NTPC Limited

(A Govt. of India Enterprise)

Dulanga Coal Mining Project

Notice Inviting Tender (NIT)

NIT No:40069151

A.NTPC invites on-line bids from eligible bidders for the below mentioned package, as per the scope of work briefly mentioned here in after.

B.Brief Details:

1

Name of the Job:

Construction of site office consisting of Administrative

 

 

building, Transit camp, Multipurpose Hall and other

 

 

facilities for Dulanga Coal Mining Project.

2

Bid Invitation Number

40069151

3

NIT Date

13.01.2017

4

Estimated Cost in INR

Rs 188788413.77

5

Document sale

23.01.2017, 10.00 Hr

 

Commencement Date:

 

6

Document sale Close

13.02.2017, 17:30Hr

 

Date up to

 

7

Source NIT

Dulanga Coal Mining Project, 2nd Floor, Megha Mallahar

 

 

Building, Mission Road, Sundargarh,PIN:770001

8

Contract Classification:

Works

 

 

 

9

Last Date of Queries, if

24.02.2017

 

any

 

10

Last Date and Time for

03.03.2017 at 15:00 Hr

 

Bid Submission

 

11

Bid Opening Date &

03.03.2017 at 15:30 Hr

 

Time (Technical)

 

12

Contract Period

24 Months from date of Commencement(For more details

 

 

refer PART-A :Scope & Special technical requirement)

13

Cost of bid document

Rs 9000.00

 

in INR

 

14

EMD in INR

Rs.3776000.00

 

 

 

15

Price Bid Opening

Price Bid opening date shall be communicated separately

 

Date & Time

to the technically qualified bidders.

NOTE: Bid are to be Submitted latest by Last Date and Time for Bid Submission mentioned above, beyond which System will not allow to submit the bid

C. Initial Steps for participation in our e-tender is as per the table mentioned below Type of Vendor Required for viewing our tender document

Vendors

already

Before download/viewing our tender document, party has to pay

having SRM

vendor

requisite tender fee either through payment gate way by clicking

code and Password

on “pay tender fee” after login in our SRM site or send Crossed

 

 

Demand Draft/ Pay Order/Bankers Cheque in favour of NTPC

 

 

Limited payable at Sundargarh, Odisha of requisite amount

 

 

 

 

directly to us, which should reach us preferably three working

 

 

 

 

days prior to Last Date of document sale period.

Vendors

having

SAP

1). Duly Filled Annexure-VII (format given below) should reach

vendor

code,

but

do

us at least five working days prior to Last Date of document sale

not have SRM login id

period.

and Password

 

 

 

 

 

 

 

2) Before download/viewing our tender document, party has to

 

 

 

 

pay requisite tender fee either through payment gate way by

 

 

 

 

clicking on “pay tender fee” after login in our SRM site or send

 

 

 

 

Crossed Demand Draft/Pay Order/ Banker Cheque in favour of

 

 

 

 

NTPC Limited payable at Sundargarh, Odisha of requisite

 

 

 

 

amount directly to us, which should reach us preferably five

 

 

 

 

working days prior to Last Date of document sale period with

 

 

 

 

Duly Filled Annexure-VII.

 

 

 

New Vendor

neither

1. Duly Filled Annexure-VIII (format given below) and

having vendor code in

scanned/photo copy of PAN card (self Attested) along with the

SAP nor SRM login ID

detailed address and EFT form(Annexure-IX) with certification

and Password

 

 

from the banker should reach us at least seven working days

 

 

 

 

prior to Last Date of document sale period.

 

 

 

 

2. Before download/viewing our tender document, party has to

 

 

 

 

pay requisite tender fee either through payment gate way by

 

 

 

 

clicking on “pay tender fee” after login in our SRM site or send

 

 

 

 

Crossed Demand Draft/PayOrder/Bankers Cheque in favour of

 

 

 

 

NTPC Limited payable at Sundargarh, Odisha of requisite

 

 

 

 

amount directly to us, which should reach us preferably seven

 

 

 

 

working days prior to Last Date of document sale period with

 

 

 

 

Duly Filled Annexure-VIII.

Note:

The agency can login e-tender site (SRM login site) for participation in our tendering after complying to above. The agency can reach our e-tender site SRM login site directly through below mentioned address.

