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: akmohanty02@ntpc.co.in /chandrashekhar51@ntpc.co.in

Fax No- 06546-270808

Ref: No.: 1040/C&M/PB/Mining/14-15/40026997

Date: 10 .11.2014

To

 

Sub: Hiring of HEMM for removal of Overburden (including associated activities) for Eastern Quarry of Pakri Barwadih Coal Mining Project, Barkagaon, Hazaribagh Jharkhand..

Dear Sir,

The aforesaid tender documents 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.

Special Conditions and Instructions to Bidders (Section-A)

:

-do-

4.

Instructions to Bidders (Section-B)

:

-do-

5.

Instructions to Bidders (e-tendering)

:

-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

:

-do-

15.

Payment Terms & conditions of contract

:

-do-

16.

Policy & Procedure for banning of business dealing

:

-do-

17.

Declaration on Banning Policy

:

-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: akmohanty02@ntpc.co.in /chandrashekhar51@ntpc.co.in

Fax No- 06546-270808

Ref: No.: 1040/C&M/PB/Mining/14-15/40026997

Date:10.11.2014

(DOMESTIC COMPETITIVE BIDDING)

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

 

 

 

 

 

Cost of Bidding

 

 

 

 

 

 

 

 

 

Documents

Sale of Tender

Bid

 

Sl.

 

 

 

Estimate

(Rs.) inclusive

Documents

 

 

 

 

Opening

Completion

 

Name of Work

 

of taxes

 

 

No.

(Rs )

 

 

Date &

Period

 

 

 

 

 

 

 

 

 

 

 

 

Time

 

 

 

 

 

 

EMD (Rs.)

Start

Closing

 

 

 

 

 

 

 

 

 

 

 

 

 

Date

Date

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

01.

Hiring of HEMM for

 

 

 

 

 

 

 

removal of Overburden

 

 

 

 

 

 

 

(including

associated

 

10, 260.00

 

 

 

 

 

activities)

for

Eastern

 

 

10.11.2014

29.11.2014

29.12.2014

 

 

Quarry

of

Pakri

67, 89, 42, 000.00

 

 

 

1,50, 88, 000.00

 

 

 

24 Months

 

Barwadih Coal Mining

 

 

 

 

15.30 Hrs.

 

 

Project,

Barkagaon,

 

 

 

 

 

 

 

 

 

 

 

 

 

Hazaribagh Jharkhand.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

QUALIFYING REQUIREMENTS for Hiring of HEMM for removal of Overburden (including associated activities) for Eastern Quarry of Pakri Barwadih Coal Mining Project, Barkagaon, Hazaribagh Jharkhand.

QUALIFYING REQUIREMENTS:

1)Technical Criteria:

In the preceding 07 financial year as on the date of bid opening, the bidder should have executed in a continuous period of 12 months, similar work such as mechanical extraction, loading and transportation of coal/overburden/shale.

(i)Single order of at least 2.4 Million Bank Cubic meter or

(ii)Two orders of at least 1.5 Million Bank Cubic Meter or

(iii)Three orders of at least 1.2 Million Bank Cubic Meter

Note: (i) The word ‘executed’ means that the bidder should have achieved the progress specified in the eligibility criteria within continuous period of 12 months of the preceding seven (7) years period even if the contract has been started earlier and /or is not completed/closed.

(ii)Necessary documentary evidence in support of execution of the job to be submitted for qualification

2)Financial Criteria:

a.Average Annual Turnover of the Bidder, in the preceding three (3) financial years as on date of Techno Commercial Bid Opening , should not be less than Rs.5658 Lacs (Indian Rupees Five

Thousand Six Hundred and Fifty Eight Lacs Only).

b.The Net Worth of the Bidder as on the last day of the preceding financial year should 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 for 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 annual report of the 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 bid opening, duly certified by the Bankers shall not be less than Rs 1848 Lacs ( Rs. One Thousand Eight Hundred and Forty Eight 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 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 Clause 2 (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 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 management Centre as the case may be, shall be acceptable.

h.In case of a bid submitted by Joint Venture (JV), the turnover and line of credit shall be considered on a combined manner for all the JV partners but the partners shall be required to meet the net worth criterion individually. However, in case of a JV of holding company and/or subsidiary, the options at paras “c” and “d” are also available to the bidder.

Notes for Clause No 2 (Financial Criteria)

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 seven (7) days prior to the date of bid opening shall be used.

SAILENT TECHNICAL FEATURES:

Salient Technical features of the services covered in NIT No. 40026997 are mentioned below. These salient technical features are mentioned only to facilitate the prospective bidders to prima facie understand the requirements under and shall not in any way limit or alter the scope of work and services covered in the Bidding Documents. Detailed provisions in regard of scope of work and technical features/specification of services, contained in the Bidding Documents shall be final and binding. The scope includes the following Activities:-

The present scope of work is for Eastern Quarry of Pakri Barwadih Coal Mining Project of NTPC Limited, located in Barkagaon Block, Hazaribagh district, Jharkhand. The scope of work is “Hiring of HEMM for removal of 6 Million Bank Cubic Meter of Overburden / Interburden” including the following activities

1.1.Blast hole drilling,

1.2.Procurement, Transport, Supply and charging of Explosives, detonators and related materials connected with Drill hole blasting. (Services of statutory supervisory personnel will be provided as and when necessary at free of cost by NTPC Ltd).

