NTPC LIMITED
(A Govt. of India Enterprise)
FARAKKA SUPER THERMAL POWER STATION
NOTICE INVITING TENDER
Nature of work : Works Contracts
NIT NO:-CS/16-17/27 E-Tender / BIN NO.40064777
NTPC- Farakka Super Thermal Power Station is interested in getting the following works executed through reputed agencies having experience in the relevant field. Interested agencies are requested to apply for the tender documents with requisite application money in form of Demand Draft.. The qualifying requirements and brief work details for the jobs are indicated below:
Sl No |
NIT No |
Description of Package/works |
Estimated Cost [Rs. In Lacs] |
Sale Start Date/Close Date |
Last Date & Time for receipt of Bid |
Bid Opening Date |
01 |
CS/16-17/ 27 |
(2065/394 ) Hiring of 03 (Three) Nos. of Backhoe Loaders (JCB) with driver for 24 hrs, duty at CHP for a period of 01 (One) Year at NTPC-Farakka. |
-------- |
09.11.2016 TO 29.11.2016 |
13.12.2016 at 14.30 hrs. |
13.12.2016 at 15.00 hrs. |
NOTES :
PROJECT NAME |
NTPC FARAKKA |
NIT NO. / BIN NO. |
40064777 |
DATE OF NIT ISSUE |
09.11.2016 |
SHORT DESCRIPTION OF NIT |
Hiring of 03 (Three) Nos. of Backhoe Loaders (JCB) with driver for 24 hrs, duty at CHP for a period of 01 (One) Year at NTPC-Farakka. |
DOCUMENT SALE CLOSING DATE |
29.11.2016 |
DIRATION OF CONTRACT |
12 (TWELVE) MONTHS |
SOURCE OF NIT/CONTRACT CLASSIFICATION |
NTPC FARAKKA/WORKS CONTRACT |
RECEIPT OF BID & BID OPENING DATE |
FOR EMD+QR+TECHNICAL+LOU: 13.12.2016 |
PACKAGE IN-CHARGE’S MAIL-ID |
|
ALTERMATE CO-ORDINATOR’S MAIL-ID |
|
COST OF TENDER DOCUMENT |
RS. 1,125.00 (Non-refundable) |
MODE OF PAYMENT |
DEMAND DRAFT INFVAOUR OF NTPC LTD., PAYABLE AT SBI, ANDUA (CODE : 7099) OR ONLINE PAYMENT THROUGH GATEWAY. |
EMD VALUE |
RS.1,28,000.00 |
SOURCE OF NIT/ PUBLISHED IN NEWSPAPER. |
Times of India- Kolkata, Bartaman (South Bengal)-Bengali, Dainik Jagaran (Hindi)-Dhanbad &Santhal Pargana, & Pioneer- Delhi on 09.11.2016 & 10.11.2016 |
Sl |
Qualifying Requirement |
1.0 |
The bidder should have either own Backhoe Loaders or should have a tie up agreement with owners of their Backhoe Loaders. Year of manufacturing of Backhoe Loaders should not be earlier to 2012. The supporting documents should be submitted by the bidder along with the bid. |
2.0 |
The bidder should have successfully executed the work of “Civil Construction or deployment of Excavators/Dozers/Backhoe Loaders in Govt./PSU/Private Organization ” during last Seven (07) years ending last day of the month previous to the one in which applications are invited with either of the following:- |
i |
Three executed works costing not less than Rs.25.49 lacs each. |
OR |
|
ii |
Two executed works costing not less than Rs.31.86 lacs each. |
OR |
|
iii |
One executed work costing not less than Rs.50.98 lacs . |
3.0 |
Financial Criteria |
3.0 |
The average annual turnover of the bidder in the preceding three (03) financial years as on date of techno-commercial bid opening shall not be less than Rs.63.72 Lacs. |
NOTE |
(a) The word “executed” means that the bidder should have achieved the progress specified in the Q.R. even if the total contract is not completed /closed. (b) Other income shall not be considered for arriving at annual turnover. c) In cases 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 Chattered Accountant shall be considered acceptable. In case, bidder is not able to submit the certificates 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. |
TERMS & CONDITIONS :
(a) All the documentary evidence like Possession of P.F.Code, Service Tax Registration Number, concerned work order copies / completion certificate, supporting documents, documents of annual turnover e.g. balance sheet or profit & loss account sheet etc. are to be enclosed with the Technical Bid to fulfill all the above mentioned Q.R.