‘ https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart’

They can also access our e-tender site (SRM login site) through www.ntpctender.com and clicking on Login (e-Tender).Bidders are also advised to go through in detail of the content in the links viz “Bidders Manual”, “Guidelines to Bidder” and “FAQs” in the said website(NTPC-eTender)

The agency with Udyog Aadhar Memorandum (UAM) registration issued by MSME, Small Scale Industries registered with NSIC/OSIDC shall be exempted from payment of cost of tenderdocument. This shall be subject to submission of a self-certified legible copy of valid registration certificate giving details, such as ‘items / services for which registered, validity, monetary limits etc’.

NTPC takes no responsibility for any loss/delay/non-receipt of applications/ tenders sent by post.

I. TENDER/S HEREBY INVITED ON BEHALF OF NTPC LIMITED FOR THE WORK

MENTIONED AT PAGE NO. 01 OF THIS NIT, FOR NTPC LIMITED, DULANGA COAL

MINING PROJECT,MISSION ROAD, SUNDARGARH, ODISHA

A. A complete set of bid documents may be purchased by any interested bidder on submission of a written application and payment (non-refundable) of the cost of bidding documents as mentionedabove in the form of a Crossed Demand Draft/Pay Order/ Banker Cheque in favour of NTPC Limited payable at Sundargarh, Odisha. Cash payment/money order will not be accepted.

Requests for tender documents must be sent to ‘address for communication’. Requests received after the last date as mentioned, due to delays of postal/courier services or requests without requisite cost of tender documents shall not be entertained.

B.The bidding documents can also be downloaded from http://www.ntpctender.com on registration and online payment (non-refundable) towards cost of bidding documents and the downloaded documents can be used for bidding purpose.

C.Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified. The qualification status shall be examined by the tender committee during the process of bid evaluation.

D.Earnest Money Deposit (EMD)/Bid Security

Bid Security/EMD and Letter Of Undertaking (format enclosed in the bid document ) shall be submitted in a sealed envelope, which should be superscribed “Name of Package: Construction of site office consisting of Administrative building, Transit camp, Multipurpose Hall and other facilities for Dulanga Coal Mining Project.”, NIT ref no. 40069151 due on date of Bid Opening : from 03.03.2017 at 15:30 Hr (Name and Address of bidder)” , separately offline by the stipulated bid opening date and time at the addressof communication given below.

The EMD offered shall, at bidders option, be in the form of (i) A Crossed Demand Draft/PayOrder/Bankers Cheque in favour of NTPC Limited payable at Sundargarh, Odisha or online confirmation/acknowledgement or UTR no. (ii) an unconditional and irrevocable Bank Guarantee (BG) from any of the banks specified in the bidding documents. The format of Bank Guarantee towards bid security shall be in accordance with the ‘Proforma for BG’ included in the bidding documents. While getting the Bank Guarantee issued, Bidders are requested to ensure compliance to the points mentioned in Bank Guarantee Verification Check List in the bidding documents. Bidders are required to fill up this check list and enclose the same along with the bank guarantee. EMD for an amount less than or equal to Rs.50,000.00 shall not be accepted in the form of bank guarantee. EMD shall not be accepted in any other form.The bid security shall remain valid for a period of forty five (45) days beyond the original bid validity period or beyond any extension in the period of bid validity subsequently requested.

The BIDDER can also submit the EMD through online payment in https://etender. ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart’ and the acknowledgement of the same may be submitted in the EMD envelope

ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE EMD/BID SECURITY WITHIN THE

SCHEDULED TIME SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-

RESPONSIVE AND BID SHALL NOT BE OPENED.

The agency with Udyog Aadhar Memorandum (UAM) registration issued by MSME , NSIC / SSI units and Registered Cooperative Societies of Land Oustees, for the items / services for which such units are registered, shall be exempted from payment of Bid Security / Earnest Money Deposit only. This shall be subject to submission of a self certified legible copy of valid registration certificate giving details, such as ‘items / services for which registered, validity, monetary limits etc’ in the EMD envelope.

II. SCOPE OF WORK:

The scope of work under this package Construction of “Site office” consisting of Scope of work includes following activities:-

Construction of Administration building,Transit camp,Multipurpose hall (it includes civil ,Electrical,Mechanical-Fire fighting system) along with Roads,Drains,STP,Water supply arrangement,Boundary wall,Underground overhead tanks,Gate,Horticulture water supply network etc.

