NIT No.:NH/Conts(E&M-III)/URI-1/PR10623/307/2024
Upgradation and refurbishment of EOT cranes of Uri Power Station
Bid Submission Start Date: | Bid Submission End Date: |
---|---|
01-05-4200 | 01-01-1970 |
Bid Opening Date: | 01-01-1970 |
Download Document | Download PDF (opens in a new tab, PDF) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
NH/Conts(E&M-III)/URI-1/PR10623/307/2024 | Upgradation and refurbishment of EOT cranes of Uri Power Station. | 04-07-2024 | 01-07-2024 |
Complete tender doc. | Login to Download |
Description:
NOTICE INVITING E-TENDER (NIT)
(Domestic Open Competitive Bidding)
Online electronic bids (E-tenders) under two cover system are invited on behalf of NHPC Limited Faridabad (A Public Sector Enterprise of the Government of India) from domestic bidders registered in India for “Up-gradation and refurbishment of EOT cranes of Uri Power Station”, vide Tender Specification No: NH/Conts(E&M-III)/URI-1/PR10623/307/2024 as briefly described hereunder:
Tender document can be viewed and downloaded from NHPC Limited website www.nhpcindia.com (for reference only) and Central Public Procurement (CPPP) Portal http://eprocure.gov.in/eprocure/app.
The bid is to be submitted online only on http://eprocure.gov.in/eprocure/app up to last date and time of submission of tender. Sale of hard copy of tender document is not applicable.
E-Reverse Auction Event:- If any to be notified later after e-tendering as per ITB Clause 19.7
Note: In case the last date of online bid submission and due date of opening of bids is auto-extended on CPP portal, the last date of submission of offline supporting documents at 1.2 (8) above shall be one working day previous to the extended due date of opening of bids and time shall be 1700 Hrs. (Saturday & Sunday are non-working days in Corporate Office, NHPC Limited, Faridabad).
Further, those Bidders who fail to declare Udyam Registration Number on Central Public Procurement Portal (CPPP) shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs Order, 2012 issued by Ministry of Micro, Small & Medium Enterprises for tenders invited electronically through CPPP. Such bidders shall be treated as non-MSE bidders and bids of such Bidders shall be considered only if it is accompanied by Cost of bidding document & Bid Security.
Registration on CPPP can be done using following steps:
Login ---> to User Management ---> My Account ----->Privileges ---> UDYAM-à Select “registered” -----> Enter (Registration Number & Mobile no.) -----> Click Next ----->Validate data Click “ Verify & Save”.
2.2 The bidders must fulfil the following minimum Qualifying Criteria:
2.2.1 The bidder should be an OEM (Original Equipment Manufacturer) of EOT cranes or firm doing retrofit/ reconditioning of EOT cranes of similar capacity.
Or
Authorized dealer of a manufacturer of the equipment/system to quote on behalf of their manufacturer in case manufacturer does not quote directly. In such a case, the authorized dealer shall have to submit relevant "Authorized Dealership" certificate from the manufacturer,
Note: Only agencies submitting a general Dealership or Authorization certificate issued by the Manufacturers, without reference to any specific tender and having validity of such authorization for the considerable duration with name, designation and contact details of issuing officer shall only be considered for determining the eligibility of the Bidder for the particular tender. Authorization issued with reference to the specific tender in favour of particular dealer/ bidder will not be entertained.
2.2.2 A valid ISO certification of manufacturer for manufacturing the EOT crane should be submitted with the bid.
Note: In case a dealer is participating in a tender on behalf of one manufacturer, he is not allowed to participate / quote on behalf of another manufacturer in this tender or in a parallel for the same item. All such bids with same make/ manufacturer will be rejected.
2.2.3 Bidder / OEM {themselves or through reseller(s)} should have performed two (2) nos. same or similar works contract during preceding Ten (10) financial years i.e. current financial year and ten previous financial years as on opening of bid.
Note(s):
(1) “Similar product” shall mean” - ‘Supply, erection, testing and commissioning of two (2) nos. EOT cranes of 90 MT capacity or higher’
Or
‘Repair /retrofit/refurbishment/ upgradation of two (2) nos. EOT cranes of 90 MT or higher capacity EOT Cranes in previous Ten years from NIT publish date. This retrofit/ refurbishment/ upgradation scope of work must include repair/ refurbishment/ replacement of VVVF drives, crane motors and trolley.
