NIT No.:NH/TSV/Cont/RM-207/NIT-998/2024-25/460
Maintenance and up keeping of Roads connecting to Power House and removal of rubbish material from adjoining area at left bank area & Maintenance, Up Keeping of Left Bank Colony Area, Teesta- V Power Station, Balutar for a period of 02 years (2025-27)
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 |
---|---|---|---|
Not available | Not available | 03-03-2025 | 03-03-2025 |
Login to Download |
Description:
<strong>NH/TSV/Cont/RM-207/NIT-998/2024-25/460 Dated : 10/02/2025 </strong><br /> <br /><strong>SECTION-0: NOTICE INVITING E-TENDER (NIT)</strong><br /> <br /><strong>(Open Tender for PAF/Locals of Teesta-V PS)</strong><br /><strong>(Domestic Open Competitive Bidding)</strong><br /> <br />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.<br /><strong><em>Description of work</em></strong><strong><em>: “</em></strong><strong>Maintenance and up keeping of Roads connecting to Power House and removal of rubbish material from adjoining area at left bank area & Maintenance, Up Keeping of Left Bank Colony Area, Teesta- V Power Station, Balutar for a period of 02 years (2025-27)</strong><strong>”</strong> <br /> <br /><strong><em>Tender Specification No.:</em></strong><strong> </strong><strong>NH/TSV/Cont/RM-207/NIT-998/2024-25/460 Dated: 10/02/2025</strong><br /> <br />Tender document can be viewed and downloaded from NHPC Limited website www.nhpcindia.com and and GeM portal at <a href="https://gem.gov.in.">https://gem.gov.in</a>.<br />The bid is to be submitted online only on https:// <a href="https://eprocure.gov.in/eprocure/app.">https://gem.gov.in.</a> up to last date and time of submission of bids. Sale of hard copy of tender document is not applicable.<br /> <ol><li><strong>Brief Details & Critical Dates of Tender:</strong></li></ol><strong>1.1 Brief Details of Tender:</strong><br /> <table border="0" cellspacing="0" cellpadding="0" ><tbody><tr><td width:57px"><strong>S</strong><strong>r</strong><strong>. </strong><strong>N</strong><strong>o.</strong></td><td width:217px"><strong>It</strong><strong>e</strong><strong>m</strong><strong>s</strong></td><td width:397px"><strong>D</strong><strong>e</strong><strong>scription</strong><br /> <br /> </td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Name of Work</td><td width:397px"><strong>Maintenance and up keeping of Roads connecting to Power House and removal of rubbish material from adjoining area at left bank area & Maintenance, Up Keeping of Left Bank Colony Area, Teesta- V Power Station, Balutar for a period of 02 years (2025-27)</strong><strong>.</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Tender Specification No.</td><td width:397px"><strong>NH/TSV/Cont/RM-207/NIT-998/2024-25/460 Dated: 10/02/2025</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Mode of tendering</td><td width:397px">Custom Bid Service <strong>via GeM Portal</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">GeM Bid No.</td><td width:397px"><ol><li> </li></ol></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Cost of Bidding Document</td><td width:397px"><strong>Not Applicable for GeM</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Estimated cost of work </td><td width:397px"><strong>Rs 80,11,661/-</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px"> EMD (Bid Security):<br /> <br /> </td><td width:397px"><strong>Rs 1,60,000/- in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at Singtam, East Sikkim OR in the form of Bank Guarantee issued by an Indian Nationalised Bank or any Scheduled Bank in India for EMD excess of Rs. 50,000/-. Bank guarantee shall be valid up to three months beyond the Bid validity period as per format appended as Annexure-I of ITB</strong> <strong>or</strong> Insurance Surety Bond<strong>. (Refer clause 4.0 of ITB). </strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Completion Period / Schedule</td><td width:397px"><strong>02 Years</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Required validity of Bid</td><td width:397px"><strong>Bid validity will be as per GeM Portal</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Independent External