(b) NTPC shall not responsible for any delay in receipt or non-receipt of applications caused due to postal delay or any other reasons.
(c) The bidder has to submit application along with DEMAND DRAFT (Non-refundable) for application fee (Tender cost/Application Money as per Point No. 02 above) in favour of NTPC LIMITED., FSTPS, payable at SBI, Andua (Branch Code-7099) with all documents as mentioned in the above format.
(d) The application envelope must be super scribed with tender Ref.No. & Name of the work. 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.
(e) 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.
(f) 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.
(g) The Bid Opening date (Technical Bid & EMD) is stated in the above with individual work details and will also be mentioned in the tender documents. The Price Bid opening date shall be intimated to the agency, which has qualified after scrutiny of the Technical Bid.
(h) The above specification is only indicative and details will be available in the tender documents. However, interested parties are advised to visit the site and familiarize themselves with actual site conditions, wherever applicable.
(i) If last date of receipt of application is a closed holiday for NTPC-Farakka, then the date shall be shifted to the next working day.
(j) NTPC reserves the right to assess the capacity and capability of bidders after scrutiny of the applications and reserves the right to reject any or all applications.
(k) Application with all relevant documents should reach in the office of Senior Manager (CS) as per above mentioned individual job detail. (Last date receipt of request for issue of tender documents)
(l) Address for communication: AGM (C&M) [Ph. No. 03512-226813]/DGM/Sr. Manager (CS), NTPC LIMITED, Farakka Super Thermal Power Station, P.O. Nabarun, Dist. Murshidabad, Pin. 742 236, West Bengal. (Phone No. 03512-226801/6803 /03512-226813/Fax No.03485-251901/03512-226811/224214).
GENERAL TERMS & CONDITIONS OF CONTRACT - TENDER ENQUIRY
NTPC GENERAL CONDITIONS OF CONTRACT (GCC) FOR CIVIL WORK SHALL BE APPLICABLE FOR THIS WORK. THE SPECIAL CONDITIONS OF CONTRACT WILL FORM PART OF THE TENDER DOCUMENT AND SUPERCEDE PROVISIONS OF GCC WHEREVER APPLICABLE.
Details of Earnest Money Deposit:
1. Earnest money shall be submitted in one of the following forms:
i. Crossed Demand Draft,
ii. Pay Order.
iii. Banker’s Cheque ;
iv. An irrevocable Bank Guarantee in our format as in annexure (B.G. as EMD shall only be acceptable if the EMD value exceeds Rs.50,000.00.)
All the above financial/bank documents shall be drawn in favour of NTPC LIMITED from any Nationalized or Scheduled Banks payable at SBI, Andua (Code No. 7099)/ UBI, Khejuria (Code No. C/69)
2. EMD shall accompany with Letter Of Undertaking on non-judicial stamp paper of appropriate value in our format.
3. Earnest Money shall be made payable to NTPC `On Demand’ without any condition/demure to the owner. The bid guarantee shall be valid for a period of Six calendar months from the bid opening date, however for bid security in the form of bank guarantee, validity of the security shall be for Seven months. If the bid opening date is on 1st January, then bid guarantee shall be valid upto and inclusive of following 31st July of the year for bank guarantee.
4. The EMD/ Bid guarantee of all unsuccessful tenders will be returned within 30 days after the award of the contract, on production of a certificate to our department that all tender document have been returned to us by the tenderer.
5. No interest will be payable for the EMD/ Bid guarantee amount. EMD of successful bidders will be converted to Security Deposit after Award of Contract.
6. The earnest money shall be forfeited on the following grounds:
(i) On revocation of the tender OR
(ii) On refusal to enter into a contract after award to a contractor OR
(iii) If the work is not commenced after the work is awarded to a contractor.
7. In case successful bidder submits Bank Guarantee (B.G.) against Earnest Money Deposit (EMD), bidder has to furnish Contract Performance Security for 10% value of contract within 21 days from issue date of Letter of Award, covering the entire period of contract.