(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)

(CONTRACTS & MATERIALS DEPARTMENT)

NOTICE INVITING TENDERS

NIT No. IGSTPP/C&M/CS- NIT- 38

Dated. 11/09/2015

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 package.

 

 

Est.

 

Bid

 

 

Package

Cost of Bid

Opening

Completion

Sl.No. Description

Value

document

Date

No.

(Rs

 

Period

 

EMD (in Rs)

 

 

 

Lakhs)

(Technical

 

 

 

 

 

 

 

 

 

bid )

 

01

‘AMC for firefighting and

CRN-

22.37

Rs 1275

19/10/2015 12 Months

offsite’ at IGSTPP, Jhajjar

2058

Rs 50,000/-

NOTE: I. The bid documents shall be on sale from 18/09/2015 and last date of sale of Bid Documents is 08/10/2015 (up to 16.00 Hrs).

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

PART- I.

QUALIFYING REQUIRMENT

Bidders should meet the QRs stipulated here under:

Technical Criteria:

1.The bidder should have executed the contract for ‘Mechanical Maintenance work’ of any NTPC/State Government power stations / Reputed private power station having unit size of 100MW or more during the last seven years ending last day of the month previous to the month of bidding having minimum contract value as indicated below:

a)Three contracts of value not less than Rs 9.95 lakhs each.

OR

b) Two Contracts of value not less than Rs 12.43 lakhs each

.

OR

c) One contract of value not less than Rs 19.89 lakhs.

Financial Criteria:

2.The average annual financial turnover of the bidder for the three preceding financial years as on the date of NIT shall not be less than Rs. 24.86 lakhs.

Note:

(i) The Word executed means that the bidder should have achieved the progress specified in

 

the QR even if the total contract/order is not completed.

 

(ii) Other income will not be considered for arriving at the annual turnover indicated above.

 

(iii) In case the audited results of last financial year is not available, certified financial

 

statement form a practicing charted accountant shall also be acceptable

NIT No. IGSTPP/C&M/CS- NIT- 38

Date.:-11/09/2015

PART-II

 

PART-II GENERAL REQUIREMENTS:

 

1The bidder should have PAN, Service tax registration, electrical license and PF registration no. It may

be clearly noted that first payment shall be released only after submission of these documents.

2.Bid documents can be obtained from the address given at sl no 23 on any working day between

9.00hrs. to 18.00 hrs. During the bid document sale period as indicated above. A request on bidder’s

own

Letter head along with cost of bid document (Non-refundable) in the form of DD /CO/BC only 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 shown above.

3.

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 receiving and date of bid 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.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 documents shall not be Entertained

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

6.Notwithstanding anything stated above, APCPL reserves the right to assess bidder’s capability and capacity to perform the contract, should the circumstances warrant such assessment in the overall interest of APCPL and decision of APCPL in this regard shall be final

7.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.

8.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 return 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.

9.0 Intending bidders who fulfill the above-stipulated Qualifying Requirements are advised to visit the site to familiarize themselves with the nature and quantum of work and site conditions.

NIT No. IGSTPP/C&M/CS- NIT- 38

Date.-11/09/2015

10.0TENDER SUBMISSION:

10.1Tender 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.

Envelope -I

shall contain EMD (Earnest Money Deposit / Bid Guarantee) ,vendor details and letter

 

of undertaking.

Envelope- II

shall consist of QR (Qualifying Requirements) documents, Technical offer, If PAN,

 

Electrical License, Service Tax registrations are already available, and same may be

 

enclosed along with.

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

10.2Above 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.

11.0TENDER OPENING

11.1First Part of Opening:

Envelope-I (EMD) and letter of undertaking will be opened at 15.00 hours on the day set for submission of tenders.

Envelope-II (QR documents / Technical offer) shall be opened on the same day only of the bidders whose EMD and letter of undertaking 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.

11.2Second 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.

12.0Tenders shall be opened in presence of bidder/s, who may wish to be present.

13.0

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

14.0.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.

15.0 Tender papers are not transferable.

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

17.0Bid 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.

NIT No. IGSTPP/C&M/CS- NIT- 38

Date.-11/09/2015

18.0If 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.

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

20.0Issuance 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.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.

22.0.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.

22.1SME vendors having valid Micro and Small Enterprise Certificate shall be exempted from payment of tender fee and EMD.

22.2The benefits as above to MSEs shall be available only for goods/ services which are produced or pro- vided by MSEs for which they are registered.

22.3MSEs seeking exemption should enclose a attested/ self-attested copy of valid registration certificate giving details such as validity/ stores/ services etc., failing which they run the risk of their bids being passed over as ineligible for benefits applicable to MSE.

ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVLOPE SHALL BE REJECTED BY THE APCPL AS BEING NON –RESPONSIVE AND RETURNED TO THE BIDDERS WIHOUT BEING OPENED.

23.0Address 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: 01251-266225 /266334 FAX NO: 01251-290900/266202/266266 Email: vkgarg01@ntpc.co.in and mohanlal@ntpc.co.in