NTPC Limited

(A Government of India Enterprise)

TVHPP

NOTICE INVITING TENDER (NIT)

FOR

Annual Maintenance Contract of 33/11KV Construction Power Network at TVHPP.

(Domestic Competitive Bidding)

NIT No: 40035138

Date:27.02.2015

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

NIT No.

40035138

NIT Date

27.02.2015

Document Sale Commencement Date & Time

27.02.2015 17:43:23

Document Sale Close Date & Time

20.03.2015 23:59:00

Source of IFB/NIT

TVHPP

Contract Classification

Services

Last Date and Time for Bid submission

30.03.2015 23:59:00

Technical Opening Date & Time

10.04.2015 11:30:00

Bid Opening Date & Time

30.04.2015 11:30:00

Cost of Bidding Documents in INR

1,024.00

EMD in INR

46000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

23.03.2015

3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0 A complete set of Bidding Documents may be downloaded 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 Not Given. or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0Brief Scope of Work & other specific detail

Brief Scope of Work & other specific detail for #AMC OF 33/11KV NETWORK FOR CONSTRUCTION POWER# IS AS FOLLOWS:

A - PREVENTIVE MAINTENANCE WORK: - MAN POWER DEPLOYMENT :

1 - Scope of work will include deployment of one (01) supervisor Diploma in Electrical Engg. /ITI with 5 year Experience in Electrical work for supervision of all the work involved in 33/11KV Network for construction power.

2- 03 Nos line man having sufficient knowledge of electrical system. Minimum qualification shall be as follows :-.

ITI Certificate in Wiremen or Electrician/12 passed with 3 year Experience in electrical work / 10 thpass with 5 year Experience in electrical work .

Preventive maintenance of line: Scope of work will cover #

1- Patrolling of 33KV feeder-A, feeder-B,as above in every month periodically.

2- Cutting of tree branches periodically or as and when required after taking shut down properly.

3 - Preventive maintenance of overhead lines, such as checking of bindings, rejumpering, guarding &tightening of stay etc.

4- Earthing of poles of 33KV overhead lines complete with 25mm earth electrode & 8 SWG GI wire whenever required as per instruction of EIC.

5-Erection of Danger Plate/Name Plate wherever required as per instruction of EIC.

B -BREAKDOWN MAINTENANCE WORK: Different types of break down maintenance work have to be carried out as per site requirement or as per instruction of E-I-C. An extra manpower shall be hired based upon the volume of work as per decision of EIC. Scope of following BOQ shall be as follows: ---

1 -Attending breakdown of lines i.e. changing of insulators, conductors, replacement of poles etc after taking shut down of line. 2-Dismantling of 33 KV line: -- It includes dismantling of conductor, insulators, channels, poles & stay set etc., and shifting all these materials to the store as per EIC wherever required as per instruction of EIC.

3 -Erection of poles: -- It includes shifting of poles from store to site, pit digging, Casting of foundation and erection of poles, & fixing of channels on pole etc.Supply of grouting material like cement, sand, gravels etc. shall be in scope of contractor.

4-Erection of galvanized stay set for 33KV overhead lines complete with 19/20 mm diaX1.8 mtrs long stay rod ,anchor plate of size 45cmX45 cmX7.5mm thick, thimble ,stay clamp, turn buckle (20mmX600mm),7/4 mm dia GI stay wire and 33KV strain insulator etc in cement concrete 1:3:6 (1 cement:3 coarse sand:6 graded stone aggregate 40mm nominal size) foundation including excavation and refilling etc as required.

5- Erection of 33KV line:--It includes 33KV line stringing, erection of disc/pin insulator & jumphering etc. 6- Operation of GO switches, replacement/rectification of GO switches & DO fuse etc.

7- Shifting of materials from substation to working locations & back whenever required as per Instruction of EIC/his representative.

8 -Coordination with 66/33KV Sub Station of Power House for taking shut down of 33KV line for attending preventive/breakdown maintenance.

9- Proper discharge of line followed by earthing of line locally before starting any breakdown maintenance of line will be ensured by supervisor/lineman.

C - Miscellaneous Work: - Agency has to provide extra man power time to time as per site requirement as per BOQ for Miscellaneous Work in case of any emergency/contingent type of work. With in 24 hours of intimation by the EIC.

6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0Qualifying Requirements for Bidders:

Date of opening of price bid shall be communicated only to the bidders, who are found qualified at a later date.

PART

Envelope Mode

Superscription on envelop

A

Envelope A Offline

EMD +Letter of undertaking+

No-deviation Certificate* It shall be submitted in separate envelope in tender Box containing

1.Requisite EMD in valid form

2.LETTER OF UNDERTAKING (as per ANNEXURE-C, PAGE-10) on the Non-Judicial Stamp paper of Rs. 10/-

3.Duly filled , signed and Stamped # No Deviation Statement#

B Online Technical Bid* It shall be submitted online in C folder of SRM.

