NIT No.:GEM/2024/B/5196393 Dated: 02.08.2024

Annual Maintenance of Two Nos. Hydro-generating units (Pelton Turbine) of 3X110 MW Kishanganga Power Station, Bandipora, J&K (PKG-492).

Bid Submission and Opening Details Table. It contains Bid Submission Start Date, Bid Submission End Date, Bid Opening Date, Download Document
Bid Submission Start Date: Bid Submission End Date:
01-05-8200 01-05-2600
Bid Opening Date: 01-05-6200
Download Document Download PDF (opens in a new tab, PDF)
Work Specification
Work Specification Details Table. It contains Works Number, Title, Bid Opening Dat, End Date
Works No. Title Bid Opening Date End Date
NH/KG/P&C/PHM/PKG-492/2024 Annual Maintenance of Two Nos. Hydro-generating units (Pelton Turbine) of 3X110 MW Kishanganga Power Station, Bandipora, J&K (PKG-492)” 23-08-2024 23-08-2024
Login to Download

Description:

एन एच पी  सी लिमिटेड
                                  NHPC LIMITED
  (A Govt. of India Enterprise)
  Kishanganga Power Station,
 
NHPC Limited, Bandipora (J&K)
 
CIN: L40101HR1975GOI032564
 
SECTION-0: NOTICE INVITING E-TENDER (NIT)
(Domestic Open Competitive Bidding)
     
        NIT No.: NH/KG/P&C/PHM/PKG-492/2024/11                                        Date: 02.08.2024
 
Online bids (Custom Bids) are invited through GEM Portal on behalf of NHPC Limited (A Public Sector Enterprise of the Government of India) Kishanganga Power Station, Bandipora, Jammu and Kashmir from domestic bidders for the following work:
 
“Annual Maintenance of Two Nos. Hydro-generating units (Pelton Turbine) of 3X110 MW Kishanganga Power Station, Bandipora, J&K (PKG-492)”
 
       Tender Specification No.: NH/KG/P&C/PHM/PKG-492/2024
 
The bid is to be submitted online only on GeM Portal up to last date and time of submission of bids. Sale of hard copy of tender document is not applicable.
  1. Brief Details of Tender:
 
Sl.
No.
ItemDescription
(i)Name of workAnnual Maintenance of Two Nos. Hydro-generating units (Pelton Turbine) of 3X110 MW Kishanganga Power Station, Bandipora, J&K (PKG-492).
(ii)Tender Specification No.NH/KG/P&C/PHM/PKG-492/2024
(iii)Mode of tenderingCustom Bid - through GEM
(iv)Tender/GeM Bid ID GEM/2024/B/5196393
(vi)Estimated costRs. 25,93,913/- (Including GST)
(vii)EMD (Bid Security)Rs. 52,000/- (Rupees Fifty Two Thousand only) should be submitted in the form of Demand draft  or to be paid online in favour of “Collection Account NHPC Limited Kishanganga HE Project”, Payable at “State Bank of India, BANDIPORA”, “Account No.-30965097784”, “IFSC Code: SBIN0001362”. (A copy of online transfer is to be sent immediately along with GSTIN through e-mail on the mail ID: pnc-kishanganga@nhpc.nic.in mentioning name of the work for which online payment has been made)
                                      Or
In the form of Bank Guarantee (BG) issued by any Indian Nationalized Bank/Scheduled Commercial bank in India. Bank Guarantee shall be valid up to three months beyond the bid validity period as per the prescribed format of ITB.
 Name of beneficiary: NHPC Limited,Sector-33,        Faridabad-121003
 IFSC Code: SBIN0017313
 Address of the Bank: State Bank of India, CAG II.
(In case of EMD submitted in the form of demand draft/BG, original DD/BG should reach the consignee address within 5 working days after date of opening of bid as per GeM GTC.)
(viii)Completion Period / Schedule42 days (Date of start of work is to be intimated by Engineer In Charge) - As per Clause No. 8 of Special Conditions of Contract (SCC).
(x)Independent                 External MonitorSh.  Vinod Aggarwal and Sh. Prabhash Singh
(xi)Tender Inviting AuthorityDeputy General  Manager (M), P&C Division,
NHPC    Limited,    Kishanganga    Power    Station
Karalpora, P.O-Bandipora Distt.  -  Bandipora,  (J&K)
PIN-193502
Tel-01957-225018
Email:-pnc-kishanganga@nhpc.nic.in
 