Monitor</td><td width:397px"><strong>Dr. Vinod Aggarwal, Sh. Prabhash Singh and Sh. Upendra Malik</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Tender Inviting Authority</td><td width:397px"><strong>DGM (Electrical), Contract Division, Teesta -V Power Station, NHPC Ltd., Balutar, PO-Singtam, East Sikkim, </strong><br /><strong>Pin: 737 134</strong><br /><strong>Email: teestav-contract@nhpc.nic.in</strong></td></tr></tbody></table> <br /><strong>1.2 Critical</strong> <strong>D</strong><strong>ates of Tender: As per GeM Bid No. </strong><strong>GEM/2025/B/5932923</strong><br />However, for offline bid submission as per ITB Cl. No. 5.2, bidders has to ensure delivery of hardcopy to the Tender Inviting Authority within 05 days of Bid End date / Bid Opening date (at 16:30 Hrs) failing which bid shall be liable for rejection.<br /> <ol><li><strong> Eligibility Criteria for Bidders: </strong><ol><li>Bids of those Bidders who have not submitted the requisite <s>Cost of bidding document and</s> EMD (as per Instructions to Bidders (ITB) <s>Clause 3.0 &</s> 4.0) shall not be considered for evaluation, except in case of exemption as per <s>Clause No. 3.2</s> <s>&</s> Clause No. 4.1 of ITB.</li></ol></li></ol> <ol><li>The bidders must fulfil the following minimum Qualifying Criteria:-</li></ol> <ol><li><strong>Qualification Criteria</strong><em>:</em></li></ol> <ol ><li>The bidder should have latest Income Tax challan/ return/ Income Tax exemption certificate, PAN No. (In case of Agency is of proprietary in nature, proof of Aadhar Card linked with PAN Number must be submitted), GST Registration No., EPF Registration No., and ESIC Registration No. (If Applicable), Mediclaim Policy Undertaking (in case ESI is not available).</li></ol> <ol ><li>Average annual financial turnover during the last three (03) financial years ending 31st March of previous financial year 2023-24 should be at least 30% of the <strong>Annualized Estimated Cost*</strong><strong> i.e. at least Rs. 13 Lakh</strong>.</li><li>Prospective bidder should have satisfactorily completed, or have satisfactory performance certificate issued by the employer for the work done/performed, for not less than one year as a Prime Contractor for at least 80% of Annualized Estimated Cost* for single work of ‘similar nature’# or 50% of Annualized Estimated Cost* for each two works of ‘similar nature’# or 40% of Annualized Estimated Cost* for each three works of ‘similar nature’# in last 7 years.</li></ol> Total Estimated Cost<br /><strong>*Annualized Estimated Cost</strong> =<br /> Period of Completion in years (n)<br /> <br /><em>In case period of the completion is less than 1 year then value of (n) will be considered as 1.</em><br /> <br /># Similar nature of work is defined as “<strong><em>Running and Maintenance/ Up keeping work in NHPC Limited/PSU/Central & State Govt./Any private organisation.”.</em></strong><pre><strong>(In case of experience of private organization, TDS certificate of the organization is required) </strong></pre><pre>
</pre>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 bidders in this regard. In case of experience certificates produced by the bidder for having executed works for Private Organizations, TDS Certificates shall also be produced along with experience certificate.<ol ><li>Prospective bidder / Service providers should have their local office in the state of Sikkim. In case prospective bidder do not have their local office in the state of Sikkim such bidders should have to submit an undertaking on their letter head stating that in the event of award of the contract, before signing of contract agreement, they will establish their local office in the state of Sikkim for effective & smooth execution of the contract.<ol><li>The bidder must be covered under definition of PAF/ Local entity as per ITB clause 2.2.1.4.</li></ol></li></ol> <ol><li>To claim the eligibility of Project Affected Families (PAF) and Locals status as per Sl. No. 2.2.1.4, documentary evidence/certificates to be submitted by the bidder are as follows:</li></ol> <table border="1" cellspacing="0" cellpadding="0" ><tbody><tr><td colspan="2" width:595px"><strong>For Project Affected Families (PAF)</strong></td></tr><tr><td colspan="2" width:595px">Relevant Document which shall be considered for evaluation only after verification from List of PAF as available in Teesta-V Power Station, NHPC Ltd.