1.3.Blasting, excavation of various rock / soft earth cutting of OB Strata (consisting of top soil, alluvium soil, blast rock etc).

1.4.Loading & transporting, dumping in dump yard, dozing, grading, leveling at dump site including face & other specified places, construction & maintenance of haul road. Face Pumping & mine dewatering, water spraying, lighting in mine premises upto dump yard as per instruction of the Engineer in Charge.

1.5.De-watering of face & mine dewatering will be done by contractor by their own arrangement.

1.6.Surface water management as per requirement including Construction and maintenance of garland drains, embankment if any.

1.7.Lighting in mine premises up to Dump Yard will be done by contractor by their own arrangement.

1.8.Entry and approach to working area, Responsibility to take the possession of forest, GM and Tenancy land , tree cutting & transportation, management / employment of PAP’s ( project affected persons) / others., etc in the working area at Eastern Quarry area of Pakri Barwadih Coal Mining Project.

2.Details of the Eastern Quarry of Pakribarwadih Coal Mining Project, NTPC Limited.

2.1.The area to be worked is “Eastern Quarry” of Pakri Barwadih Coal Mining Project , located in village Pakribarwadih, Barkagaon block ,Hazaribagh District, Jharkhand. (27 Kms from Hazaribagh on Hazaribagh-Tandwa State High way).

2.2.Project area – 46.0 hectares(approx), excavation pit area – 27 ha(approx), OB Dump area – 19.(approx)

2.3.Status of Land Acquisition – Area of Ghair mazruva and Forest Land has been handed over to the NTPC Limited by GoJh/ GOI after all statutory clearances. Tenancy land (which is only approx 18%) has been notified and 95% of payment has been done, rest payment is under process.

2.4.Plan showing the proposed working and dumping area have been enclosed.

2.5.Proposed working Stage plans are enclosed. However, the route of haul road shall be decided by the contractor conforming to extant statutory provisions.

2.6.Depth of the proposed working :Maximum depth – 60 Mtrs (approx.)

2.7.Approach road of the mine branches off from the PWD Road ( Hazaribagh – Tandwa )

2.8.Expected dump height – Average 60 Mtrs (Approx)

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.

2.0Work 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.

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

II.Necessary documents in support of other QR Criteria.

3.0Tender documents are available on NTPC e-Tender site. Bidders are required to have an User ID and password for accessing NTPC e-Tender site (vendor may change the password subsequently). To obtain the User ID & password, the bidders are supposed to have a SRM vendor code allotted by NTPC. Any prospective bidder who is not a service provider of NTPC and interested in participating in e-Tenders in NTPC may submit completely filled-in Form A alongwith following documents to the Package- in-charge/Contact person as mentioned in the Bid Invitation:

i.copy of PAN card,

ii.copy of valid PF registration,

iii.Vendor details and EFT form completely filled in as per the format enclosed

iv.A cancelled cheque.

Subsequently, after creation of SRM vendor code, the agency will be intimated its User ID & password over through the e-mail as provided. Moreover, any prospective bidder who is already a service provider of NTPC but does not have SRM vendor code and interested in participating in e-

Tenders of NTPC are required to submit Form B to the Package- in-charge/Contact person as mentioned in the Bid Invitation.

4.0 To obtain the tender documents, non-refundable tender fee(i.e. cost of bid document) can be paid through online payment gateway or through 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. The non-refundable tender fee in the form of demand draft/pay order/banker’s cheque (as the case may be) shall be accompanying other documents as mentioned at cl. 3.0 above if the prospective bidder has to obtain the necessary SRM vendor code.

5.0Small 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 valid documentary evidence with regard to eligibility.

6.0 Tender shall be received up to 3.00 PM and opened at 3.30 PM on Scheduled Bid Opening Date (i.e. 29.12.2014) in the presence of bidders or their representatives, who may like to be present. NTPC takes no responsibility for delay, loss or non-receipt of documents sent by post/courier.

7.0“IN CASE OF NON-RECEIPT OF AN ACCEPTABLE BID SECURITY (EMD) IN A SEALED ENVELOPE, THE BID SHALL BE REJECTED BY THE EMPLOYER AS BEING NON- RESPONSIVE.”

9.0The 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.

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

11.0 Any request/communication 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: akmohanty02@ntpc.co.in /chandrashekhar51@ntpc.co.in

Request for Login ID on NTPC e-Tender.

If you are interested in participating in e-Tenders in NTPC, please fill in the following.

