NTPC Limited
(A Government of India Enterprise)
Korba Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
CONTRACT PROPOSAL FOR #AMC FOR REFURBISHMENT OF CONICAL PORTION OF THE BUNKER
IN FEEDER AREA#.
(Domestic Competitive Bidding)
NIT No: 40046997 |
Date:17.11.2015 |
Bidding Document No: KS/CS/O&M/153083 |
|
1.0NTPC invites
2.0Brief Details
NIT No. |
40046997 |
NIT Date |
17.11.2015 |
Document Sale Commencement Date & Time |
17.11.2015 11:00:00 |
Document Sale Close Date & Time |
02.12.2015 17:30:00 |
Source of IFB/NIT |
Korba Super Thermal Power |
Contract Classification |
Services |
Last Date and Time for Bid submission |
18.12.2015 13:00:00 |
Technical Opening Date & Time |
18.12.2015 15:00:00 |
Bid Opening Date & Time |
21.12.2015 15:00:00 |
Cost of Bidding Documents in INR |
1,100.00 |
EMD in INR |
104000.00 |
|
|
Last Query Date (if any) |
09.12.2015 |
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
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
5.0Brief Scope of Work & other specific detail
#AMC FOR REFURBISHMENT OF CONICAL PORTION OF THE BUNKER IN FEEDER AREA#. (DETAILS AS PER ATTACHED
NTPC LTD.
(A Government of India Enterprise)
KORBA SUPER THERMAL POWER STATION
SPECIAL TERMS AND
1.0IMPORTANT NOTES:
1.1The special terms and conditions given as follows are complimentary to those given in GCOC or any other conditions given elsewhere in the contract. However, in case of conflict, the special terms and conditions given as follows shall prevail. Special terms and conditions are additional conditions for a particular package.
1.2Unless specifically mentioned otherwise, the Sr. Superintendent of the concerned executing department shall be engineer in charge for the contract.
1.3In case of any ambiguity/dispute about the various conditions of the contract, the documents shall be referred in following order.
2.0 NOTES APPENDED with the scope of work and schedule of quantity are part of contract and as such the contractor is bound by these.
3.0 PERIOD OF CONTRACT:
The contract shall be valid for a period of 12 Months from the date of award. However at the discretion of NTPC (due to any reason) time extension for another 3 months may be required. The party has to execute the work in extended time period at the same rate and terms and conditions of the contract.
4.0 SCHEDULED DATES FOR COMMENCEMENT OF ACTIVITY: -
The schedule indicated in Special Terms &
The contractor must be fully mobilized to take up the work at any time immediately after the equipment/machine shut down & receipt of information.
The contractor should engage the manpower as per the direction of NTPC
The jobs included in the contract may have to be taken up simultaneously. No extra claim shall be entertained by NTPC either for idle labour or reduced mobilization period as the case may be.
Uder the normal circumstances mobilisaion period of seven days after awarding of contract shall be given. However contractor should be in position to mobilize fully even in short period of three days if need so arises. No extra claim shall be entertained by NTPC either for idle labour or reduced mobilization period as the case may be.
6.0 SCHEDULED PERIOD OF COMPLETION OF WORK IN EQUIPMENT UNDER MAINTENANCE:
Date of commencement of work for any equipment included in scope of work shall be reckoned from the date of issue of permit to work or the date on which equipment/system is cleared for commencement of work by Engineer in charge.
Date of completion of work shall be the date on which the work as specified in the scope of work and schedule of quantity are satisfactorily completed and the trial is certified successful by the
7.0SCHEDULED QUANTITY OF WORK: Scheduled quantity of work will be as per Schedule of Quantity and variation limits will be
7.1During fabrication work contractor has to keep record of steel consumption.
7.2Job will have to be done in two shifts.
7.3Contractor has to arrange plate bending machine for fabrication of Cone/Hopper.
7.4Any items removed from position for repair & refitting cleaning has to be done before refitting up to the satisfaction of
7.5Handrails, approaches & platform that are required to be removed for execution of job has to be restored before
clearing permit to work.
7.6 Contractor must abide by all government rules which is currently existing. He is also bound by any amendment to labour rules
which may be made by government from time to time.
8.0 WORK PROGRESS shall be carried out round the clock every day including holidays, when permit issued for the equipment as per requirement at site and instruction of an Engineer in charge.