  1. Critical Dates of Tender:
S. No.ParticularsDate & Time
(i)Publish date and time 
 
 
      As detailed in GeM Bid Number  GEM/2024/B/5196393
Dated: 02.08.2024
(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  Deputy General Manager (M),
P&C Division,
NHPC    Limited,    Kishanganga    Power    Station, Karalpora,
P.O-Bandipora, Dist.  -  Bandipora,  (J&K), PIN-193502
 
Email: pnc-kishanganga@nhpc.nic.in
Bidder has to upload scanned copy / proof of the DD/ BG along with bid and has to ensure delivery of hardcopy to the Buyer within 5 days of Bid End date / Bid Opening date.
(vii)Bid Opening Date & Time
  1. Technical bid along with offline documents
 
  1. Price bid
 
 As per GeM
 
 
To be intimated separately.
 
  1. Eligibility Criteria for Bidders:
 
  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.
 
  1. The bidders must fulfill the following minimum Qualifying Criteria:-
 
  1. The Following minimum qualification criteria has been set forth for the work:-
 
  1. Bidder needs to submit the duly signed copy of Registration as contractor, PAN No., EPF Registration No., ESIC Registration No. (if applicable), Copy of letter of award along with notarized copy of Experience certificate (completion certificates),and GSTIN registration.
 
 
  1. Satisfactorily completed, as prime Contractor of similar nature of work equal in value to:
(i) One (1) works, amounting to at least 80% of the estimated cost of work i.e Rs. 20.75 Lakhs
OR
(ii) Two (2) works, each amounting to at least 50% of the estimated cost i.e. Rs. 12.97 Lakhs
OR
(iii) Three (3) works, each amounting to at least 40% of the estimated cost   i.e Rs. 10.37 Lakhs for which the bid is invited, or such higher amount as may be specified in the Tender Document in the last seven years.
 
  1. Average Annual Turnover during last 3 years, ending 31st March 2023 of previous financial year should not be less than 30% of the estimated cost of work i.e Rs. 7.78 Lakhs. The bidder shall submit duly notarized copy of Auditor’s reports/audited Balance sheet & Profit Loss account for the last three financial years or Certificate from Chartered Accountant in respect of Annual Turnover during last 3 years, ending 31st March 2023 of previous financial year along with copy of ITR to prove financial standing of the bidder.
 
‘Similar work’ means “The firm should have carried out annual maintenance work of hydro generating units of hydro turbine of 55 MW or above”
 
Note:-In case of any discrepancy in eligibility criteria as per GeM vis-à-vis Customized Bid Document, the condition as per later shall prevail.
 
IV. In case experience certificate produced by the contractor for having executed work for private organization TDS certificate shall also be produced along with experience certificate.
 
V. Copies of contracts / work orders and documentary evidence of successful execution/completion in support of past experience of similar services to be uploaded with the bid for verification by the buyer.
 
  1. All Startups (whether MSEs or otherwise) registered for similar nature of work and falling within the definition as per Gazette notification- no. GSR 127(E) dated 19.02.2019 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 specifications for which necessary documents shall be submitted by such bidders. 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.
 
  1. 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. Bidders are requested to go through the revised classification of MSME as per notification no. S.O.2119 (E ) dated: 26.06.2020.
 
