निविदा संख्या:GEM/2025/B/5823556,Dated : 15-01-2025

Purchase of EHV grade Transformer oil for Power Transformers

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
GEM/2025/B/5823556,Dated : 15-01-2025 Purchase of EHV grade Transformer oil for Power Transformers 05-02-2025 05-02-2025
No documents available

विवरण

एनएचपीसी लिमिटेड<br /><strong>NHPC LIMITED</strong><br /><strong>(A Govt. of India Enterprise)</strong><br /> <br /><strong><em>  [Rangit Power Station.]</em></strong><br /><strong>CIN: L40101HR1975GOI032564</strong><br /><strong>SECTION–0: NOTICE INVITING E-TENDER (NIT)</strong><br /><strong>(Domestic Open Competitive Bidding)</strong><br />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.<br /> <br /><strong>“Purchase of EHV grade Transformer oil for Power Transformers installed at Powerhouse, Rangit Power Station”</strong><br /> <br />Tender document can be viewed and downloaded from NHPC Limited website <a href="http://www.nhpcindia.com">www.nhpcindia.com</a>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 <a href="https://eprocure.gov.in/eprocure/app">https://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 /><strong>1.0    Brief Details & Critical Dates of Tender:</strong><br /><strong>1.1 Brief Details of Tender:</strong><table border="0" cellspacing="0" cellpadding="0" ><tbody><tr><td width:42px"><strong>S. N.</strong></td><td width:222px"><strong>Item</strong></td><td colspan="2" width:378px"><strong>Description</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Name of work</td><td colspan="2" width:378px"> <br /><strong>Purchase of EHV grade Transformer oil for Power Transformers installed at Powerhouse, Rangit Power Station</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Mode of tendering</td><td colspan="2" width:378px">e-procurement system (GeM Bidding via GeM Portal)</td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Tender ID</td><td colspan="2" width:378px"><strong><em>GEM/2025/B/</em></strong><br /> </td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Cost of bidding document</td><td colspan="2" width:378px"><strong>NA</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Estimated cost</td><td colspan="2" width:378px"><strong>Rs. 35,22,300/-</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">EMD (Bid Security)<br /> </td><td colspan="2" width:378px"><strong>Rs</strong> <strong>70,446/-</strong> in the form of Crossed Demand Draft/Bankers’ Cheque in favour of “<strong>NHPC Limited</strong>” payable at “<strong>SBI, Rangit Nagar (Branch Code-9808), Hingdam</strong>  issued by State Bank of India or in the form of Bank Guarantee/Insurance Surety Bond from a Nationalized or any Scheduled Bank of India in the prescribed proforma or in the form of Bank Guarantee/Insurance Surety Bond issued by an Indian Nationalized Bank from <strong>any Scheduled Bank in India for EMD excess of Rs. 50,000/-. Bank guarantee/ Insurance Surety Bond shall be valid up to three months beyond the Bid validity period as per format appended as Annexure-I of ITB. (refer clause 4.0 of ITB).</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Completion Period /            <br />Schedule</td><td colspan="2" width:378px"><strong>30 days (01 MONTHS)</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Required validity of Bid</td><td width:378px"><strong>120 days</strong> from the last date of online submission of Bid.</td><td> </td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Independent  External         <br />Monitor</td><td width:378px"><strong>Dr.   Vinod Aggarwal, IAS (Retd.)</strong><br /><strong>Shri. Prabhash Singh, ITS (Retd.)</strong><br /> </td><td> </td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Name      of     Institution   for<br />Arbitration</td><td width:378px"><em>--</em></td><td> </td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:222px">Tender Inviting Authority<br /> <br /> </td><td width:378px"><strong>Group Sr. Manager (Proc), NHPC Limited, Rangit Power Station, Rangit Nagar, South Sikkim-737111, Sikkim.</strong><br /> <br /> </td><td> </td></tr></tbody></table> <br /><strong>1.2     Critical Dates of Tender:</strong><table border="0" cellspacing="0" cellpadding="0"><tbody><tr><td width:42px"><strong>S.N.