</td></tr><tr><td colspan="2" width:595px"><strong>For Locals</strong></td></tr><tr><td width:189px">Residents of East Sikkim</td><td rowspan="3" width:406px">Attested copy of Certificate of Identification (COI)/Sikkim Subject Certificate (SSC) issued by Govt. of Sikkim mentioning residential address and photo of the bidder.</td></tr><tr><td width:189px">Residents of South Sikkim</td></tr><tr><td width:189px">Residents ofNorth Sikkim</td></tr></tbody></table> <br />2.2.1.3 The Project Affected Families (PAFs) and Locals as defined at 2.2.1.4 are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover for works up to financial limit of Rs. 10.0 Lakh.<br /> <br />2.2.1.4<strong> A. Definitions of Project affected families (PAFs):</strong><br /> <br /> The definition of Project affected families (PAFs) shall be as per definition provided in the “Right to Fair Compensation and Transparency in Land Acquisition, Rehabilitation and Resettlement Act, 2013” and subsequent amendments, if any.<br /> <br /> The definition of Project affected families (PAFs) in relation to land acquired for NHPC is as below:<ol ><li> a family whose land or other immovable property has been acquired by NHPC Limited for Teesta-V Power Station Purpose.</li><li>a family which does not own any land but a member or members of such family may be agricultural labourers, tenants including any form of tenancy or holding of usufruct right, share-croppers or artisans or who may be working in the affected are for three years prior to the acquisition of the land, whose primary source of livelihood stand affected by the acquisition of land;</li><li> the Scheduled Tribes and other traditional forest dwellers who have lost any of their forest rights recognized under the Scheduled Tribes and Other Traditional Forest Dwellers (Recognition of Forest Right) Act, 2006 due to acquisition of land;</li><li> family whose primary source of livelihood for three years prior to acquisition of land is dependent on forests or water bodies and includes gatherers of forest produce, hunters, fisher folk and boatman and such livelihood is affected due to acquisition of land;</li><li> a member of the family who has been assigned land by the State Government or the Central Government under any of its schemes and such land is under acquisitions;</li><li> a family residing on any land in the urban areas for preceding three years or more prior to the acquisition of the land or whose primary source of livelihood for three years prior to the acquisition of the land is affected by the acquisition of such land.</li></ol> <br /> <strong>B. Definitions of Locals:</strong><br /> <br /><strong>“</strong><strong><em>The geographical limits for defining the local residents eligible under the policy for reservation of works to be awarded on Local Competitive Bidding Basis to PAFs and Locals residing near to Teesta-V Power Station shall be East, North & South Districts of Sikkim</em></strong><strong><em>.”</em></strong><br /> <br /><strong>The value of works and services to be awarded to any single entity at any point of time shall be limited to Rs. 125 Lakhs (Rupees One Hundred Twenty Five Lac).</strong><br /> <br /><strong>C. Who are eligible for reservation?</strong><br /> <ol ><li><strong>PAFs, Individuals, Partnership firms, Group of people in the form of Cooperative societies/Self Help Groups (SHGs) )/Companies (having 100% beneficiaries from the category of PAF/Locals) by Locals from the notified area will only be considered under policy for award of the reserved works/services</strong></li></ol> <br /><strong>The eligibility of PAF to Participate in the tenders shall be considered taking into account the work awarded to PAF’s family as a whole. The person, his family along with legal heirs shall be considered as single PAF. Declaration in this regard shall be provided by the PAF. In case of false declaration, the concerned PAF shall be debarred from participation of tenders for six months</strong><br /> <br /> <ol ><li><strong>The provision regarding Public Procurement (Preference to Make in India) Order-2017, Restrictions under Rule 144 (xi) of the General Financial Rule (GFRs) 2017, Micro and Small Enterprises and Startups as amended from time to time shall be applicable for this policy. The owner of MSMEs/Startups shall from the entities mentioned at Sl. No. C (i) above.