NIT No.:LTHPL/TSVI/P&C/NIT-32/2024/437
Supply and Fixing of 800 Amp LT Distribution Panel (Outdoor) at Powerhouse area, Pamphok.
Bid Submission Start Date: | Bid Submission End Date: |
---|---|
02-05-1400 | 01-01-1970 |
Bid Opening Date: | 01-01-1970 |
Download Document | Download PDF (opens in a new tab, PDF) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
LTHPL/TSVI/P&C/NIT-32/2024/437 | Supply and Fixing of 800 Amp LT Distribution Panel (Outdoor) at Powerhouse area, Pamphok | 22-07-2024 | 17-07-2024 |
Tender Document | Login to Download | ||
BOQ | Login to Download |
Description:
LANCO TEESTA HYDRO POWER LIMITED (A wholly owned Subsidiary of NHPC Ltd.) Registered Office: 3rd floor, Oftog Business Solutions Pvt. Ltd., H.No. 6-3-248/b/1, Dhruv Arcade Building, Lane opp. Kotak Mahindra Bank, Road No.1, Banjara Hills, Hyderabad Telangana 500034 |
TEESTA-VI HE PROJECT, Balutar, Singtam, East Sikkim-737134 |
(OPEN TENDER ENQUIRY)
Domestic Competitive Bidding
(E-tendering-Web Notice)
Tender Ref. No: LTHPL/TSVI/P&C/NIT-32/2024/437 Dated:24/06/2024
- Online “Item Rate/
Percentage Rate” bids are invited through Domestic Competitive Bidding in Single Stage -Two Part Bidding Basis {i.e. Part-I (Cover-I): Technical- Bid and Part-II (Cover-II): Financial Bid} for and on behalf of Lanco Teesta Hydro Power Limited (LTHPL), (A Wholly Owned Subsidiary of NHPC Ltd.) from eligible sole bidders for the work of “Supply and Fixing of 800 Amp LT Distribution Panel (Outdoor) at Powerhouse area, Pamphok.”
A. The brief details of the tender are as under: -
Sl. No. | Item | Description | |
i) | Mode of tendering | e-Procurement System | |
Cover-I: Online Techno-Commercial Bid | |||
Cover-II: Price Bid | |||
ii) | Tender ID No. | 2024_LTHPL_813259_1 | |
iii) | Tender reference No. | LTHPL/TSVI/P&C/NIT-32/2024/437 | |
iv) | Cost of bid document | ₹590/- (Rupees Five Hundred Ninety only) inclusive of GST @18% in the form of Demand Draft in favour of “Lanco Teesta Hydro Power Limited” payable at Singtam, East Sikkim. | |
v) | Bid Security (EMD) |
| |
vi) | Period of Bid Validity | 120 days as per ITB clause 12 | |
vii) | Estimated Cost | ₹5,75,626/- | |
viii) | Completion Period | 30 (Thirty) Days | |
ix) | Tender inviting Authority | Group Sr. Manager (C) | |
B. Critical Dates of Tender: | |||
(x) | Publish Date & Time | 26.06.2024 @ 17:00 Hrs. | |
(xi) | Document Download Start Date &Time | 26.06.2024 @ 17:00 Hrs. | |
(xii) | Pre bid meeting Date & Time | Not Applicable | |
(xiii) | Last date of Receipt of clarification of Bid | ……………….. | |
(xiv) | Bid Submission Start Date &Time | 26.06.2024 @ 17:00 Hrs. | |
(xv) | Online Bid Submission Closing Date &Time | 17.07.2024 @ 17:00 Hrs. | |
(xvi) | Offline submission closing (address, date & time) | Address: Procurement and Contracts Division, Teesta-VI HE Project, Balutar, Singtam, Distt: East Sikkim-737134 Date & Time 19.07.2024 @ 16:00 Hrs. | |
(xvii) | Online bid Opening of Technical Bid (Cover-I) | Venue LTHPL, Balutar, Date & time 22.07.2024 @ 16:00 Hrs. | |
(xviii) | Price bid Opening (Cover-II) | Venue, Date & time to be intimated later to the bidders whose Techno- commercial Bids will be found responsive | |
(xix) | Date & Time of Start of e- Reverse Auction (if applicable) | Not Applicable |
- Complete Bid Document /Tender Document can be viewed and down loaded from Central Public Procurement (CPP) Portal https://eprocure.gov.in/eprocure/app . The site can also be viewed through e-procurement corner of NHPC website www.nhpcindia.com and CPP Portal. Any Bidder who wishes to quote for this Tender can download the Tender Document from aforesaid portal after online Bidder registration for e-tendering.
- Eligible Bidders
- This Invitation for Bid is open to:
- The bidders who are incorporated legal entity may only participate in the bidding process if they are legally and financially autonomous and operate under commercial law of their respective jurisdiction.
- All bidders meeting the Qualification criteria as defined in clause 3.