9.0 SITE ORGANISATION OF THE CONTRACTOR:
The contractor shall authorize one of his representatives to act as overall SITE IN CHARGE for this contract. The site incharge shall
In addition, the contractor shall deploy minimum one site supervisor for the work for
The names of
10.0 COLLECTION AND RETURN OF SPARES AND OTHER ITEMS REQUIRED FOR EXECUTION OF WORK:
The
The materials are to be collected by the contractor from NTPC Central stores or FIELD/SITE STORES as the case may be. The collection/transportation of materials to site to be carried out by the contractor. The contractor has to return all unused/partially used/ items to NTPC central store/field store/as decided by Engineer in charge.
All the scrap generated from workplace has initially to be shifted to a location identified by Engineer in charge. After wards scrap with resale value will be segregated & returned to central store by contractor. Balance scrap will be dumped at scrap yard as identified by Engineer in charge. Contractor should take receipt of the material returned to NTPC.
On completion of work, the contractor shall return the T&P ISSUED BY NTPC in satisfactory working condition.
Any damage caused to the T&P shall be made good by the contractor including the cost of spares (if required). However, liability of the contractor on this account is limited to the value of the contract.
11.0 SAFE CUSTODY OF DISMANTLED PARTS shall be the responsibility of the contractor.
In the event of parts lost during the work the cost of the parts shall be recovered from the contractor.
12.0 Deviation in quantity that may occur are as per variation limits enclosed in this PR.
13.0The contractor shall maintain following records (As applicable) for smooth working in this area. Engineer in charge may examine these records anytime during/after maintenance as per requirement.
13.1A record of progress of work item wise progress of work measurement of critical parameters. List of consumables issued and consumption. Any other record considered necessary by NTPC.
14.0 QUALITY: Maintaining quality in general shall be the responsibility of the contractor. Engineer in charge shall check/certify only the critical parameter during the work and will issue guidelines regarding the quality aspects.
15.0 The description given in the scope of work is only the broad outline of the job. The contractor shall have to perform all associated jobs, which may be considered necessary for the purpose of successful completion of jobs covered in the scope of work.
16.0GUARANTEE OF WORKMANSHIP/DEFECT LIABILITY PERIOD :
16.1The contractor shall guarantee the work carried out by him for a period of 1 months from the date of bunker being taken into servicey defect/ abnormality arising out of poor work man ship and not requiring a unit shut down or load reduction for attending. Such a defect shall be attended by the contractor at no extra cost.
16.2For proper
16.3In the event of
17.0 NTPC may at its description carry out the rectification work by alternative means at the risk and cost of the contractor. The entire expenditure thus incurred (Excluding cost of spares) shall be recovered from the defaulting contractor.
18.0 COMMISSIONING / TRIAL OPERATION OF / FULL LOAD OPERATION OF THE UNIT:
The contractor shall make available his men with all necessary T&P in his area of work round the clock during execution and trial to attend any defect arising in his area of work.
In the event of failure of the contractor to attend the defects arising during trial of the equipment, NTPC may at its discretion get the same attended by alternate means and deduct the expenditure from the contractors bills.
19.0 The engineer in charge shall have liberty to ask the contractor for deployment of labour for pre fabrication and before taking the permit. The contractor has to comply with the instruction of engineer in charge.
20.0PENALTY CLAUSES:
20.1The clauses given below supercede any other relevant clause given elsewhere in the contract.
20.2TOTAL PENALTY
20.2.1 Total penalty as per 22.2of SPECIAL TERMS AND
21.0MATERIAL SUPPLY/INPUT CLAUSES:
21.1These clause shall supercede all material clauses given else where in the contract.
21.2If the contrcator fails to provide any input covered in their scope, NTPC may at its discretion, provide this to the contractor with suitable deduction as per clause of special terms and condition of the contacts issued by the C&M.
21.3NTPC INPUTS
21.3.1Power supply for all Electrical accessories.
21.3.2All materials for scaffolding except coir ropes & binding wires.
21.3.3All Special purpose electrodes like cutting electrodes/SS welding electrodes/ welding electrodes 7018.
21.3.4All sealing materials.
21.3.5All types of steel (Plates, Structural etc.) Subject to conditions enclosed.
