NTPC Limited

(A Government of India Enterprise)

North Karanpura Super Thermal Power Project NOTICE INVITING TENDER (NIT)

FOR

RENOVATION OF HIRU DAM AT CHATRA(JHARKHAND) for NTPC-North Karanpura) (Domestic Competitive Bidding)

NIT No: 9900138299

Date:

Bidding Document No: PR-800029498

 

 

1.0

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

 

1.0Brief Details

 

 

 

 

 

NIT No.

 

9900138299

NIT Date

 

21.03.2016

Document Sale Commencement Date & Time

 

29.03.2016

Document Sale Close Date & Time

 

11.04.2016 up to 17:00Hrs.

Source of IFB/NIT

 

North Karanpura Super Thermal Power Station

Contract Classification

 

Civil

Last Date and Time for Bid submission

 

21.04.2016 up to 14:30 Hrs.

Technical Opening Date & Time

 

21.04.2016 up to 15:00 Hrs.

Price Bid Opening Date & Time

 

To be intimated later on

Cost of Bidding Documents in INR

 

1031.00

EMD in INR

 

Rs.1,86,000.00

Pre-Bid Conference Date & Time (if any)

 

Not applicable

Last Query Date (if any)

 

14.04.2016

2.0 A complete set of Bidding Documents may be collected 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 HAZARIBGAH or please visit at ntpctender.com or ntpc.co.in or may contact AGM(C&M)/ DGM (C&M)/Sr.Manager(C&M)/ on phone no.065456-272542,9471701238 or at C&M) Section, NTPC Ltd, North Karanpura Super Thermal Project,Tandwa,Chatra,Jharkhand-82531,India.

3.0 Brief Scope of Work & other specific detail

Execution of Renovation of Hiru Dam at Chatra (Jharkhand) according to technical specifications

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

5.0Qualifying Requirements for Bidders:

The bidders who wish to participate in the bidding shall satisfactory establish that they fulfill the following qualifying requirements:

1.1 Technical Criteria:

A.The Bidder should have executed the earth work and dredging & disposal of silt/slush/earth of reservoir/river/any other water body as composite work.

B.The Bidder should have successfully executed the above mentioned works(s) within the preceding seven(7) years as on the date of techno-commercial bid opening as per the following criteria:

One work of value not less than Rs.74.07 lakh.

OR

Two works of value not less than Rs.46.29 lakh each.

OR

Three works of value not less than Rs.37.03 lakh each.

2.2

Financial Criteria:-

A.The average annual turnover of the bidder, in the preceding three (03) financial years as on the date of techno-commercial bid opening, should not be less than INR 92.58 Lakh. Other income shall not be considered for arriving at annual turnover.

B.In cases where audited results for the last financial year as on the technical bid opening date are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case bidder is not able to submit the certificate from practicing chartered accountant certifying its financial parameters, the audited results of three (03) consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters.

NOTES :

1.In Technical Criteria, clause 1.1,the word “executed” mentioned above means, the bidder should have achieved progress specified in the QR the criteria specified above, even if the total contract started earlier is not completed/closed. The same shall be supported by documentary evidence issued by the owner.

2.Where joint Ventures/Consortiums are bidding, all the partners of the joint venture/consortium shall be collectively required to meet the turnover criteria.

3.Notwithstanding anything stated above, the employer reserves the right to undertake a physical assessment of the capacity and capabilities including financial capacity and capabilities of the bidder/his collaborators(s)/Associates(s)/Subsidiary (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/bankers/reference works by the employer. A negative determination of such assessment of capacity and capabilities may result in the rejection of the bid.

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

7.0 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.

8.0 Address for Communication

Additional General Manager, Contract & Materials Department NTPC Limited,

North Karanpura Super Thermal Power Project,

PO-Tandwa,DIST-Chatra- 825321 (Jharkhand)

Tel. No.: 06546- 270045 / 270005/270021/270055/9471701238

Fax No.: 0091-6546 - 260034

E-mail: dinabandhubera@ntpc.co.in, bkacharya01@ntpc.co.in

9.0Tender Fee Payment:

A)Tender fee can be paid through ICICI payment gateway or alternatively through demand draft, in favor of NTPC Ltd., payable at Hazaribag.

B)In case of offline payment, the bidder has to submit application at NTPC ,North Karanpura along with DEMAND DRAFT (Non-refundable) for tender fee in favour of NTPC Ltd., payable at Hazaribag Within the schedule.

C)The application envelope must be super scribed with Bid Invitition no.9900138299 In case a bidder desires to participate in more than one tender, separate application is required to be made against each NIT accompanying a separate DEMAND DRAFT as mentioned above.

D)Firms registered with NSIC are exempted for tender fee submission. Application along with a copy of Valid NSIC certificate to be submitted to NTPC North Karanpura, well in advance (within Schedule)

E)Application with all relevant documents should reach in the office of. DGM (C&M) within the schedule. NTPC will not be responsible in any way for late receipt of request for tender documents due to any postal delay or delay of any form in transit.