</strong></li></ol> <ol ><li><strong>At a time not more than four works/ services shall be allotted/ awarded to the same entity</strong><strong>.</strong></li></ol><strong>2.2.1.5 Performance monitoring: In case any contractor does not perform as per the requirement of contract, the contract would be terminated without any consequences to the contractor and he will be debarred from participating in the tender under policy for Two Years from date of termination.</strong><br /> <br /> <ol><li>All Start-ups (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 Start-ups (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. (<strong>Note: Udyam registration (Major activity-Service) shall be the ONLY valid MSME registration document.)</strong></li></ol> <br /> <ol><li>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. (<strong>Note: Udyam registration (Major activity-Service) shall be the ONLY valid MSME registration document.)</strong></li></ol> <ol><li>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.</li><li>Each bidder must also produce with their Bid – PAN (In case of Agency is of proprietary in nature, proof of Aadhar Card linked with PAN Number must be submitted), Goods & Services Tax Identification No. (GSTIN), EPF Registration No. and ESIC Registration No.</li></ol><ol><li>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 [if applicable], ITB Clause 9.0. <strong>Self-declaration in this regard is to be submitted as per enclosed Annexure-III.</strong></li><li>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 (<strong>Annexure-II</strong>) duly signed [if applicable] as per Clause 9.0 of ITB.</li></ol> <br />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.<br /> <br />To oversee the compliance under the Integrity Pact, Dr. Vinod Aggarwal, Sh.Prabhash Singh and Sh. Upendra Malik have been appointed as an Independent External Monitor (IEM) by the owner.<br /> <br />The Contact Address of IEM is as under:-<br /> <table border="1" cellspacing="0" cellpadding="0" ><tbody><tr><td width:189px">Dr. Vinod Aggarwal,<br />B-103, Sarvodya Enclave<ol><li> </li></ol>E-mail: arsv50@gmail.com</td><td width:246px"> Sh.Prabhash Singh<br />E7,M 702,Housing Board Colony<br />Arera Colony,Bhopal<br />Madhya Pradesh – 462016.<br />E-mail: srgmhrbpl@gmail.com</td><td width:198px">Sh. Upendra Malik<br />B-108, NSG Society, Plot-2, Pocket-6, Builders Area, Greater Noida-201315 (UP) e-mail: Upendra.malik@gmail.com</td></tr></tbody></table> <br /> <ol><li>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).</li></ol> <ol><li>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 <strong>self attested</strong> requisite supporting documents and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria.</li></ol> <ol><li>NHPC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.</li><li>In case of any difference between wordings of English and Hindi version of ‘Notice Inviting Tender’, English version shall prevail.</li><li>All offline documents shall reach in the office of DGM (Electrical), Contract Division, Teesta -V Power Station, NHPC Ltd., Balutar, PO- Singtam, East Sikkim, Pin: 737134 <strong>within 05 days of Bid End date / Bid Opening date at 16:30 Hrs</strong>. No reliable courier service is available in the Balutar area. Bidders are advised to send their offline bids well in advance to avoid any postal delay. Any querry regarding non-receipt/late receipt or loss in transit of tender shall not be entertained & shall be dealt with various provisions contained in tender document.