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/CCD /14-15/40030025

Date: 20.11.2014

(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

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Construction

and

 

 

 

 

 

2 years and 6

 

Maintenance

of Toilet

 

 

 

 

 

01.

 

 

 

 

 

months (i.e. 6

Blocks

in

various

 

2565.00

 

 

 

 

 

 

 

months for

 

schools

of

 

Chalkusha,

 

 

 

 

 

 

 

 

 

 

 

 

construction of

 

Barhi,

Chouparan

and

2,02,77,471.47

 

20.11.2014

10.12.2014

20.12.2014

 

Barkatha

blocks

of

 

toilets and there

 

 

4,51,000.00

 

 

 

 

Hazaribagh

 

District

as

 

 

 

 

after 2 years for

 

part

of

 

“Swachh

 

 

 

 

 

maintenance of

 

Vidyalaya

 

Abhiyan”.

 

 

 

 

 

 

 

 

 

 

 

 

same.

 

(package-03)”.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

QUALIFYING REQUIREMENTS for Construction and Maintenance of Toilet Blocks in various schools of Chalkusha, Barhi, Chouparan and Barkatha blocks of Hazaribagh District as part of “Swachh Vidyalaya Abhiyan”. (package-03)”.

A. Financial Criteria:

1.The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of bid opening, shall not be less than Rs. 371.00 lakhs. (Indian Rupees three hundred and Seventy One lakhs only)

B. Technical Criteria:

2.The bidder should have completed/executed any civil Construction works during the last seven (07) years as on date of bid opening in

i.Single contract of value not less than Rs. 180.24Lakhs or

ii.Two contracts of value not less than Rs. 112.65 Lakhs each or

iii.Three contracts of value not less than Rs. 90.12 Lakhs each

Note:

I.In clause (1) of QR above other income shall not be considered for arriving at annual turnover.

II.In clause(2) of QR, If the qualifying work is completed during last seven (07) years as specified above, even if it has started earlier, the same will be considered as meeting the qualifying requirement.

III.The word executed as mentioned in Qualifying Requirements (QR) means that the bidder should have achieved the progress specified in QR even if total order is not completed/closed. The same shall be supported by documentary evidence issued by owner.

IV.

In support of meeting QR agencies have to submit :

a)Audited balance sheet and profit & loss account of last 03 financial years- 2011-12, 2012-13, 2013-14.

b)Order copies and completion certificates issued against relevant order in support of QR.

V.In cases 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.

VI. Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities 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.

SAILENT TECHNICAL FEATURES:

The technical specification covers the technical requirements for the supply, construction and installation of complete civil, architectural works including plumbing & sanitary works and Maintenance works. 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:-

Construction and Maintenance of Toilet Blocks:

Sl. No.

Description Item

No. Of Items

 

 

 

1

Construction of Girls/Boys Toilets

156

 

 

 

 

2

Maintenance of Toilet Blocks (for 02 years)

156

 

 

 

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 along with following documents to the Package- in-charge/Contact person as mentioned in the Bid Invitation:

i.copy of PAN card,

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

iii.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.

4.0To 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.

6.0Tender shall be received up to 3.00 PM and opened at 3.30 PM on Scheduled Bid Opening Date (i.e. 20.12.2014) 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.”

8.0The 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.

9.0Time is the essence of the contract and the agency shall ensure timely completion of the job within the stipulated time period. The period of this contract is as given below:

a)Completion period for civil construction work: Six(06) months

b)Maintenance work: Twenty four (24) months from the date of handover.

10.0The successful bidder shall give preference to PAPs/Cooperative societies of PAPs of NTPC’s Coal Mining projects area while deploying manpower during execution of the contract.

11.0Bidders may note that three similar packages for construction of toilets (NIT no. 40030025, 40030006, 40029989) are being floated under “Swachh Vidyalaya Abhiyan” at PBCMP, NTPC. The bidders may quote separately for all the three packages against the above tenders.

12.0NTPC Ltd. reserves the right to split the work at L1/ mutually agreed rate among two or more bidders as the case may be in the interest of the organization. The bidder will not have any right for enhancement of rates or any other compensation due to such split of work.

13.0In case if any particular agency emerges out to be the L1 bidder in more than one package, then NTPC may split the respective package at L1/mutually agreed rate amongst more than one bidder.

14.0Any 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: