NIT No.:GEM/2024/B/4987781
R and M of Water Supply Arrangements at Loktak FY 2024-25.
Bid Submission Start Date: | Bid Submission End Date: |
---|---|
01-01-1970 | 01-01-1970 |
Bid Opening Date: | 01-01-1970 |
No document available |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
GEM/2024/B/4987781 | R and M of Water Supply Arrangements at Loktak FY 2024-25 | 09-08-2024 | 09-08-2024 |
NIT document | Login to Download |
Description:
एन एच पी सी लिमिटेड
NHPC LIMITED
(A Govt. of India Enterprise)
Loktak Project, Manipur
Post Office: Loktak, Komkeirap
Distt: Churachandpur, Manipur–795124
E-Mail: pnc-loktak@nhpc.nic.in
CIN: L40101HR1975GOI032564
SECTION-0: NOTICE INVITING E-TENDER (NIT)
(Domestic Open Competitive Bidding)
Online electronic bids (e-tenders) under two cover systems are invited on behalf of NHPC Limited (A Public Sector Enterprise of the Government of India) from domestic bidders registered in India.
Name of Work: R and M of Water Supply Arrangements at Loktak FY 2024-25.
GeM Bid No.: GEM/2024/B/4987781
Tender document can be viewed and downloaded from GeM Portal.
The bid is to be submitted online only on GeM Portal up to last date and time of submission of bids.
NHPC LIMITED
(A Govt. of India Enterprise)
Loktak Project, Manipur
Post Office: Loktak, Komkeirap
Distt: Churachandpur, Manipur–795124
E-Mail: pnc-loktak@nhpc.nic.in
CIN: L40101HR1975GOI032564
SECTION-0: NOTICE INVITING E-TENDER (NIT)
(Domestic Open Competitive Bidding)
Online electronic bids (e-tenders) under two cover systems are invited on behalf of NHPC Limited (A Public Sector Enterprise of the Government of India) from domestic bidders registered in India.
Name of Work: R and M of Water Supply Arrangements at Loktak FY 2024-25.
GeM Bid No.: GEM/2024/B/4987781
Tender document can be viewed and downloaded from GeM Portal.
The bid is to be submitted online only on GeM Portal up to last date and time of submission of bids.
1.0 Brief Details & Critical Dates of Tender:
1.1 Brief Details of Tender:
1.1 Brief Details of Tender:
Sl. No. | Item | Description |
(i) | Name of work | R and M of Water Supply Arrangements at Loktak FY 2024-25. |
(ii) | Tender Specification No. | NA |
(iii) | Mode of tendering | GeM (Open Tender) |
(iv) | GeM Bid No. | GEM/2024/B/4987781 |
(v) | Cost of bidding document | Not applicable |
(vi) | Estimated cost | Rs. 47,72,502/- (Inclusive of all taxes and duties) |
(vii) | EMD (Bid Security) | Rs. 95,000/- in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at “State Bank of India, Loktak HEPA Branch” (Code-05329). Komkeirap OR, In the form of Bank Guarantee (BG) issued by an Indian Nationalized bank or any scheduled commercial bank of India OR, in the form of irrevocable Insurance Surety Bond issued by any Indian Insurance Company registered under Insurance Act 1938 or as amended from time to time and approved by the Insurance Regulatory Development Authority of India (IRDAI). Bank Guarantee/ Insurance Surety Bond shall be valid upto 03 (three) months beyond the bid validity period as per prescribed format. |
(viii) | Completion Period / Schedule | 12 (Twelve) Months |
(ix) | Required validity of Bid | 120 days from the last date of online submission of Bids. |
(x) | Independent External Monitor | Dr. Vinod Aggarwal and Sh. Prabhash Singh |
(xi) | Tender Inviting Authority | Dy. General Manager (C) / Contract Division, Loktak Project, NHPC Ltd., PO: Loktak, Komkeirap, Distt- Churachandpur, Manipur – 795124, e-mail: pnc-loktak@nhpc.nic.in |
- Critical Dates of Tender:
S. No. | Particulars | Date & Time |
(i) | Publish date and time | As per GeM Bid Document. |
(ii) | Sale / Document Download Start Date & Time | |
(iii) | Sale / Document Download End Date & Time | |
(iv) | Online Bid Submission Start Date & Time | |
(v) | Online Bid Submission End Date & Time | |
(vi) | Last date of submission of EMD and other offline supporting documents at Address 1: Dy. General Manager (C) / Procurement & Contract Division Loktak Project, NHPC Ltd., PO: Loktak, Komkeirap, Distt- Churachandpur, Manipur – 795124, e.mail: pnc-loktak@nhpc.nic.in Address 2: Liaison Office (NHPC Limited) Manipur State Power Company Limited (Formerly Electricity Department) Keishampat, Imphal, Manipur -795001 Contact Person: Name: Mr. Rajkumar Tenzing Meitei Designation: Manager (E) Mobile no.: 8732836775 | |
(vii) | Bid Opening Date & Time
| As per GeM Bid Document. To be intimated separately. |
2.0 Eligibility Criteria for Bidders:
2.1 Bids of those Bidders who have not submitted the requisite EMD (as per Instructions to Bidders (ITB) Clause 4.0) shall not be considered for evaluation, except in case of exemption as per Clause No. 4.1 of ITB.
