Providing RCC Road in place of damaged bitumen tar

-1ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED
VIDYUT SOUDHA :: HYDERABAD – 500 082
Office of the
Chief Engineer/Civil/Thermal,
Vidyut Soudha, Hyderabad.
Proc. No. CE/C/Thermal/Dr. NTTPS/e-Tenders/F. RCC Road/D.No. 73/15, Dt. 18-03-2015
NOTICE INVITING TENDERS (NIT) NO. e - 30 /CE/Civil/Thermal/APGENCO/2014-15
1.
Department Name
Andhra Pradesh Power Generation Corporation Limited
2.
Circle/Division Name
Chief Engineer/Civil/Thermal/APGENCO
Vidyut Soudha, Hyderabad.
3.
Tender Notice No.
e - 30/CE/Civil/Thermal/APGENCO/2014-15,
Dt 18 -03-2014
4.
Name of Work
“Dr. NTTPS – Stage IV – Providing RCC Road in place of damaged
bitumen tar road near silos of Stage-IV at Dr. NTTPS,
Ibrahimpatnam ”
5.
Estimated Contract Value
Rs. 17,99,550-00
6.
Period of Contract
4 (Four) months
7.
Form of Contract
L.S
8.
Tender Type
Open
9.
Tender Category
Works
10.
Transaction Fee Payable to
'MD/APTS ' payable at
Hyderabad (As per G.O.
Ms No 11 & 13 of IT&C
Dept): Including Service Tax
Rs. 607-00
11.
Bid Security (EMD)
Rs. 18,000/-
12.
Bid Security Payable to
By way of DD/BC drawn on any nationalized bank or Scheduled
Bank in favour of Pay Officer, APGENCO, Vidyut Soudha,
Hyderabad - 500 082 payable at Hyderabad.
13.
Process Fee
Not Applicable
14.
15.
16.
Schedule Available Date &
Time
Schedule Closing Date
&Time
Bid Submission closing
Date & time
06-04-2015, 5.00 P.M.
21-04-2015, 4.30 P.M.
21-04-2015, 5.00 P.M.
17.
Bid Submission
Online
18.
Bid Validity
180 days from the date of opening of the Bid
19.
Pre Bid Meeting
Not Applicable
20.
Pre Qualification/
Technical Bid Opening
Date (Qualification and
Eligibility Stage)
TENDERER
Not Applicable
-221.
22.
23.
Technical Specifications
Bid Opening Date
(Technical Bid Stage)
Price Bid Opening Date &
Time
Eligibility Criteria
Place of Opening of
Tenders
25.
Officer Inviting Bids
26.
Address
27.
Contact Details
28.
Procedure for bid
submission
TENDERER
Not Applicable
22-04-2015, 3.00 P.M.
I)
The Bidder shall be a registered as Class IV Civil
Contractor and above in State/Central Govt., or
State/Central PSU’s.
II).
Liquid asset/credit facilities/solvency certificate from
any Indian Nationalized Banks of value not less than
Rs. 13.50 lakhs. This solvency certificate shall not be
older than 12 months from the date of availability of
tender specification on e-procurement platform.
Responsibility for correctness of the information
submitted in the online bid lies with bidder. If any
information furnished in the bid is proved to be false at a
later date, the bid will not only be rejected but the bidder
will be BLACKLISTED.
In the chambers of Superintending Engineer/Civil/Thermal-I/
Room No. 154, ‘A’ Block, Vidyut Soudha, Hyderabad - 500
082.
Chief Engineer/Civil/Thermal/APGENCO/ Vidyut Soudha,
Hydrabad - 500 082.
Chief Engineer/Civil/Thermal, Room No.152, ‘A’ Block,
Vidyut Soudha, Khairatabad, Hyderabad - 500 082.
Chief Engineer/Civil/Thermal, Room No.152, ‘A’ Block,
Vidyut Soudha, Khairatabad, Hyderabad - 500 082.