Civil works:Rs 16, 19,26,580.56

Electrical Works:Rs 2, 08,19,238.61

Mechanical works:Rs 60,42,594.60

as per the Technical Specifications, Bill of Quantity, drawings for construction,latest CPWD/IS/NBC specifications and as per direction of Engineer In- Charge(EIC).

Contract period for the above work is 24 Months from date of Commencement of work.

III. SALIENT TECHNICAL FEATURE:

The construction site is situated at acquired land in village Khapurikhachhar which is situated approximately at a distance of 55 Kms from Sundargarh HQ and 40 Km from Jharsuguda HQ.

Nearest Airport: Raipur (Chhattisgarh) 300 KMs, Bhubaneswar 330 KMs

IV. DETAILS OF WORK

Construction of “SITE OFFICE“ consisting of administrative building, Transit Camp, Multipurpose Hall and other facilities for Dulanga Coal Mining Project.

V QUALIFYING REQUIREMENTS (QR)

In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section –ITB (Instruction to Bidders) of the Bid Documents, the bidder should also meet the qualifyingrequirements stipulated hereunder:

1.0 TECHNICAL CRITERIA

The bidder should have executed RCC framed Residential/Non-Residential buildings including internal electrification, plumbing and sanitation during the preceding seven years as on date of techno commercial bid opening for

Executed Value not less than Rs 1511 Lakhs in a single contract.

Or

Executed value not less than Rs 944 Lakhs in two contracts each.

Or

Executed value not less than Rs 756 Lakhs in three contracts each.

The word “executed” means that the bidder should have achieved the criteria specified in the QR even if the contract is not completed / closed. In case of contracts under execution as on date of techno commercial bid opening, the value of work executed till such date will be considered provided the same is certified by the employer.

2.0FINANCIAL CRITERIA

a)The average annual turnover of the bidder , in the preceding three (3) financial years as on date of techno commercial bid opening, shall not be less than INR 944 Lakhs (Indian Rupees Nine hundred forty four lakhs) or in equivalent foreign currency.

In case a bidder does not satisfy the financial criteria, stipulated at Cl. 2 (a) above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Cl. 2 (a) above, provided that the net worth of such Holding Company as on the last day of the preceding financial year is at least equal to or more than the paid-up share capital of the Holding Company. In such an event, the bidder would be required to furnish along with its Techno-Commercial bid, a Letter of Undertaking from the Holding Company, supported by the Holding Company’s Board Resolution as per the format enclosed in the bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

b)The Net Worth should not be less than 100% of the Bidder’s paid-up share capital as on the last day of the preceding financial year. In case the Bidder meets the requirement of Net worth based on the strength of its Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding companies wherever applicable, the Net worth of the Bidder and its subsidiary (ies) and/or Holding Company and/or subsidiary (ies) of the Holding Company, in combined manner should not be less than 100% of their total paid-up share capital. However individually, their Net worth should not be less than 75% of their respective paid-up share capitals.

Net worth in combined manner should be calculated as follows Net worth(combined)={(X1 + X2 + X3)/(Y1 + Y2 + Y3)} X 100

Where X1 ,X2,X3 are individual Net worth which should not be less than 75% of the respective paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals.

c)In case the bidder is not able to furnish its audited financial statements on standalone entity basis, the unaudited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder further furnishes the following documents for substantiation of its qualification :

I.Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of its Holding Company.

II.Certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bidding documents, stating that the unaudited unconsolidated financial statements form part of the consolidated annual financial statements of the Holding Company.

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 for the 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 charted account certifying the financial parameters is not available.

Notes:

I.Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.

II. Other income shall not be considered for arriving at annual turnover.

III. “Holding company “and “Subsidiary company “shall have meaning ascribed to them as per companies Act of India.

IV. For Turnover indicated in foreign currency, the exchange rate as on 7 days prior to the date of Techno –Commercial bid opening shall be used.

SUB QUALIFYING REQUIREMENT

The following Sub-Qualifying Requirements shall have to be met by the bidder in respect of Sourcing of Sewage Treatment Plant (STP), Fire fighting system.

A.Sub QR for Firefighting System:

The bidder /his sub vendor shall provide satisfactory evidence that he/his sub vendor for Fire Fighting system has supplied, erected and commissioned Fire Fighting system for at least one (1) number building .Such system should be in successful operation for minimum period of one (1) year as on the date of Techno Commercial Bid opening.

