INVITATION FOR BIDS (IFB)
|
NTPC LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CONTRACTS Services, Salakati
|
INVITATION FOR BIDS (IFB)
FOR CONSTRUCTION OF B-TYPE, C-TYPE & D-I TYPE QUARTERS IN WEST COLONY AT NTPC - BONGAIGAON.
(Domestic Competitive Bidding) |
NIT No. : 40019941 Date : 28.04.2014
Bidding Document No. :BgTPP/C&M/CS/2427 |
1.0 NTPC Ltd. invites sealed bids from eligible bidders for CONSTRUCTION OF B-TYPE, C-TYPE & D-I TYPE QUARTERS IN WEST COLONY AT NTPC - BONGAIGAON for Bongaigaon Thermal Power Project (750 MW) situated at Kokrajhar district of Assam State and is approximately 15Kms from Kokrajhar. The Project site is situated between Kokrajhar and New Bongaigaon railway station of North Eastern Frontier Railway. Bongaigaon town is about 35 Kms away from the Project Site, as per the Scope of Work mentioned hereinafter.
2.0 Brief Scope of work
The brief scope of work is as under: The Scope of work for this work shall be Construction of B Type (06 Blocks; 30 Units), C Type (15 Blocks; 75 Units) and D-I Type (03 Blocks; 15 Units) Quarters including Civil and Internal Electrification etc. at West Colony Township of NTPC BgTPP, Salakati as per BOQ, Specification, Terms & Conditions, drawings and instructions of Engineer-in-Charge.
3.0 Detailed specification, scope of work and terms & conditions are given in the Bidding Documents, which are available for examination and sale at the address given below and as per the following schedule :
Bidding Document No. : BgTPP/C&M/CS/2427
Estimate cost of Work : Rs. 2941.80 Lacs
Document sale date : From 28.04.2014 to 19.05.2014
& Timing : From 09:00 hrs. to 17:00 hrs (IST)
Cost of Bidding Document: Rs. 9,000.00/- (Rupees Nine Thousand only)
Last date of receipt of request for Pre Bid Clarification: 09.05.2014 (10days from last date of document sale date) Page 1 of 6 |
Bid receipt date & time : upto 09.06.2014 by 10:30 hrs (IST)
Bid opening date & time : 09.06.2014 at 11:00 hrs (IST) (For Technical Bid)
Price Bid opening date & time shall be intimated to qualified bidders later by NTPC Ltd.
4.0 All bids must be accompanied by Bid Security for an amount equivalent to Rs. 58,84,000.00/- (Rupees Fifty Eight Lacs Eighty Four Thousand Only) in INR.
5.0 QUALIFYING REQUIREMENT FOR BIDDERS
The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill the following Qualifying Requirements:-
1.0 The bidder should have executed works comprising of RCC framed residential/ non residential building including internal electrification of value of either of the following during last seven (7) years reckoned as on date of bid opening:
i) Single Order of value at least Rs. 2353.44 Lakhs.
Or ii) Two Orders of value at least Rs. 1470.90 lakhs each
Or iii) Three Orders of value at least Rs. 1176.72 lakhs each
In clause 1.0 the word 'executed' mentioned above means, the bidder should have achieved the criteria specified above, even if the contract started earlier and/or is not completed/ closed.
2.0 A. The average annual turnover of the bidder, in the preceding three (3) financial years as on date of bid opening, shall not be less than INR 2941.80 lakhs (Indian Rupees Twenty Nine Crore Forty One Lacs Eighty Thousand Only).
B. The Net Worth of the bidder on the last day of preceding financial year shall not be less than 25% of its paid up share capital.
C. In case the bidder is not able to furnish its audited financial statement on stand alone entity basis, the unaudited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder furnishes the following further documents on substantiation of its qualification.
(i) Copies of unaudited unconsolidated financial statement of the bidder alongwith copies of audited consolidated financial statements of the Holding Company. (ii) A certificate from the CEO/CFO of the Holding Company, as per format enclosed in the bid documents, stating that the unaudited unconsolidated financial statement form part of the consolidated Annual Report of the Company.
Page 2 of 6 In case where audited results for the last preceding financial year are not available, certification of financial statement from a practicing Chartered Accountant shall be considered acceptable.
