NIT No: TLCMP/C&M/OT/CS-01/2016-17

Date: 18.07.2016

1.0NTPC invites sealed bids from eligible bidders for the package as per the scope of work briefly mentioned

hereunder;

2.0 Brief details:

NIT No.

TLCMP/C&M/OT/CS-01/2016-17

NIT Date

18.07.2016

Name of work:

Hiring of AC BUS, Capacity 32 Seats, excluding Driver seat,

 

Model - 2015 or later, for plying between Raigarh to

 

Gharghoda and back (Minimum one round trip per day).

Estimated Cost (in lacs) Rs.

Rs. 27.83 (for Two Years)

Document Sale start Date & Time

25.07.2016; (between 10.30 to 17.00 Hrs.)

Document Sale Close Date & Time

06.08.2016 (17.00 Hrs.)

Source of NIT:

Talaipalli Coal Mining Project, Raigarh (CG)

Contract Classification

Services

Last Date and Time for Bid submission

19.08.2016; 11.00 AM

Technical Bid Opening Date & Time

19.08.2016; 11.30 AM

Cost of Bid Documents

Rs. 1000.00 (Rupees One Thousand only).

EMD Amount Rs.

Rs. 56000/- (Rupees Fifty six Thousand only).

Contract Period

Twenty Four (24) Months.

Pre –Bid Conference/ Last Query Date & Time (if any)

 

Last Query Date (if any)

12.08.2016; 5.00 PM

3.0A complete set of bidding documents can be obtained by any interested bidder from the address given below on all working days between 10.00 AM to 5.00 PM during the document Sale start / stop dates indicated above by submitting a request on bidders own letter head along with the cost of bid document (non-refundable) in the form of crossed demand draft drawn in favour of “NTPC LIMITED” payable at Korba (CG). No other mode of

payment is acceptable. The bidding documents can also be downloaded from http://www.ntpctender.com on registration.

4.0Brief Scope of Work & other specific detail: Hiring of AC BUS, Capacity 32 Seats, excluding Driver seat, Model -

2015 or later, for plying between Raigarh to Gharghoda and back (Minimum one round trip per day).

5.0QUALIFYING REQUIREMENTS FOR BIDDERS:

5.1Bidder may request for any clarification to the bidding documents prior to the specified last date for Query 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.

5.2Bids 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 and in such cases bids shall be returned to the bidders without being opened.

5.3P.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.

5.4QUALIFYING REQUIREMENTS [QR]:

5.4.1The bidder should have executed/ completed the contract of providing services of bus of capacity 32 seats or more as per following, during last Seven (07) Years as on the date of bid opening;

i)Single Contract of value not less that Rs. 22, 26,494.00 OR

ii)Two Contracts of value not less than Rs. 13, 91,559.00 each OR

iii)Three Contracts of value not less than Rs. 11, 13,247.00 each.

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.

5.4.2Financial Criteria:

i)The Average Annual Turnover of the bidder in the preceding three (03) financial years as on the date of bid opening shall not be less than Rs. 13,91,559.00. While computing the annual turnover other income shall not be considered.

ii)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.

iii)While computing the annual turn over, other income shall not be considered.

iv)In case where audited results for the last financial year as on the date of techno commercial bid opening 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 consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters. Further, a certificate would be required from the CEO/CFO as per the format enclosed in the bidding documents stating that the financial results of the company are under audit as on the date of techno-commercial bid opening and the certificate from the practicing chartered accountant certifying the financial parameters is not available.

v)The bidder shall have to submit the following documents in support of meeting the QR along with their bid a) The bidder to submit documentary support in support of Clause 5.4.1 of QR.

vi)Copies of audited balance sheet and profit & loss account for the preceding three (3) financial years in support of Clause 5.4.2 of QR.

5.5Notwithstanding anything stated above, the Owner reserves the right to assess the capabilities and capacity of the Bidder / his collaborators / associates / subsidiaries / group companies to perform the contract, should the circumstance warrant such assessment in the overall interest of the Employer. A negative determination of such assessment of capacity and capabilities may result in the rejection of the bid.