# Total credential to fulfill all the criteria as mentioned in qualifying requirements below C Online Price Bid The price bid / rate part shall be submitted online in SRM

* Name of Work and NIT No are also to be super scribed Followings may kindly be noted that:-

-Offers shall be submitted online only. No financial terms including discount/premium to be quoted off-line or in c-folder.

-No deviation ,whatsoever, is permitted by NTPC, as preparation of price bids, its opening and comparative evaluations are done online

Hence, the quoted amounts as per the system shall only be considered for evaluation any documents/ conditions found offline shall be treated invalid and shall not be considered for evaluation

3. Bidder can view/download the complete set of Bid documents as per the following procedure: Login / password status Type of Vendor Required documents for viewing our tender documents A Vendors already having SRM Vendor code and Password Refer Clause No. 4 below.

B Vendors already having SAP vendor code but does not have SRM Login ID and Password The agency has to furnish dully filled, signed and stamped Annexure-II (format attached).

It shall be submitted up to 10.03.2015 at 4:00 pm at the address given below at Cl 10.

After obtaining SRM login ID and password , the agency shall follow as per login password status #A# above. .

C New Vendor neither having any vendor code in SAP nor any SRM Login ID and Password The agency has to furnish the followings duly filled, signed and stamped

a) Duly filled Annexure-I (format attached)

b) Partnership deed/affidavit for proprietorship/certificate of incorporation. c) PAN Card scanned/Photo Copy (self attested)(Mandatory)

d) Copy of PF Documents(self attested)(Mandatory) e) Service Tax Registration(self attested)(Mandatory)

f) Copy of "A" Class Electrical License(self attested)((Mandatory)

All these documents shall be submitted up to 10.03.2015 at 4:00 pm at the address given below at Cl 10.

After obtaining SRM login ID and password , the agency shall follow as per login password status #A# above. .

Note: Digital certificate (Class-III category is required) is a must for vendors to participate in e-tender. For further details please visit #Guidelines to Bidders# in SRM Login screen.

4. Mode of payment for purchase of tender documents: a) On-line:

Bidders can view/download the tender documents after logging in our e-tender site: i) By clicking on #e-tender# in home page of www.ntpctender.com

ii) In the Internet browser directly type the URL https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart

After logging to our e-tender site as mentioned above, the bidder shall pay the requisite tender fee through payment gateway by clicking #pay tender fee# as mentioned in the #Bidder#s Manual# and also in Guidelines to Bidders# which are available on the SRM Login screen.

In case of any difficulty, please contact help desk no. 0120-2952319

5. Bid Security (EMD): Bidder has to submit earnest money deposit (EMD) of requisite value in a separate envelope offline super scribing #EMD Envelope# containing (Requisite EMD in valid form ,#LETTER OF UNDERTAKING# and # No Deviation Statement#) as detailed above , the same must reach to the office at the address mentioned below before the bid submission deadline as mentioned in the e-tender of our SRM system.

i) #EMD Envelope# should contain the EMD of requisite value, strictly in valid form as mentioned below at Sl.No. iii) a)/b) as per applicability or valid supporting document in support of seeking exemption of EMD as iii) c).

ii) If Bid security (EMD), in original, of any agency is not received in a sealed envelope, their bid shall not be opened. If the EMD amount submitted by any agency is less than the stipulated EMD amount their offer shall be rejected.

iii) EMD may be furnished in any of the following forms.

a) For EMD amount of any value : Pay order / demand draft / Bankers cheque in favor of NTPC Limited, from any of the list of Nationalized or Scheduled Bank enclosed at ANNEX- III, payable at Joshimath, chamoli at Uttarakhand.

b) Unconditional and irrevocable Bank Guarantee from a nationalized bank/ scheduled bank . the bid security shall remain valid for a period of 45 days beyond the bid original bid validity period (180 days) or beyond any extension in the period of bid security . The Bank Guarantee verification check list duly filled in as per format attached as has to be submitted in this regard. Bidder shall ensure that all the points of check list are replied in #Yes#.

c) Small Scale Industries registered with the National Small Scale Industries Corporation (NSIC) under single point registration scheme and SSI units registered with MPSSIDC for the said item/ services shall be exempted from payment of Tender Fee and EMD. Exemptions of EMD and other benefits to MICRO AND SMALL ENTERPRISES (MSEs) shall be governed as per enclosed ANNEX-IV.. Bidders seeking exemption should enclose a self certified legible copy of valid registration certificate giving details

such as items/ services for which registered, validity, monetary limit etc. along with their request of Tender Document. If the validity of the certificate has expired or the stores items are not matching with the tendered items such requests run the risk of their request being passed over as disqualified for this concession/exemption. In case of any doubt on eligibility of such exemption/ concession bidder may get clarification from NTPC Official before submission of their bid.

d)The bid security of all the unsuccessful bidders will be returned as promptly as possible as per terms of bidding documents.

e)No interest shall be payable by NTPC on the Bid Security.

f)Any Bid not accompanied by a Bid Security (EMD) , Letter of undertaking and NO DEVIATION CERTIFICATE in a separate sealed envelope, may be rejected on-line by the owner as being non-responsive and the technical bid envelop shall be returned to the bidder without being opened.