- Bidder shall be Class-I Local Supplier under Public Procurement (Preference to Make in India), Order-2017 issued by the Department of Promotion of Industry and Internal Trade (DPIIT), Ministry of Commerce and Industry vide No. P- 45021/2/2017-PP (BE-II) dated 16.09.2020 or as amended from time to time. Bidders shall submit self-certification that the item offered meets the Local Content requirement for ‘Class-I Local supplier’ in the Format provided under tender Form-11.
Public Procurement (Preferences to Make in India) Policy (including its latest modifications/amendments) as may be prevailing on the date of Price Bid Opening shall be applicable against this tender. Bidders are requested to go through the Public Procurement (Preferences to Make in India) policy available on concerned ministry website.
- Bidder shall comply with the provisions of “Restrictions under Rule 144(xi) of the General financial Rules (GFRs) 2017” issued by Department of Expenditure, Ministry of Finance dated 23.07.2020 and subsequent amendments.
- Bidders shall not be under declaration of ineligibility for banning / delisting / blacklisting / debarment from business on the grounds 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 (Form-6-, Section-III).
- The Bidders whose contract(s) have been terminated due to unsatisfactory performance by employer in the past, shall not be allowed to participate in the bidding process till completion of the ineligibility period.
- 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, Employer is implementing Integrity Pact.
- Qualification of the Bidder
- 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 Form-1 General Information, Section-III shall be provided;
- Work experience to demonstrate meeting the criteria stipulated in clause 3.2 A (b) shall be provided in Form -3 work experiences record, Section-III. 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 / Form 26AS / Annual Information Statement (AIS) shall also be produced along with experience certificate.
- Information on financial criteria stipulated in clause 3.2A (a) shall be furnished in Form -4, Annual construction turnover, Section-III. Copy of affidavit/Certificate of CA mentioning Annual Construction 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. The CA Certificate should have the Unique Document Identification Number (UDIN) as per Gazette Notification No. 1-CA (7)/192/2019 dated 02.08.2019.
The proposed methodology (Schedule- G in separate sheets) and programme of construction (in Schedule- E), backed with equipment planning and deployment (in Schedule-F), duly supported with broad calculations, justifying their capability of execution and completion of the work as per technical specifications and within the stipulated period of completion.
3.2A To qualify for award of the Contract, each bidder should have:
- Average annual financial turnover during the last Three (3) financial years ending 31st March, should be at least 30% of the estimated cost.
- Satisfactorily completed, similar works in last Seven (07) years ending on last day of the month of previous to the one in which applications are invited, should be either of the following: -
- Three (03) “similar completed works*”, each costing not less than the amount equal to 40% of the estimated cost.
- Two (02) “similar completed works*”, each costing not less than the amount equal to 50% of the estimated cost.
- One (01) “similar completed works*”, each costing not less than the amount equal to 80% of the estimated cost.
Self-attested copies of relevant documents such as ‘Letter of Award’ and ‘Successfully Completion certificate’ should be submitted by the bidders in this regard.
For arriving at the cost of similar work, the value of work executed shall be brought to current costing level by enhancing the actual value of work at simple rate of seven percent per annum, calculated from the date of completion to the date of bid opening.
* Definition of Similar work means “Fabrication/Supply of Electrical Panel, Bus-Bar chamber of Voltage Level 440V,11 KV/33 KV.”
3.2B Each bidder must also produce with their Bid:
- Copies of PAN, GST Registration No., EPF Registration No., Valid Electrical License and ESIC Registration No. (as applicable).
- A declaration that the information furnished with the bid documents is correct in all respects in form-5, form of declaration, Section-III.
- Such other certificates if any as defined in the ITB.
- The Manufacturer should have a Type Test Certificate of the LT Distribution Panel in accordance with IS 8623 (Part 1): 1993 IEC Pub 439-1 (1985) issued by CPRI within the last five years.
3.2C 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 3.1 and 3.2(A) & (B) shall make the bid non-responsive.
3.2D 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.
3.2E All Startups (whether MSEs or otherwise) registered for similar nature of work falling within the definition as per Gazette notification- 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 as per para 3.2 A subject to their meeting the quality and technical specification. However, the Employer reserves the right to deny such exemptions to Startups in case of circumstances like procurement of items related to public safety, health, critical security operations and equipments etc.
3.2 F Insolvency
The Bidder against whom an application for initiating corporate insolvency resolution process has been admitted by the Adjudicating Authority under the Insolvency and Bankruptcy code 2016 or as amended from time to time shall not be eligible for bidding. The same shall also be applicable to the bidder company who has taken unconditional technical and/or financial support from their Parent/ Holding Company, against whom an application for initiating corporate insolvency resolution process has been admitted by the Adjudicating Authority under the Insolvency and Bankruptcy Code 2016, or as amended from time to time (IBC 2016 hereafter).