</strong></td><td width:336px"><strong>Particulars</strong></td><td width:264px"><strong>Date & Time</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:336px">Publish date and time</td><td width:264px"><strong>       As per GeM bid document</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:336px">Document Download Start Date & Time</td><td width:264px"><strong>As per GeM bid document</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:336px"><s>Sale </s>/ Document Download End Date & Time</td><td width:264px"><strong>As per GeM bid document</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:336px">Online Bid Submission Start Date & Time</td><td width:264px"><strong>As per GeM bid document</strong></td></tr><tr><td width:42px"><ol ><li> </li></ol></td><td width:336px">Online Bid Submission End Date & Time</td><td width:264px"><strong>As per GeM bid document</strong></td></tr></tbody></table> <br /><strong>2.0      Eligibility Criteria for Bidders:</strong><br />2.1       <s>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. </s><strong><s>Further, those bidders who fail to declare Udyog Aadhaa Memorandum (UAM) number on GeM Portal 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 GeM Portal. 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 again tender).</s></strong><br /><strong>             <s>Bidders are requested to do following steps in order to declare UAM on CPP Portal. </s></strong><br /><strong><s>Login       My Account          Privileges          MSME           Tick on MSME</s></strong><br /><strong><s>registered        Enter UAM & Mobile no.         Verify & Save.</s></strong><br /> <ol><li>The bidders must fulfill the following minimum Qualifying Criteria:-</li></ol> <ol><li><strong>Eligible Bidders:</strong></li></ol>            <strong><em>TECHNICAL CRITERIA</em></strong><br />(i) The Bidder should be <strong>manufacturer of EHV Grade Transformer Oil as per technical specification.</strong><br />Or<br />Authorized dealer of a manufacturer of <strong>EHV Grade Transformer Oil as per technical specification  </strong>    to quote on behalf of their manufacturer in case manufacturer does not quote directly. In such a case the authorized dealer shall have to submit relevant, ‘Authorized Dealership’ certificate from the manufacturer.<br />(ii)  A valid ISO certification of manufacturer for manufacturing the “<strong>EHV Grade Transformer Oil </strong>” should be submitted with the bid.<br /> (iii)  In case a dealer is participating in a tender on behalf of one manufacturer, he is not allowed to participate/ quote on behalf of another manufacturer in this tender or in a parallel tender for the same item. All such bids with same make/manufacture will be rejected.<br />(iv)  Bidder should have executed at least two supplies of similar item (<strong>Suppy of EHV Grade Transformer Oil) </strong>of same make as quoted and same capacity or higher, as specified in NIT during previous seven years.<br /> Note:  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.<br />   <br /><strong><em>FINANCIAL CRITERIA:</em></strong><br /><strong><em>a) Turnover:</em></strong><br />The average annual financial turnover of "The bidder" during the last three years ending on 31st March 2024 should be at least 50% of the estimated cost as per the annual report (Audited Balance Sheet and Profit & Loss account and Balance Sheet) of the relevant period, duly authenticated by Chartered Accountant/Cost Accountant in India.<br /><strong><em> b)  Working Capital:</em></strong><br />The working capital (current assets minus current liabilities) of last financial year ending on the 31st March 2024 shall be equal to at least 3 times  the monthly cash flow requirement, i.e., Estimated Cost of Work *3/Supply Period<br />For this case, estimated = Rs. 35.22 Lakhs, Supply Period = 1 months, Working Capital comes to be Rs. 35.22 Lacs*3/1 = Rs. 105.66 Lacs<br /><strong><em>c)  Net Worth:</em></strong><br />The net worth of the bidder firm (manufacturer or principal of authorized representative)<br />(i) Should not be negative on 31st March 2024 and also<br />(ii) If it is less than paid up equity share capital then it should not have been eroded by more than 30% in the last three years, ending on the 31st March 2024.<ol ><li>The bidders against whom proceedings for insolvency under the insolvency and Bankruptcy code 2016 (as amended time to time) have been started shall not be eligible for bidding.</li></ol>3<strong>.  Documents to be submitted by bidder in support of their meeting the specified QR shall be as under :</strong><br />(i) The bidders should submit authenticated copies of supply orders for the type/model/make of offered equipment issued by various clients.<br />(ii) The bidder should furnish the performance report from the clients, in support of one year satisfactory performance of materials/components supplied by them.<br />(iii) a) The bidder shall submit the copy of Annual Report/ Standalone audited Annual Financial Statement containing Balance sheet, Profit & Loss Statement, cash flow Statement, Auditors' report thereon including all relevant Schedules/annexures etc. of last three years.