WEB NIT Annexure-D
INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
APCPL invites sealed bids for its INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR from
Reputed contractors/agencies who fulfill the Qualifying Requirements for under mentioned packages.
NIT no |
Name of Work |
Estimated Cost ( in Lacs) |
Cost of Bid documents Earnest Money |
Date & Time for submission of Bid & opening of Tech Bid |
Completion Period |
Bid Opening Date |
Supply Items |
||||||
1410I00616 |
Ferric Alumino Grade - II |
12.06 |
1275.00 27,000.00 |
2:30 pm 03.08.2015 3:00 pm 03.08.2015 |
12 months |
03/08/15 |
NOTE : - 1. Start date of sale of tender documents : 30.06.2015
Closing date of sale of tender documents : 24.07.2015
2. The cost of Tender documents mentioned against each package may be submitted in the form of DD / Pay
Order/Bankers cheque payable at Jharli/Jhajjar/Bahadurgarh in favour of APCPL.
3. For detailed NIT, Qualifying Requirements etc., please visit at
www.ntpctender.com or www .ntpc.co.in
Or may contact
AGM(C&M)
Indira Gandhi Super Thermal Power Project Jharli.
P.O. Jharli, Dist. Jhajjar (Haryana) Pin 124141
Tel : 01251-266225/266236 Fax: 01251-266266/266202
email :-vkgarg01@ntpc.co.in /anujaron@ntpc.co.in,hiteshgupta@ntpc.co.in
A. QUALIFYING REQUIREMENT FOR SUPPLY OF Ferric Alumino ( Sr 1 of Press Advertisement)
1. The bidder should be a Manufacturer/authorized dealer of a Manufacturer of “Ferric Alumino Grade – II” . In case of Bidder being an authorized dealer , Certificate from the manufacturer must be submitted.
2. The bidder should have supplied & executed the purchase order of “Ferric alumino Grade- II” during last seven ( 07 ) years ending last day of the month previous to the date of issue of NIT, Either of the following :- :-
i) One P.O. , costing not less than Rs 10.72 Lacs each.
OR
ii) Two P.O.s , costing not less than Rs 6.70 Lacs each
OR
iii) Three P.O.s , costing not less than Rs 5.36 Lacs each.
3. The average annual turnover of the bidder in preceding three ( 03 ) financial years as on date of NIT shall not be less than Rs 13.40 Lacs (based on Completion period of 12 months)
NOTE : 1. The word supplied & executed means that the bidder should have achieved the progress specified in the QR even if total purchase order is not completed
2. Other income will not be considered for arriving at the annual turnover indicated above..
3. In case audited results for the last preceding financial year is not available, certified financial statement from a practicing Chartered Accountant shall also be acceptable.
DETAILS OF VARIOUS TERMS OF QUALIFYING REQUIRENTS
The bidder shall have to necessarily submit the documents in support of meeting the qualifying requirements as mentioned above along with their offer in a separate envelope, which inter alia shall include the following:-
1) Documentary evidence as proof of being Manufacturer/Authorized Dealer of a Manufacturer having its own manufacturing facilities in India & in case of bidder being an Authorized Dealer Certificate from the manufacturer must be submitted.
Vendor should submit Certificate of incorporation/NSIC Certificate etc or any other document establishing that they are the manufacturer/ Authorized Dealer of Ferric Alumino Grade-II as the case may be in support of P.O. & documents related to completion alongwith copies of P.O. QR no.: 1.
2) Documentary evidence in support of meeting the qualifying requirements stipulated above which inter alia should include experience of execution of contract in support of QR no.: 2(a), (b) & (c) as the case may be above with self certified and stamped copies of purchase orders and proof of execution of corresponding P.O. like Challan / Invoices.
3) Balance sheets for the stated period in support of QR no.:3.
Other income shall not be considered for arriving at annual turnover.
In case 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.
B. Following documents shall also be submitted along with offer
1) Copy of valid PAN Card.
2) Independent ST / TIN Registration No. with any State / CST No.
3) Copy of Service Tax registration.
4) Partnership Deed / affidavit for Proprietorship / Memorandum & Article of Association, including changes in the Constitution of the Firm, if any, for the last three years (copy of certification with appropriate authority must be submitted).
Notwithstanding anything stated above, APCPL reserves the right to assess the bidder’s capabilities and capacity of the Bidder / his collaboration / subsidiaries / group companies to perform the contract, should the circumstances warrant such assessment in the overall interest of APCPL and the decision of APCPL in this regard shall be final and binding.