In case, bidder in respect of whom any application for initiating corporate insolvency resolution process was not admitted at the time of submission of bid but subsequently during the period of evaluation of bids or any time before the work is awarded, any such application is admitted by the Adjudicating Authority under the IBC 2016, the bidder shall be considered as ineligible and his bid shall be rejected.
An undertaking that “no insolvency proceedings is admitted by the Adjudicating Authority against bidder under the IBC 2016” shall be submitted on letter head duly signed by the authorized representative of bidder.
Further, the bidder after submitting the bid till the time of award of work, shall inform LTHPL regarding any admission of application for corporate insolvency resolution process by the Adjudicating Authority under the IBC 2016 against bidder and any suppression of such fact shall render the bidder liable for rejection of his bid and banning of business dealing as per terms and conditions of the Bid Document.
- Disqualification:
- Made misleading or false representations in the forms, statements, affidavits, declarations and attachments submitted in proof of the qualification requirements; and/or
- Participated in the previous bidding for the same work & found L-1 and had quoted abnormally high or low bid prices and could not furnish rational justification for it to the Employer.
- 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. In such case the bid shall be considered as non-responsive.
- Time for Completion:
- Tenders must be accompanied by the earnest money of the amount specified for the work in the table.
Pre-Bid Meeting:If required, a Pre-Bid meeting open to all the prospective Bidder(s) will be held at venue, date and time as per SI. No.-1 wherein they shall be given an opportunity to obtain clarifications, if any, regarding the work and Bid conditions.Prospective Bidder(s) may submit their queries, if any, by email / courier / at address stated at Para – 1(A)(ix) of NIT at least 03 days before the pre-Bid meeting so that the same can be replied during the meeting.
- Bid submission:
ii) Offline Bid Submission (Refer Section- II i.e. ITB) complete in all respect must be delivered in sealed envelopes to the address up to the specified date & time as per SI. No. 1.
In the event of the specified date or amendment if any for the submission of bids being declared a holiday for the Employer, the hard copy of the documents will be received up to the specified time on the next working day. Similarly, in the event of the specified date or amendment if any for the opening of bids being declared a holiday for the Employer, the opening shall be carried out at the specified time on the next working day. However, the date and time for online submission of the Bids shall continue to be the date and time specified or amendment if any.
- The currency for the Bid shall be Indian Rupee only.
- Bids shall be valid for a period as mentioned in Sl. no. 1 after the deadline for Bid submission. If any Bidder withdraws his Bid before the said period or makes any modification in his Bid, the Earnest Money deposit of the Bidder shall be forfeited. Prior to the expiry of bid validity period, Employer may request Bidders to extend the Bid validity period. The request and the response shall be made in writing. An extension of the bid validity period will not entitle a Bidder to modify its Bid. In case Bidder fails to extend the bid validity upon employer’s request, the corresponding Bid shall be rejected as being non-responsive.
- The Techno-commercial Bid shall be opened online at venue date & time as per Si. No.-1. the time and date of opening of Financial Bid of bidders qualified the technical bid shall be communicated to them at later date after evaluations of technical bids. The Employer/Tender inviting Authority at his discretion may open Technical and Financial Bid simultaneously and evaluate the Bid completely.
- The Employer may impose certain restrictions on the foreign companies participating in any form and their employees in view of the National Security, in the Project situated in the sensitive region and border areas. The Employer shall obtain clearance of Govt. of India regarding security implications prior to qualification of such company. Further, bidders from countries which share land border with India shall comply with Department of Expenditure, Ministry of Finance, GoI, OM No. F.No. 6/18/2019/PPD dt. 23.07.2020 & 24.07.2020.
- Any corrigendum, subsequent amendments and / or extension of date, if any, for submission of Bids shall be posted on the portal http://eprocure.gov.in/eprocure/app . Bidder(s) are advised to visit the portal regularly before the deadline for submission of Bids.
- The employer reserves the right to accept or reject any Bid and to cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidder(s). However, the Bidder(s) who wish to seek reasons for such decision of cancellation/rejection shall be informed of the same by Employer unless its disclosure reasonably could be expected to affect the sovereignty and integrity of India, the security, strategic, scientific or economic interest of the state or lead to incitement of an offence.
- In case of any difference between wordings of English and Hindi version of ‘Notice Inviting Tender’, English version shall prevail.
- All offline documents shall reach in the office as mentioned below latest by 19.07.2024 @ 16:00 Hrs:
Address-:
Group Senior Manager (C),
Procurement and Contracts Division,
Lanco Teesta Hydro Power Limited,
Teesta-VI HE Project, Balutar, PO- Singtam,
East Sikkim, Pin: 737134.
No reliable courier service is available in the Balutar area. Bidders are advised to send their offline bids through speed post/registered post well in advance to avoid any postal delay. Any quarry 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.
(For & on behalf of Lanco Teesta Hydro Power Limited)
Group Sr. Manager (C)
Procurement & Contracts Division
Teesta-VI HE Project
Email: pnc-teesta6@nhpc.nic.in
No corrigendums available for this tender.