5.6For Fulfilment of Qualifying Requirements bidder must be required to submit the following documents along with their technical bid (All the photocopies should be attested by the bidder himself).

a)PF Registration copy.

b)Latest IT return filed / Audited Balance Sheet / Bank Solvency Certificate / any other documents showing turnover.

c)Firm’s documents like Proprietary Affidavit / Partnership Deed / Memorandum & Articles of Association / Certificate of Incorporation etc.

d)Supporting Work Order / Award Letter along with Proof of Execution / Completion Certificate as per above Qualifying Requirement.

e)Copy of Power of Attorney (if applicable).

f)Service Tax Registration Proof.

g)Solvency Certificate and/or Banker’s certificate regarding credit-worthiness of the company.

h)PAN No. Copy (self attested).

6.0Vendor should submit the undertaking regarding compliance of all Motor Vehicle Road Safety Norms applicable as per states RTO Guidelines, and carry valid Pollution under Control (PUC) Certificate and maintain the vehicle in

excellent running condition within prescribed emission norms.

7.0Bidder should submit their Bid in the following manner:

ENVELOPE NO. 1: 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.

ENVELOPE NO. 2:

i)Should contain the Earnest Money Deposit (EMD) Rs. 56000/- only, drawn in favor of Accounts Officer, NTPC LIMITED, PAYABLE AT (SBI WEST KORBA (CG) – BR. CODE 6168 KORBA.

ii)Letter of undertaking on NON-JUDICIAL stamp paper worth Rs.50/- purchased in the party’s name as per enclosed format of NTPC.

iii)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.

iv) All Technical Credentials and all other Documents issued with this tender. All the documents to fulfil NIT QR along with list (See NIT Details).

ENVELOPE NO. 3:

PRICE BID : Price Bid of the successful bidder w.r.t. QR (technically qualified) shall be opened on later date with prior intimation.

8.0Bidder may note that as per provision of bidding documents, 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:

9.0NTPC reserves the right to accept or reject late/delayed tenders and also to reject any or all tenders or

cancel/withdraw the NIT for the subject tender without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

10.0Small Scale Industries registered for similar work with the National Small Scale Industries Corporation up to the monetary limit for which the unit is registered with NSIC and SSI units of CG state are exempted from Payment of tender cost / Earnest Money Deposit. Tenderers seeking exemption should enclose a photocopy of valid

Registration Certificate giving details such as validity, stores and monetary limits etc.

11.0 Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified.

12.0Bids Envelope shall be submitted in tender box placed at the address given below in the presence of bidder’s representatives who choose to attend the bid opening”.

13.0 Other terms and conditions will be indicated in the tender documents.

14.0SALIENT FEATURES: NTPC, Talaipalli Coal Mining Block is located in Gharghoda Tehsil of Raigarh district of Chhattisgarh.

Nearest Town: Raigarh: 40 KMs (approx.) from Gharghoda office.

Nearest Railway Station: Raigarh - 40 KMs (approx.) (on Mumbai Howrah Route);

Nearest Airport: Raipur 300 KMs (approx.).

PROJECTED CAPACITY: 18 Million Ton per year. The Coal Mining Project will produce 18 Million Ton of coal annually through opencast mining method.

The area of Talaipalli coal block is 2113 Hectare, (5174 Acre Approx) wherein boundary pillars have been erected along the block boundary to clearly demarcate the limits of the block. Talaipalli block is about 55 km away from Raigarh city and is close to Tehsil Headquarters at Gharghoda situated on Raigarh-Ambikapur State Highway. The nearest railway station is Raigarh which is 55 km away from Talaipalli block lying on the Mumbai-Howrah main line of SE Railways. Kelo River is flowing through the south-eastern part of the present area. Coal produced will cater the fossil fuel requirement of 4000 MW NTPC Lara Thermal power project at Raigarh (CG).

Before submitting of bid, Bidder is advised to visit the site, its surroundings, assess and satisfy themselves about the local conditions such as approach roads to the site, taxes, duties & levies as applicable, accommodations they may require etc. and any other relevant information required by them. Bidder shall be deemed to have considered site conditions and to have satisfied himself in all respect before quoting his rates and terms and no claim whatsoever in this regard shall be entertained by the Owner at a later date.

Address for Communication:

ADDITIONAL GENERAL MANAGER (C&M): NTPC LIMITED, Talaipalli Coal Mining Project,

Lailunga Road, Gharghoda, Distt. Raigarh (CG) Pin Code- 496111 Contact No.; 07767 -259241, Fax: 07767-259304.

e-mail: 1) dsarkhel@ntpc.co.in; 2) kbsomkuwar@ntpc.co.in