21.3.6Consumables like Diesel, Petrol, Rustoline, CTC and any other consumables, which shall become the part of machine after applications like varnish of electronic motors & thinners etc.
21.3.7All insulations materials like refractory, mineral wool.
21.3.8All spares, including hardware (Fasteners, Hacksaw blade, Emery paper) items for equipments under maintenance.
21.3.9Workshop facilities shall be provided as per requirement of the job as decided by
21.3.10Flood light fittings with Lamp & 24 Volt transformer if contractor is not able to arrange lighting transformer.
21.3.11Hoist/ Battery operated Truck/Forklift ( for small spares)
These shall be provided for use for execution of work depending upon their availability. Hoist, Battery operated truck, will be provided free of cost. NTPC shall provide these equipment based on job requirement as decided by EIC. at the earliest availability. However no idle manpower or other claim shall be admissible in case of delay in providing these equipment
21.3.12All special measuring instruments like Vernier calipers, Bevel protractor, Micrometer, Depth gauge, Inside outside Micrometer etc. Required for executing the work covered under the contract.
21.3.13The items covered in the contractor#s scope of supply may be provided by NTPC on cost recovery basis subject to availability.
21.4 CONTRACTOR#S INPUT :
The rates quoted by the Bidder shall be inclusive of but not limited to providing following inputs at no extra cost for successful completion of the work.
21.4.0General purpose electrode will be in the scope of the contractors Manufacturers as per NTPC Standardisation list which is as follows
a. D&H Secheron electrode Pvt Ltd.(Brand
b. General Electrodes Pvt Ltd.(Brand
d. Esab India Ltd.(Brand
f. Voltarc Electrode pvt ltd.(Brand
g. Honavar Electrodes Pvt Ltd.(Brand
21.4.1Welding machine: 4 NOS.
21.4.2Gas cutting set : 6 NOS.
21.4.3.1 All gases like Oxygen/DA/RLH.
21.4.4Manual / Electrical winch: one
21.4.5Chain pulley:
A.4
B.2
C.3 NOS.- between 1 MT to 3 MT. Capacities
21.4.6Hoock chook: 2 NOS.
21.4.7Hydraulic jack: 1 NOS. 5 MT capacity.
21.4.8All safety gears to all persons engaged in O/H.
21.4.9PLATE BENDING MACHINE.
21.4.10Safety appliances and protective equipments for workmen including for those supply under manpower assistance. Safety harness/fall arrestor/anchor rope shall be used for works where fall from height is likely, as per latest valid IS.
21.4.11Coir ropes and binding wires for scaffolding.
21.4.12Grinding Machines (Portable), Drilling Machine (Portable) and other general portable tools (Power driven) with accessories.
21.4.13All general tools (Spanners, Screw drivers, Hacksaw frame etc.) including lifting tackles slings,
21.4.14. Hand lamps of 24/230 Volts with Cables, for proper illumination of work area.
21.4.154 MM (2,3,4 Core) Flexible electric cable for portable hand lamps of 24/230 Volt & Flood lamp.
21.4.16Welding cables, Holder and other accessories.
21.4.17Grinding wheels,
21.4.18Fire hose with nozzle and coupling for cleaning.
21.4.19Dp Kit(Kit includes cleaner,penetrant and developer)
22.0RELEASE OF PAYMENT TO THE CONTRACTOR:
22.1Contractor#s bill shall be cleared for payment by the Engineer in charge within seven days of presentation. The contractor shall submit the bill to the engineer in charge for the portion of work executed along with.
22.1.1 The proof of the disbursement of wages/benefits to the workmen engaged by him for the said work.
The contractor as matter of practice should notify in advance in writing the date on which wages is to be disbursed to his workers to the engineer in charge.
22.1.2 Details of material drawn from and returned to NTPC site/central stores and consumption of the same. 22.1.3 Deduction for the
23.0Security deposit: security deposit shall be deducted from the contractor and will be released as per following condition.
24.0Release of security deposit: security deposit for the work shall be released in final bill only if:
24.1The defect liability period for all works done have been satisfactorily completed.