10.0 Mode of Payment for purchase of tender document:

A Off-Line: DD/Banker’s Cheque shall be made in favour of NTPC Ltd. payable at Hazaribagh and should reach NTPC, North Karanpura Super Thermal Power Project in the address given at sl. No.8.0.

B. Exemption on Cost of Tender Document: Refer Clause 11.0 (iii) (c) below.

C. Tender fee is non-refundable.

11.0 Bid Security: (EMD):

Bidder has to submit earnest money deposit (EMD) in hard copy (offline) of requisite value in a separate envelope super scribing “EMD Envelope”, which must reach the office at the address mentioned at Sl. No. 8.0 before the bid submission deadline as mentioned in the tender.

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, 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 / Cross Demand Draft / Banker’s Cheque in favor of NTPC Limited ,payable at Hazaribagh.

b. In case EMD amount is >Rs 50,000.00 then, besides above:

Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved list) also will be acceptable. Format of BG against Bid Security and List of Banks for Bid Security are attached . BG should be unconditional and irrevocable and should be valid for a period of 45 days beyond the bid validity period. The Bank Guarantee Verification Check List duly filled in as per format attached has to be submitted in this regard.

Bidder shall ensure that all the points of check list are replied in “Yes”.

c.SSI units of Jharkhand / SSI units (of other states) registered with the National Small Scale Industries Corporation shall be exempted from the payment of Earnest Money Deposit and tender fee . Bidders seeking exemption should submit a Photocopy of valid registration certificate preferably attested by Notary / Gazetted Officer/ Magistrate 1st class, giving details such as validity.

If the validity of the certificate has expired run the risk of their tenders being passed over as ineligible for this concession/exemption.

Submission of EMD is exempted from IIMs/IITs/NITs/IISc./CBRI/CPRI/GSI/CWPRS/CWC and other Govt. Institutes/agencies (excluding PSUs).

In case of any doubt on eligibility of such exemption/concession, bidder may get clarification from NTPC official before submission of his bid.

d.The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.

e.The Bid Security shall be forfeited in any of the following circumstances by the Owner without any notice or proof of damage to the Owner:

i.If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the Bidder in the Bid Proposal.

ii.In case the Bidder does not accept the corrections towards the discrepancies in their bid, where ever the breakup of prices have been asked separately.

iii.If any deviation, variation or additional condition etc found anywhere in our technical and / or / Price Bid implicit or explicit, shall stand unconditionally withdrawn, without any cost implication whatsoever to employer, failing which the bid security shall be forfeited.

iv.In the case of a successful bidder, if the bidder fails within the specified time limit to furnish the acceptance of Letter of Award / Purchase Order.

v.In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish the required Contract Performance Guarantee in case the same is required as per conditions of the P.O / LOA.

vi.If the bidder / their representative commit any fraud while competing for this contract pursuant to Fraud prevention policy of NTPC.

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

g.ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE SEALED ENVELOPE, SHALL BE REJECTED BY THE EMPLOYER AS BEING NON RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING OPENED.

12.0 No Deviation Certificate:

No deviation, whatsoever, is permitted by the Owner to any provisions of bidding Documents.

In case any deviations, variations and additional conditions are found anywhere in the bid (Techno Commercial Bid & Price Bid), the same shall not be given effect to in evaluation and it will be considered that the bidder complies to all the terms and conditions of Bidding Documents without any extra cost to the Owner irrespective of any mention to the contrary, anywhere in the bid, failing which the Bid Security of the Bidder be forfeited.

13.0 Clarification on Bidding Documents:

Bidder can seek clarifications through e-mail or in hard copy up to the time specified as mentioned in the bidding document.

The queries will be answered by NTPC .

14.0 Participation in the tender does not automatically mean that the bidders are considered qualified. NTPC shall evaluate the qualifying requirement of each bidder as per NIT after opening of technical bid and the bids of the bidder who is not meeting the qualifying requirement shall not be considered.

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

16.0 NTPC will not be responsible for any loss/late receipt/non-receipt of applications for tender documents/bids due to any postal delay or delay, in any form, in transit.

17.0 If the last date for receiving applications/ selling of bids/ date of bid opening coincides with holiday, the date will be shifted to the next working day.

18.0 Tender document is not transferable.

19.0Package Co-ordinator:

1.D Bera/DGM(C&M)/M-9471701238/E-mail-dinabandhubera@ntpc.co.in

20.0

NTPC Limited

(A Govt. of India Enterprise)

North Karanpura Super Thermal Power Project

INVITATION FOR BIDS / NOTICE INVITING TENDERS

FOR

FOLLOWING PACKAGES

(Domestic Bidding)

Date: 21.03.2016

NTPC invites sealed bids / tenders / proposal from eligible bidders / parties for following packages separately.