  1. Make in India category firms vide DPIIT order no. P-45021/2/2017-PP (BE-II) dated 16th September, 2020 is applicable as below:-
 
  1. Definitions
 
Local content: means the amount of value added in India which shall, unless otherwise prescribed by the Nodal Ministry, be the total value of the item procured (excluding net domestic indirect taxes) minus the value of imported content in the item (including all custom duties) as a proportion of the total value, in percent.
 
Class-I local supplier: means a supplier or service provider, whose Goods/ Services/ Works offered for procurement, meets the minimum local content as prescribed for “Class-I local supplier” under this order.
 
Class-II local supplier: means a supplier or service provider, whose Goods/ Services/ Works offered for procurement, meets the minimum local content as prescribed for “Class-II local supplier” but less than that prescribed for “Class-I local supplier” under this order.
 Non-local supplier: means a supplier or service provider, whose Goods/ Services/ Works offered for procurement has local content less than that prescribed for “Class-II local supplier” under this order.
 
Minimum Local Content: Nodal ministry/department may prescribe only a higher percentage of minimum local content requirement to categorize a supplier as Class-I local supplier/ Class-II local supplier/ Non local supplier. For the items, for which Nodal ministry/department has not prescribed higher minimum local content notification under the order, it shall be 50% and 20% for Class-I local supplier/Class-II local supplier respectively.
 
Margin of purchase preference: means the maximum extent to which the price quoted by a Class-I local supplier may be above the L-1 for availing purchase preference. The margin of purchase preference shall be 20%.
 
Works: means all works as per Rule 130 of GFR-2017, and shall also include Turnkey works, Engineering, Procurement & Construction (EPC) Contracts and Services include System Integrator (SI) contracts.
 
  1. Eligibility Criteria for Class I/II and Non Local Suppliers
 
a)      For procurement of Goods/Services/Works, irrespective of purchase value where there is sufficient local capacity and local competition, only Class-I local supplier shall be eligible to bid.
 
b)      For procurement of Goods/Services/Works, not covered under a) above and having estimated value less than INR 200.00 Crores, Global tender enquiry shall not to be issued except with the approval of Competent Authority as designated by Department of Expenditure. Only Class-I and Class-II local suppliers shall be eligible to bid in procurements, except when Global tender enquiry has been issued. In Global tender enquiries, Non-local suppliers shall also be eligible to bid alongwith Class-I and Class-II local suppliers.
The above criteria shall be subject to compliance of following:
  1. The bidder shall have to be an entity registered in India in accordance with law. Indian subsidiaries of foreign bidders are eligible to participate in the bidding process provided they meet the qualifying criteria in terms of capability, competency, financial position, past performance etc. Further, Foreign bidders shall compulsorily set up their manufacturing units on a long term basis in India.
  2. Foreign bidders can also participate in the bidding process provided they form Joint Venture with any bidder registered in India in accordance with law.
  3. Country of origin of the equipment/material shall be provided in the bid.
  4. The bids shall be in Indian National Rupees (INR) only in respect of local content.
  5. The bidder shall follow Indian laws, regulation and standards.
  6. For supply of equipment/ material from the country of origin other than India, the bidder shall submit performance certificate in support of satisfactory operation in India or a country other than the country of origin having climatic and operational conditions including ambient temperature similar to that of India for minimum one year.
  7. The manufacturer/ supplier shall list out the products and components producing Toxic E-waste and other waste. It shall have an Extended Producers Responsibility (EPR) so that after the completion of the lifecycle, the materials are safely recycled/disposed of by the Manufacturer/ Supplier and for this, the Manufacturer/ Supplier along with procurer has to establish recycling/ disposal unit or as may be specified.
  8.  The bidder shall have to furnish a certificate regarding cyber security/ safety of the equipment/ process to be supplied/services to be rendered as safe to connect.
  9. Wherever required, the foreign supplier shall establish fully functional service centers in India and shall keep spares/material locally for future needs of Utilities.
  10. Arbitration proceedings shall be instituted in India only and all disputes shall be settled as per applicable Indian Laws.
 