(2) In support of above, bidder shall submit authenticated copies of supply orders of previous clients for the type and model of the offered equipment. In case of experience certificates produced by the contractors/ firms for having executed works for private organisations, TDS certificate shall also be produced along with experience certificate.
2.2.4 The equipment supplied should have performed satisfactorily for one year from the date of commissioning. The bidders should furnish the performance report from the clients in support of performance criteria.
Note: As the work is being highly specialized in nature therefore no exemption is given to Start up & MSME in this criteria.
2.2.5 Financial Criteria:
a. Turnover:
The average annual financial Turnover of 'The bidder' during the last three years, ending on 31st March 2024 should be at least 50% of estimated cost or equivalent in foreign currency at exchange rate prevalent on 31 March 2024, as per the Annual Report (Audited Balance Sheet and Profit & Loss account) of the relevant period, duly authenticated by a Chartered Accountant / Cost Accountant in India or equivalent in relevant countries.
b. Working capital:
The working capital (current assets minus current liabilities) shall be equal to at least 3 times the monthly cash flow requirement i.e. Estimated cost of Work*3/ Supply period.
c. Net worth:
The net worth of the Bidder firm (manufacturer or principal of authorised representative) (i) should not be negative on 31st March 2024 and also (ii) if it is less than paid up equity share capital then it should not have been eroded by more than 30% (thirty percent) in the last three years, ending on the 31st March 2024.
Note: The reference date for considering the period for eligibility/ qualification requirements above shall be the last day of the month previous to the one in which tenders are invited.
2.3 The Bidder should not have been banned/ de-listed/ black listed/ debarred from business or declared ineligible on the grounds mentioned in para 6 of Guidelines on Banning of Business Dealings (Annexure-II). Self-declaration in this regard is to be submitted by the Bidder as per Annexure-VII.
2.4 To improve transparency and fairness in tendering process and/or during execution of work undertaken, the Employer is implementing Integrity Pact as per Clause No. 17.0 of this ITB. The bidder must submit the Integrity Pact as per Proforma (Annexure-II of Section-0) duly signed as per Clause 17.0 of ITB.
2.5 The Bidder, against whom proceedings for insolvency under the Insolvency and Bankruptcy code 2016, or as amended from time to time, have started, shall not be eligible for bidding. Self-declaration in this regard is to be submitted as per enclosed Proforma (Annexure-XI)
2.6 Bids of only those Bidders who are meeting the Eligibility Criteria specified above will be considered for evaluation and award of the contract. Bidders will submit requisite supporting documents and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria. Subcontractors' technical experience and financial resources shall not be taken into account in determining the Bidder's compliance with the qualifying criteria.
For & on behalf of NHPC Ltd.
General Manager (E),
Contracts (E&M)-III,
2nd Floor, Jyoti Sadan, NHPC Office Complex,
Sector-33, Faridabad-121003 (Haryana),
Telefax # 0129 -2254687
E-mail: rakesh_k@nhpc.nic.in
(Domestic Open Competitive Bidding)
Online electronic bids (E-tenders) under two cover system are invited on behalf of NHPC Limited Faridabad (A Public Sector Enterprise of the Government of India) from domestic bidders registered in India for “Up-gradation and refurbishment of EOT cranes of Uri Power Station”, vide Tender Specification No: NH/Conts(E&M-III)/URI-1/PR10623/307/2024 as briefly described hereunder:
Tender document can be viewed and downloaded from NHPC Limited website www.nhpcindia.com (for reference only) and Central Public Procurement (CPPP) Portal http://eprocure.gov.in/eprocure/app.
The bid is to be submitted online only on http://eprocure.gov.in/eprocure/app up to last date and time of submission of tender. Sale of hard copy of tender document is not applicable.