</li></ol><strong> For and on behalf of NHPC Ltd. </strong><br /> <br /> <br /> <br /> <br /><strong>DGM (Elect.), </strong><br /><strong>Contract Division, </strong><br /><strong>Teesta-V Power Station</strong><br /><strong>Email: <a href="mailto:teestav-contract@nhpc.nic.in">teestav-contract@nhpc.nic.in</a></strong><br /><strong>Mob: - 7080807462</strong><br /> <br /><strong>NH/TSV/Cont/RM-207/NIT-998/2024-25/460 Dated : 10/02/2025 </strong><br /> <br /><strong>SECTION-0: NOTICE INVITING E-TENDER (NIT)</strong><br /> <br /><strong>(Open Tender for PAF/Locals of Teesta-V PS)</strong><br /><strong>(Domestic Open Competitive Bidding)</strong><br /> <br />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.<br /><strong><em>Description of work</em></strong><strong><em>: “</em></strong><strong>Maintenance and up keeping of Roads connecting to Power House and removal of rubbish material from adjoining area at left bank area & Maintenance, Up Keeping of Left Bank Colony Area, Teesta- V Power Station, Balutar for a period of 02 years (2025-27)</strong><strong>”</strong> <br /> <br /><strong><em>Tender Specification No.:</em></strong><strong> </strong><strong>NH/TSV/Cont/RM-207/NIT-998/2024-25/460 Dated: 10/02/2025</strong><br /> <br />Tender document can be viewed and downloaded from NHPC Limited website www.nhpcindia.com and and GeM portal at <a href="https://gem.gov.in.">https://gem.gov.in</a>.<br />The bid is to be submitted online only on https:// <a href="https://eprocure.gov.in/eprocure/app.">https://gem.gov.in.</a> up to last date and time of submission of bids. Sale of hard copy of tender document is not applicable.<br /> <ol><li><strong>Brief Details & Critical Dates of Tender:</strong></li></ol><strong>1.1 Brief Details of Tender:</strong><br /> <table border="0" cellspacing="0" cellpadding="0" ><tbody><tr><td width:57px"><strong>S</strong><strong>r</strong><strong>. </strong><strong>N</strong><strong>o.</strong></td><td width:217px"><strong>It</strong><strong>e</strong><strong>m</strong><strong>s</strong></td><td width:397px"><strong>D</strong><strong>e</strong><strong>scription</strong><br /> <br /> </td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Name of Work</td><td width:397px"><strong>Maintenance and up keeping of Roads connecting to Power House and removal of rubbish material from adjoining area at left bank area & Maintenance, Up Keeping of Left Bank Colony Area, Teesta- V Power Station, Balutar for a period of 02 years (2025-27)</strong><strong>.</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Tender Specification No.</td><td width:397px"><strong>NH/TSV/Cont/RM-207/NIT-998/2024-25/460 Dated: 10/02/2025</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Mode of tendering</td><td width:397px">Custom Bid Service <strong>via GeM Portal</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">GeM Bid No.</td><td width:397px"><ol><li> </li></ol></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Cost of Bidding Document</td><td width:397px"><strong>Not Applicable for GeM</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Estimated cost of work </td><td width:397px"><strong>Rs 80,11,661/-</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px"> EMD (Bid Security):<br /> <br /> </td><td width:397px"><strong>Rs 1,60,000/- in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at Singtam, East Sikkim OR in the form of Bank Guarantee issued by an Indian Nationalised Bank or any Scheduled Bank in India for EMD excess of Rs. 50,000/-. Bank guarantee shall be valid up to three months beyond the Bid validity period as per format appended as Annexure-I of ITB</strong> <strong>or</strong> Insurance Surety Bond<strong>. (Refer clause 4.0 of ITB). </strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Completion Period / Schedule</td><td width:397px"><strong>02 Years</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Required validity of Bid</td><td width:397px"><strong>Bid validity will be as per GeM Portal</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Independent External Monitor</td><td width:397px"><strong>Dr. Vinod Aggarwal, Sh. Prabhash Singh and Sh. Upendra Malik</strong></td></tr><tr><td width:57px"><ol ><li> </li></ol></td><td width:217px">Tender Inviting Authority</td><td width:397px"><strong>DGM (Electrical), Contract Division, Teesta -V Power Station, NHPC Ltd., Balutar, PO-Singtam, East Sikkim, </strong><br /><strong>Pin: 737 134</strong><br /><strong>Email: teestav-contract@nhpc.nic.in</strong></td></tr></tbody></table> <br /><strong>1.2 Critical</strong> <strong>D</strong><strong>ates of Tender: As per GeM Bid No. </strong><strong>GEM/2025/B/5932923</strong><br />However, for offline bid submission as per ITB Cl. No. 5.2, bidders has to ensure delivery of hardcopy to the Tender Inviting Authority within 05 days of Bid End date / Bid Opening date (at 16:30 Hrs) failing which bid shall be liable for rejection.