निविदा संख्या:NH/UPS/PCS/C-67/NIQ-58/18 Dated 15.06.2023

उरी पावर स्टेशन के एनएचपीसी कॉलोनी गिंगले में स्थापित 60 केएलडी क्षमता वाले सीवेज ट्रीटमेंट प्लांट (एसटीपी) का वार्षिक रखरखाव अनुबंध (एएमसी)

Bid Submission and Opening Details Table. It contains Bid Submission Start Date, Bid Submission End Date, Bid Opening Date, Download Document
बोली जमा करने की तिथि बोली जमा करने की अंतिम तिथि
01-01-1970 01-01-1970
बोली खोलने की तिथि 01-01-1970
दस्तावेज़ डाउनलोड करें Download PDF (opens in a new tab, PDF)
कार्य विशिष्टता
Work Specification Details Table. It contains Works Number, Title, Bid Opening Dat, End Date
वर्क्स नं। शीर्षक बोली खोलने की तिथि अंतिम तिथि
NH/UPS/PCS/C-67/NIQ-58/18 Dated 15.06.2023 उरी पावर स्टेशन के एनएचपीसी कॉलोनी गिंगले में स्थापित 60 केएलडी क्षमता वाले सीवेज ट्रीटमेंट प्लांट (एसटीपी) का वार्षिक रखरखाव अनुबंध (एएमसी) 10-07-2023 06-07-2023
TENDER DOCUMENT Login to Download

विवरण

SECTION-0: 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 (A Public Sector Enterprise of the Government of India) from domestic bidders registered in India for “Annual Maintenance Contract (AMC) of 60 KLD Capacity Sewage Treatment Plant (STP) installed at NHPC Colony Gingle of Uri Power Station”.
Tender Specification No.: NH/UPS/PCS/C-67/NIQ-58/18   Dated 15.06.2023
 
Tender document can be viewed and downloaded from NHPC Limited website www.nhpcindia.com and Central Public Procurement Portal (CPPP) at https://eprocure.gov.in/eprocure/app.
 
The bid is to be submitted online only on https://eprocure.gov.in/eprocure/app up to last date and time of submission of bids. Sale of hard copy of tender document is not applicable.
1.0         Brief Details & Critical Dates of Tender:
 
  1. Brief Details of Tender:
S.no.ItemDescription
(i)Name of workAnnual Maintenance Contract (AMC) of 60 KLD Capacity Sewage Treatment Plant (STP) installed at NHPC Colony Gingle of Uri Power Station.
(ii)Tender Specification No.NH/UPS/PCS/C-67/NIQ-58/18   Dated 15.06.2023
(iii)Mode of tendering e-procurement system (Open tender)
(iv)Tender ID 2023_NHPC_757851_1
(v)Cost of Bidding DocumentRs. 590/-(i.e. Rs.500/- Tender Fees & Rs.90/- GST) in the form of Crossed Demand Draft in favour of “NHPC Limited, Uri Power Station” payable at SBI, Baramulla.
(vi)Estimated costRs. 9,70,152/-
(vii)Bid Security/EMD19,000/- /- in the form of Crossed Demand
Draft in favour of “NHPC Ltd, Uri Power Station” payable at Baramulla
(viii)Completion Period / Schedule12 months
(ix)Required validity of Bid120 days from the last date of online submission of Bids.
(x)Independent External MonitorShri. Vivekm kumar johri and Shri. Vinid Agarwal
(xi)Name of  Institution  for ArbitrationConstruction Industry Arbitration Council, New Delhi
(xii)Tender Inviting AuthorityDGM (PCS), Uri Power Station, Gingle, P.O.-Mohura, Distt.- Baramulla, J&K, PIN-193122, Email- pnc-uri1@nhpc.nic.in
clip image001
  1. Critical dates of Tender
S.no. Particulars Date & Time
(i)Publish date and time   16.06.2023, 10:00 Hrs
(ii)Sale / Document Download Start Date & Time   16.06.2023, 10:00 Hrs
(iii)Sale / Document Download End Date & Time   06.07.2023, 17:00 Hrs
(iv)Online Bid Submission Start Date & Time   16.06.2023, 10:00 Hrs
(v)Online Bid Submission End Date & Time   06.07.2023, 17:00 Hrs
(vi) Last date of submission of Cost of Bidding document,     EMD and other offline supporting documents at :
“DGM (PCS), Uri Power Station, C/o Liaison Officer, NHPC Limited, Uri Power Station-I, Hotel Foot Hill, Sonwar Bazar, Srinagar, PIN-190001”   OR
“DGM (PCS), Uri Power Station, Gingle, P.O.-Mohura, Distt.- Baramulla, J&K, PIN-193122, OR
“Manager (C&P), Contracts & Procurement Wing, O/o Executive Director, NHPC Regional Office, JDA Commercial Complex, Narwal, Jammu, PIN-180006”
   08.07.2023, 17:00 Hrs
(vii)Bid Opening Date & Time
 
  1. Technical bid alongwith offline documents
ii)        Price Bid
    10.07.2023, 16:00 Hrs
    To be intimated separately.
         