24.1.1 The contractor has cleared all his liability towards payments wages/benefits to the workmen |
engaged by him for the said |
contract. |
|
24.2 The contractor has cleared all his liability towards NTPC for the said contract. |
|
25.0Off loading of any item of work in part OR full:
25.1If the contractor fails to give a satisfactory progress of work and/ or the resources mobilised by him is less than the minimum specified & there is no improvement even after 36 hrs.of issue of notice by the engineer in charge
OR
25.1.1 |
If the quality of work is poor and there is no improvement even after 24 hrs.of issue of notice of the engineer in charge |
OR |
|
25.1.2 |
If the contractor fails to start any item of the work within 24 hrs. of the date specified by the engineer in charge. Then the |
engineer in charge may, without prejudice to any other right to remedy which shall have accrued shall accrue there after to NTPC engage an alternate agency to complete any or all such items at the risk and cost of the defaulting contractor.
26.0PERFORMANCE REVIEW/TERMINATION OF THE CONTRACT IN PART OR FULL:
26.1Contractor#s performances shall be regularly monitored. In case, it is found that the quality of work is not adequate; then NTPC shall have the liberty to engage another agency for part of the job, at the risk and cost of this contractor; after 36 hrs. Have been elapsed since the contractor has been cautioned in writing, and no visible signs of improvement are seen.
26.2The performance of the contractor shall be reviewed continuously, particularly with reference to his ability to ensure minimum mobilisation, timely completion of work quality of workmanship and supervision.
26.3The contract can be terminated in full or part if
26.3.1Fails to ensure minimum mobilisation of resources as given in the special terms and conditions and continues to do so even after 24 hrs of issue of notice from engineer in charge and if this inadequate mobilisation results in incomplete work or extension of the period of work or poor quality of work.
OR
26.3.2The quality of work is so bad that NTPC FQA and executing deptt. are of the opinion that the poor quality may result in force outages of unit.
26.3.3OR
26.3.4The poor quality of work is resulting in massive rework, and will lead to delay in the completion of work. 26.4 Summery termination of contract
The contract can be summarily terminated even while execution of an overhaul is in progress if ntpc is satisfied that
The quality of work is so bad that any work done by the contractor is going to result in the deterioration of the equipment; and in the interest of NTPC and equipment, the contractor cannot be allowed to work anymore.
26.5 The accepting authority may, without prejudice to any other right to remedy which shall have accrued or shall accrue thereafter to the corporation by written notice cancel the contract as whole or only such items of work in default from the contract.
27.0 All the workmen engaged by the contractor shall be covered under PF rules irrespective of their period of employment. 28.0 The leave benefits and other benefits as per relevant rules shall have to be paid to worker.
29.0 Statutory provisions
Whether mentioned in this contract or not shall be binding on the contractor valid labour license & insurance as per
30.0 Also if there is any change in labour laws after the contract has been awarded, then the new law shall automatically be binding on the contractor.
31.0 All T&P being used by the contractor must be tested and inspection must be carried out as per statutory requirement of Factory act.
32.0 Testing/ checking of contractor#s T&P and electrical equipments inside plant premises:
1. This testing / checking is in addition to whatever tests / checks the contractor might have got done before entry in to plant premises. 2. NTPC shall take cognizance of the tests / checks done within the plant premises only.
3. Shifting of T&P like chain pulley blocks, winches, hook chuks, slings, wire ropes etc (all T&P for which periodic testing is a must as per Factories act / or is required to ensure their safe performance) to testing site.
4. Shifting of weights / loads / other items required for testing purpose to the test location & also return back the same after testing.
5. Arrange for the testing of the T&P before (to be got witnessed by) competent person recognized as per factories act. NTPC representative shall also witness the test as per the discretion of EIC. It shall be the responsibility of the contractor to inform adequately in advance about the testing venue and time so that witness can be done. Contractor shall keep a record of the tests carried out.
6. Submit copies of the test certificates issued by the competent person based on tests carried out as above to EIC. Failed T&P shall be sent out of plant premises.
7. Shifting of electrical equipments like welding machines, grinding machines, chop saw machines etc to electrical repair shop for checking / testing to ensure healthiness. Assist Repair shop personnel for checking / testing of the equipments.
8. Only such T&P and electrical equipments, which are certified to be OK, shall be deployed during all works to be taken up under this contract.
9. Arrangement of and payment for the competent person (as recognized by the factories act) shall be done by the contractor only.
