(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
NIT No. : IGSTPP/C&M/CS/CRN-3098 Package No. - CRN-3098
Page 1 of 5
Aravali Power Company Private Limited
Mandatory Information
Project Name
Indira Gandhi Super Thermal Power Project Jharli,
Jhajjar.
NIT No
IGSTPP/C&M/18-19/CRN-3098
Date of NIT Issue
12/03/2019
Package No.
CRN-3098
Short Description of NIT
‘CW Chemical Treatment’ at IGSTPP - Jhajjar
Document Sale start/Sale close Date
12/03/19 to 03/04/19
Source of NIT
Domestic Competitive Bidding (DCB)
Contract Classification
Works Contract
Bid opening Date (Technical)
09/04/2019
Package In charge’s mail ID
mohanlal@ntpc.co.in
Alternative Coordinator’s mail ID
ankitjain@apcpl.co.in
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
NIT No. : IGSTPP/C&M/CS/CRN-3098 Package No. - CRN-3098
Page 2 of 5
Aravali Power Company Private Limited
APCPL invites sealed bids for its INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR
from reputed contractors/agencies who fulfill the Qualifying requirements for under mentioned package.
Sl.No
.
Description
Package
No.
Est.
Value
(Rs
Lakhs)
Cost of Bid
document
EMD (in Rs)
Completi
on Period
01
‘CW Chemical
Treatment’ at IGSTPP,
Jhajjar
CRN-
3098
Rs
237.43/
-
Rs 2655/-
-------------
Rs 5,00,000/-
15
Months
NOTE: I. The bid documents shall be on sale from 12/03/19 and last date of sale of Bid Documents is
03/04/19 (up to 16.00 Hrs).
II. Cost of Tender documents shall be in the form DD/Pay Order payable at Jharli/Jhajjar/
Bahadurgarh, in favour of “APCPL”.
PART- I.
QUALIFYING REQUIRMENT
Bidders should meet the QRs stipulated here under:
1.0 Technical Criteria
1.1 The bidder should be a manufacturer of water treatment chemicals to be used in CW treatment
having ISO 14000/ ISO 9000 series certificate.
1.2 The bidder should have experience in contract execution of chlorine di oxide dosing in atleast one
project for a period of one year during last seven years
1.3 The bidder should have supplied and executed non – chromate liquid based water treatment
chemicals and effectively treating /monitoring of non chromate product treatment programs for
cooling water system of capacity 30,000 cum/hr or more in any power station /refineries
/municipalities/NTPC /PSUs/ reputed private industries during last seven years from the date of
issue of the NIT, of either of the following values:
a) One executed works costing not less than Rs 211.05 lakh.
OR
b) Two executed works costing not less than Rs 131.91 lakh each.
OR
c) Three executed works costing not less than Rs 105.52 lakh each.
2.0 Financial criteria
2.1 The average annual turnover of the bidder, in the preceding three financial years as on the date of
bid opening shall not be less than Rs 211.05 lakh.
Notes:-
(i) Word executed means the bidder should have achieved the progress specified in the QR even if
the total contract is not completed/closed and the same shall be supported by the documentary
evidence.
(ii) Other income will not be considered in evaluation of turnover.
(iii) In cases where audited results for the last preceding financial year, is not available, certificate of
financial statement from a practicing Chartered Accountant shall also be acceptable.
Requirement of PAN, GST registration, PF registration etc are to be kept under general conditions
of contract.
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
NIT No. : IGSTPP/C&M/CS/CRN-3098 Package No. - CRN-3098
Page 3 of 5
Aravali Power Company Private Limited
PART-II GENERAL REQUIREMENTS:
1. The bidder should have PAN, GST-ID registration and PF registration no. It may be clearly noted
that first payment shall be released only after submission of these documents.
2. Bid documents can be obtained from the address given at sl no 23 on any working day between 9.00
hrs. to 18.00 hrs. During the bid document sale period as indicated above. A request on bidder’s
own
letter head along with cost of bid document (Non-refundable) in the form of DD /CO/BC only in
the favor of APCPL payable at Bahadurgarh/Jhajjar/Jharli is to be submitted for obtaining the
bid
Documents. Offers are to be submitted in two parts latest by 15:00 hrs of bid opening dates as
indicated in table shown above.
3. The bids shall be received up to 15:00 hrs. on due date of bid-opening in the office of DGM
(C&M) APCPL, JHARLI and shall be opened after 15:15 hrs. on the dates as stipulated above in the
presence of those bidders who wish to be present. If the date of receiving and date of bid opening
happens to be a closed holiday, bids shall be received till next working day up to 15:00hrs and
opened on the same day.
4. Request for Tender Documents received after the last date of sale of tender documents, due to delay
on account of postal/courier service or without requisite amount of tender documents shall not be
Entertained
5. Detailed specifications of jobs including scope of work and all terms and conditions of NIT are given
in tender documents.
6. Notwithstanding anything stated above, APCPL reserves the right to assess bidder’s capability and
capacity to perform the contract, should the circumstances warrant such assessment in the overall
interest of APCPL and decision of APCPL in this regard shall be final
7. The bidding documents shall be issued to all bidders upon their depositing the requisite cost of
bidding documents along with request letter without prima-facie examination of qualification status
the qualification status shall be examined by the tender committee only during the process of
evaluation. However, such issue of tender documents will not automatically mean that bidders are
considered qualified.