  1. Procedure for Purchase Preference
  1. Subject to the provision of this Order and to any specific instructions issued by the Nodal Ministry or in pursuance of this Order, purchase preference shall be given to “Class-I local supplier” only in procurement undertaken by procuring entities in the manner specified here under.
  2. In the case of procurement of Goods/Works, covered under para B(b) and divisible in nature, the ‘Class-I local supplier’ shall get purchase preference over ‘Class-II local supplier’ as well as ‘Non-local supplier’ as per following procedure:
 
  1. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local supplier’, the contract for full quantity will be awarded to L1.
  2. If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded to L1. Thereafter, the lowest bidder among the ‘Class-I local supplier’ will be invited to match the L1 price for the remaining 50% quantity subject to the Class-I local supplier’s quoted price falling within the margin of purchase preference, and contract for that quantity shall be awarded to such ‘Class-I local supplier’ subject to matching the L1 price. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price or accepts less than the offered quantity, the next higher ‘Class-I local supplier’ within the margin of purchase preference shall be invited to match the L1 price for remaining quantity and so on, and contract shall be awarded accordingly. In case some quantity is dtill left uncovered by Class-I local suppliers, then such balance quantity shall be ordered to the L1 bidder.
  1. For procurement of goods/works, which are covered by para B(b) and not divisible in nature, and in procurement of services where the bid is evaluated on price alone, the 'Class-I local supplier' shall get purchase preference over 'Class-II local supplier' as well as 'Non-local supplier', as per following procedure:
  1. Among all qualified bids, the lowest bid will be termed as L1. If L1 is 'Class-I local supplier', the contract will be awarded to L1.
  2. If L1 bid is not a 'Class-I local supplier’, the lowest bidder among the 'Class-I local supplier' will be invited to match the L1 price subject to the Class-I local supplier's quoted price falling within the margin of purchase preference, and contract shall  be  awarded  to  such  'Class-I local supplier' subject to matching the L1 price.
  3.  In case such lowest eligible 'Class-I local supplier' fails to match the L1 price, the 'Class-I local supplier' within the next higher bid within the margin of purchase preference shall be invited to match the L1 price and so on, and contract shall be awarded accordingly. In case none of the ‘Class-I local supplier’ within the margin of purchase preference matches the L1 price; the contract may be awarded to the L1 bidder.
  1. Class-II local supplier" and "Non-local supplier" will not get purchase preference in any procurement, undertaken by procuring entities.
 
Applicability in tenders where contract is to be awarded to multiple bidders:
 
         In tenders where contract is awarded to multiple bidders subject to matching of L1 rates or otherwise, the ‘Class-I local supplier’ shall get purchase preference over ‘Class-II local supplier’ as well as “Non-local supplier’, as per following procedure:
           
In case there is sufficient local capacity and competition for the item to be procured, as notified by the nodal Ministry, only Class-I local suppliers shall be eligible to bid. As such, the multiple suppliers, who would be awarded the contract, should be all and only ‘Class I local Supplier’.
In other cases, ‘Class II local suppliers’ and Non-local suppliers’ may also participate in the bidding process along with ‘Class I local supplier’ as per provision of this order.
If ‘ Class I local suppliers’ quality for award of contract for at least 50% of the tendered quantity in any tender, the contract may be awarded to all the qualified bidders as per award criteria stipulated in the bid documents. However, in case ‘Class I local suppliers’ do not qualify for award of contract for at least 50% of the tendered quantity, purchase preference should be given to the ‘Class I local supplier’, over ‘Class II local suppliers’/’Non local suppliers’ provided that their quoted rate falls within 20% margin of purchase preference of the highest quoted bidder considered for award of contract so as to ensure that the ‘Class I local suppliers’ taken in totality are considered for award of contract for at least 50% of tendered quantity.
 