10. In case of notice of deployment of any T&P / electrical equipment which has not been got tested within plant premises, or, for which, the validity of such a test has expired, a penalty of at least RS. 1000/- shall be imposed for each such occasion.
33.0 No additional financial compensation shall be paid by NTPC to the contractor on account of increased expenditure caused by 32.0 and 33.0.
34.0 The contractor shall compulsorily provide personal protective equipments to his employees and in the event of his not providing the same. It may be provided by NTPC at contractor#s cost and risk, and the cost will be recovered from his bills.
35.0 SAFETY: The contractor has to strictly follow the safety regulations for safe working of men and equipments, particularly with respect to electrical connections, welding, cutting, pulling and lifting, grinding and working at high elevations and scaffolding. Contractor should depute one supervisor in each shift to ensure safety at work. For any lapse of safety measure, he will be held responsible. The contractor should clearly understand that safety of men at work is as important as the work itself. The contractor shall ensure that safety of highest standard is ensured by his entire work force. The contractor will be fully responsible for the safety of his workers including those supplied for manpower assistance. Besides the various statutory requirements prescribed to ensure safety special attention is here by drawn to the following safety precautions in particular
35.1 GENERAL SAFETY PRECAUTIONS :
35.1.1All persons should wear safety helmets in the work area.
35.1.2All persons should wear safety shoes and use other personal protective equipments as deemed necessary.
35.1.3Proper illumination should be provided in working area.
35.1.4Hand railings/TOE guards etc. wherever removed shall be restored as soon as possible after completion of work.
35.1.5Work should be started only after ensuring that valid permit to work is available for working in the relevant area.
35.1.6Wherever openings have been made in the floor, suitable warning boards will be displayed and proper fencing will be provided by the contractor. The gratings is to be fixed properly after completion of job.
35.2 SAFETY TRAINING:
Contractor shall ensure that all of his workmen deployed for the work have compulsorily undergone safety training at safety dept. or else where organized by safety dept. before the start of work. Safety training is being organized by safety dept. from time to time. Also safety dept. Issue a safety photo card to the workmen after attending such training programme. Each workmen of the contractor should keep this safety card with him and should be able to produce this card whenever asked for it. Without safety training no contract employee should be deployed for the work. Safety training is imparted to supervisory staff also. Contractor should nominate safety supervisor during execution of work.
35.3 SAFETY PRECAUTIONS RELATED TO WELDING AND GAS CUTTING:
35.3.1D.A. Carrying hoses should be kept away from the welding cables. The hoses should be healthy with proper clamping to prevent chances of gas leaks.
35.3.2Gas cylinders should not be rolled on the ground or carried in
35.3.3For lifting and lowering cylinders proper cage should be used. Anchoring at valve portion should be avoided as the valve is delicate portion of the cylinder and is liable to break causing serious accident.
35.3.4All welders, grinder men, as cutters shall use protective goggles.
35.3.5Welding cables should have proper insulation. No bare cable should be exposed.
35.3.6While welding or gas cutting, the area where the sparks/hot metal is likely to fall should be identified and all inflammable materials should be removed from the affected area to prevent any chance of fire.
35.4 SAFETY PRECAUTIONS RELATED TO WORKING AT HEIGHTS:
35.4.1No loose material shall be left at heights as material falling may cause serious injuries.
35.4.2Working platforms at height should have adequate space and proper railings. Where permanent railing is not feasible, temporary railings using manila rope or any other means should be provided. TOE boards should be provided in the platforms.
35.4.3Proper approaches should be made up to the working area.
35.4.4Each scaffolding plank should be properly supported at least at four places. Gaps should not be left between planks.
35.4.5All workers working at a height of more than two meters of any other location fall from where is likely to cause injuries should use safety belts / safety harness(full body) anchor rope & fall arrestor as per latest valid IS.(INDIAN STANDARD)
35.5 Safety precautions related to elect. equipments should be taken.
35.5.1All portable hand lamps shall be of 24 V rating only.
35.5.2All portable hand lamps shall have insulated handle, cage guard/cover over the bulbs.
35.5.3All electrical cables shall be of double insulated type and joints in electric power supply cables should be avoided to the extent possible. In case joints are unavoidable these should be minimum and the joint should be properly insulated.