As per Policy for Reservation of Works to be awarded on Local Competitive Bidding basis to PAFs and Locals residing near the Project/ Power Station, this tender/works is reserved for local residing to Loktak Project (i.e. Resident in the district of Churachandpur, Bishnupur and Kakching) and Project affected families (PAFs) of Loktak Project, Manipur.
For benefit of larger population of the nearby areas of Project/Power Station, at a time not more than 02 (Two) works/services be allotted/awarded to the same entity.
2.2 The bidders must fulfill the following minimum Qualifying Criteria:-
2.2.1 All bidders shall include the following information and documents with their bids in, Qualification Information unless otherwise stated in the ITB:
2.1 Bids of those Bidders who have not submitted the requisite EMD (as per Instructions to Bidders (ITB) Clause 4.0) shall not be considered for evaluation, except in case of exemption as per Clause No. 4.1 of ITB.
As per Policy for Reservation of Works to be awarded on Local Competitive Bidding basis to PAFs and Locals residing near the Project/ Power Station, this tender/works is reserved for local residing to Loktak Project (i.e. Resident in the district of Churachandpur, Bishnupur and Kakching) and Project affected families (PAFs) of Loktak Project, Manipur.
For benefit of larger population of the nearby areas of Project/Power Station, at a time not more than 02 (Two) works/services be allotted/awarded to the same entity.
2.2 The bidders must fulfill the following minimum Qualifying Criteria:-
2.2.1 All bidders shall include the following information and documents with their bids in, Qualification Information unless otherwise stated in the ITB:
- Copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder. Additional information as sought in the Annexure-V shall be provided.
- Work experience to demonstrate meeting the criteria stipulated in clause 2.2.2 shall be provided in Annexure-IV. The work experience shown shall be supported with copies of work order/letter of Award issued by the Engineer-in-charge/ head of the concerned work.
- Information on financial criteria stipulated in clause 2.2.2 shall be provided, Annual turnover, copy of affidavit/Certificate of CA mentioning Financial Turnover of last 3 (three) years or Printed Annual reports or financial statements of the Bidder, such as balance sheet, profit and loss statements and auditor's reports as the case may be for the past three years shall be submitted to ascertain bidder’s meeting the financial criteria.
- Bidders shall not be under declaration of ineligibility for banning/delisting/ blacklisting/debarment from business on the ground mentioned in para 6 of Guidelines on Banning of Business dealings (Annexure-A) to Integrity Pact at the time of submitting the bid and shall intimate immediately of any such banning/ delisting/blacklisting/debarring after submission of bid till award of tender. Self-Declaration in this regard is to be submitted as per the enclosed Proforma. (Annexure–III).
2.2.2 To qualify for award of the Contract, each bidder should have:
- The bidder should have latest Income Tax Challan/Return/Income Tax exemption certificate, PAN No., GST Registration No., EPF Registration No., and ESIC Registration No. (if applicable)/ Mediclaim Policy Undertaking (in case ESIC is not available).
- Average annual financial turnover during the last three years ending 31st March of previous financial year should be at least 30% of the estimated cost of work.
- The bidder should have successfully executed in past, similar nature of works*** of requisite value specified hereunder during preceding 07 (Seven) years, supported with award letters & successful completion certificate(s) issued by concerned dept. confirming to either of the following.
(i) One (1) work, amounting to at least 80% of the estimated value.
OR
(ii) Two (2) works, each amounting to at least 50% of estimated value.
OR
(iii) Three (3) works, each amounting to at least 40% of estimated value.
*** Similar nature of work is defined as “Similar nature of R&M Service Contract in NHPC Limited /State Govt. /Central Govt./Public sector undertaking/Private Organisations”.
Self-attested copies of relevant documents such as ‘Letter of Award’ along with ‘Completion/Performance/Work done Certificate’ mentioning date of completion or duration of performance/work done and final executed/work done/performed amount (as the case may be) should be submitted by the bidder in this regard. In case of experience certificates produced by the bidder for having executed works for private organizations, TDS certificates/Proof of Transaction shall also be produced along with experience certificate.
d) Domicile Certificate as a proof of local resident in District Churachandpur/ Bishnupur/Kakching, State of Manipur, or Project Affected Family (PAF) Certificate issued by the concerned state authority in respect of Loktak Project.
Note:
- The reference date for considering the period of preceding 07 (Seven) years shall be the last day of the month previous to the one in which the tender is invited.
