Mandatory Information

Project Name

Indira Gandhi Super Thermal Power Project Jharli, Jhajjar.

NIT No

IGSTPP/C&M/CS/NIT-34

Date of NIT Issue

06/01/2015

Package No.

CRN-1755

Short Description of NIT

“Annual Rate Contract for maintenance of hoist Stage-I” at IGSTPP – Jharli.

Document Sale start/Sale close Date

07.01.2015 / 28.01.2015

Source of NIT

Domestic Competitive Bidding (DCB)

Contract Classification

Works Contract

Bid opening Date (Technical)

19/02/2015

Package In charge’s mail ID

rkdarbari@ntpc.co.in

Alternative Coordinator’s mail ID

debjitkar@ntpc.co.in

APCPL invites sealed bids for its INDIRA GANDHI SUPER THERMAL POWER PROJECT (IGSTPP), JHAJJAR from reputed contractors/agencies who fulfill the Qualifying Requirements stipulated below, for the following Package:

Table - A

Sl.

No.

Description

Package No.

Est. Value

(Rs in lakhs)

Cost of Bid Document

EMD

(in Rupees)

Bid Opening Date

(Technical bid only)

Completion Period

01

“Annual Rate Contract for maintenance of hoist Stage-I ” at IGSTPP – Jharli.

CRN-1755

Rs.13.80 lakhs

Rs.1,275.00

19/02/15

One Year

Rs.31,000.00

NOTE: I. The bid documents shall be on sale from 07/01/2015 to 28/01/2015 and shall be received upto 14.30Hrs. on 19/02/2015 and shall be opened on same day at 3.00 PM

II. Cost of Tender documents shall be in the form DD payable at Jharli / Bahadurgarh, in favour of “APCPL”

PART- I: QUALIFYING REQUIRMENT

1. The bidder should have experience of ‘Maintenance of electrically operated lifting machines / hoists’ in any NTPC / PSUs / State Electricity Boards /Govt. industries/ reputed private industries; as whole or part of contract.

2. The bidder should have executed / completed ‘Annual Maintenance Contracts of Mechanical maintenance jobs’ in any NTPC / PSUs / State Electricity Boards / Govt. industries / Reputed private industries; during last seven (7) years ending last day of the month previous to the one in which application are invited of value;

(i) One contract of value not less than Rs. 12.27 Lakhs. OR

(ii) Two contracts of value not less than Rs 7.67 Lakhs each. OR

(iii) Three contracts of value not less than Rs 6.13 Lakhs each.

3. The average annual financial turnover of the bidder in three (3) preceding financial years, as on the date of bid opening shall not be less than Rs 15.34 Lakhs.

4. The bidder should have valid Provident Fund code registration number of their establishment with the regional Provident Fund Commissioner (RPFC) and PAN.

Note:

(i) Word executed means the bidder should have achieved the progress specified in the QR even if the total contract is not completed /closed and the same shall be supported by the documentary evidence.

(ii) Other income will not be considered in evaluation of turnover.

(iii) In cases where audited results for the last preceding financial year, is not available, certificate of financial statement from a practicing Chartered Accountant shall also be acceptable.

PART-II : GENERAL REQUIREMENTS:

1.0 The bidder should have valid PAN, Service Tax registration, PF Registration. It may be clearly noted that first payment shall be released only after submission of these documents.

2.0 Bid documents can be obtained from the address given at Sl No 24 on any working day between 9.00 hrs. to 18.00 hrs. during the bid document sale period. A request on bidder’s own letter head along with cost of bid document (Non-refundable) in the form of DD in the favor of “APCPL” payable at “Bahadurgarh/Jharli” is to be submitted for obtaining the bid documents. Offers are to be submitted in two parts latest by 14-30 hrs. of bid opening dates as indicated in Table - A.

3.0 The bids shall be received up to 2.30 P.M. on due date of bid-opening in the office of AGM (C&M) APCPL, JHARLI and shall be opened at 3.00 P.M. on the dates as stipulated above in the presence of those bidders who wish to be present. If the date of opening happens to be a closed holiday, bids shall be received till next working day up to 2.30 PM and opened on the next working day.

4.0 Request for Tender Documents received after the last date of sale of tender documents, due to delay on account of postal/courier service or without requisite amount of tender fee shall not be entertained.

5.0 Detailed specifications of jobs including scope of work and all terms and conditions of NIT are given in tender documents.

6.0 The bidding documents shall be issued to all bidders upon their depositing the requisite cost of bidding documents along with request letter without prima-facie examination of qualification status the qualification status shall be examined by the tender committee only during the process of evaluation. However, such issue of tender documents will not automatically mean that bidders are considered qualified.

7.0 For fulfilling the Qualifying Requirements, intending bidder shall be required to submit the following documents along with their technical bid.

a) EMD & LOU (Letter of Undertaking) in prescribed forms.

b) IT returns filed/Annual Report (Balance Sheet and Profit & Loss Account) of last three financial years/any other documents showing Turnover.

c) Copies of Work Orders/ Award Letters covering awarded value, detailed scope of work/terms & conditions/ bill of Quantities along with proof of execution/completion certificate as per above Qualifying Requirement. The bidder shall provide the reference list with contact address.

d) Firm’s documents like Memorandum & Articles of association/ Partnership/ Proprietorship Deed/Certificate of Incorporation etc., with latest changes if any.

e) Income Tax Permanent Account Number (PAN), Sales tax/Service Tax Registration Numbers.