2.0         Eligibility Criteria for Bidders:
 
2.1       Bids of those Bidders who have not submitted the requisite Cost of bidding document and EMD (as per Instructions to Bidders (ITB) Clause 3.0 & 4.0) shall not be considered for evaluation, except in case of exemption as per Clause No. 3.2 & Clause No. 4.1 of ITB. Further, those bidders who fail to declare Udyog Aadhaar Memorandum (UAM) 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 / EMD (if applicable against tender).
 
Above declaration on CPP Portal can be done using following steps:
 
clip image002clip image002clip image003clip image004clip image002clip image002Login              My Account               Privileges        MSME            Tick on MSME registered                Enter UAM & Mobile No.               Verify & Save
 
 
clip image006Click here2.2     The bidders must fulfill the following minimum Qualifying Criteria:-
 
2.2.1 The bidders who are incorporated legal entity and are legally and financially autonomous and operate under commercial law of their respective jurisdiction.
 
2.2.2 All bidders shall include the following information and documents with their bids in, Qualification Information unless otherwise stated in the ITB:
  1. 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.
b)    Work experience to demonstrate meeting the criteria stipulated in clause 2.2.3 (b) shall be provided in Annexure-IV. The work experience shown shall be supported with certificate(s) from the Engineer-in-charge/Project head of the concerned work. In case of experience certificates produced by the contractors for having executed works for Private Organizations, TDS Certificates shall also be produced along with experience certificate.
  1. Information on financial criteria stipulated in clause 2.2.3 (a) shall be. Copy of affidavit/Certificate of CA mentioning Financial Turnover of last 3 (three) years.  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.
2.2.3  To qualify for award of the Contract, each bidder should have:
a) The average annual financial turnover of the intending bidders during the last three years ending 31/03/2023 should be at least 30% of the estimated cost.
b) Copies of work Experience of having successfully completed similar works as prime contractor during last 7 years ending last day of month previous to the one in which application are invited:
a).  One similar completed work, amounting to at least 80% of the estimated value
 
OR
(b). Two similar completed work, each amounting to at least 50% of estimated value
 
OR
(c). Three similar completed work, each amounting to at least 40% of estimated value
 
NOTE: “Similar Works” shall mean as “Operation and maintenance of Sewage Treatment Plant (STP)” Sub- Contractor’s experience and resources shall not be taken into account in determining the bidder’s compliance with the qualifying criteria. 
2.2.4  Each bidder must also produce with their Bid a declaration that the information furnished with the bid documents is correct in all respects in Annexure-IX.
2.2.5  To qualify for Contract for which bids are invited in the Notice Inviting Tender, the bidder must demonstrate having work experience, financial capability and resources sufficient to meet the aggregate of the qualifying criteria. Failure to produce the certificates and documents in clauses 2.2.2 and 2.2.3 shall make the bid non-responsive.
2.2.6  JVs or any other arrangement other than sole bidder is not allowed.  Experience and resources of proposed sub-contractor, if any shall not be taken into account in determining the bidder’s compliance with the qualifying criteria. However, experience of bidder as sub- contractor approved by Project developer shall be considered. Experience of bidders as member of Consortium/Joint Venture shall be considered as per distribution of work against the member of the Consortium/Joint Venture. In case where distribution of Consortium/JV members is not specified in Consortium/JV agreement then the experience credential shall be considered for all members of JV with minimum 35% participation share.
2.2.7  Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
  1. made misleading or false representations in the forms, statements, declarations and attachments submitted in proof of the qualification requirements; and/or
  2. participated in the previous bidding for the same work and had quoted abnormally high or low bid prices and could not furnish rational justification for it to the Employer.
2.2.8  All Startups (whether MSEs or otherwise), falling within the definition as per Gazette notification- G.S.R. 501(E) dt. 23.05.2017 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.
 
2.2.9 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.
 
2.2.10 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.
 
2.2.11     Each bidder must also produce with their Bid – certificate of registration/ incorporation of firm/ Registration as contractor, PAN, Goods & Services Tax Identification No. (GSTIN), EPF Registration No. and ESIC Registration No.
 
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 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, Shri Vivek kumar johri & Vinod aggrawal has been appointed as an Independent External Monitor (IEM) by the owner. The Contact Address of IEM is as under:-
clip image008
clip image009Click here
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 requisite supporting documents mentioned in Clause 2.2.1, 2.2.2, 2.2.3 and 2.2.10 and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria.
3.0       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”.
 
4.0       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.
 
 
 
      DGM (PCS)                                                                                                                                                                                                                                                          Uri Power Station
E-mail : pnc-uri1@nhpc.nic.in
       

Corrigendum List

Corrigendum List Table. It contains Sr No, Tender Id, Corrigendum, Corrigendum Details, Corrigendum Date, Expiry Date and Documents
Sr No Tender Id Corrigendum Corrigendum Details Corrigendum Date Expiry Date Documents
1 6563 Test Corrigendum (En.. Corrigendum Details .. 2023-06-18 2023-09-30.. View