Sl.

NIT NO.

Description

of

Sale start date/

 

Last date & time

Bid

Opening

Date

No.

 

package

 

Sale close date

 

for receipt

of

(Technical. Bid )

 

 

 

 

 

 

Bid.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

01

9900138299

Renovation of

Hiru

29.03.2016

/

21.04.2016

at

21.04.2016 at 03:00 PM

 

 

Dam

at

11.04.2016

 

02:30 PM.

 

 

 

 

 

 

Chatra(JHARKHAND)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

For detailed IFB/NIT and bidding documents please visit at ntpctender.com or ntpc.co.in or may contact DGM (C&M/ Purchase) on 9471701238 at C&M/Purchase Section, NTPC Ltd, North Karapura Super Thermal Power Project, Tandwa,Chatra-825321,Jharkhand (India )

TERMS & CONDITIONS:

1.Application for issue of tender paper to be submitted with Tender fee (Non-Refundable) of Rs.1031.00 in the form of Demand Draft in favor of NTPC Ltd., payable at Hazaribagh. Vendors having valid NSIC cert, are exempted for submission of tender fee . A copy of NSIC certificate should be enclosed with application for tender fee exemption .

2.Bidding document shall be issued to all prospective bidders upon their depositing the requisite cost of the bidding document. However, commercial bids of only those bidders who meet the qualifying requirements shall be considered for Opening/evaluation.

3.NTPC reserves the right to access the capacity and capability of bidders after scrutiny of applications and reserves the right to reject any or all tenders without assigning any reasons.

4.NTPC will not be responsible in any way for late receipt of request for tender documents/bid due to any postal delay or delay in any form in transit.

6.The bidder has to submit application along with DEMAND DRAFT (Non-refundable) for application fee (Cost of Tender Document) in favor of NTPC Ltd., payable at Hazaribagh.

7.The application envelope must be super scribed with NIT.No. . In case a bidder desires to participate in more than one tender, separate application is required to be made against each work accompanying a separate DEMAND DRAFT as mentioned above.

8.Tender documents shall be issued to all the agencies, which have applied with relevant Application Money. However, issuance of tender documents shall not automatically construe qualification of the firm for award of work, which will actually be determined during evaluation of qualification requirement documents for each tender as specified and bid evaluation after receiving of completed Tender documents from the agencies.

9.The EMD value for each tender as specified should be given in the tender documents, which is to be submitted along with Technical & Price Bid.

The Technical Bid Opening date (QR , Technical Bid & EMD) is stated above and will also be

10.mentioned in the tender documents. The Price Bid opening schedule mentioned is indicative only & subject to change. in case of change of same shall be intimated to the agency, which has qualified after scrutiny of the Technical Bid & QR Bid.

11.If last date of receipt of application is a closed holiday for NTPC-North Karanpura, then the date shall be shifted to the next working day.

13.Application with all relevant documents should reach in the office of DGM(C&M) as per above.

15The bidding documents may be downloaded directly by the prospective bidders against payment of tender fees,from NTPC web site(www.ntpctender.com) and also against direct application within the closing date provided in the NIT

Annexure-3

E.F.T. Form

Bidder’s Name and Address: To,

NTPC Limited,

.............................................

.............................................

Dear Sirs,

We, hereby authorize the 0wner to make all our payments through Electronic Fund Transfer System. The details for facilitating the payments are given below

(TO BE FILLED IN CAPITAL LETTERS)

1. NAME OF THE BENEFICIARY

2. ADDRESS

Pin Code

3 TELEPHONE NUMBER (WITH STD CODE)

4. BANK PARTICULARS

(A)BANK NAME

(B)BANK TELEPHONE NO. (WITH STD CODE)

(C)BRANCH ADDRESS

Pin Code

(D) BANK FAX NO (WITH STD CODE)

E.BRANCH CODE

F.9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED CHEQUE)

G.BANK ACCOUNT NUMBER

H.BANK ACCOUNT TYPE (TICK ONE)

SAVING

CURRENT

LOAN

CASH CREDIT

OTHERS

 

 

 

 

 

IF OTHERS, SPECIFY,

5. PERMANENT ACCOUNT NUMBER (PAN)

6. E-MAIL Address for Intimation regarding release of payments

I/We hereby declare that the particulars given above are correct and complete. If transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold the owner responsible.

SIGNATURE

 

(AUTHORISED SIGNATORY)

DATE________________ NAME_______________________

 

OFFICE STAMP

BANK CERTIFICATION:

 

It is certified that above mentioned beneficiary holds a bank account no

. .................................... with

our branch and the Bank particulars mentioned above are correct.

 

SIGNATURE (AUTHORISED SIGNATORY)

DATE________________

Authorization No.:....................................

NAME: __________________________

OFFICE STAMP

Convert PDF to Word