1

NIT Number

N.I.T. No. TLCMP/C&M/OT/CS-34/2014-15

2

Source of NIT

NTPC LIMITED, TALAIPALLI COAL MINING PROJECT, Raigarh (CG)

3

Job Location

Raigarh District, (Package Dharamjaigarh-I)

4

Tender Document Sale & Close Date

From: 10.12.2014 to 24.12.2014

5

Tender Document Cost.

Rs. 1000/- (Rupees One Thousand only).

6

Bid Opening Dates (Technical bid, EMD &QR)

07.01.2015

7.

Nature of Job.

Civil Construction.


CONTRACTS & MATERIALS DEPARTMENT

NOTICE INVITING TENDER (DETAILED)

(DOMESTIC COMPETITIVE BIDDING)

N.I.T. No. TLCMP/C&M/OT/CS-34/2014-15 Date: 04.12.2014

1.0 NTPC Ltd. TALAIPALLI COAL MINING PROJECTinvites sealed bids from eligible bidders for. Civil works Package for TLCMP, situated at Raigarh, State of Chattisgarh, India, as per the Scope of Work mentioned hereinafter.

Sl.

No.

Name of Work

Estt. Cost

Work Completion Period

EMD Rs.

Cost of Bid Documents

01

“Construction of TOILET BLOCK (62 Nos.) for Boys and Girls at different Schools of Dharamjaigarh Block (Package Dharamjaigarh-I) of Raigarh District under “Swachh Vidhyalaya Abhiyan”.

Rs. 89.54 Lacs.

Six (06) Months.

Rs. 1,80,000/-

Rs. 1000.00

2.0 A complete set of Bidding Documents may be purchased by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at Korba or The bidding documents can also be downloaded from http://www.ntpctender.com on registration. In case the registered bidders who have downloaded the bidding documents require an additional manual copy of the documents then such bidders shall be required to purchase the manual copy of the bidding documents following the procedure detailed above.

3.0 (a) Small scale Industries registered with the National Small Scale Industries Corpn. shall be exempted from payment of tender cost / Earnest Money Deposit.

(b) Small scale Industries registered with NSIC/ CG-SSIDC shall be exempted from payment of security Deposit up to the monetary limit for which the unit is registered with NSIC/ CG-SSIDC.

(c) Tenderers seeking exemption should enclose self attested photocopy of Valid Registration certificate giving details such as Validity, store and Monetary limits, failing which they run the risk of their tenders being passed overas ineligible for this concession.

4.0 Bidder may request for any clarification to the bidding documents prior to the specified last date for clarification. Bidders shall be required to furnish a No Deviation Certificate (as per format enclosed) confirming full compliance to the terms, conditions and Technical Specifications of Bidding Documents and Amendment(s)/ Clarification(s) (if any) in a separate sealed envelope, failing which bids shall be rejected and returned to the bidder without being opened.

5.0 All bids shall be accompanied by a Bid Guarantee (EMD) as mentioned above. Bids not accompanied by the requisite guarantee in a separate sealed cover or bids accompanied by bid guarantee of inadequate value shall not be entertained and in such cases bids will not be opened.

6.0 QUALIFYING REQUIREMENTS FOR BIDDERS: The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfil the following Qualifying Requirements.

6.1 The bidder should have a Separate Valid P.F. Registration with Regional Provident Fund Commissioner & PAN number.

Note: The bidder to provide self attested copy of P.F. registration & PAN card along with their Technical Offer (to be kept in Envelope 1).

6.2 The bidder must have experienced of having successfully executed the work of General Civil Construction/ Civil Maintenance works at any organisation, during last seven (07) years reckoned as on the date of bid opening with either of the following:-

i) Single Order with value of each order not less that Rs.71,64,000.00 (Rupees Seventy One Lac Sixty Four Thousands only) OR,

ii) Two orders with value of each order not less than Rs.44,77,000.00 (Rupees Forty Four Lacs Seventy Seven Thousand only) OR,

iii) Three orders with value of each order not less than Rs.35,82,000.00 (Rupees Thirty Five Lacs Eighty Two Thousands only).

Note:- a) The word executed means that the bidder should have achieved the progress specified in the QR-6.2, even if total contract is not completed/ closed.

b) Bidder to submit relevant PO copies along with relevant documents towards the proof of successful execution POs like corresponding invoice copy/completion certificate from their customer/proof of payment for the PO/material receipt note issued by customer etc. All the documents need to be self attested by bidder.

c) In case the date of award is prior to seven years and the date of completion is within the seven years as on the date of bid opening, the same shall also be considered acceptable.

d) Additional Information: It is advised that the bidder to provide a list of Order copies/documents enclosed towards the proof of execution along with the Name of its Customer/Company, Year of Execution, Value and name & contact detail of the concern person of its Customer/Company. However, if any of the work executed by bidder for NTPC, the bidder needs not to enclose client certificate for the order. They have to mention the detail Order ref and name of the NTPC station/ project etc.