D. In case a bidder does not satisfy the financial criteria, stipulated at para A and/ or para B above on its own, the Holding Company would be required to meet the stipulated turnover requirements at para A above, provided that the net worth of the 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 bid, a Letter of Undertaking from the Holding Company, supported by 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 unutilized 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 bid opening, duly certified by bankers shall not be less than INR 984.51 lakhs. In case certificates from more than one banks are submitted, the certified unutilized 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 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 amount specified at para E above. In proof of this, the bidder would be required to furnish along with its 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 bid 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 para E above is not sufficient, a comfort letter from one of the bankers specified in the bid documents unequivocally stating that in case the bidder is awarded the contract, the Bank would enhance the line of credit for fund based and non-fund based limits to a level not less than the specified amounts to the bidder or to the Treasury Management Centre, as the case may be, shall be acceptable.
Page 3 of 6
Notes (I):
01. Net worth means the sum total of the paid up share capital and free reserves. Free reserves means all reserves credited out of the profit and share premium account but do not include reserves credited out of revaluation of assets, write back of depreciation provisions 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.
02. Other Income shall not be considered for arriving at annual turnover.
03. For unutilized line of credit for fund based and non fund based limits and Turn over indicated in foreign currency, the exchange rate as on 7 days prior to the date of bid opening shall be used.
H. Notwithstanding anything stated above, the employer reserve the right to assess the capability and 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.
|
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.
6.0 general qualifying requirements
The bidders shall have to necessarily submit the documents in support of meeting the qualifying requirements as mentioned above along with their offer in C - Folder, which inter alia shall include the following:
a. Documentary evidence in support of meeting the qualifying requirements stipulated above which should include experience of works as specified in QR with self certified and stamped copies of Work Orders/Award letters with proof of execution in the form of completion certificate/ final amendment copies/ copy of final bill and other related documents stating that the work order given in support of qualifying requirements has been executed.
b. Documentary evidence of having independent PF registration No. from RPF Commissioner & PAN, and Service Tax Registration No.
c. Proof of Turnover/Balance Sheet duly certified by Chartered Accountant for the last three years, latest Banker's Solvency Certificate, Partnership Deed / Affidavit for Proprietorship / Article of Association including changes in the "CONSTITUTION OF THE FIRM, (IF ANY)", (Copy of certification with appropriate authority).
07. In case the bidder fails to submit the documents in support of meeting the QR, the offer shall be liable for rejection. Offer of the bidder not fulfilling the QR shall be rejected and not considered for evaluation further.
Page 4 of 6 08. "ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING OPENED".
09. SSI Units registered with NSIC / Assam state SSI authorities are exempted from tender fees and EMD. However SSI / NSIC registered firms are requested to submit photocopy of valid NSIC / SSI registration certificate duly certified by a Gazetted officer/ Magistrate 1st Class / Bank Manager of Nationalized Bank.
10. NTPC Ltd. shall not be responsible for any postal/courier delay, loss or non-receipt of request for issue of tender documents.
11. Notwithstanding anything stated above, the NTPC Ltd. reserves the right to assess the bidder's capability and capacity to perform the contract, should the circumstances warrant such assessment in its overall interest and the decision of NTPC Ltd., in this regard shall be final and binding.
|
12. The last date of sale of bid document is to be considered as the last date of receipt of request for issue of bid documents. If the last date of sale of bidding documents falls on a Holiday / Bandh Day the last date of sale of bid documents will automatically be shifted to next working day.
13. NTPC Ltd. reserves the right to reject any or all bids or cancel/withdraw this 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.
14. A complete set of Bid documents may be downloaded by any interested bidder on payment (non-refundable) of the cost of bidding documents as mentioned above in the form of a Crossed Account Payee Demand Draft in favour of NTPC Limited, Payable at SBI Salakati Branch (Branch Code No.-5400) 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 Seven working days prior to Document Sale Close date along with duly filled in questionnaire for issue of vendor code and SRM user ID/ Password. No other mode of payment is acceptable.
15. Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered to be qualified. Bids shall be submitted online and opened at the address given below in the presence of Bidder's representatives who choose to attend the bid opening. Bidder shall furnish Bid Security, Integrity Pact, Power of Attorney and Joint Deed of Undertaking(s) (if applicable) separately offline as detailed in Bidding Documents by the stipulated bid submission closing date and time at the address given below.
Page 5 of 6
16. Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
17. ADDRESS FOR COMMUNICATION:
Add. General Manager(C&M) NTPC Limited, Administrative Building, P.O.: Salakati (P) (BTAD), Distt: Kokrajhar,(ASSAM) Pin - 783 369. Tele. No: 03661 - 282311 / 282397 FAX. No: 03661 -282704/282311
Page 6 of 6 |