PAKRI BARWADIH COAL MINING PROJECT
Dist. Hazaribag, Jharkhand
Contact
Email: chandra
shekhar51@
(DOMESTIC COMPETITIVE BIDDING)
NTPC Limited invites application for issue of Bid documents for the following work:
NIT Subject
NIT No.
Estimated Cost (INR)
Type of Bidding
Reverse Auction
Completion Period
Earnest Money Deposit (INR)
Cost of Tender Documents (INR)
Bid Document Download
Start Date
Bid Document Download
Close Date
Last Date for asking clarification
Pre-Bid Conference
Last Date & Time for Receipt of Bids
Technical Bid Opening Date & Time
Price Bid Opening Date & Time
1.0 Name of the work -
Loading
coal stockyard of
Eastern Quarry of
Siding, Hazaribagh including associated miscellaneous works
2.0 Estimated Cost – 1876.4
Lakhs
3.0 Contract Period – 01 years
Pakri Barwadih Coal Mining Project
NTPC Limited
(A Govt. of India Enterprise)
PAKRI BARWADIH COAL MINING PROJECT
Ujjwal Complex, Pugmil Road
Dist. Hazaribag, Jharkhand
-825301
Contact
No- 9470197463/9470197207
shekhar51@
ntpc.co.in/neerajkumar51@ntpc.co.in
(DOMESTIC COMPETITIVE BIDDING)
NTPC Limited invites application for issue of Bid documents for the following work:
Loading
, Transportation, Unloading and Wagon
loading
of coal from surface coal stock
Quarry of
Pakri Barwadih Coal Mining Project to
Banadag Railway Siding, Hazaribagh including
associated miscellaneous works.
9900154406
1876.4 Lakhs
Single Stage Two
covers
Applicable
01 Years
20 Lakhs
Cost of Tender Documents (INR)
10620.00
Start Date
05.05.2018
10:00 Hrs
Close Date
19.05.2018 14
:00 Hrs
Last Date for asking clarification
12.05.2018
15:00 Hrs
Not Applicable
Last Date & Time for Receipt of Bids
19.05.2018
14:00 Hrs
Technical Bid Opening Date & Time
22.05.2018
14:30 Hrs
Price Bid Opening Date & Time
Only technically qualified bidders s
intimated
QUALIFYING REQUIREMENT
S
Loading
, Transportation, unloading and wagon loading
of coal from surface
Eastern Quarry of
Pakri Barwadih Coal Mining Project to Banadag Railway
Siding, Hazaribagh including associated miscellaneous works
for an interim period of
Lakhs
Section-I
Pakri Barwadih Coal Mining Project
Page 1 of 5
ntpc.co.in/neerajkumar51@ntpc.co.in
NTPC Limited invites application for issue of Bid documents for the following work:
, Transportation, Unloading and Wagon
of coal from surface coal stock
yard of Eastern
Pakri Barwadih Coal Mining Project to
Banadag Railway Siding, Hazaribagh including
covers
10:00 Hrs
:00 Hrs
15:00 Hrs
14:00 Hrs
14:30 Hrs
Only technically qualified bidders s
hall be
of coal from surface
Pakri Barwadih Coal Mining Project to Banadag Railway
for an interim period of
one year.
Section-I
Pakri Barwadih Coal Mining Project
Page 2 of 5
4.0 QUALIFYING REQUIREMENTS
4.1. Technical Criteria
The bidder must have experience of having successfully executed works of similar nature
(Excavation & transportation OR Loading & Transportation of Coal / Overburden / shale / soil /
minerals etc.) during last 7(seven) years as on date of techno-commercial bid opening with either of
the following;
(i) Single Order of value not less than Rs 1501 Lakhs or
(ii) Two Orders of value not less than Rs 938 Lakhs each or
(iii) Three Orders of value not less than Rs 751 Lakhs each.
Note:-
i) The word executed’ means that the bidder should have executed the work during last seven
(7) years as on date of techno-commercial bid opening even if the contract has been started
earlier and / or is not completed / closed.
ii) Necessary documentary evidence in support of execution of the job to be submitted for
qualification.
4.2. Financial Criteria:
a) The Average Annual Turnover of the Bidder, in the preceding three (3) financial years as on
the date of Techno-Commercial bid opening, should not be less than INR 1876 Lakhs
(Indian Rupees One Thousand Eight Hundred and Seventy Six Lakhs Only) or in
equivalent foreign currency.
In case a Bidder does not satisfy the Average Annual Turnover criteria, stipulated above on
its own, its Holding Company would be required to meet the stipulated turnover requirements
as 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
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) Net worth of the bidder should not be less than 100% (hundred percent) 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 Subsidiary(ies) 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% (hundred
percent) of their paid-up share capital. However individually, their Net worth should not be
less than 75% (seventy five percent) 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) 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.
Section-I
Pakri Barwadih Coal Mining Project
Page 3 of 5
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) A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed
with 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 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 a
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.
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 the 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.
SALIENT TECHNICAL FEATURES:
Salient Technical features of the services covered in the NIT -9900154406 are mentioned below.