First purchase preference has to be given to the lowest quoting ‘Class I local supplier’, whose quoted rates fall within 20% margin of purchase preference, subject to its meeting the prescribed criteria for award of contract as also the constraint of maximum quantity that can be sourced from any single supplier. If the lowest quoting ‘Class I local suppliers’, does not qualify for purchase preference because of aforesaid constraints or does not accept the offered quantity, an opportunity may be given to next higher ‘Class I local suppliers’, falling within 20% margin of purchase preference, and so on.
 
To avoid any ambiguity during bid evaluation process, the procuring entities may stipulated its own tender specific criteria for award of contract amongst different bidders including the procedure for purchase preference to ‘Class I local suppliers’ within the broad policy guidelines stipulated in sub-paras above.
  1. Verification of local content
  1. The 'Class-I local supplier'/ 'Class-II local supplier' at the time of tender, bidding or solicitation shall be required to indicate percentage of local content and provide self-certification that the item offered meets the local content requirement for 'Class- I local supplier'/ 'Class-II local supplier', as the case may be. They shall also give details of the location(s) at which the local value addition is made.
  2. In cases of procurement for a value in excess of INR 10.00 Crores, the 'Class-I local supplier'/ 'Class-II local supplier' shall be required to provide a certificate from the statutory auditor or cost auditor of the company (in the case of companies) or from a practicing cost accountant or practicing chartered accountant (in respect of suppliers other than companies) giving the percentage of local content.
  3. False declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h) of the General Financial Rules for which a bidder or its successors can be debarred for up to two years as per Rule 151(iii) of the General Financial Rules along with such other actions as may be permissible under law. A supplier who has been debarred by any procuring entity for violation of this Order shall not be eligible for preference under this Order for procurement by any other procuring entity for the duration of the debarment. The debarment for such other procuring entities shall take effect prospectively from the date on which it comes to the notice of other procurement entities.
    1. 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.
 
  1. Each bidder must also produce with their Bid – PAN, Goods & Services Tax Identification No. (GSTIN), EPF Registration No. and ESIC Registration No.(if applicable)
 
  1. The Bidders(s) whose contract(s) has been terminated due to poor performance by the Employer, shall not be allowed to participate in the bidding process for next 2 years w.e.f. the date of notification of termination.
 
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-A) to Integrity Pact, ITB Clause 9.0. Self-declaration in this regard is to be submitted as per enclosed Annexure-III.
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. 9.0 of the ITB. The bidder must submit the Integrity Pact as per Proforma (Annexure-II) duly signed as per Clause 9.0 of ITB.
Pre-contract Integrity Pact [if applicable] is to be executed on plain paper with NHPC Ltd. at the time of submission of Bids. The successful bidder (Contractor) shall submit duly executed Integrity Pact on Non-Judicial Stamp Paper of appropriate value prior to signing of Contract Agreement.
To oversee the compliance under the Integrity Pact, Sh. Vinod Aggarwal and Sh. Prabhash Singh has been appointed as an Independent External Monitor (IEM) by the owner. The Contact Address of IEM is as under:-
              
Dr. Vinod Aggarwal,
B-103, Sarvodaya Enclave,
2nd Floor,
New Delhi-110017
Email: arsv50@gmail.com
 
Shri Prabhash Singh,
E7 M702, Housing Board Colony,
Arera Colony, Bhopal,
Madhya Pradesh-462016
Email: srgmhrbpl@gmail.com
 
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-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 duly notarized / self-attested requisite supporting documents Registration as contractor, PAN No., EPF Registration No. and ESIC Registration No.(if Applicable), copy of letter of award along-with notarized/ self-attested copy of Experience certificate (completion certificates), GSTIN registration, EMD/ valid MSEs certificate and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria.
3.0   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.
 
 
                                                                                                             Deputy General Manager (M)
                                                                                                                 P&C Division, NHPC Limited
 
                                                                                                                Kishanganga Power Station,
                                                                                                              Karalpora, Bandipora (J&K)
 
Email: - pnc-kishanganga@nhpc.nic.in