- BRIEF DETAILS & CRITICAL DATES OF TENDER:
- Brief Details of Tender:
S. No. | Item | Description |
1 | Name of work | Upgradation and refurbishment of EOT cranes of Uri Power Station. |
2 | Tender Specification No. | NH/Conts(E&M-III)/URI-1/PR10623/307/2024 |
3 | Mode of tendering | e-procurement system (Open Tender) |
4 | Tender ID | 2024_NHPC_ 805931_1 |
5 | Estimated Cost | ₹8,21,28,000/- (including taxes) for three years |
6 | Tender Document Fee | ₹ 1500/- |
7 | EMD (Bid Security) | ₹16,43,000/- (Sixteen Lakh Forty Three Thousand Only) |
8 | Completion Period | As per SCC Clause-6 |
9 | Required validity of Bid | 120 days from the last date of online bid submission |
10 | Independent External Monitor |
|
11 | Tender Inviting Authority | General Manager (E), Contracts (E&M)-III, 2nd Floor, Jyoti Sadan, NHPC Office Complex, Sector-33, Faridabad- 121003 (Haryana), Telephone no. # 0129-2254687, E-mail: rakesh_k@nhpc.nic.in |
- Critical Dates of Tender:
S. No. | Particulars | Date & Time |
1 | Publish date and time | 03.06.2024 (17:00 Hrs) |
2 | Sale/ Document Download Start Date & Time | 03.06.2024 (17:00 Hrs) |
3 | Sale/ Document Download End Date & Time | 01.07.2024 (15:00 Hrs) |
4 | Online Bid Submission Start Date & Time | 03.06.2024 (17:30 Hrs) |
5 | Last date of Receipt of pre-bid queries/ clarification. | 14.06.2024 (15:00 Hrs.) |
6 | Date & Venue of Pre bid Conference | 19.06.2024 (14:30 Hrs). Venue: NHPC Limited Contracts (E&M) Division 2nd Floor, Jyoti Sadan, NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana) |
7 | Online Bid Submission End Date & Time | 01.07.2024 (17:00 Hrs) |
8 | Last date of submission of EMD and other offline supporting document at “General Manager (E), Contracts (E&M)-III, 2nd Floor, Jyoti Sadan, NHPC Office Complex, Sector-33, Faridabad -121003 (Haryana), Telefax # 0129-2254687, email: rakesh_k@nhpc.nic.in | 03.07.2024 (17:00 Hrs). |
9 | Bid Opening Date & Time
|
|
E-Reverse Auction Event:- If any to be notified later after e-tendering as per ITB Clause 19.7
Note: In case the last date of online bid submission and due date of opening of bids is auto-extended on CPP portal, the last date of submission of offline supporting documents at 1.2 (8) above shall be one working day previous to the extended due date of opening of bids and time shall be 1700 Hrs. (Saturday & Sunday are non-working days in Corporate Office, NHPC Limited, Faridabad).
- Eligibility Criteria for Bidders:
- Bids of those Bidders who have not submitted the requisite Cost of bidding document and EMD (as per ITB Clause 3.0 & 9.0) shall not be considered for evaluation, except in case of exemption as per Clause No. 3.2 & Clause No. 9.1 of ITB.
Further, those Bidders who fail to declare Udyam Registration Number on Central Public Procurement Portal (CPPP) shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs Order, 2012 issued by Ministry of Micro, Small & Medium Enterprises for tenders invited electronically through CPPP. Such bidders shall be treated as non-MSE bidders and bids of such Bidders shall be considered only if it is accompanied by Cost of bidding document & Bid Security.
Registration on CPPP can be done using following steps:
Login ---> to User Management ---> My Account ----->Privileges ---> UDYAM-à Select “registered” -----> Enter (Registration Number & Mobile no.) -----> Click Next ----->Validate data Click “ Verify & Save”.
2.2 The bidders must fulfil the following minimum Qualifying Criteria:
2.2.1 The bidder should be an OEM (Original Equipment Manufacturer) of EOT cranes or firm doing retrofit/ reconditioning of EOT cranes of similar capacity.
Or
Authorized dealer of a manufacturer of the equipment/system to quote on behalf of their manufacturer in case manufacturer does not quote directly. In such a case, the authorized dealer shall have to submit relevant "Authorized Dealership" certificate from the manufacturer,
Note: Only agencies submitting a general Dealership or Authorization certificate issued by the Manufacturers, without reference to any specific tender and having validity of such authorization for the considerable duration with name, designation and contact details of issuing officer shall only be considered for determining the eligibility of the Bidder for the particular tender. Authorization issued with reference to the specific tender in favour of particular dealer/ bidder will not be entertained.