<br /> <ol><li><strong> Eligibility Criteria for Bidders: </strong><ol><li>Bids of those Bidders who have not submitted the requisite <s>Cost of bidding document and</s> EMD (as per Instructions to Bidders (ITB) <s>Clause 3.0 &</s> 4.0) shall not be considered for evaluation, except in case of exemption as per <s>Clause No. 3.2</s> <s>&</s> Clause No. 4.1 of ITB.</li></ol></li></ol> <ol><li>The bidders must fulfil the following minimum Qualifying Criteria:-</li></ol> <ol><li><strong>Qualification Criteria</strong><em>:</em></li></ol> <ol ><li>The bidder should have latest Income Tax challan/ return/ Income Tax exemption certificate, PAN No. (In case of Agency is of proprietary in nature, proof of Aadhar Card linked with PAN Number must be submitted), GST Registration No., EPF Registration No., and ESIC Registration No. (If Applicable), Mediclaim Policy Undertaking (in case ESI is not available).</li></ol> <ol ><li>Average annual financial turnover during the last three (03) financial years ending 31st March of previous financial year 2023-24 should be at least 30% of the <strong>Annualized Estimated Cost*</strong><strong> i.e. at least Rs. 13 Lakh</strong>.</li><li>Prospective bidder should have satisfactorily completed, or have satisfactory performance certificate issued by the employer for the work done/performed, for not less than one year as a Prime Contractor for at least 80% of Annualized Estimated Cost* for single work of ‘similar nature’# or 50% of Annualized Estimated Cost* for each two works of ‘similar nature’# or 40% of Annualized Estimated Cost* for each three works of ‘similar nature’# in last 7 years.</li></ol> Total Estimated Cost<br /><strong>*Annualized Estimated Cost</strong> =<br /> Period of Completion in years (n)<br /> <br /><em>In case period of the completion is less than 1 year then value of (n) will be considered as 1.</em><br /> <br /># Similar nature of work is defined as “<strong><em>Running and Maintenance/ Up keeping work in NHPC Limited/PSU/Central & State Govt./Any private organisation.”.</em></strong><pre><strong>(In case of experience of private organization, TDS certificate of the organization is required) </strong></pre><pre>
</pre>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 bidders in this regard. In case of experience certificates produced by the bidder for having executed works for Private Organizations, TDS Certificates shall also be produced along with experience certificate.<ol ><li>Prospective bidder / Service providers should have their local office in the state of Sikkim. In case prospective bidder do not have their local office in the state of Sikkim such bidders should have to submit an undertaking on their letter head stating that in the event of award of the contract, before signing of contract agreement, they will establish their local office in the state of Sikkim for effective & smooth execution of the contract.<ol><li>The bidder must be covered under definition of PAF/ Local entity as per ITB clause 2.2.1.4.</li></ol></li></ol> <ol><li>To claim the eligibility of Project Affected Families (PAF) and Locals status as per Sl. No. 2.2.1.4, documentary evidence/certificates to be submitted by the bidder are as follows:</li></ol> <table border="1" cellspacing="0" cellpadding="0" ><tbody><tr><td colspan="2" width:595px"><strong>For Project Affected Families (PAF)</strong></td></tr><tr><td colspan="2" width:595px">Relevant Document which shall be considered for evaluation only after verification from List of PAF as available in Teesta-V Power Station, NHPC Ltd.