NTPC LTd

(A Govt. of India Enterprise)

ERHQ – Kolkata Office (Contract Department) 7B, Pretoria Street, 4th floor,Kolkata-700071

Phone:033-22891153, Fax:22826263, email:ntpctncc@gmail.com

Ref. No : ER-I/KOL/CS/28/15-16

Date :29/03/2016

 

 

 

 

 

Annexure-A

 

NOTICE INVITING TENDER (Abridged)

 

 

 

(Domestic Competitive Bidding)

NTPC invites sealed tenders from eligible bidders/parties for the following work,

1.Brief description of work: Total Logistics contract

2.Duration of contract:24 Months

3.Date & time for issue of bid document: 29/03/2016 to 15/04/2016 (10.00hrs to 17.00hrs)

4.Cost of bid document: Rs.2250/-

5.Last date and time of bid deposit:27/04/2016,15.00hrs.

6.Bid opening date & time:27/04/2016,15.30hrs.

7.Earnest Money Deposit: Rs.2.86 lacs (Rupees two lacs eighty six thousand only)

8.Contact person: AGM (T&CC/CS)

General Terms & Conditions:

1.Cost of bid documents as stated to be submitted along with request for issuance of bid documents shall be in the form of bank DD/pay order drawn at a nationalized schedule bank in favour of "NTPC Ltd" payable at Kolkata.

2.NTPC will not be responsible in any way for late receipt of request for bid documents.

3.The bids shall be opened on the date & time mentioned in the bid documents in presence of bidders who intent to attend.

4.NTPC reserves the right to reject any or all request or cancel/withdraw the invitation for bid without assigning any reason whatsoever and in such case bidder/intending bidder shall have no claim arising out of such action.

5.A complete set of bid documents may be purchased by any interested bidder on submission of written application and payment of the cost of the bid documents as mentioned above. Bids can also be downloaded from www.ntpctender.com on payment of requisite amount online.

6.Issuance of bid documents to bidders shall not construe that such bidder (s) is considered to be qualified.

7.Prospective bidders shall offer their bid along with supporting documents as per qualifying requirement or any other credentials which may they feel deem fit for this tender.

8.Bidder should submit copy of PF, Service Tax & PAN Registration with the respective Authority.

Stamp & signature of vendor

- 1 -

NTPC LTd

(A Govt. of India Enterprise)

ERHQ – Kolkata Office (Contract Department) 7B, Pretoria Street, 4th floor,Kolkata-700071

Phone:033-22891153, Fax:22826263, email:ntpctncc@gmail.com

Ref. No : ER-I/KOL/CS/28/15-16

Date :29/03/2016

 

 

 

 

 

Annexure-B

 

INSTRUCTION TO BIDDERS

 

 

 

 

1.All bids must be accompanied by EMD for an amount of Rs.2.86lacs/-(Rupees two lacs eighty six thousand only) in the form of DD/Pay order from an Indian Nationalized bank/schedule bank in favour of NTPC Ltd. payable at Kolkata.

ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON- RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING OPENED.

2.The bidders shall read the detail tender specifications very carefully and understand the meaning of every sentence of all the chapters to avoid any post bid ambiguity. Bidders may ask for any technical/commercial clarification either verbally or in writing from the NTPC Kolkata Office, Contract Dept.

3.Type of Bidding: Single stage two envelope

The bidder shall submit their offer in the following modes:

A:Envelope 1(EMD) - Requisite EMD (Rs.2.86 lacs) in the form of DD/ Pay order from an Indian Nationalized bank/schedule bank in favour of NTPC Ltd. payable at Kolkata. EMD detail to be super scribed on envelope.

B:Envelope 2: QR documents and techno-commercial bid

C:Envelope 3:(Price bid) - Price bid as per BOQ stated in tender specification.

The date of opening of the price bid will be intimated to all successful bidders who shall meet our qualifying requirements.

4.All the three envelopes shall be placed in single envelope duly super scribing with tender name, tender number, bid opening date and EMD details.

5.At any point of time, in case offer is found not satisfying the minimum qualifying requirement as stated in Annexure-C, NTPC reserves the right to disqualify the offer out rightly. In all such case/cases NTPC's decision shall be final.

6.Any deviation in schedule of rates is not allowed.

7.Transfer of bidding documents purchased by one intending bidder to another is not permissible.