35.5.4Inserting bare terminals in plug sockets is prohibited. Proper plug tops should be used for connection with switchboards.
35.5.5All welding machines, grinding machines, drilling machines etc. should have their bodies properly earthed. And grinding wheels must have guard.
35.5.6All grinder men should use hand gloves while working with grinder.
35.5.7All electrical hand tools should preferably be of fiber body to reduce risk of electric shock.
35.5.8Safety precautions related to trial run:
Whenever trial of equipment under overhaul or any other related equipment is contemplated, the contractor shall ensure that all his men and material have been removed from the affected area before the trial is taken. Contractor shall give in writing a declaration to this effect to Engineer # In- Charge. Danger display board to be displayed near equipment.
35.5.9The bidders are required to give following declaration at the time of submitting their offer. 36.0 SAFETY SUPERVISOR
1. Contractor should nominate one safety supervisor throughout the period of contract in three shifts. Safety supervisor shall exclusively ensure safety of personnel & equipments.
2. The safety supervisor must ensure the safety of contractor#s men power deployed during each shift.
3. The safety supervisor has to keep records of safety training of every individual worker deployed by contractor for work and should furnish as and when required by NTPC Staff.
4. The safety supervisor must follow all the safety guidelines instructed to him during the period of contract by NTPC safety department.
5. The safety supervisor must keep records of all tools and tackles and welding machines and electrical tools used by contractor along with certificates of load testing of lifting equipments.
6. Safety supervisor shall conduct daily safety checks with regard to compliance of safety norms, use of PPE, use of safe working methods etc. in all on going works and record the same in a format made for purpose. This filled up format after due signature of both the safety supervisor & the site in charge of the contractor shall be submitted daily to the engineer in charge.
7. Amounting Rs. 1000.00per day (Rs. one thousand per day) will be deducted in case the safety supervisor is not deployed during execution of work as per instruction of the
NOTE:
1. IN CASE OF ANY DISPUTE DECISION OF
SPECIAL NOTE:
1.QUANTITY VARIATION WILL BE
2.DRAWING ATTACHED IN THIS PR IS ONLY FOR TENDERING/REFERENCE PURPOSE AND PARTY HAS TO PREPARE AS PER ACTUAL MEASUREMENT AT SITE.
DECLARATION BY THE BIDDER NAME OF THE BIDDER : LOI/TENDER REF.
I have read the safety clauses & Special Terms and Conditions and have fully understood the importance of ensuring safety during work.
I hereby declare that during the execution of work. I shall take all safety precautions including but not limited to mention in the above clauses of Special Terms and Conditions.
Date |
|
|
Place |
Signature of the Bidder. |
|
Name |
: |
|
Design. : |
|
|
Bidder/ Contractor |
Manager (CS) NTPC. |
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:
7.1Tender documents shall be downloaded from web site by all the bidders on submission of cost of bid document
7.2Bidder 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.
7.3All 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.
7.4QUALIFYING REQUIREMENTS FOR BIDDERS:
P.F. compliance is compulsory for above package. Bidder should submit documentary evidence of having registered and having independent Provident Fund Code Number of their establishment with the Regional Provident Fund Commissioner.
7.4.1 QUALIFYING REQUIREMENTS [QR]:
The bidder should have executed work of overhauling or maintenance of mills/ burners/ APH/ Duct or structure fabrication/ erection in boiler(s) of 200 MW or above capacity unit(s) in any power station during the last seven (07) years ending with the last date of the month preceding the month of publication of NIT in either of the following:
a)Single order of value not less than Rs. 41 Lakh [Rupees forty one Lakh]
or
b)Two order of value not less than Rs. 26 Lakh [Rupees twenty six Lakh] each.
or
c)Three orders of value not less than Rs. 21 Lakh [Rupees twenty one Lakh] each.
The work executed means the bidder should have achieved the criterion specified in the QR, even if the total contract is not completed/closed. In case of contracts under execution as on last date of the month preceding the month of publication of NIT, the value of work executed till such date will be considered provided the same is certified by the employer.
7.4.2 Financial Criteria
The average annual turnover of the bidder in the preceding three (3) financial years as on the last date of the month preceding the month of publication of NIT shall not be less than Rs. 51.79 Lakh [Rupees fifty one Lakh seventy nine Thousand Only].