6. No Deviation Certificate: Duly filled signed and stamped #NO DEVIATION STATEMENT# shall be submitted as stated in point f ) and also note PART-A of Sl No 2 above .

7. Clarification on Bidding documents: Bidder may seek clarification through e-mail or in hard copy (offline) upto the time specified as mentioned in the bidding document. The queries will be answered by NTPC and posted in the c-folder. The bidders can view all queries and all answers once they are posted in the c-folder.

8. Qualifying Requirements:

8.1 The average annual turnover of the bidder in the preceding three (03) financial years as on the date of bid opening should not be less than INR 11,42,923.

8.2 The bidder should have, in the last seven years, ending as on the Date of bid opening, completed works in any of the following manner;

a. Single order of value of at least INR 18.28 lakhs OR

b.Two orders each of value of at least INR. 11.42 lakhs OR

c. Three orders each of value of at least INR 9.14 lakhs REMARKS:

# The similar work would mean #Maintenance contract of 33/11KV Network of Construction Power#.

# Bid opening date refers to the first scheduled technical bid opening date. However the Price part must be quoted in SRM

b)The bids shall be received upto 11:00 Hrs. on date of Technical Bid Opening (PART-A) and (PART B & PRICE IN SRM) , PART A shall be opened at 11.30 Hrs. on the same date as stipulated above in the presence of bidder, who wish to be present.

c)In case, the date of Bid opening coincides with HOLIDAY, the shifted to next working day at the same time.

d)In the evaluation and comparison of bids, NTPC Limited reserves the right to allow purchase preference to Central Public Sector Enterprises (CPSEs) and Joint ventures with CPSEs as admissible under the existing policy of the Govt. of India.

e)All credentials pertaining to this NIT must be before the date of Bid Opening as mentioned in the NIT.

f)For any postal/communication delay, NTPC Limited will not be held responsible.

g)Details of the work to be executed and terms & conditions of the tender are stipulated in the tender documents.

h)Notwithstanding anything stated above, NTPC reserves the right to assess bidder#s capability & capacity to perform the contract, should the circumstances warrant such assessment in overall interests of the Owner.

i)NTPC reserves the right to issue, reject any or all bids or cancel/withdraw the invitation for bids without assigning any reason whatsoever thereof and in such case no bidder/intending bidder shall have claim arising out of such action.

j)Tender document is not transferable.

k)Package Coordinators of NTPC TVHPP :

i. Sh D. S. Rawat, AGM(C&M)

Mobile No.-7534813914; Email-dsrawat@ntpc.co.in ii. Sh A.K.Dubey, DGM(C&M)

Mobile No.: 9450963067 , email id : akdubey03@ntpc.co.in iii. Sh Jitendra Meel, Asst. Manager (C&M)

Mobile No.: 7534813916, email id : jitendrameel@ntpc.co.in 10. Address for Communication:

AGM(C&M)

NTPC TVHPP

TAPOVAN VISHNUGAD HYDRO POWER PROJECT NEAR ZERO BEND, BADRINATH ROAD PO.JOSHIMATH, DIST. CHAMOLI(UK) 246443. Phone/fax : 01389-221913, 221193

Annexure-I

REQUEST FOR LOGIN ID ON NTPC e-TENDER

If you are not a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill the following.

Form-A:

For New Vender (Prospective)

Name : _________________________________________________________

Address : _________________________________________________________

_________________________________________________________

_________________________________________________________

State : ________________________ City : _____________________

Country : ________________________ Pin: _____________________

Telephone No. : ________________________ Extn.: _____________________

Fax No. : ______________________________

Email ID : _________________________________________________________

Your Company#s Bank Name : __________________________________________________

Account No. : ___________________________________________

Branch : ___________________________________________

Address : _____________________________________________________

_____________________________________________________

PAN Number : ______________________________________________________

CST Number : ______________________________________________________

Excise Regn. Number: _____________________________________________________

SSI No. : _______________________________________________________

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 : ________________________

Note: Please download print and fill this form. Submit it to the Package Incharge/Contact Person as mentioned in the Bid invitation along with the DD of required amount.

DD should be in favor of #NTPC Limited# payable at the ordering location mentioned the Bid invitation.