</td></tr><tr><td colspan="2" width:595px"><strong>For Locals</strong></td></tr><tr><td width:189px">Residents of East Sikkim</td><td rowspan="3" width:406px">Attested copy of Certificate of Identification (COI)/Sikkim Subject Certificate (SSC) issued by Govt. of Sikkim mentioning residential address and photo of the bidder.</td></tr><tr><td width:189px">Residents of South Sikkim</td></tr><tr><td width:189px">Residents ofNorth Sikkim</td></tr></tbody></table> <br />2.2.1.3 The Project Affected Families (PAFs) and Locals as defined at 2.2.1.4 are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover for works up to financial limit of Rs. 10.0 Lakh.<br /> <br />2.2.1.4<strong> A. Definitions of Project affected families (PAFs):</strong><br /> <br /> The definition of Project affected families (PAFs) shall be as per definition provided in the “Right to Fair Compensation and Transparency in Land Acquisition, Rehabilitation and Resettlement Act, 2013” and subsequent amendments, if any.<br /> <br /> The definition of Project affected families (PAFs) in relation to land acquired for NHPC is as below:<ol ><li> a family whose land or other immovable property has been acquired by NHPC Limited for Teesta-V Power Station Purpose.</li><li>a family which does not own any land but a member or members of such family may be agricultural labourers, tenants including any form of tenancy or holding of usufruct right, share-croppers or artisans or who may be working in the affected are for three years prior to the acquisition of the land, whose primary source of livelihood stand affected by the acquisition of land;</li><li> the Scheduled Tribes and other traditional forest dwellers who have lost any of their forest rights recognized under the Scheduled Tribes and Other Traditional Forest Dwellers (Recognition of Forest Right) Act, 2006 due to acquisition of land;</li><li> family whose primary source of livelihood for three years prior to acquisition of land is dependent on forests or water bodies and includes gatherers of forest produce, hunters, fisher folk and boatman and such livelihood is affected due to acquisition of land;</li><li> a member of the family who has been assigned land by the State Government or the Central Government under any of its schemes and such land is under acquisitions;</li><li> a family residing on any land in the urban areas for preceding three years or more prior to the acquisition of the land or whose primary source of livelihood for three years prior to the acquisition of the land is affected by the acquisition of such land.</li></ol> <br /> <strong>B. Definitions of Locals:</strong><br /> <br /><strong>“</strong><strong><em>The geographical limits for defining the local residents eligible under the policy for reservation of works to be awarded on Local Competitive Bidding Basis to PAFs and Locals residing near to Teesta-V Power Station shall be East, North & South Districts of Sikkim</em></strong><strong><em>.”</em></strong><br /> <br /><strong>The value of works and services to be awarded to any single entity at any point of time shall be limited to Rs. 125 Lakhs (Rupees One Hundred Twenty Five Lac).</strong><br /> <br /><strong>C. Who are eligible for reservation?</strong><br /> <ol ><li><strong>PAFs, Individuals, Partnership firms, Group of people in the form of Cooperative societies/Self Help Groups (SHGs) )/Companies (having 100% beneficiaries from the category of PAF/Locals) by Locals from the notified area will only be considered under policy for award of the reserved works/services</strong></li></ol> <br /><strong>The eligibility of PAF to Participate in the tenders shall be considered taking into account the work awarded to PAF’s family as a whole. The person, his family along with legal heirs shall be considered as single PAF. Declaration in this regard shall be provided by the PAF. In case of false declaration, the concerned PAF shall be debarred from participation of tenders for six months</strong><br /> <br /> <ol ><li><strong>The provision regarding Public Procurement (Preference to Make in India) Order-2017, Restrictions under Rule 144 (xi) of the General Financial Rule (GFRs) 2017, Micro and Small Enterprises and Startups as amended from time to time shall be applicable for this policy. The owner of MSMEs/Startups shall from the entities mentioned at Sl. No. C (i) above.