8.Address of communication: AGM(T&CC/CS)

NTPC Ltd, 3rd & 4th floor,

7B, Pretoria Street,Kolkata – 700071

Tel: 033-22821755/22891153,Fax: 22826263 Email: ntpctncc@gmail.com

Stamp & signature of vendor

- 2 -

NTPC LTd

(A Govt. of India Enterprise)

ERHQ – Kolkata Office (Contract Department) 7B, Pretoria Street, 4th floor,Kolkata-700071

Phone:033-22891153, Fax:22826263, email:ntpctncc@gmail.com

Ref. No : ER-I/KOL/CS/28/15-16

Date :29/03/2016

 

 

 

 

 

Annexure-C:

 

QUALIFYING REQUIREMENTS

 

 

 

 

1.1.Bidder should be registered consolidation agent of IATA and having valid CHA license in their name. Copies of valid IATA Registration Certificate and CHA License in the name of bidder are to be submitted.

1.2.Bidders or their associates should have offices at minimum of 11countries (i.e. USA, Germany, Switzerland, Japan, UK, Italy, Russia, France, Ukraine and Czech Republic, Korea) which include six major countries i.e USA, UK, Japan, Germany, Switzerland, Korea. Copies of valid agreement with their foreign associates for these countries are to be submitted. In case party has their own offices, then should submit copy of registration.

1.3.Bidder should have experience of –

(a)Customs clearance for imported consignments at least in any two of the CTH 84, 85 and 90. Copies of Bill of Entry covering minimum two chapters out of chapters 84, 85 and 90 are to be submitted.

(b)Bidders should have experience of dealing at least two cases per annum of re-export / re- import on the date of bid opening.

Two copies of re-export/re-import shipping bill per annum during the last 2 years are to be submitted.

1.4.Bidder should have office and warehouse arrangement at Kolkata. Copies of lease agreement / title deed for warehouse and office at Kolkata are to be submitted.

1.5.Bidder should have experience of dealing at least two cases per annum pertaining to duty drawbacks/refund claims/ Customs appeal during the preceding two years as reckoned on the date of bid opening. Two copies of duty drawback/refund/appeal order/award per annum during the last two years are to be submitted.

1.6.The average annual turnover of the bidder in the preceding three (3) financial years as on the date of bid opening shall not be less than Rs.71.30 lakhs.

Note to sr.no.1.6:

(i)The bidder should submit audited annual report/balance sheet and profit and loss account of last three (3) financial years. Other income shall not be considered for arriving at annual turnover.

(ii)In cases where audited results for the last preceding financial years are not available, certification of financial statement from a practicing Chartered Accountant shall also be considered acceptable.

Stamp & signature of vendor

- 3 -

NTPC LTd

(A Govt. of India Enterprise)

ERHQ – Kolkata Office (Contract Department) 7B, Pretoria Street, 4th floor,Kolkata-700071

Phone:033-22891153, Fax:22826263, email:ntpctncc@gmail.com

Ref. No : ER-I/KOL/CS/28/15-16

Date :29/03/2016

 

 

 

 

 

Annexure-C:

 

QUALIFYING REQUIREMENTS (Contd.)

 

 

 

 

1.7.Intending bidder must have experienced of having successfully executed similar contracts (i.e. contract of consolidation of air shipments, custom clearance of air & sea consignments and other related works of imported materials) during last seven (7) years reckoned as on the date of bid opening as per the following criteria.

(a) Three (3) executed contract each amounting to not less than Rs.57.04 lacs OR

(b) Two executed contracts each amounting to not less than Rs.71.30 lacs OR

(c) One executed contract amounting to not less than Rs.114.08 lacs Note to sr.no.1.7:

(i)Bidder has to submit Contract document along with the execution certificate against the referred contract, issued by the Customer.

(ii)The word ‘executed’ means that the bidder should have achieved the progress specified in the QR even if the total contract is not completed/closed. The same shall be supported by documentary evidence.

 

DOCUMENTS NEEDED FOR MEETING QR

QR Sr.No

Documents to be submitted

1.1

Copies of valid IATA Registration Certificate and CHA License in the name of bidder are

 

to be submitted.

1.2

Copies of valid agreement with their foreign associates for eleven countries are to be

 

submitted. In case party has their own offices, then should submit copy of registration.

1.3(a)

Copies of Bill of Entry covering minimum two chapters out of chapters 84, 85 and 90 are

 

to be submitted.

1.3(b)

Two copies of re-export/re-import shipping bill per annum during the last 2 years are to be

 

submitted.

1.4

Copies of lease agreement / title deed for warehouse and office at Kolkata are to be

 

submitted.

1.5

Two copies of duty drawback/refund/appeal order/award per annum during the last two

 

years are to be submitted.

1.6(i)

The bidder should submit audited annual report/balance sheet and profit and loss account

 

of last three (3) financial years.(For F.Y 2012-2013, 2013-14, 2014-15)

1.7

Bidder has to submit Contract document of requisite amount along with the execution

 

certificate against the referred contract, issued by the Customer.

Stamp & signature of vendor

- 4 -

Convert PDF to Word