|||
|
crushing |
|
unit |
near |
68.54 |
|
04 Months |
|||||
|
|
|
|
|
|
|||||||
|
ROM |
pad |
at |
village |
|
10.00 Hrs. |
17.00 Hrs. |
15.30 Hrs. |
||||
|
|
|
|
|||||||||
|
Chirudih |
|
|
|
for |
|
|
|
||||
|
|
|
|
|
|
|
|
|
|
|||
|
facilitating |
|
|
|
the |
|
|
|
|
|
|
|
|
weighment of the coal |
|
|
|
|
|
|
|||||
|
truck |
before dispatch |
|
|
|
|
|
|
||||
|
by |
road |
from |
|
|
|
|
|
|
|||
|
Pakribarwadih |
coal |
|
|
|
|
|
|
||||
|
mining project |
and |
at |
|
|
|
|
|
|
|||
|
Banadag |
|
railway |
|
|
|
|
|
|
|||
|
siding |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
QUALIFYING REQUIREMENTS for “Supply, installation, erection, commission and maintenance of Four Nos. of road weigh bridges ( 50 Te capacity, size 9m X 3m) (IS 1436- 1991) including associated accessories at interim crushing unit near ROM pad at village Chirudih for facilitating the weighment of the coal truck before dispatch by road from Pakribarwadih Coal Mining Project and at Banadag Railway siding”
QUALIFYING REQUIREMENTS:
1.0Experience
1.1The bidder should have completed / executed the similar job of “Supply and installation of road weigh bridges ( Minimum 50 Te capacity) 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.60.92 Lacs
or
Two contracts of value not less than Rs. 38.08 Lacs each
or
Three contracts of value not less than Rs. 30.46 Lacs each
2.0 Financial Criteria:
Average Annual Turnover
The average annual turnover of the Bidder, in the preceding three (3) completed financial years as on date of bid opening, shall not be less than Rs.229 Lacs (Indian Rupees Two Crore Twenty Nine Lakhs Only).
Notes:
i.In case where audited results for the last preceding financial year are not available, certification of the financial statements from a practicing Chattered Accountant shall also be considered acceptable.
ii.Other income shall not be considered for arriving at annual turnover.
iii.A work completed in the preceding (07) years reckoned as on date of bid opening, even if it has been started earlier, will also be considered as meeting the qualifying requirements.
iv.Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and the capacity of the Bidder / his collaborators / associates /subsidiaries / group companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.
v.The applicant should possess valid PF Code and Pan Card.
SAILENT TECHNICAL FEATURES:
Salient Technical features of the equipments/ systems/ services covered in NIT No. 9900126612 Dt 10.04.2014 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.Design, engineering, manufacturing, testing, inspection, supply of 04 Nos. 50 MT
2.Supply of standard cast iron test weights stamped from Legal Metrology Weight and Measure dept @ 20 Kg each cast iron required for regular calibration and stamping for 1/3rd of the weigh bridge capacity ( 33% of 50 metric ton i.e. 16.5 Te).
3.All civil works pertaining to the erection of the of weigh bridges, installation, verification, commission, calibration and stamping of weigh bridges by state weights and measurements dept Govt of Jharkhand.
4.Regular calibration of the test weights and Weigh Bridges as per statute in liaison with the state weights and measurement dept, GoJh. Necessary transportation and calibration
charges have to be borne by the agency.
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.
1.Balance sheet, Profit and Loss account for previous 03 financial years.
2.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.24.05.2014.) in the presence of bidder or their representatives, who may like to be present. NTPC takes no responsibility for delay, loss or
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.
9.0“ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY (EMD) IN A
SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING
10.0 The bidder along with its associate / collaborators /
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