8.0 TENDER SUBMISSION:

8.1 Tender will be submitted in 'THREE' separate sealed envelopes as below: All the three ((3) envelopes should be numbered clearly and super scribed with our NIT number, date, Bid opening Date and bidder’s name and address. All three envelopes may be enclosed within a single envelope; however bidder should mention the related details on this envelope.

Envelope -I shall contain EMD (Earnest Money Deposit / Bid Guarantee) and letter ofundertaking.

Envelope- II shall consist of QR (Qualifying Requirements) documents, Technical offer, If PAN, Service Tax registrations are already available, same may be enclosed along with.

Envelope-III shall consist of Price Bid including commercial deviation, if any.

8.2 Above three envelopes enclosed in the one envelop clearly super scribing NIT details and contents inside the envelope (Envelope-I, Envelope-II & Envelope-III) details shall be submitted by the bidder up to 14.30 hours on schedule date indicated in Table-A.

9.0 TENDER OPENING

9.1 First Part of Opening:

A) Envelope-I (EMD) and Letter of Undertaking (LOU) will be opened at 15.00 hours on the day set for submission of tenders.

B) Envelope-II (QR documents / Technical offer) shall be opened on the same day only of the bidders whose EMD and Letter of Undertaking (LOU) are found in order.

Note:

(i) All the supporting documents should be certified / attested by the bidder.

(ii) In case the bidder fails to submit the documents in support of meeting the qualifying requirements (QR), the offer shall be liable for rejection. Offer of the bidder not fulfilling the QR shall be rejected and their commercial bid shall be returned.

9.2 Second Part of Opening:

Envelope-III: -The commercial bids of only those parties shall be opened who meets Qualifying requirements and specifications. It shall be opened on a fixed date which will be intimated separately to only those parties who qualify in line with the qualifying requirements & specifications.

10.0 Tenders shall be opened in presence of bidder/s, who may wish to be present.

11.0 APCPL takes no responsibility for delay, loss or non-receipt of tender documents sent by post/courier.

12.0. APCPL reserves the right to assess the capability and capacity of the bidders. Intending parties are advised to visit the APCPL/IGSTPP site to familiarize themselves with nature and quantum of work and site conditions.

13.0. The bidders meeting the qualifying requirements (Technically qualified) may be considered for registration/ Enlistment for similar requirements in future for a period of three years.

14.0 Tender papers are not transferable.

15.0 The work executed means that the bidder should have achieved the progress specified in the Q.R. even if the total contract is not completed / closed. The same shall be supported by documentary evidence issued by the owner.

16.0 The bidder should either be a company Registered under the Companies Act 1956 or a partnership / proprietorship firm.

17.0 Bid not accompanied with requisite bid guarantee in a separate sealed envelope or bids accompanied by bid guarantee of inadequate value shall not be entertained. In such cases bids shall be returned to the bidders without being opened.

18.0 If the bid guarantee is in the form of Bank guarantee (BG), the bank should be from the list of banks whose bank guarantee is acceptable to APCPL and should be checked WHETHER THE STAMP PAPER FOR THE BANK GUARANTEE IS PURCHASED IN THE NAME OF THE BID GUARANTEE ISSUING BANK AND THE BANK GUARANTEE SHOULD BE SUBMITTED IN SPECIFIED FORMAT ONLY ALONG WITH BANK GUARANTEE VERIFICATION CHECK LIST. The Bank Guarantee verification check list should have been filled, signed and stamped by the bidder. The format of Bank Guarantee & Bank Guarantee verification check list is available with tender documents.

19.0 APCPL reserves the right to extend the date for submission & opening of bids without assigning any reason thereof at its sole discretion.

20.0 Issuance of tender documents does not automatically mean that the bidders are considered qualified. APCPL shall evaluate the qualifying requirements of each bidder as per NIT after opening of Technical Bid and the bids of the bidder who is not meeting the qualifying requirements shall not be opened and the price bid shall be returned to the bidder without being opened.

21.0 Not withstanding anything stated above, the owner reserves the right to assess the bidder`s capability and capacity to perform the contract, should the circumstances warrant such assessment in the overall interest of APCPL Ltd and decision of APCPL in this regard shall be final.

22.0. APCPL reserves the right to accept or reject any or all tenders without assigning any reasons thereof. In such Circumstances, EMD only shall be returned without any additional financial liability to APCPL If the last date of receiving application and date of bid opening coincides with a holiday, the date will be shifted to the next working day.

23.0. Small Scale Industries registered with NSIC/SSIDC (Registered in Haryana) shall be exempted from payment of cost of tender documents and Earnest Money Deposit (EMD) subject to submission of copy of valid registration giving details, monetary limits.

Any bid not accompanied by an acceptable bid security and Letter of Undertaking (LOU) in a separate sealed envelope may be rejected by the APCPL as being non-responsive and returned to the bidders without being opened.

24.0 Address for Correspondence:

Additional General Manager(C&M)

INDIRA GANDHI SUPER THERMAL POWER PROJECT

ARAVALI POWER COMPANY PRIVATE LIMITED

P.O. - Jharli, Dist. - Jhajjar

HARYANA 124141

PHONE NO: 01251-266223/266211

FAX NO: 01251-266202/266266

Email: debjitkar@ntpc.co.in ,rkdarbari@ntpc.co.in