6.3 The Average Annual Turn-over of the bidder in the preceding three (03) financial years, as on the date of bid opening shall not be less than Rs. 1,79,08,880.00 (Rupees One Crore Seventy Nine Lacs Eight Thousand Eight Hundred and Eighty only).

Note: a) Other income shall not be considered for arriving at annual turnover.

b) In cases where audited results for the last preceding year financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

c) Copy of P&L Account (Profit & Loss Account); Balance Sheet duly certified by Chartered Accountant/Audited Annual Report, to be submitted in Envelope-1.

d) The bidder may have to produce the originals, if being sought by NTPC.

e) All the documents to be self attested by vendor also.

6.4 The vendors with whom business dealings have been banned/suspended by NTPC, need not apply since their offer will not be considered for processing further. The names of such vendors along with the names of the packages for which agencies have been banned /suspended are available at ntpctender.com.

Note: Notwithstanding anything stated above, NTPC reserves the right to assess the bidder’s capability & capacity to perform the contract.

The proposed check list for QR and certification towards the preference of packages (as per enclosed format) for consideration of award which will be a part of Tender Document and to be submitted in Envelope -1.

7.0 Bidder may note that as per provision of bidding documents, two separate envelopes (sealed/closed) with following documents in only Physical Form is required to be submitted at the address for communication mentioned in NIT prior to the deadline for bid submission:

(a) Envelope NO. 1: (i)NO DEVIATION CERTIFICATE (Bidders shall be required to furnish a No Deviation Certificate (as per format enclosed) confirming full compliance to the terms, conditions and Technical Specifications of Bidding Documents and Amendment(s)/ Clarification(s) (if any) in a separate sealed envelope, failing which bids shall be rejected and returned to the bidder without being opened.

ii) Certificate for Preference of Packages.

(b) ENVELOPE NO. 2:

(i) SHOULD CONTAIN THE EARNEST MONEY DEPOSIT AS PER OUR ADDITIONAL CONDITIONS OF EMD ENCLOSED.

(ii) LETTER OF UNDERTAKING ON NON-JUDICIAL STAMP PAPER WORTH Rs.50/- PURCHASED IN THE PARTY’S NAME AS PER ENCLOSED FORMAT OF NTPC.

(iii) SHOULD CONTAIN AN UNDERTAKING THAT YOU WILL COMPLY ESI RULES AND FURNISH ESI CODE/SUB CODE FROM RAIPUR IN THE EVENT OF BECOMING L1 BEFORE AWARD OF CONTRACT.

(iv) QUALIFYING REQUIREMENT DATA DETAILS (as per enclosed format).

(v) ALL TECHNICAL CREDENTIALS AND ALL OTHER DOCUMENTS ISSUED WITH THIS TENDER. ALL THE DOCUMENTS TO FULFILL NIT QR ALONGWITH LIST (SEE NIT DETAILS).

(c) ENVELOPE NO. 3:

PRICE BID: BIDDER SHALL HAVE TO SUBMIT PRICE BID SEPARATELY. HOWEVER PRICE BID OF ONLY SUCCESSFUL BIDDER (W.R.T. QR AND TECHNICALLY) SHALL BE OPENED ON LATER DATE WITH PRIOR INTIMATION.

(d) The credentials of the parties shall be examined by NTPC with reference to QR Check list and the price bid of only successful bidders shall be opened on later date with prior intimation, who fulfill QR criteria i.e. who submits EMD, LOU, ESI undertaking and Qualifying Requirement as per Data details. All Technical Credentials and all other Documents issued with this Tender.

8.0 Submission of Bids under joint venture route is not permitted for this tender.

9.0 NTPC reserve the right to accept or reject late/delayed tenders and also to reject any or all tenders without assigning any reason thereof.

10.0 Notwithstanding anything stated above, the Employer reserves the right to undertake a physical assessment of the capacity and capabilities including financial capacity and capability of the Bidder/ his Collaborator(s) / Associate(s) / Subsidiary(ies) / Group Company(ies) to perform the Contract, should the circumstances warrant such assessment in the overall interest of the Employer.

The physical assessment shall include but not be limited to the assessment of the office/facilities/banker’s/ reference works by the Employer. A negative determination of such assessment of capacity and capability may result in the rejection of bid.

11.0A complete set of Bidding Documents may be purchased by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at Korba (IFSC Code: SBIN0006168) or The bidding documents can also be downloaded from http://www.ntpctender.com on registration.

12.0Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified. Bids Envelope shall be submitted in tender box placed at the address given below in the presence of bidder’s representatives who choose to attend the bid opening”.

13.0Other terms and conditions will be indicated in the tender documents.

ADDRESS FOR COMMUNICATION: ADDITIONAL GENERAL MANAGER, (C&M):

NTPC LIMITED,

Talaipalli Coal Mining Project,

Lailunga Road, Gharghoda, Distt. Raigarh (CG) Pin - 496111

Contact No.; 07767 - 259241, Fax: 07767 - 259304.

E-mail: dsarkhel@ntpc.co.in, ii) kbsomkuwar@ntpc.co.in