Form A

New Vendor (prospective)

Name: ___________________________________________________

Address: ___________________________________________________

___________________________________________________

___________________________________________________

State:

_________________

City: _______________________

Country:

______________

 

Pin:

_________________

 

Telephone NO: _______________

Extn: ________

Fax Number:

_______________

 

Email ID:

___________________________________________________

Your Company’s Bank Name _______________________________________

Account Number: ____________________________________

Branch: _____________________________________________

Address: ____________________________________________

_____________________________________________

PAN number: ___________________________________________________

CST number: ____________________________________________________

Excise Regn Number: _____________________________________________

SSI Number: ____________________________________________________

Contact Person’s Name: ___________________________________________

Designation: _____________________________________________

Bid Invitation number interested in: _________

DD details as tender fee: Issuing Bank: _______________________________

No: _____________ Date of Issue: __________

Amount: _________ DD Valid till:__________

Form B

For Existing Venders:

 

 

Existing Vender Code with NTPC: ________________

Pre ERP

 

 

Post ERP

Phone Number: ____________________

Extn: _________________

Email ID: _______________________________________________________

Contact Person’s Name: ____________________________________________

Designation: _______________________________________________

Address and other detail (Only in case of change)

Name: ___________________________________________________

Address:

___________________________________________________

 

___________________________________________________

 

___________________________________________________

State:

_________________

City: _______________________

Country:

______________

 

Pin:

_________________

 

Telephone NO: _______________

Extn: ________

Fax Number:

_______________

 

Email ID:

___________________________________________________

Your Company’s Bank Name _______________________________________

Account Number: ____________________________________

Branch: _____________________________________________

Address: ____________________________________________

_____________________________________________

Note: Please tick the appropriate box in front of vender code to indicate whether the vender code given is Pre-ERP or Post ERP.

FORMAT FOR VENDOR DETAILS

NAME OF THE VENDOR

POSTAL ADDRESS IN FULL

PIN CODE

TELEPHONE NUMBERS

FAX NUMBERS

E-MAIL ID

CONTACT PERSONS

WHETHER SSI (Yes / No)

If Yes Please give SSI Registration Number, Certificate No. and

Certificate Date (Attach copy of Certificate)

Whether Registered Under Micro, Small and Medium

Enterprises Development Act 2006

Service Tax

Please give Service Tax Registration Number, Certificate No. and Certificate

Date (Attach copy of Certificate / Application for registration)

P.F. CODE

Please give PF Registration Number / Certificate No. and Certificate

Date (Attach copy of Certificate / Application for registration)

NATURE OF SUPPLIER / BUSINESS

Specify Manufacturer / Dealer etc.

Specify the Nature of Firm, whether -

Company

Sole Proprietorship

Partnership Firm (If Yes Please Provide the Copy of the Partnership deed)

Other – Co-Operative Society, Individual, HUF, Association of

CENTRAL EXCISE REGISTRATION DETAILS

Excise Control Code (ECC No.)

Excise Registration Number

FOR SALES TAX / VAT REGISTRATION

Local Sales Tax / TIN No. & Date

Central Sales Tax / TIN No. & Date

INCOME TAX DETAILS

PAN Number

(Please Attach Photocopy of PAN Card)

BANK ACCOUNT DETAILS

Vendor’s Banker

Banker’s Full Address

Banker’s Branch Name

Vendor’s Bank Account Number

(Signature) :

Name :

E.F.T. Form

(TO BE RETURNED TO THE COMPANY)

To,

NTPC Ltd., (Address of Unit)

………………..

Dear Sir,

REF: AUTHORISATION OF ALL OUR PAYMENTS THROUGH ELECTRONIC FUND TRANSFER SYSTEM

We, hereby authorize NTPC Ltd., PBCMP, Hazaribag to make all our payments through Electronic Fund Transfer System. The details for facilitating the payments are given below.

(TO BE FILLED IN CAPITAL LETTERS)

1.NAME OF THE BENEFICIARY

2.ADDRESS

PIN

3.TELEPHONE NO. (WITH STD CODE)

4.BANK PARTICULARS

A)BANK NAME

B)BANK TELEPHONE NO. (WITH STD CODE)

C)BRANCH ADDRESS

PIN

D)BANK FAX NO. (WITH STD CODE)

E)BRANCH CODE

F)9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED CHEQUE)

G)11 DIGIT IFSC CODE OF THE BANK BRANCH

H)BANK ACCOUNT NUMBER

I)BANK ACCOUNT TYPE (TICK ONE)

SAVING

CURRENT

LOAN

CASH CREDIT

OTHERS

IF OTHERS,

SPECIFY

 

 

 

5.PERMANENT ACCOUNT NUMBER (PAN)

6.E-MAIL Address (for intimation regarding release of payments)

I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not effected at all for reasons of incomplete or incorrect information, I/We would not hold the Company responsible.

SIGNATURE

DATE

(AUTHORISED SIGNATORY)

Name:

OFFICIAL STAMP:

BANK CERTIFICATION:

It is certified that above mentioned beneficiary holds a bank account no……………………….with our branch and the Bank particulars mentioned above are correct.

SIGNATURE DATE

(AUTHORISED SIGNATORY)

Authorization no.: ……………………………….

Name: