NTPC Limited

(A Government of India Enterprise)

Kudgi Super Thermal Power Project

NOTICE INVITING TENDER (NIT)

FOR

Coal Transportation to Apron Feeder Hopper, Baby conv and Yard for unit operation BI No: 40079156 (Domestic Competitive Bidding)

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

2.0Brief Details

3.0 Bid 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.

4.0 A 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 BIJAPUR 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.

5.0 Brief Scope of Work & other specific detail SCOPE OF WORK

TRANSPORTATION OF COAL FROM UNLOADING AREA TO TP-7 OR RECLAIM HOPPER OF CONVEYOR 14A/B OR WAGON TIPPLER

PART-A & B COAL FEEDING DURING TRIAL OPERATION:

1.Preferably a total of 12 trucks but not less than 10 trucks and a minimum of 3 poclain but up to the satisfaction of EIC are to be deployed continuously for feeding of minimum 700 T/HR in wagon tippler grizzly or Baby conveyer at TP-7 or other areas inside plant as directed by EIC. No idle payment will be paid to the agency. For required feeding rate as asked by EIC, the agency has to mobilise extra equipments when asked by EIC at no extra cost.

2.Coal feeding is to be carried out round the clock i.e., 24 hours with out break. Agency has to deploy minimum two operators for trucks and poclains each. No break for food and shift change over is allowed.

3.In case of time gap in trial operation or any other reason as decided by EIC, vendor has to demobilise the equipments partly or fully as directed by EIC within 4 hours of notice by EIC. Demobilisation charges will be paid to vendor for demobilisation. Taking away the equipment from site after completion of job is in vendor scope.

4.Vendor has to mobilise/ remobilise the equipments partly or fully as directed by EIC within maximum of 10 hours after getting remobilise instruction from EIC. Rs 20000 penalty will be imposed per Hour per equipment failing to do the same.

5.If agency has failed to transport 700 T/Hr when asked by EIC during Trial Operation, double the transportation cost of short fall quantity will be deducted/ recovered from the agency.

6.When trips are being counted for billing purpose, partial loading of Hyva will not be counted.

PART -C COAL TRANSPORTATION FROM RAILWAY SIDING TO TP-7/ BABY CONVEYER/ RECLAIM HOPPER 14B

1.Agency has to deploy the poclains and Hyva trucks etc as per the instructions of E.I.C and coal to be transported to the above locations or any other locations.

2.Opeartion of Poclains/ Hyva trucks operation hours will be considered for payment.

3.Coal transportation i.e., no of trucks, no of poclains and placement of coal unloading and duration of coal transportation details are to obtained from E.I.C before start of transportation. If agency transport the coal with out the E.I.C. Permission, transportation will not be considered for payment.

Common (Part A, B and C)

1.Transportation of coal from Railway siding to Wagon Tippler grizzly or TP-7 coal stacking yard or Reclaim Hopper of Conveyor 14 A/B coal stacking yard , plant & other areas and as directed by EIC and transporting and feeding the same to other designated areas using trucks.

2.Coal density will be considered as 1 MT = 1 CUB.MTR for billing of transportation.

3.Contractor shall provide good conditioned vehicles HYVA , Poclains, backhoe loader etc. with Driver and helper.

4.The drivers deployed for running vehicle should be experienced and must possess valid driving license and same to be provided by the contractor on demand. The contractor shall comply with the provisions of Motor Vehicle act & rules as applicable.

5.Necessary tools, plants and safety appliances shall be provided by the agency to his workmen at his own cost.

6.Fuel / Diesel, grease, lubricants and any other consumables required in connection with the work shall be arranged by the agency on his own cost.

7.The requirement of HMVs are on hourly basis.

8.Agency has to deploy minimum two supervisors one at loading point and another at unloading point during the coal feeding.

6.0 Prospective 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:

The Bidder who wishes to participate in the bidding shall satisfactorily establish that he fulfils the Qualifying Requirements stipulated hereunder:

7.1.The bidder should have executed work of #Loading, Transportation and unloading of coal/ overburden/ shale/ soil/ minerals # of the following contract values in the past seven (7) years as on 31.07.2017.

a.Single contract of value not less than Rs. 222 Lakhs. OR

b.Two contracts of value not less than Rs. 139 Lakhs each. OR

c.Three contracts of value not less than Rs. 111 Lakhs each.

7.2.Financial Criteria:

a.The average annual Turnover of the Bidder, in the preceding three (3) financial years as on 31.03.2017 shall not be less than Rs.277.91 Lakhs (Rupees Two Crore Seventy-Seven Lakh Ninety One Thousand only).

b.The Bidder has to furnish audited financial statements in support of turnover. If audited results for the preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable. In case the 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 has to be furnished.

NOTES:

(i)Other income shall not be considered for arriving at annual turnover.

(ii)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. Bidder to submit copies of work order/purchase order giving details of work executed and user certificate for performance. If user certificate is not available then proof of execution in terms of payment/deliver challan/Invoice etc to be provided.

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

9.0 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.

10.0 Address for Communication

AGM (C&M) / AGM(C&M)/ Sr.Mgr(CS), Kudgi Super Thermal Power Project

NTPC LTD., PO: Kudgi, TQ: Basavana Bagewadi, Dist Bijapur (Karnataka), India-586121

E mail ID: dluttarkar@ntpc.co.in/ rsputtaraju@ntpc.co.in / amarnath02@ntpc.co.in Tel: 08426-284109/08426-280064//284115 Fax: 08426-280078

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