These salient technical features are mentioned only to facilitate the prospective bidders to prima facie
understand the requirements there under and shall not in any way limit or alter the scope of work and
services covered in the Bidding Documents. The scope of work contained in technical
features/specification of services, forming part of Bidding Documents shall be final and binding. The
proposed subject work is “Loading, Transportation, unloading and wagon loading of coal from surface
coal stockyard of Eastern Quarry of Pakri Barwadih Coal Mining Project to Banadag Railway Siding,
Hazaribagh including associated miscellaneous works for an interim period of one year”.
Section-I
Pakri Barwadih Coal Mining Project
Page 4 of 5
Broad scope of work under this package shall include:
1. The following terms shall have their meaning throughout the contract as explained below:
i. EQ: The Eastern Quarry of Pakri Barwadih Coal Mine,Barkagaon, Hazaribagh, Jharkhand,
ii. Siding: The northern side of Banadag Railway Siding, Hazaribagh of ECR or as indicated by
EIC.
iii. Weighbridge: The Weighbridge installed at the siding as above
2. Loading of coal into Tippers by mechanical means from coal stock at EQ.
3. Transportation of coal up to Siding through the route directed by EIC from time to time depending on
the site conditions.
4. Loading of coal into the railway wagons by pay loader of minimum capacity of 03 cubic meters or
other HEMM of higher capacity and other allied jobs at the siding like
Lime sprinkling on coal after leveling of coal loaded in wagons and doors Gutka fitting,
Cleaning of rail tracks,
Installation, operation & maintenance of DG set (Min 10 KVA, Silent Type)
Maintenance of lighting at siding,
Power to weigh bridge, assistance in periodic stamping and maintenance of weigh bridges,
Stacking and shifting of coal if required,
Maintenance/repair of shared coal transportation route as per discretion of EIC,
Water sprinkling and dust suppression arrangement all along the shared coal transportation
route as per discretion of EIC & siding,
Security against theft and
Any other related job in the siding, if any, as directed by the EIC.
GENERAL CONDITIONS:
1.0 Tender documents shall be downloaded by intending bidders. However, obtaining such tender documents
shall not construe that the bidders are considered qualified. Qualification will be reviewed at the time of
bid evaluation.
a) Work Order / Award letter / Purchase Order with value along with relevant proof of Execution /
Completion Certificate, Scope of Work and Bill of Quantity, Balance Sheet, Profit and Loss
account for previous 03 financial years and further necessary documents in support of other QR
Criteria are to be submitted along with Technical Bid in support of meeting the qualifying
requirements.
2.0 Tender documents are available on NTPC e-Tender site at https://eprocurentpc.nic.in/. Bidders are
required to have GePNIC User ID and password for accessing the above website. Any prospective bidder
who is not a service provider of NTPC and interested in participating in e-Tenders in NTPC may submit
completely filled-in Vendors details form along with following documents to the Package- in-
charge/Contact person as mentioned in the Bid Invitation:
i) Copy of PAN card,
ii) Vendor details and EFT form completely filled in as per the format enclosed
iii) A cancelled cheque
iv) Copy of GST registration
Section-I
Pakri Barwadih Coal Mining Project
Page 5 of 5
Bidders are allowed to download the bidding documents for the bidding purposes without making
any payment. The cost of the bidding documents shall be tendered by the bidder at the time of bid
submission. Any bid not accompanied by an acceptable Tender Fee in accordance with the aforesaid
provisions shall be rejected by the Employer.
3.0 Eligible Micro and Small Enterprises (MSEs) units registered with National Small Scale industries
Corporation. (NSSIC) or Units registered With JHARKHAND SSIDC are exempted from payment
towards cost of bidding documents and EMD subject to their producing valid documentary evidence with
regard to eligibility.
4.0 Bids shall be received up to 14.00 PM and technical bid will be opened at 14.30 PM on Scheduled Bid
Opening Date in the presence of bidders or their representatives, who may like to be present. NTPC takes
no responsibility for delay, loss or non-receipt of documents sent by post/courier.
5.0 The bidder along with its associate / collaborators / sub-contractors / sub-vendors / consultants / service
providers if applicable shall strictly adhere to the Fraud Prevention Policy of NTPC displayed on its
tender website htpp://www.ntpctender.com and shall immediately apprise the Employer about any fraud
or suspected fraud as soon as it comes to their notice. A certificate to this effect shall be furnished by the
bidder along with his bid. If in terms of above policy it is established that the bidder / his representatives
have committed any fraud while competing for this contract then the bid security of the bidder shall be
forfeited.
6.0 Bidder should have a valid PF registration prior to execution of work.
7.0 NTPC reserves the right to reject or accept or split any or all offers without assigning any reason
whatsoever.
8.0 First time users who have not been allotted any vendor code are required to approach NTPC at least three
working days prior to Document Sale Close Date as explained in the tender documents.
9.0 Any request/communication shall be made to General Manager (C&M) at the address given as under.
ADDRESS FOR COMMUNICATION
General Manager (C&M)
NTPC Limited.
PAKRI BARWADIH COAL MINING PROJECT,
UJJWAL COMPLEX, PUGMIL ROAD,
HAZARIBAG – 825 301, (JHARKHAND)
PHONE:9470197463 (Neeraj Kumar, Manager(C&M)
Email: chandrashekhar51@ntpc.co.in /neerajkumar51@ntpc.co.in