Phone: (040) 23499431 (or) 23499433
a) The tender should be in the prescribed forms which can
be obtained from ‘e’ procurement platform from the date
of electronic publication up to the time and date indicated
in the tender notice. The intending bidders shall enroll
themselves on the ‘e’ procurement market-place
www.eprocureement.gov.in. Those contractors who
register themselves in the ‘e’ procurement market place
can download the tender schedules at free of cost. The
bidders shall authenticate the bid with his digital
certificate for submitting the bid electronically on ‘e’
procurement platform and the bids not authenticated by
digital certificate of the bidder will not be accepted on
the
e-procurement
platform
following
the
G.O.Ms.No.6, I.T&C Department, dated. 28-02-05.
b) Intending bidders can contact office of the Chief
Engineer/Civil/Thermal/APGENCO/Vidyut
Soudha,
Hyderabad–500082 for any clarification/information on
any working day during working hours.
c) The bidders who are desirous of participating in eprocurement shall submit their technical bids, price bids
etc., in the standard formats prescribed in the tender
documents, displayed at “e” market place. The bidders
should invariably upload the statement showing the list of
documents etc., in the “e” market place in support of their
-3Technical bids. The bidder should upload scanned copies
of DD/BC and all other relevant certificates. The bidder
shall sign on all the statements, documents, certificates,
uploaded by him, owning responsibility for their
correctness / authenticity.
d) d) The Bidder shall authenticate the bid with his digital
certificate for submitting the bid electronically on eProcurement Platform and the bids not authenticated by
Digital certificate of the bidder will not be accepted on the
e-Procurement platform.
e) The Department shall carry out the technical bid evaluation
solely based on the uploaded documents, DD/BC towards
EMD in the e-procurement system and open the price bids
of the responsive bidders. If the DD/BC towards EMD is
not uploaded, their bid will not be considered.
f) The Department will notify the successful bidder for
submission of original hard copies of all uploaded
documents, DD/BC towards EMD prior to issue of LOI.
g) The successful bidder shall invariably furnish the original DD/BC
towards EMD, Certificates/documents of the uploaded scanned
copies to the Tender Inviting Authority before stipulated time given
to him either personally or through courier or post and the receipt of
the same within the stipulated date shall be the responsibility of the
successful bidder. The Department will not take any responsibility
for any delay in receipt/non-receipt of
original DD/BC towards
EMD, certificates/documents, from successful bidder before the
stipulated time. On receipt of documents, the Department shall
ensure the genuinity of the DD/BC towards EMD and all other
certificates documents uploaded by the bidder in e-procurement
system in support of the qualification criteria before issue of LOI.
h) If any successful bidder fails to submit the original hard
copies of uploaded certificates/documents, DD/BC towards
EMD within the stipulated time or if any variation is noticed
between the uploaded documents and the hard copies
submitted by the bidder, the successful bidder will be
suspended from participating in the tenders on e-procurement
platform for a period of 3 years.
The e-procurement system would deactivate the user ID of
such defaulting successful bidder based on the trigger
/recommendation by the Tender Inviting Authority in the
system. Besides this, the department shall invoke all
processes of law including criminal prosecution of such
defaulting bidder as an act of extreme of the deterrence to
avoid delays in the tender process for execution of the
development schemes taken up by the Government.
29.
Statutory Requirements
TENDERER
The tenderer shall fulfill the following statutory requirements.
a) Income tax Clearance Certificate:
The contractor shall furnish their copy of permanent
Account Number (PAN) card and copy of latest income tax
returns submitted along with the proof of receipt.
-4b) Statutory Requirements:
The contractor shall comply with the statutory labour rules
and regulations i.e., EPF, ESI, Labour license, VAT,
Service Tax etc., as may be applicable by the date of
tendering for the work and shall furnish the returns and
information as may be specified from time to time.
Undertakings by the contractors for submission of statutory
requirements in due course or before concluding agreement
is not acceptable and bid will not be considered for
evaluation. The contractor who has not met above statutory
requirements will be disqualified.
c) Value Added Tax:
VAT as per applicable as on date will be added on each bill of
contractor and the same will be recovered and remitted to the
concerned department. The tenderer should also furnish the
proof of registration under service Tax, Value Added Tax
along with Tax Payers Identification Number (TIN) from the
commercial tax department.
30.
Other Payments to be made
31.