B.Sub QR for Sewerage Treatment Plant (STP):

The bidder /his sub vendor should have designed and executed /supervised execution of 1(one) no of Sewerage Treatment Plant (STP) of minimum capacity of 25 CUM /Day based on Moving Bed Bio film Reactor (MBBR) process for domestic waste water(effluent),which shall be in successful operation for one (1) year as on date of techno commercial bid opening.

IV. GENERAL TERMS AND CONDITIONS

1. DOCUMENTS TO BE SUBMITTED WITH TECHNICAL BID (to be attached in C Folder):

Legible copies of the following documents duly signed by the authorized representative of the bidder may be submitted along with technical bid.

A)(i) Detailed Award letter / Work Order with bill of quantities (ii) proof of value of work executed as mentioned at (B) below

B)Documentary evidence issued by the employer as proof of value of work executed clearly indicating (i) the executed value of the work and (ii) period (giving start date and end date) during which the work has been executed, in the form of job

completion certificate / final deviation order / copies of measurement book (R/A bills). An employer means Government / Large Industrial Organizations / Public Sector Enterprises etc.

C)Audited balance sheet and statement of profit & loss of last three financial years ending 31st March 2016 (namely, 2013-2014, 2014-15 & 2015-16).

D)Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of Association etc with latest changes, if any.

E)Copy of Power of Attorney of Authorized Signatory (if applicable)

F)The bidder should have independent P.F. code number allotted by Regional

Provident Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with technical bid.

G)Copy of Sales Tax registration, Service Tax registration & PAN.

H)The bidder should possess Service Tax registration number

I)Certificate of compliance of qualifying parameters.

NTPC if so desire may verify the performance of the bidder from their respective clients.

2.Bids should be submitted by 3.30 pm on the scheduled date of opening (After 3.30PM systemwill not allow) of technical bid and shall be opened online at 4.00 pm , in presence of biddersor their authorized representative who wish to be present.

3.If the last date of receiving application and date of bid opening coincides with a holiday, the date will be shifted to the next working day.

4.First EMD envelope shall be opened. Technical Bids of bidders who have submitted EMD inacceptable form to NTPC shall be opened online next. If the bidder qualifies as per the QRand terms and conditions of NIT, their price bid shall be opened on the date to be intimated after evaluation of technical bids.

5.No deviation will be allowed on price basis, period of completion, deduction of security depositand other statutory deductions. Bids with such deviation shall be considered as non- responsive.

6.NTPC takes no responsibility for any loss/delay/non-receipt oftenders/Requests/EMD/anydocument sent by post. Offers received late/incomplete are liable for rejection. Sealed bidsmust be sent at the ‘address for communication’ only.

7.Notwithstanding anything stated above, NTPC reserve the right to assess bidder’s capabilityand capacity to perform the contract, should the circumstance warrant such assessment inoverall interest of the owner.

8.NTPC reserves the right to extend the bid opening date, if required. NTPC also reserves theright to reject or accept any tender without assigning any reasons thereof.

9.Above details are only indicative. Other detailed terms and conditions shall be as per our tenderdocuments. Interested bidders are advised to visit the site and familiarize themselves with the site conditions.

10.Parties blacklisted / banned by NTPC as well as by other Public Sector / GovernmentAgencies are NOT eligible to participate. A certification(self) in this regard may be submittedby the bidder in the tender.

11.Help Line: Kindly get in touch with following persons (package coordinators) for any enquiries pertaining to the NIT for the package :

(i) AGM(C&M) Mob. No:09437088501 email: scdash61@gmail.com

(ii) DGM (Geology/C&M),Mob.No.:09418122345,email:rkadhikari@ntpc.co.in

ADDRESS FOR COMMUNICATION:

AGM (C&M)

NTPC Limited

Dulanga Coal Mining Project,

2nd Floor, Megha Mallahar Building, Mission Road, Sundargarh

Dist: Sundargarh, Odisha, PIN-770001

Annexure-VII

Request for Login ID on NTPC e-Tender

If you are already a supplier/contractor of NTPC, and interested in participating in etenders of NTPC, please fill in the following form.

Form B

For Existing Venders:

Existing Vender Code with NTPC: _______________

Phone Number: ____________________ Extn: _________________

Email ID:_______________________________________________________

Contact Person’s Name: ___________________________________________

Designation: _______________________________________________

Mobile NO:……………………………….

