NTPC Limited

(A Government of India Enterprise)

Rammam Hydro Power Project.

NOTICE INVITING TENDER (NIT)

FOR

CONSTRUCTION OF QUALITY LABORATORY BUILDING FOR NTPC # RAMMAM HYDRO POWER

PROJECT

(Domestic Competitive Bidding)

NIT No: 40067632

Date:14.02.2017

Bidding Document No: RMM/C&M/CS/04

 

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

NIT No.

40067632

NIT Date

14.02.2017

Document Sale Commencement Date & Time

14.02.2017 16:53:11

Document Sale Close Date & Time

05.03.2017 23:59:59

Source of IFB/NIT

Rammam Hydro Power Project.

Contract Classification

Works Contract

Last Date and Time for Bid submission

19.03.2017 14:30:00

Technical Opening Date & Time

19.03.2017 15:00:00

Bid Opening Date & Time

08.04.2017 15:00:00

Cost of Bidding Documents in INR

900.00

EMD in INR

60000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

 

3.0Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline/online by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0A complete set of Bidding Documents may be downloaded 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 Sikkim or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0Brief Scope of Work & other specific detail The brief scope of work is as under:

The construction of Quality Laboratory building is to be performed as per Bill of Quantities (BOQ)/ Schedule of Quantities (SOQ), construction drawings, technical specifications, other contract documents and direction of engineer-in-charge (EIC). The broad subdivision of scope of work is given as under, for general understanding:

(i)Construction of Quality Laboratory Building, area development, slope protection, sanitary, plumbing and internal electrification works.

(ii)Testing and Commissioning of the whole package to the satisfaction of EIC.

However, this is no way limits the work for successful completion and commissioning of Quality Laboratory Building and other associated works.

6.0Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0Qualifying Requirements for Bidders:

A. TECHNICAL CRITERIA:

(i)The Bidder should have executed work of building construction (Residential / Non-residential) which should include Masonry Works and / or Concrete work within the preceding Seven(7) years prior to Date of Techno-Commercial Bid opening, meeting any of the following criteria.

Single Contract of Value not less than Rs.24 Lakhs

OR

Two Contracts of value not less than Rs.15 Lakhs each

OR

Three Contracts of value not less than Rs.12 Lakhs each

(ii)The bidder should have a separate valid PF Registration with Regional Provident Fund Commissioner.

(iii)Prospective Bidders from UP state are compulsorily required to have TIN Number.

NOTE: The Executed work means that the bidder should have achieved the criteria specified above, even if the total contract is started earlier and/or is not completed/closed. Value of actual executed portion of a contract and not Total Contract Value. In case of a contract under execution as on the date of the Techno-Commercial Bid Opening, the actual executed portion of the contract till date of Techno-Commercial bid opening duly certified by owner shall be considered. The same shall be supported by documentary evidence

issued by the owner..

B. FINANCIAL CRITERIA:

(i)The average annual turnover of the bidder, in the preceding three (03) financial years as on the date of Techno-commercial bid opening, shall not be less than INR 30 Lakhs (Indian Rupees Thirty Lakh Only).

(ii)In case of bidder does not satisfy the financial criteria, stipulated at Para B (i) above on its own, its holding company would be required to meet the stipulated turnover requirements at Para B (i) 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, bidder would be required to furnish along with its bid, a Letter of Undertaking from the holding company, supported by Board Resolution of the Holding company, 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.

(iii)The Net Worth of the bidder as on the last day of the preceding financial year shall not be less than 100% of its paid-up share capital. In case the Bidder meets the requirement of net worth based on the strength of its subsidiary (ies) and/or Holding Companies wherever applicable, the net worth of the bidder and its subsidiary (ies) and/or holding company and/or subsidiaries 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 shall be calculated as follows: Net worth (combined)=(X1+X2+X3)/(Y1+Y2+Y3) X100

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

are individual paid up share capital.

(iv)In case where audited results for the last financial year as on the date of 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 result of 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 bid opening and the certificates from the practicing Chartered Accountant certifying the financial parameters is not available.

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

a.Copies of the un-audited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of the Holding Company.

b.A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bid documents, stating that the un- audited unconsolidated financial statements form part of the Consolidated Annual Financial Statements of the Holding Company.

NOTES:

i) Net worth means the sum total of the paid up share capital and free reserves. Free reserves means all reserves credited out of the profit and share premium account but does not include reserves credited out of the revaluation of assets, write back of depreciation provisions 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 the meaning ascribed to them as per Companies Act of India.

C.Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder/his collaborators/associates/ subsidiaries /group companies to perform the contract should the circumstances warrant such assessment in the overall interest of the Employer.

III As a proof of meeting of the qualifying requirement, scanned self attested copies of the following documents will be required to be submitted /uploaded in the C-Folder.

(i) Award letter/work order with Bill of Quantities and proof of value of work executed as mentioned at (ii) below

(ii)Documentary evidence issued by employer as proof of value of work executed clearly indicating,(a) the executed value of the work and (b) period (giving start date and end date) during which the work has been executed ,in the form of job completion certificate/final deviation order/copy of measurement book(R/A Bills).

(iii)Up to date copies of audited financial statements of last three Financial Years as audited by a practicing Chartered Accountant or certificate of Turnover issued by a practicing Chartered Accountant clearly indicating the books/records/documents on the basis of which the certificate is issued on the standalone basis/or holding company (Letter of undertaking from the holding company to be submitted).

(iv)The bidder shall indicate on copies of credentials (Copies of the work orders and performance/Completion Certificate from the employer) as specified in the Qualifying Requirements, the conditions of the Qualifying Requirements (as brought out above) against which the credential is being submitted.

(v)Original documents for verification shall be produced as and when called for.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0NTPC 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.

10.0Address for Communication

ADDRESS FOR COMMUNICATION: Add. General Manager(C&M)

NTPC Limited,

Below BSNL Building,

P.O.: Naya Bazar, Jorethang (P),

Distt: South Sikkim,(SIKKIM) Pin - 737 121.

Tele. No: 03595 276076, 8170087509/ 9897135111/ 9800018848/ 9800884657

FAX. No: 03595 276952

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in