Documents to be submitted
(Hard copies) to the Tender
inviting authority
Apart from the Bid Security (EMD) the tenderer shall be
liable to pay the following amounts.
a) Transaction fee:
The participating bidders have to pay transaction fee of
0.03% on estimated contract value of work(Maximum
Rs.10,000/-) with service charges @ 12.36% i.e.,
Rs. 607/- (Rupees Six hundred and seven only) through
demand draft
drawn in favour of MD/APTS.,
Hyderabad at the time of bid submission electronically.
b) Corpus Fund:
Successful bidder has to pay an amount of Rs. 720/(Rupees Seven hundred and twenty only ) towards 0.04% on
ECV (Maximum Rs.10,000/-) through demand draft in
favour of Managing Director, APTS, Hyderabad towards
corpus fund at the time of concluding agreement.
The tenderer shall invariably furnish hard copies of all the
required documents/ certificates / statements uploaded by
him along with copies of certificates of Registration of EPF,
ESI, VAT & Service tax and Demand Draft on any
Nationalized Bank drawn in favour of the Pay Officer,
APGENCO, Vidyut Soudha, Hyderabad - 500 082, payable at
Hyderabad towards bid security before stipulated time given
to him either personally or through courier or by post.
Receipt of the same within the stipulated time by the tender
inviting authority shall be the responsibility of the bidder.
Department will not take any responsibility for any delay or
non receipt.
The tenderer is liable to be disqualified, if he is found to have
mislead or furnished false information in the forms /
Statements / Certificates submitted in proof of qualification
requirements and record of performance such as abandoning
of work, not properly completing of earlier contracts,
TENDERER
-5inordinate delay in completion of works, litigation history,
Financial failures and or participated in the previous
tendering for the same work and has quoted unreasonable
high price etc.
Even while executing the work, if found that the contractor
had produced false/ fake certificates of experience, he will be
black listed and the contract will be terminated and his Bid
security will be forfeited and work will be carried out through
other agency at his cost and risk.
The tenderer shall furnish the declaration that:
1a) They have not been blacklisted in any department
due to any reasons.
1b) Their contracts have not been terminated due to
slow progress or due to any other reason
2) They have not been demoted to lower category in any
department for not filing the tenders after buying the tender
schedules in a whole year and their registration had not been
cancelled for a similar default in two consecutive years.
3) They will agree to get disqualified themselves for any
wrong declaration in respect of the above and get their tender
summarily rejected.
32.
Other relevant information
4) The soft copies uploaded by them are genuine. Any
incorrectness / deviation noticed can be viewed seriously and
apart from canceling the work duly forfeiting the Bid
security, criminal action can be initiated including
suspension of business and/ or black listing.
1. APGENCO reserves the right to reject any or all the
tenders without assigning any reasons there of.
2. APGENCO reserves the right to amend or modify the
tender and its conditions till the date to the bid submission
closing date.
2. Any other condition regarding receipt of tenders in
conventional method appearing in the tender documents
may please be treated as not applicable.
3. The contractors have to upload the information
preferably in Zip format.
4. The contractors should upload the documents duly
signing each and every paper.
For all clarifications & guidance, the bidders may contact the
Chief Engineer/Civil/ Thermal/ APGENCO, Room No. 152,
Vidyut Soudha, Hyderabad – 500 082.
Sd/- XXX
CHIEF ENGINEER / CIVIL/ THERMAL
Copy to the:
1. Chief Engineer/O&M/Dr. NTTPS/Ibrahimpatnam – 521 456
2. Superintending Engineer/Civil/General/ APGENCO/VS/Hyderabad – 082.
TENDERER
-63. Superintending Engineer/Civil/O&M
Stg I,II&III/Dr. NTTPS/Ibrahimpatnam – 521 456.
It is requested to display the tender notice on the notice board
4. Superintending Engineer/Civil/Envt/Dr. NTTPS/Ibrahimpatnam – 521 456. It is requested
to display the tender notice on the notice board
5. Superintending Engineer/Civil/O&M Stg IV/Dr. NTTPS/Ibrahimpatnam – 521 456. It is
requested to display the tender notice on the notice board
\\True copy forwarded by order//
Assistant Executive Engineer
Dr. NTTPS Designs Division
TENDERER