8. For fulfilling the Qualifying Requirements, intending bidder shall be required to submit the
following documents along with their technical bid.
a) EMD & LOU (Letter of Undertaking) in prescribed forms.
b) IT return filed/Annual Report (Balance Sheet and Profit & Loss Account) of last three financial
years/any other documents showing Turnover.
c) Copies of Work Orders/ Award Letters covering awarded value, detailed scope of work/terms &
conditions/ bill of Quantities along with proof of execution/completion certificate as per above
Qualifying Requirement. The bidder shall provide the reference list with contact address.
d) Firm’s documents like Memorandum & Articles of association/ Partnership/ Proprietorship
Deed/Certificate of Incorporation etc., with latest changes if any.
e) Income Tax Permanent Account Number (PAN), GST Registration Numbers.
9.0 Intending bidders who fulfill the above-stipulated Qualifying Requirements are advised to visit the
site to familiarize themselves with the nature and quantum of work and site conditions.
10.0 TENDER SUBMISSION:
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
NIT No. : IGSTPP/C&M/CS/CRN-3098 Package No. - CRN-3098
Page 4 of 5
Aravali Power Company Private Limited
10.1 Tender will be submitted in 'THREE' separate sealed envelopes as below: All the three ((3)
envelopes should be numbered clearly and super scribed with our NIT number, date, Bid opening
Date and bidder’s name and address.
Envelope –I shall contain EMD (Earnest Money Deposit / Bid Guarantee) and letter of undertaking.
Envelope- II shall consist of QR (Qualifying Requirements) documents, Technical offer, If PAN,
GST registrations are already available, and same may be enclosed along with.
Envelope-III shall consist of Price Bid including commercial deviation, if any.
10.2 Above three envelopes enclosed in the one envelop clearly super scribing NIT details and contents
inside the envelope (Envelope-I, Envelope-II & Envelope-III) details shall be submitted by the
bidder up to 15:00 hours on schedule date indicated in table A.
11.0 TENDER OPENING
11.1 First Part of Opening:
Envelope-I (EMD) and letter of undertaking will be opened after 15.00 hours on the day set for
submission of tenders.
Envelope-II (QR documents / Technical offer) shall be opened on the same day only of the bidders
whose EMD and letter of undertaking are found in order.
Note:
(i) All the supporting documents should be certified / attested by the bidder.
(ii) In case the bidder fails to submit the documents in support of meeting the qualifying
requirements (QR), the offer shall be liable for rejection. Offer of the bidder not fulfilling
the QR shall be rejected and their commercial bid shall be returned.
11.2 Second Part of Opening:
Envelope-III :-The commercial bids of only those parties shall be opened who meets
Qualifying requirements and specifications. It shall be opened on a fixed date which will be
intimated separately to only those parties who qualify in line with the qualifying requirements &
specifications.
12.0 Tenders shall be opened in presence of bidder/s, who may wish to be present.
13.0 APCPL takes no responsibility for delay, loss or non-receipt of tender documents sent by
post/courier.
14.0. The bidders meeting the qualifying requirements (Technically qualified) may be considered for
registration/ Enlistment for similar requirements in future for a period of three years.
15.0 Tender papers are not transferable.
16.0 The bidder should either be a company Registered under the Companies Act 1956 or a
partnership / proprietorship firm.
17.0 Bid not accompanied with requisite bid guarantee in a separate sealed envelope or bids accompanied
by bid guarantee of inadequate value shall not be entertained. In such cases bids shall be returned to
the bidders without being opened.
18.0 If the bid guarantee is in the form of Bank guarantee (BG), the bank should be from the list of banks
whose bank guarantee is acceptable to APCPL and should be checked WHETHER THE STAMP
PAPER FOR THE BANK GUARANTEE IS PURCHASED IN THE NAME OF THE BID
(INDIRA GANDHI SUPER THERMAL POWER PROJECT, JHAJJAR)
(CONTRACTS & MATERIALS DEPARTMENT)
NIT No. : IGSTPP/C&M/CS/CRN-3098 Package No. - CRN-3098
Page 5 of 5
Aravali Power Company Private Limited
GUARANTEE ISSUING BANK AND THE BANK GUARANTEE SHOULD BE SUBMITTED
IN SPECIFIED FORMAT ONLY ALONG WITH BANK GUARANTEE VERIFICATION
CHECK LIST. The Bank Guarantee verification check list should have been filled, signed and
stamped by the bidder. The format of Bank Guarantee & Bank Guarantee verification check list is
available with tender documents.
19.0 APCPL reserves the right to extend the date for submission & opening of bids without assigning any
reason thereof at its sole discretion.
20.0 Issuance of tender documents does not automatically mean that the bidders are considered qualified.
APCPL shall evaluate the qualifying requirements of each bidder as per NIT after opening of
Technical Bid and the bids of the bidder who is not meeting the qualifying requirements shall not be
opened and the price bid shall be returned to the bidder without being opened.
21.0. APCPL reserves the right to accept or reject any or all tenders without assigning any reasons
thereof. In such circumstances, EMD only shall be returned without any additional financial
liability to APCPL
22.0. Small Scale industries registered with MSME/NSIC/SSIDC (Registered in Haryana) shall be
exempted from payment of cost of tender documents and Earnest Money Deposit (EMD) subject to
submission of copy of valid registration giving details, monetary limits.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE
SEALED ENVLOPE SHALL BE REJECTED BY THE APCPL AS BEING NON –RESPONSIVE
AND RETURNED TO THE BIDDERS WIHOUT BEING OPENED.
23.0 Address for Correspondence:-
General Manager(C&M)
INDIRA GANDHI SUPER THERMAL POWER PROJECT
ARAVALI POWER COMPANY PRIVATE LIMITED
P.O.Jharli, Dist. Jhajjar
HARYANA 124141
PHONE NO: 01251-266334/266212 /266404 FAX NO: 01251-290900/266202/266266
Email: mohanlal@ntpc.co.in & ankitjain@apcpl.co.in,