Bid Invitation number interested in: _________DD/BC/Pay Order details as tender fee:

Issuing Bank:_____________________________

No: _____________ Date of Issue: __________Amount: _________ DD/BC/Pay Order Valid

till: __________Address and other detail (Only in case of change)

Name: ___________________________________________________

Address: ___________________________________________________

___________________________________________________

___________________________________________________

State: _________________ City: ____________________

Country: ______________

Pin: _________________

Telephone NO: _______________ Extn: ________

Fax Number: _______________

Email ID: ___________________________________________________

Your Company’s Bank Name _______________________________________

Account Number: ____________________________________

Branch: _____________________________________________

Address: ____________________________________________

_____ ______________________________________

Note: Tender fee payment can be given through DD/BC/Pay Order or payment Gateway. In case the option of DD/BC/Pay Order is opted should be in favour of “NTPC Limited” Payable at the Sundargarh. Request for Login may be sent through E-mail or manually sent to Package in charge /Contact person as mentioned in the Bid Invitation.

Annexure - VIII

Request for Login ID on NTPC e-Tender

If you are not a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill in the following.

Form A

New Vender (prospective)

Name: ___________________________________________________

Address: ___________________________________________________

___________________________________________________

___________________________________________________

State: _________________ City: _______________________

Country: ______________

Pin: _________________

Telephone NO: _______________ Extn: ________

Fax Number: _______________

Email ID: ___________________________________________________

Your Company’s Bank Name _______________________________________

Account Number: ____________________________________

Branch: _____________________________________________

Address: _____________________________________________________

________________________________________________________

PAN number: ___________________________________________________

CST number: ___________________________________________________

Excise Regn Number: _____________________________________________

SSI Number: ___________________________________________________

Contact Person’s Name: ___________________________________________

Designation: _____________________________________________

Mobile NO:……………………………….

Bid Invitation number interested in: __________________

DD/BC/Pay Order details as tender fee: Issuing Bank:

_____________________________

No: _____________ Date of Issue: __________Amount: _________ DD Valid

till:__________

Note: Please download, print and fill up this form. Submit the forms along with a cancelled cheque to the Package in charge/ Contact person as mentioned in the Bid

Invitation along with the DD/BC/Pay Order of required amount.DD/BC/Pay Order should be in favour of “NTPC Limited” payable at the Sundargarh. Request for Login may be sent through E-mail or manually sent to Package in charge /Contact person as mentioned in the Bid Invitation.

Annexure-IX

(E.F.T)- Form

(TO BE RETURNED TO NTPC LTD)

To,

Finance & Accounts Department

NTPC Limited

Dulanga Coal Mining Project, Sundargarh

Dear Sir,

REF: AUTHORISATION OF ALL OUR PAYMENTS THROUGH ELECTRONIC FUND TRANSFER SYSTEM.

We hereby authorize NTPC Ltd ,Dulanga Coal Mining Project, Sundargarh, odisha to make all our payments through Electronic Fund Transfer System. The details for facilitating the payment are given below:

(TO BE FILLED IN CAPITAL LETTERS)

1.NAME OF THE BENEFICIARY

2.ADDRESS

PIN CODE

3.TELEFONE NO. WITH STD CODE / MOB NO.

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.F.T. Form

(E)9 DIGIT MICR CODE OF THE BANK BRANCH

(ENCLOSE CIPY OF A CANCELLED CHEQUE)

(F)BANK ACCOUNT NUMBER

(G)BANK ACCOUNT TYPE (TICK ONE)

SAVING

CURRENT

LOAN

CASH CREDIT

OTHERS

 

 

 

 

 

(H)IFSC CODE OF BANK

5.PERMANENT ACCOUNT NUMBER (PAN)

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

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

DATE

 

 

 

 

 

 

 

 

 

 

 

 

SIGNATURE

 

 

 

 

 

 

 

 

 

 

 

 

 

(AUTHORISED

SIGNATORY)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NAME:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

OFFICIAL STAMP

BANK CERTIFICATION:

It is certified that above mentioned beneficiary holds a Bank No……………………...with our branch and the Bank particulars mentioned above are correct.

DATE

SIGNATURE

(AUTHORISED SIGNATORY)

Authorization No.: ………………………

NAME:

OFFICIAL STAMP

Enclosures:

1)

Cancelled Cheque of your bank account.

 

2)

Photocopy of PAN (self attested).

 

3)

Postal Address with Pin Code