<br />b) In case where Audited financial results for the immediately preceding year are not available, then a statement  of account as on the closing date of the immediately preceding  financial  year  depicting Turnover , Net Worth ( as calculated above)  duly  certified by  their Statutory Auditor/ Certified Public Accountant  carrying out the statutory audit shall be enclosed with the application along with copy of appointment letter of the statutory auditor.<br />c) Wherever, the Annual Report/ duly notarized copies of audited printed Annual Financial Statement are in language other than English, then copy duly translated & printed into English language and certified by approved/recognized English translator shall be submitted with the Application.<br />4.   The reference date for considering the period for eligibility /qualification requirements above shall be the last day of month previous to one in which tenders are invited.<br />2.2.2 <s>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. <em>However, the Purchaser 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. </em>Declaration in this regard is to be submitted by the Bidder as per Annexure-VI.</s><br />2.2.3 <s>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.</s><br /> <br />2.2.4    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.<br />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 <em>,</em> ITB Clause 8.0. Self-declaration in this regard is to be submitted as per enclosed Annexure-III.<br />2.4       To improve transparency and fairness in tendering process and/or during execution of work undertaken, the Purchaser is implementing Integrity Pact as per Clause No. 8.0 of the ITB. The bidder must submit the Integrity Pact as per Proforma (Annexure-II) duly signed as per Clause 8.0 of ITB.<br />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 issue of Supply Order.<br />To oversee the compliance under the Integrity Pact, <strong>Shri Vinod Aggarwal, IAS (Retd.),</strong> <strong>Shri. Prabhash Singh, ITS (Retd.)</strong> has been appointed as an Independent External Monitor (IEM) by the owner.<br /> <br />Contact  Details of IEMs are as under:<br /> <table border="1" cellspacing="0" cellpadding="0"><tbody><tr><td ><strong>Dr.   Vinod Aggarwal, IAS (Retd.)</strong><br /><strong>B-103, Sarvodaya Enclave, 2nd Floor,                 New Delhi - 110017</strong><br /><strong>E-mail: iem.nhpc@gmail.com</strong></td><td ><strong>Shri. Prabhash Singh, ITS (Retd.)</strong><br /><strong>E7, M702, Housing Board Colony,</strong><br /><strong>Arera Colony, Bhopal,</strong><br /><strong>Madhya Pradesh, 462016</strong><br /><strong>E-mail: iem.nhpc@gmail.com</strong></td></tr></tbody></table>2.5       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 described in details as per Clause no. 2.2 above and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria.<br /><strong>2.6</strong> (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 (i.e. a supplier or service provider, whose Goods/ Services/ Works offered for procurement, meets the minimum local content) shall be eligible to bid.<ol ><li>For procurement of Goods/Services/Works, not covered under a) above and having estimated value less than INR 200.00 Crore, 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 (i.e. a supplier or service provider, whose Goods/ Services/ Works offered for procurement, meets the minimum local content but less than that prescribed for “Class-I local supplier”) 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 along with Class-I and Class-II local suppliers.</li></ol>The above criteria shall be subject to compliance of following:<br />(i) 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.<br />(ii) Foreign bidders can also participate in the bidding process provided they form Joint Venture with any bidder registered in India in accordance with law.<ol ><li>Country of origin of the equipment/material shall be provided in the bid.</li><li>The bids shall be in Indian National Rupees (INR) only in respect of local content.</li><li>The bidder shall follow Indian laws, regulations and standards.</li><li>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.</li><li>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.</li><li>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.</li><li>Wherever required, the Foreign supplier shall establish fully functional service centers in India and shall keep spares/material locally for future needs of Utilities.</li><li>Arbitration proceedings shall be instituted in India only and all disputes shall be settled as per applicable Indian Laws.