</strong></li></ol> <ol ><li><strong>At a time not more than four works/ services shall be allotted/ awarded to the same entity</strong><strong>.</strong></li></ol><strong>2.2.1.5 Performance monitoring: In case any contractor does not perform as per the requirement of contract, the contract would be terminated without any consequences to the contractor and he will be debarred from participating in the tender under policy for Two Years from date of termination.</strong><br /> <br /> <ol><li>All Start-ups (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 Start-ups (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. (<strong>Note: Udyam registration (Major activity-Service) shall be the ONLY valid MSME registration document.)</strong></li></ol> <br /> <ol><li>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. (<strong>Note: Udyam registration (Major activity-Service) shall be the ONLY valid MSME registration document.)</strong></li></ol> <ol><li>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.</li><li>Each bidder must also produce with their Bid – PAN (In case of Agency is of proprietary in nature, proof of Aadhar Card linked with PAN Number must be submitted), Goods & Services Tax Identification No. (GSTIN), EPF Registration No. and ESIC Registration No.</li></ol><ol><li>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 [if applicable], ITB Clause 9.0. <strong>Self-declaration in this regard is to be submitted as per enclosed Annexure-III.</strong></li><li>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 (<strong>Annexure-II</strong>) duly signed [if applicable] as per Clause 9.0 of ITB.</li></ol> <br />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.<br /> <br />To oversee the compliance under the Integrity Pact, Dr. Vinod Aggarwal, Sh.Prabhash Singh and Sh. Upendra Malik have been appointed as an Independent External Monitor (IEM) by the owner.<br /> <br />The Contact Address of IEM is as under:-<br /> <table border="1" cellspacing="0" cellpadding="0" ><tbody><tr><td width:189px">Dr. Vinod Aggarwal,<br />B-103, Sarvodya Enclave<ol><li> </li></ol>E-mail: arsv50@gmail.com</td><td width:246px"> Sh.Prabhash Singh<br />E7,M 702,Housing Board Colony<br />Arera Colony,Bhopal<br />Madhya Pradesh – 462016.<br />E-mail: srgmhrbpl@gmail.com</td><td width:198px">Sh. Upendra Malik<br />B-108, NSG Society, Plot-2, Pocket-6, Builders Area, Greater Noida-201315 (UP) e-mail: Upendra.malik@gmail.com</td></tr></tbody></table> <br /> <ol><li>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).</li></ol> <ol><li>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 <strong>self attested</strong> requisite supporting documents and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria.</li></ol> <ol><li>NHPC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.</li><li>In case of any difference between wordings of English and Hindi version of ‘Notice Inviting Tender’, English version shall prevail.</li><li>All offline documents shall reach in the office of DGM (Electrical), Contract Division, Teesta -V Power Station, NHPC Ltd., Balutar, PO- Singtam, East Sikkim, Pin: 737134 <strong>within 05 days of Bid End date / Bid Opening date at 16:30 Hrs</strong>. No reliable courier service is available in the Balutar area. Bidders are advised to send their offline bids well in advance to avoid any postal delay. Any querry regarding non-receipt/late receipt or loss in transit of tender shall not be entertained & shall be dealt with various provisions contained in tender document.</li></ol><strong> For and on behalf of NHPC Ltd. </strong><br /> <br /> <br /> <br /> <br /><strong>DGM (Elect.), </strong><br /><strong>Contract Division, </strong><br /><strong>Teesta-V Power Station</strong><br /><strong>Email: <a href="mailto:teestav-contract@nhpc.nic.in">teestav-contract@nhpc.nic.in</a></strong><br /><strong>Mob: - 7080807462</strong><br /> <br />
No corrigendums available for this tender.