NTPC-SAIL POWER COMPANY LIMITED
(A Joint Venture of NTPC & SAIL)
CPP-II, Administrative Building
SAIL-RSP COMPLEX, ROURKELA-769011,
DISTRICT: SUNDERGARH (ODISHA)
Ph. 2520644/2510355, Fax – 0661–2513179
(Contract & Materials Department)
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING Annexure-B
NIT.NO.NSPCL/CS/ROURKELA/20-21/02 DATE: 21.05.2020
NSPCL, Rourkela invites Sealed Tender for the works from reputed Agencies:
Sl No
Tender
No.
Supply
/Works
Description
EMD (In .)/
Tender Fee
(In .)
Estimated
Cost (In .)
Sale of Tender
documents
Clarification
cut off date
Date of
Technical bid
opening
/Completion
period in
months
Start Date
Closing
Date
01 2016006
Deployment
of excavator
at Ash Dyke
of NSPCL,
Rourkela for
Lifting &
Loading of
Pond Ash
1,03,000/-
/
1,330/-
51,33,000/- 21.05.2020
09.06.2020
09.06.2020
16.06.2020
/
12 Months
QUALIFYING REQUIREMENTS
Technical Criteria:
The bidder should have experience of having successfully completed similar works within preceding
07(seven) years reckoned as on the date of bid opening, either of the following:-
Three similar executed/completed works costing not less than the amount equal to ₹20.53 Lakhs each.
“OR”
Two similar executed/completed works costing not less than the amount equal to ₹25.66 Lakhs each.
“OR”
One similar executed/completed work costing not less than the amount equal to ₹41.06 Lakhs.
The phrase “Similar works means Major Earth / Ash work involving Excavation, Lifting , Loading
and Transportation etc. work executed in Mining industries having item of major area cutting/filling /
leveling etc. Also any other civil construction work involving cutting/filling of earth/Ash Materials etc.
For QR number 1, bidder must submit documentary evidence in support of meeting QR like copy of
works completion certificate from the client /last running bill / measurement book of last bill paid /
protocol jointly signed by owner and contractor/works bills along with the PO copy.
Financial Criteria:
The Average Annual financial turnover of the bidder, in the preceding three (03) financial years as on
date of bid opening shall not be less than Rs. 51.33 Lakhs.
For QR No.2, the bidder shall submit the Audited Balance Sheet and Profit & Loss Account for the
specified period. In case where Audited results for the last preceding Financial Year are not available,
certificate of financial statements from a practicing Chartered Accountant shall also be considered
acceptable. In case bidder not able to submit charted account audited results of three consecutive
years preceding last FY shall be considered. Other income shall not be considered for arriving annual
turnover.
Notes:
1 The participated bidders found qualified in QR may be eligible for vendor enlistment
for the work as stipulated against each tender at NSPCL, Rourkela.
2 Tender documents can be obtained from the office of AGM(C&M), NSPCL, Rourkela on
any working day from the tender sale start date as indicated above. Tender
documents will be sold up to 17.00 hours of last date of sale. Request for tender
documents must accompany the cost of tender documents (Non-refundable) in the
form of DD/ Bankers cheque in favour of NTPC-SAIL Power Company Ltd,
Rourkela encashable at State Bank of India, Rourkela.
3. The bids shall be received up to 3.30 PM on due date of bid opening in the office of
AGM(C&M), NSPCL, Rourkela and shall be opened at 3.45 PM on the same date in
the presence of those bidders who wish to be present. If the date of opening happens
to be a closed holiday, bids shall be received up to 3.30 PM and opened on the next
working 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 job including scope of work/ supply and all terms and
conditions of NIT shall be given in the tender documents.
Notwithstanding anything stated above, NSPCL 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 NSPCL and decision of NSPCL in this
regard shall be final.
6. 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.
7. Single stage two envelope bidding system shall be adopted for the subject package.
First envelope shall contain
a) EMD & NO DEVIATION CERTIFICATE
b) Supporting documents for fulfilling the qualifying requirements.
c) Signed and stamped tender documents, terms & conditions and un-price bid
which shall be considered as technical bid & Second envelop shall contain
d) Price bid only duly filled in signed and stamped.
e) Both technical and price bids shall be submitted before bid submission time
and date. Bidder shall clearly indicate on the respective envelopes as
Technical Bid along with EMD details and Price bid.
8. For fulfilling the Qualifying requirements, intending bidder shall be required to
submit the following documents along with their technical bid.
a. EMD & NO DEVIATION CERTIFICATE in prescribed forms .
b. Certificate of CA, Audited Profit & Loss Statement shall be accepted in support of
Annual turnover.
c. Copies of work orders/purchase order 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. Independent Provident Fund (PF) Code Number of their establishment registered
with the Regional Provident Fund Commissioner (RPFC).
e. Firm’s documents like Memorandum & Articles of association/ Partnership/
Proprietorship Deed/ Certificate of Incorporation etc., with latest changes if any.
f. Income Tax Permanent Account Number (PAN), GST registration numbers.
g. Vendor should submit Independent Employees State Insurance Corporation (ESIC)
code number of their establishment (17 digit code). If the same is not applicable
documentary evidence for the same should be submitted along with bid.
9. Intending bidders who fulfil the above-stipulated qualifying requirements are
advised to visit the site to familiarize themselves with the nature and quantum of
work/supply and site conditions.
10. Envelope containing Technical Bid, EMD and supporting documents for fulfilling the
Qualifying Requirements will be opened first as on Technical Bid Opening date. Price
bids of only those bidders will be opened who meet the criteria of Qualifying
Requirements as specified above.
11. NSPCL shall not be responsible for any loss/ postal delays/ non-receipt of request
for tender documents, bids etc sent by postal/courier.
12. 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.
13. Tender without earnest money deposit (EMD)/ inadequate amount of EMD and not
in prescribed form are liable to be rejected.
14. Small-Scale Industries registered with NSIC/SSIDC (registered in Odisha)/MSE shall
be exempted from payment of cost of tender documents and Earnest Money Deposit
(EMD).
Address for communication: Addl.General Manager (C&M)
NTPC-SAIL Power Company Ltd,
CPP-II, Rourkela Steel Plant,
Rourkela-769011, Odisha.
Ph.No.0661-2510355, Fax:2513179
Contact: R.K.Verma, Officer (C&M)
Mob : 9425293850, E-mail: r.k.verma@nspcl.co.in
Alternate Contact: Arun Kumar Sahoo, AGM (C&M)
Mob.: 9425234217, E-mail: ak.sahoo@nspcl.co.in