- In case of Running and maintenance (R&M) services/works as defined in similar nature of works at (c) above, the qualification criteria for the work done must be for a minimum period of one year irrespective of length of contract subject to satisfactory performance certificate issued by the Employer for the particular work done.
- Signing of Bid: All the documents being Uploaded on portal along with bid must be duly sealed and signed by the Authorized representative of the bidder.
2.2.3 All Startups (whether MSEs or otherwise), falling within the definition as per Gazette notification- G.S.R. 501(E) dt. 23.05.2017 or as amended from time to time are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover subject to their meeting the quality and technical specification. However, the Employer reserves the right to deny such exemptions to Startups (whether MSEs or otherwise) in case of circumstances like procurement of items related to public safety, health, critical security operations and equipments etc. Declaration in this regard is to be submitted by the Bidder as per Annexure-VIII.
All Micro and Small Enterprises (MSEs) are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover in public procurement subject to meeting of quality and technical specifications for which necessary documents shall be submitted by such bidders.
2.2.4 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.
2.2.5 Each bidder must also produce with their Bid - PAN, Goods & Services Tax Identification No. (GSTIN), EPF Registration No. and ESIC Registration No. (if applicable)/ Mediclaim Policy Undertaking (in case ESIC is not available).
- Bidders shall not be under declaration of ineligibility for banning/ de-listing/ black listing/ debarment from business on the ground mentioned in para 6 of Guidelines on Banning of Business dealings (Annexure-A) to Integrity Pact (Clause No. 2.4 of ITB) at the time of submitting the bid and shall intimate immediately of any such banning/de-listing/ black-listing /debarring after submission of bid till award of Tender. Self-declaration in this regard is to be submitted as per enclosed Annexure-III.
The Bidders whose contract(s) have been terminated due to unsatisfactory performance by employer in past, shall not be allowed to participate in the bidding process till completion of the ineligibility period.
- 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. 9.0 of the ITB. The bidder must submit the Integrity Pact as per Proforma (Annexure-II) duly signed [
if applicable] as per Clause 9.0 of ITB.
Pre-contract Integrity Pact [
To oversee the compliance under the Integrity Pact, Dr. Vinod Aggarwal and Sh. Prabhash Singh have been appointed as Independent External Monitors (IEMs) by the owner. The Contact Address of IEMs are as under: -
Dr. Vinod Aggarwal, B-103, Sarvodaya Enclave, 2nd Floor, New Delhi - 110017 Email: arsv50@gmail.com | Sh. Prabhash Singh, E7 M702, Housing Board Colony, Arera Colony, Bhopal, Madhya Pradesh-462016 Email: srgmhrbpl@gmail.com |
- 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-X of Section-I).
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.
- Copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder. Additional information as sought in the Annexure-V shall be provided.
- Work experience to demonstrate meeting the criteria stipulated in clause 2.2.2 shall be provided in Annexure-IV. The work experience shown shall be supported with copies of supply order/work order/letter of Award issued by the Engineer-in- charge/ head of the concerned work.
- Information on financial criteria stipulated in clause 2.2.2 shall be provided, Annual turnover, copy of affidavit/Certificate of CA mentioning Financial Turnover of last 3 (three) years or Printed Annual reports or financial statements of the Bidder, such as balance sheet, profit and loss statements and auditor's reports as the case may be for the past three years shall be submitted to ascertain bidder’s meeting the financial criteria.
- Bidders shall not be under declaration of ineligibility for banning/ de-listing/ black listing/debarment from business on the ground mentioned in para 6 of Guidelines on Banning of Business dealings (Annexure-A) to Integrity Pact (Clause No. 2.4 of ITB) at the time of submitting the bid and shall intimate immediately of any such banning/de-listing/ black-listing /debarring after submission of bid till award of Tender. Self-Declaration in this regard is to be submitted as per the enclosed Proforma (Annexure-III)
- NHPC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.
Note:
- Micro and Small Enterprises (MSEs) bidders having Valid Udyam Registration shall be allowed exemptions from submission of EMD.
- Further, to avail exemptions from meeting the qualification criteria in respect of Prior Experience-Prior Turnover by the MSEs bidders, the bidder should have valid Udyam Registration along with inclusion of relevant activities/ National Industrial Classification (NIC) codes covering “A major part of the Scope of works”/ “Similar nature of works” as defined in the Bid document.
- During Financial Evaluation, MSE purchase preference shall be extended to only those bidders who have also claimed to be an MSE on GeM portal along with submission of valid Udyam Registration Certificate with their bid. However, bidders shall be exempted from submission of EMD and prior Experience-Prior Turnover on submission of valid Udyam Registration Certificate only along with their bid.
For & on behalf of NHPC Ltd.
Sd/-
Dy. General Manager (C)
Contract Division
Loktak Project, NHPC Ltd.,
PO: Loktak, Komkeirap, Distt-
Churachandpur, Manipur – 795124,
e-mail: pnc-loktak@nhpc.nic.in
No corrigendums available for this tender.