2.2.2 A valid ISO certification of manufacturer for manufacturing the EOT crane should be submitted with the bid.
Note: In case a dealer is participating in a tender on behalf of one manufacturer, he is not allowed to participate / quote on behalf of another manufacturer in this tender or in a parallel for the same item. All such bids with same make/ manufacturer will be rejected.
2.2.3 Bidder / OEM {themselves or through reseller(s)} should have performed two (2) nos. same or similar works contract during preceding Ten (10) financial years i.e. current financial year and ten previous financial years as on opening of bid.
Note(s):
(1) “Similar product” shall mean” - ‘Supply, erection, testing and commissioning of two (2) nos. EOT cranes of 90 MT capacity or higher’
Or
‘Repair /retrofit/refurbishment/ upgradation of two (2) nos. EOT cranes of 90 MT or higher capacity EOT Cranes in previous Ten years from NIT publish date. This retrofit/ refurbishment/ upgradation scope of work must include repair/ refurbishment/ replacement of VVVF drives, crane motors and trolley.
(2) In support of above, bidder shall submit authenticated copies of supply orders of previous clients for the type and model of the offered equipment. In case of experience certificates produced by the contractors/ firms for having executed works for private organisations, TDS certificate shall also be produced along with experience certificate.
2.2.4 The equipment supplied should have performed satisfactorily for one year from the date of commissioning. The bidders should furnish the performance report from the clients in support of performance criteria.
Note: As the work is being highly specialized in nature therefore no exemption is given to Start up & MSME in this criteria.
2.2.5 Financial Criteria:
a. Turnover:
The average annual financial Turnover of 'The bidder' during the last three years, ending on 31st March 2024 should be at least 50% of estimated cost or equivalent in foreign currency at exchange rate prevalent on 31 March 2024, as per the Annual Report (Audited Balance Sheet and Profit & Loss account) of the relevant period, duly authenticated by a Chartered Accountant / Cost Accountant in India or equivalent in relevant countries.
b. Working capital:
The working capital (current assets minus current liabilities) shall be equal to at least 3 times the monthly cash flow requirement i.e. Estimated cost of Work*3/ Supply period.
c. Net worth:
The net worth of the Bidder firm (manufacturer or principal of authorised representative) (i) should not be negative on 31st March 2024 and also (ii) if it is less than paid up equity share capital then it should not have been eroded by more than 30% (thirty percent) in the last three years, ending on the 31st March 2024.
Note: The reference date for considering the period for eligibility/ qualification requirements above shall be the last day of the month previous to the one in which tenders are invited.
2.3 The Bidder should not have been banned/ de-listed/ black listed/ debarred from business or declared ineligible on the grounds mentioned in para 6 of Guidelines on Banning of Business Dealings (Annexure-II). Self-declaration in this regard is to be submitted by the Bidder as per Annexure-VII.
2.4 To improve transparency and fairness in tendering process and/or during execution of work undertaken, the Employer is implementing Integrity Pact as per Clause No. 17.0 of this ITB. The bidder must submit the Integrity Pact as per Proforma (Annexure-II of Section-0) duly signed as per Clause 17.0 of ITB.
2.5 The Bidder, against whom proceedings for insolvency under the Insolvency and Bankruptcy code 2016, or as amended from time to time, have started, shall not be eligible for bidding. Self-declaration in this regard is to be submitted as per enclosed Proforma (Annexure-XI)
2.6 Bids of only those Bidders who are meeting the Eligibility Criteria specified above will be considered for evaluation and award of the contract. Bidders will submit requisite supporting documents and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria. Subcontractors' technical experience and financial resources shall not be taken into account in determining the Bidder's compliance with the qualifying criteria.
- The details/ information regarding online tendering i.e. Registration on CPP Portal, Preparation of Bid and Submission of bid are available in the tender document and as well as on CPP Portal under “Bidders Manual Kit”.
- NHPC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.
For & on behalf of NHPC Ltd.
General Manager (E),
Contracts (E&M)-III,
2nd Floor, Jyoti Sadan, NHPC Office Complex,
Sector-33, Faridabad-121003 (Haryana),
Telefax # 0129 -2254687
E-mail: rakesh_k@nhpc.nic.in
No corrigendums available for this tender.