C. GENERAL CONDITIONS
1) Bid documents can be obtained from the address given below on all working days between 10:00 AM to 5:00 PM (Sunday & holidays closed) during the Bid documents sale period indicated above by submitting a request on Bidders own letter head clearly stating Tender no. & Description accompanied with the following:-
a. Cost of Bid documents (Non-Refundable) in the form of a crossed account payee Bank Draft drawn in favour of “APCPL” Payable at Bahadurgarh / Jharli/ Jhajjar. No other mode of payment is acceptable.
2) Bid Documents will be issued to all the Bidders on receipt of request along with the cost of Bid documents stipulated above in this Notice Inviting Tender.
3) All bids must be accompanied by an Earnest Money Deposit of Rs 27,000.00 (Rs. Twenty Seven Thousand only), in the form as stipulated in the tender document.
Bids not accompanied by the requisite EARNEST MONEY DEPOSIT or bids accompanied by EMD of inadequate value shall not be entertained and in such cases, bids shall be returned to the bidder.
SME vendors having valid Micro and Small Enterprise Certificate shall be exempted from payment of Tender Fee and Earnest Money Deposit. Tenderer s seeking exemption should enclose a photocopy of valid registration certificate preferably attested by Gazetted Officer / Magistrate 1ST class, giving details such as validity, stores and monetary limits, failing which they run the risk of their tenders being passed over as ineligible for this concession. (Please refer Annex-E for benefits to MSME Vendors)
4) Sealed tenders signed in all pages should be submitted in two parts Part-A & Part-B as detailed below:-
a. PART-A: TECHNICAL BID
Technical Bid shall be submitted in two separate sealed envelopes i.e. Envelope-I and Envelope-II as detailed below:-
(i) Part-A,Envelope-I shall contain Earnest Money Deposit & no Deviation Certificate as mentioned. This envelope must be super scribed with Sender’s name & address, Tender number & Date, Due Date of Opening and duly marked as “Part-A: EMD”.
(ii) Part-A,Envelope-II shall contain all the documents in support of proof of meeting Qualifying requirement and technical bid comprising of all documents of tender document except Price Bid. This envelope must be super scribed with Sender’s name & address, Tender number & Date, Due Date of Opening and also duly marked as “Part-A: QR/Technical Bid”.
b. PART-B: PRICE BIDS:
The price bid shall contain only price part of the bid to be submitted in a separate sealed envelope. This envelope must be super scribed with Sender’s name & address, Tender number & Date, Due Date of Opening and duly marked as “Part-B: PRICE BID”.
c. All the above mentioned Three (03) envelopes i.e. Part-A, Envelope-I, Part-A, Envelope-II and Part-B, shall be submitted in one outer sealed envelope. The envelope must be super scribed with Sender’s name & address, Tender number & Date, Due Date of Opening and duly marked as “Part-A & Part-B”.
d. OPENING OF BIDS:
1.1 Only Technical Bid (Part-A) shall be opened on the due date of opening of bid
1.2 Price Bid (Part B) of those technically qualified bidder shall be opened at a later date. Communication in this regard shall be sent to all technically qualified bidders meeting the qualifying requirement.
5) In case of any stipulated dates is a holiday, then the processing of tenders will be shifted to next working day.
6) Issuance of Bid documents shall not automatically construe qualification of the firm for bidding which shall be determined during Bid evaluation.
7) In case the bidder fails to submit the documents in support of meeting the QR, the offer shall be liable for rejection. Offer of the bidder not fulfilling the QR shall be rejected and not considered for evaluation.
8) APCPL shall not be responsible for any postal delay, loss or non-receipt of documents sent through post/courier.
9) APCPL reserves the right to accept or reject any or all offers or cancel / withdraw the invitation for Bids without assigning any reason or split the Tender / deviate from the quantities indicated and such cases no bidder / intending bidder shall have any claim arising out of such action.
10) The General Purchase Conditions (GPC) will be an integral part of tender document.
11) The last date of sale of bid document is to be considered as the last date of receipt of request for issue of bid documents.
12) Other Terms & Conditions are mentioned in Tender Document.
ADDL. GENERAL MANAGER (C&M)
ADDRESS FOR COMMUNICATION:
Bids shall be submitted and opened at the address given below in the presence of bidder’s representatives who wish to be present.
Addl.. General Manager (C&M),
Aravali Power Company Pvt. Ltd.,
Indira Gandhi Super Thermal Power Project,,
P.O.: Jharli – 124 141,
Dist.: Jhajjar (Haryana)
Phone no.: 01251-266225, 266236,
FAX no.: 01251-266202,266266
email id: vkgarg01@ntpc.co.in
web site: http://www.ntpctender.com or www.ntpc.co.in