(i)While computing the annual turnover, other income shall not be considered.
(ii)In case where audited results for the last financial year are not available, certification of financial statements from a practicing Chartered Accountant shall be considered acceptable.
7.4.3 The bidder shall have to submit the following documents in support of meeting the QR along with their bid:
i.The bidder to submit documentary evidence in support of Clause 5.1 of QR.
ii.Copies of audited balance sheet and profit & loss account for the preceding three (3) financial years
in support of Clause 5.2 of QR.
7.5 Notwithstanding anything stated above, the Employer reserves the right to undertake a physical assessment of 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 Employer. A negative determination of such assessment of capacity and capabilities may result in the rejection of the Bid.
7.6In addition to fulfilling specific qualifying requirement the bidders must submit the following documents in physical form along with their technical bid (All the photocopies should be attested by the bidder himself) towards meeting general qualifying requirement
. Failing which their bids will not be considered. 1. PF. Registration copy.
2. PAN No. copy.
3. Service tax registration proof.
4. Firm#s documents like Proprietary Affidavit / Partnership Deed / Memorandum & Articles of Association / Certificate of Incorporation etc.
5. Latest IT return filed / Audited Balance Sheet / any other documents showing turnover for current financial year, if balance sheet, profit & loss account not available, turn over certificate issued by practicing Chartered Accountant shall be considered acceptable
6.Supporting Work Order / Detailed Award Letter/ P.O. along with proof of completion.
7.Copy of Power of Attorney (if applicable).
7.7Bidder 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. 01: (To be submitted off line only) 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.
(b)ENVELOPE NO. 2: (To be submitted off line only)
(i)Should contain the earnest money deposit as per our additional conditions of EMD enclosed.
(ii)Letter of Undertaking on
(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 I & II.
(v) All technical credentials (two sets) and all other documents issued with this tender. All the documents to fulfill NIT QR along with list (see NIT details).
(c) * PRICE BID: (To be submitted on line only)
BIDDER SHALL HAVE TO SUBMIT PRICE BID IN SRM
7.8The credentials of the parties shall be examined by NTPC with reference to QR & the price bid of only successful bidders i.e. who fulfill QR criteria and submits EMD, LOU, ESI undertaking and Qualifying Requirement Data details I & II. All Technical Credentials and all other Documents issued with this Tender shall be opened on later date with prior intimation.
7.9NTPC reserves the right to assess independently the capacity and capabilities of the bidders to carryout the work.
7.10NTPC reserve the right to accept or reject late / delayed tenders and also to reject any or all tenders without
assigning any reason thereof.
7.11A complete set of bid documents may be downloaded by any interested bidder on submission of a written application and payment
7.12In case the registered bidders who have downloaded the bidding documents require an additional manual copy of the document then such bidders shall be required to purchase the manual copy of the bidding documents following the procedure detailed above.
7.13Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered to be qualified. Price Bid shall be submitted online only and opened at the address given below in the presence of Bidder#s representatives who choose to attend the bid opening.
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.
10.0Address for Communication
Contract Services, 2nd floor, VIKASH BHAWAN,
PO. JAMANIPALI - 495450, DISTT. KORBA (CG),
PHONE
B. C. SAHOO, AGM(CS) MANISH KUMAR, Sr. Manaher(CS)
A.ANY BIDDER WHO IS HAVING VENDOR CODE IN SAP BUT NOT IN SRM, THEY SHOULD CONTACT WITH FOLLOWING DETAILS IMMEDIATELY IN ABOVE ADDRESS JUST AFTER PUBLICATION OF NIT.
1. VENDOR CODE
2. CONTACT PERSON NAME
3. CONTACT PERSONE DEGIGNATION IN FIRM
4. CONTACT NO. i.e. MOBIL NO., FAX NO. etc.
5. EMAIL ID
B.ANY BIDDER WHO IS NOT HAVING VENDOR CODE IN SAP (ALSO IN SRM) SHOULD CONTACT IMMEDIATELY IN ABOVE ADDRESS JUST AFTER PUBLICATION OF NIT. THEY HAVE TO SUBMIT COPY OF PAN CARD, CANCELLED CHEQUE, ADDRESS PROOF, EFT FORM AND DETAILS AS IN SR. NO. 2 TO 5 OF A AS ABOVE.
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in