NTPC

Dulanga

NTPC Limited

 

(A Govt. of India Enterprises)

 

Dulanga Coal Mining Project

 

2nd Floor, Megha Mallhar Building

 

P.O./Distt. – Sundargarh, Odisha -770 001.

 

Phone No. :06622-272049;

Fax No. : 06622-275178

Email : scdash61@gmail.com

 

Ref. No. : DLCMP/C&M/OT/CS-72/2014-15

Date : 26.11.2014

(DOMESTIC COMPETITIVE BIDDING)

 

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

Sl.

Name of Work

 

Estimate

Cost of

Sales of Tender

Bid

Completion

No.

 

 

 

(Rs.)

Bidding

documents

Submission

Period

 

 

 

 

 

 

Documents

Start Date

Closing

/ Opening

 

 

 

 

 

 

 

 

(Rs.)

 

Date

Date &

 

 

 

 

 

 

 

 

inclusive of

 

 

Time

 

 

 

 

 

 

 

 

taxes

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

EMD (Rs.)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

1

Construction of toilet blocks for

240.00

 

01.12.2014

15.12.2014

24.12.2014

2 years

&

6

 

boys & girls in the identified

Lacs

2,250.00

 

upto

at 2.30 PM

Months

(i.e.

 

schools of Balisankara Block of

 

 

 

5.00PM

/

6 months for

 

Sundargarh

and Lakhanpur

 

4,80,000.00

 

 

24.12.2014

construction

 

Block of

Jharsuguda

and

 

 

 

 

at 3.00 PM

of toilets and

 

Maintenance

thereof for

two

 

 

 

 

 

thereafter

2

 

years.

 

 

 

 

 

 

 

years

for

 

 

 

 

 

 

 

 

 

maintenance

 

 

 

 

 

 

 

 

 

of same.

 

 

QUALIFYING REQUIREMENTS for “Construction of toilet blocks for boys & girls in the identified schools of Balisankara Block of Sundargarh and Lakhanpur Block of Jharsuguda and Maintenance thereof for two years.”

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. 480.00 Lacs (Indian Rupees Four Hundred and Eighty Lacs only).

B.

Technical Criteria :

2.The bidder should have successfully executed civil maintenance work involving brick work and concrete work OR

Civil Construction work involving brick work and concrete work at any organization during the last seven(7) years as on date of bid opening in

i)Single contract of value not less than Rs. 192.00 Lacs OR

ii)Two contracts of value not less than Rs. 120.00 Lacs OR

iii)Three contracts of value not less than Rs. 96.00 Lacs.

NOTE :

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

b)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.

c)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.

d)In support of meeting QR agencies have to submit :

i)Audited balance sheet and profit & loss account of last 03 financial years-2011-2012, 2012-2013, 2013-2014

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

e)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.

NTPC

Dulanga

f)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.

GENERAL CONDITIONS :

1.0Tender documents shall be issued to intending bidders on payment of Bid document cost from the office of Deputy

General Manager (C&M), NTPC/Dulanga Coal Mining Project.

2.0 However, such issue of tender documents shall not construe that the bidders are considered qualified. Prequalification will be reviewed at the time of bid evaluation.

3.0Work 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.

(III)PAN Copy, Service Tax Registration copy, Independent Provident Fund Registration.

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

5.0Tender shall be received upto 2.30 PM and opened at 3.00 PM on scheduled Bid opening Date (i.e. 24.12.2014) in the presence of bidders of their representatives, who may like to be present NTPC takes no responsibility for delay, loss or non-receipt of documents sent by post/courier.

6.0ÏN 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.”

7.0The 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://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.

8.0Time is the essence of the contract and the agency shall ensure timely completion of 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.

9.0The successful bidder shall give preference to PAPs/Cooperative societies of PAPs of NTPC’s Dulanga Coal Mining

Projects are while deployment manpower during execution of the contract.

10.0NTPC 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.

11.0Any request/communication shall be made to Deputy General Manager(C&M) at the address given as under.

ADDRESS FOR COMMUNICATION :

Deputy General Manager (C&M)

NTPC Limited, Dulanga Coal Mining Project, 2nd Floor, Megha Mallhar Building, P.O./Distt.-Sundargarh,

Odisha – 770 001.

Tel. No.06622-272049, Fax No.: 06622-275178, Mob. No. 9437088501 Email : scdash61@gmail.com