</li></ol><strong><em>Procedure for Purchase Preference</em></strong><br /> <ol ><li>Subject to the provisions 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.</li><li>In the case of procurement of goods / works, covered under para 3.2F(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' (i.e. a supplier or service provider, whose Goods/ Services/ Works offered for procurement has local content less than that prescribed for “Class-II local supplier”), as per following procedure:</li></ol><ol ><li>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.</li><li>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 still left uncovered by Class-I local suppliers, then such balance quantity shall be ordered to the L1 bidder.</li></ol> <ol ><li>For procurement of goods / works, which are covered by para 3.2F(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:</li></ol> <ol ><li>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.</li><li>If L1 is not 'Class-I local supplier', the lowest bidder among the 'Class-I local supplier', will be invited to match the L1 price subject to Class-I local supplier's quoted price falling within the margin of purchase preference, and the contract shall be awarded to such 'Class-I local supplier' subject to matching the L1 price.</li><li>In case such lowest eligible 'Class-I local supplier' fails to match the L1 price, the 'Class-I local supplier' with 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 L1price, the contract may be awarded to the L1 bidder.</li></ol><ol ><li>"Class-II local supplier" and "Non-local supplier" will not get purchase preference in any procurement, undertaken by procuring entities.</li></ol> <br />2.7   Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:<br />(i) made misleading or false representations in the forms, statements, declarations and attachments submitted in proof of the qualification requirements; and/or<br />(ii) 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.<br /> <br />2.8 Any bidder from a country which shares a land border with India (except to which the Government of India has extended line of credit or in which the Government of India is engaged in development projects as mentioned in Order Public Procurement No. 2 dt. 23.07.2020 or its subsequent revisions/amendments) will be eligible to bid only if the bidder is registered with the Competent Authority, i.e. Registration Committee constituted by DPIIT.<br /> <br />2.9 The successful bidder shall not be allowed to sub contract works to any contractor from a country which shares a land border with India (except to which the Government of India has extended line of credit or in which the Government of India is engaged in development projects as mentioned in Order Public Procurement No. 2 dt. 23.07.2020 or its subsequent revisions/amendments) unless such contractor is registered with the Competent Authority, i.e. Registration Committee constituted by- DPI IT.<br />2.10 A bidder is permitted to procure raw material, components, sub assemblies, etc. from the vendors of countries sharing a land border with India without getting registered with the Competent Authority, i.e. Registration Committee constituted by DPIIT, as it is not regarded as "sub contracting".<br />2.11  However, in case a bidder proposes to supply finished goods procured directly/indirectly from the vendors of the countries sharing land border with India, such vendors will be required to get registered with the Competent Authority, i.e. Registration Committee constituted by DPIIT.<br />2.12 Procurement of spare parts and other essential service support like Annual Maintenance Contract (AMC) / Comprehensive Maintenance Contract (CMC), including consumables for closed systems, from Original Equipment Manufacturers (OEMs) or their authroised agents, shall be exempted from the requirement of registration as mandated under Rule 144(xi) of GFRs 2017.<br /> <br />3.0      NHPC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.<br /><strong>                                                                                                                                 For & On behalf of NHPC Ltd.</strong><br /><strong>                                                                                                                                 --------------sd-----------------</strong><br /><strong>Group Sr. Manager (Procurement)</strong><br /><strong>NHPC Limited</strong><br /><strong>Rangit Power Station</strong><br /><strong>Dstt. South Sikkim</strong><br /><strong>Sikkim, Pin- 737111</strong><br /><strong>Email: - </strong><a href="mailto:pnc-rangit@nhpc.nic.in"><strong>pnc-rangit@nhpc.nic.in</strong></a><br />