Annexure-II

REQUEST FOR LOGIN ID ON NTPC e-TENDER

If you are already a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill the following. Form-B:

For Existing Venders

Existing Vender Code with NTPC : ______________________________ Pre ERP Post ERP

Telephone No. : ________________________ Extn.: _____________________

Email ID : _________________________________________________________

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 : ________________________

Address and other details (Only in case of change):

Name : _________________________________________________________

Address : _________________________________________________________

_________________________________________________________

_________________________________________________________

State : ________________________ City : _____________________

Country : ________________________ Pin: _____________________

Telephone No. : ________________________ Extn.: _____________________

Fax No. : ______________________________

Email ID : _________________________________________________________

Your Company#s Bank Name : __________________________________________________

Account No. : _____________________________________________________

Branch : _____________________________________________________

Address : _____________________________________________________

_____________________________________________________

Note: Please tick the approximate box in front of vendor code to indicate whether the vendor code given is Pre-ERP or Post-ERP.Tender fee payment can be given through DD or Payment Gateway. In case the Option of DD is opted should be in favor of #NTPC Limited# payable at ordering location mentioned in the Bid invitation.

Request for login may be sent through E-mail or manually sent to Package in charge/control person as mention in the Bid Invitation.

Annexure # A2(INB)

NO DEVIATION CERTIFICATE NAME OF PACKAGE& PROJECT:

AUGMENTATION OF PLANT DRAINAGE OF STAGE #IV AT NTPC VINDHYACHAL BIDDING DOCUMENT NO : 40033954 (NIT NO 4415-446-3551 Dt 05.02.2015)

Bidders Name and Address

M/s To, AGM (C&M-CS) NTPC Vindhyachal

Dear sir ,

1.0 With reference to our Bid proposal No .-** - Dt# for #ABOVE PACKAGE& PROJECT# bid document no stated as above We here by confirm that we comply with all terms . conditions and specification of the bidding Documents read in conjunction with Amendment (s) /Clarifications(s)/Addenda/ Errata (if any) issued by the Employer prior to opening of Techno # Commercial Bids and the same has been taken into consideration while making our Techno- Commercial Bids & Price Bid and we declare that we have not taken any deviation in this regard.

2.0 We further confirm that any deviation, variation or additional condition etc, or any mention contrary to Bidding Documents and its Amendment (s)/ clarification(s)/ Addenda/ Errata (if any) as mentioned at 1.0 above found anywhere in our Techno- commercial Bid and/ or Price Bid, implicit or explicit, shall stand unconditionally with drawn, without any cost implication whatsoever to Employer failing with the bid security shall be forfeited.

Date-16/04/201 (Signature)____________________

Place : vindhyanagar (Name )____________________

(Designation )____________________

(Common Seal )____________________

** Agency#s forwarding letter ref No and date , if any, may be entered

Note :. This NO DEVIATION FORMAT must be submitted duly Filled, Signed and Stamped along with BID

Annexure # III

LIST OF NATIONALISED BANKS

1.STATE BANK OF INDIA

2.PUNJAB NATIONAL BANK

3.ALLAHABAD BANK

4.BANK OF BARODA

5.CANARA BANK

6.PUNJAB AND SIND BANK

7.INDIAN OVERSEAS BANK

Annexure # IV

BENEFITS TO MICRO AND SMALL ENTERPRISES (MSEs)

1- EXEMPTION FROM PAYING TENDER FEES & EARNEST MONEY DEPOSIT:

MICRO AND SMALL ENTERPRISES (MSEs) registered with District Industries centres or Khadi and village industries commission or khadi and village industries Board or Coir Board or National small Industries Corporation or Directorate of handicraft and handloom or any other body specified by ministry of micro, small and medium enterprises as MSMED Act2006 ,for goods produced and services rendered, shall be issued the bidding document free of cost and shall be exempted from paying earnest money

Deposit.

2- PRICE PREFERENCE:

Further, in tender, participating MSEs quoting price within price band of L1 +15 percent shall also be allowed to supply a portion of requirement by bringing down their prices to L1 price in a situation where L1 price is from someone other than a Micro and small enterprises and such Micro and small enterprises shall be allowed to supply upto 20 percent of total tendered value. In case of more than ONE such MSES, the supply will be shared proportionately (to tendered quantity).However, for procurement of services or supplies where splitting of quantity is not possible, the award shall be given to L1 bidder only.

NOTE:

The benefit as above to MSEs shall be available only for goods/services produced and provided by MSEs for which they are registered.

MSEs seeking exemption and benefits should enclose a attested /self certified copy of valid registration certificate, giving details such as validity, stores/services etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

10.0 Address for Communication

To,

AGM (CONTRACTS & MATERIALS) NTPC TVHPP

RAVIGRAM OFFICE

NEAR ZERO BEND JOSHIMATH DIST-CHAMOLI UTTARAKHAND-246443

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in