NIT No.: LTHPL/TSVI/P&C/NIT-33/2024/474
Renovation of office space at 2nd Floor (Left wing) of Administrative Building of Teesta V Power Station, Balutar, Sikkim.
Bid Submission Start Date | Bid Submission End Date |
---|---|
14-11-2024 | 05-12-2024 |
Bid Opening Date | 10-12-2024 |
Download Document |
Download PDF
( डाउनलोड | 1.98 MB | PDF | एडोबी रीडर या ब्राउज़र से खोलें) |
Works No. | Title | Bid Opening Date | End Date |
---|---|---|---|
LTHPL/TSVI/P&C/NIT-35/2024/474 | Renovation of office space at 2nd Floor (Left wing) of Administrative Building of Teesta V Power Station, Balutar, Sikkim. | 10-12-2024 | 05-12-2024 |
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-35/2024/474 Dated:14.11.2024
- 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 “Renovation of office space at 2nd Floor (Left wing) of Administrative Building of Teesta V Power Station, Balutar, Sikkim.”
A. The brief details of the tender are as under: -
Item | i) | e-Procurement System | ||||||||||||||||||||||||||
Cover-II: Price Bid | ||||||||||||||||||||||||||||
Tender ID No. | iii) | LTHPL/TSVI/P&C/NIT-35/2024/474 | ||||||||||||||||||||||||||
Cost of bid document | v) |
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.
The Integrity Pact, signed by all the prospective Bidders and the Employer, shall commit the persons/officials of both the parties, not to exercise any corrupt/ fraudulent/collusive/coercive practices in the Tendering process and also during implementation of the Contract. Only those Bidders who have entered into Integrity Pact with the Employer shall be eligible to participate in the bidding process. All Applicants shall enter into an Integrity Pact (to be executed on plain paper) with the Employer at the time of submission of their Bids. The Integrity Pact digitally signed / signed on behalf of the Employer shall be as per Form-7 Section-III. The Integrity Pact shall be downloaded, printed and signed by the Applicant and to be submitted online. Successful bidder 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, Dr. Vinod Aggarwal and Shri Prabhash Singh have been appointed as an Independent External Monitor (IEM) by the Employer. The Contact Address of IEM is as under: -
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.
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.
3.2B Each bidder must also produce with their Bid:
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.
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.
Address-: Group Sr. Manager (Civil), 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 (Civil), Procurement &Contracts Division Teesta-VI HE Project Email: pnc-teesta6@nhpc.nic.in
No corrigendums available for this tender.
|