Download as pdf or txt
Download as pdf or txt
You are on page 1of 3

POWER TRANSMISSION CORPORATION OF UTTARAKHAND LTD.

(A Govt. of Uttarakhand Enterprise)


Corporate ID U40101UR2004GOI028675

Office of Executive Engineer, SCADA Division, PTCUL, 132KV Sub Station Campus, Haldwani -263126
Contact Nos. 7088117942

E-TENDER NOTICE
Website: www.uktenders.gov.in

E-tenders are invited from the experienced contractors/firms for “Hiring of 01 No. Diesel Running Vehicle with Driver, for a period of One Year for Assistant
Engineer, SCADA, PTCUL, Kashipur” against Tender Specification No. EE(SCADA)/PTCUL/HLD/01/2020-21”.

The tender documents can be seen & downloaded from the e-tender website www.uktenders.gov.in and tender can be submitted on or before due date along with
requisite cost of tender documents. Tender fee (non-refundable) shall have to be paid by crossed demand draft in favour of Executive Engineer, SCADA Division, PTCUL,
132kV Sub Station Campus, Haldwani, Payable at Haldwani. Cash, cheque or postal orders shall not be accepted.

Earnest Cost of Tender Closing Date & Last Date & Date & Time
Tender Date &Time of
Sr. Money Document Time of Time of of Opening of
Detail of Work Specification Pre-Bid
No. Deposit (Tender Fee) Downloading of Submission e-Tender
No. Conference
(Rs.) (Rs.) Bid Document of Bid Technical Bid

1 2 3 4 5 6 7 8 9

Hiring of 01 No. Mahindra Bolero/


Rs. 250.00 +
Equivalent or SUV, with Driver for a EE(SCADA)/PTC
Rs. 45.00=295.00 28.11.2020 14.12.2020 15.12.2020
period of One Year for Assistant UL/HLD/01/2020- NA
1. 11000.00 (Tender Cost Up to 13:00 hrs Up to 13:00 hrs Up to 13:00 hrs
Engineer, SCADA, PTCUL, 21
+18% GST)
Kashipur.

1 of 3 | P a g e NIT E-Tender Specification No. SE(T&C)/PTCUL/HLD/03/2020-21


PART- A
1. The prospective bidders are advised to register with Uttarakhand Government E-Tender Portal www.uktenders.gov.in in advance and obtain their user ID, password,
company ID etc. and complete all other statutory requirement for participation in e-tendering.

2. The bidder can freely view and also download the e-tender documents from the website www.uktenders.gov.in and also submit the bids on or before the dates as
mentioned in column nos. 7 & 8 respectively of above table.

3. The tender fee, as mentioned above, shall be paid in shape of Demand Draft of any Scheduled/Nationalized Bank only and shall be in favour of Executive
Engineer, SCADA Division, PTCUL, 132kV Sub Station Campus, Haldwani, Payable at Haldwani (Nainital). The Ernest Money Deposit, as mentioned above, can
be submitted in the form of FDR/CDR of any Scheduled Bank /Nationalized Bank only and shall be pledged in favour of Executive Engineer, SCADA Division,
PTCUL, 132kV Sub Station Campus, Haldwani, Payable at Haldwani (Nainital). The tender fee and EMD shall be submitted in original with other tender
documents, which must reach Office of Executive Engineer, SCADA Division, PTCUL, 132kV Sub Station Campus, Haldwani - 263126 (Nainital), Uttarakhand
along Schedule-C in separate envelope on or before the closing date & time of submission & opening of Part-I (Technical Bid). The scanned copy of tender fee
& EMD shall also be uploaded on e-tender website at the prescribed place. Tender fee is non-refundable.

4. The bidder has to quote their prices in ‘price bid format/BOQ in excel sheet’ only as given on e-tender website. The price bid in PDF is strictly not to be
submitted/uploaded. The schedule P4 (Price incidence of deviation) is given in excel format. If applicable, the bidder shall fill the same and upload with the price bid
in PDF format.

5. All the tender documents will be carried out only through e-tendering mode and the bidder has to submit all his tender documents (Like PQR Excel Sheet and Price Bid) in
the e-tendering website www.uktenders.gov.in and in the meantime the bidders have to scan their Earnest Money Deposit (EMD), and all the pre-qualifying
documents/Supporting Documents for uploading and also submit the hard copy of the same to the undersigned office within the last date and time of the submission of
tender.

6. In case a bid is submitted by a bidder as a Joint Venture (JV) firm then such joint venture will be allowed for a maximum of two firms only where one will be the lead
partner and the other firm will be treated as JV partner. One of the partners shall be nominated as lead Partner, and this authorization shall be evidenced by submitting a
Power of Attorney signed by legally authorized signatories of all the partners. The Lead Partner shall be authorized to incur liabilities and receive instructions for and on
behalf of any partners of the Joint Venture, and the entire execution of the Contract, including payment, shall be done exclusively with the Lead Partner. All partners of the
Joint Venture shall be liable jointly and severally for the execution of the Contract in accordance with the contract terms, and a statement to this effect shall be included in
the authorization mentioned above as well as in the Bid Form and in the Contract Form (in case of a successful Bid). Agreement entered into by the joint venture partners
shall be submitted with the bid and will remain in force during the tenancy of contract and Guarantee Period thereafter. The lead partner of the Joint Venture firm should
meet 100% of the technical qualifying requirement (TQR) of the respective tender.

7. This office shall not be responsible if the tender fee, EMD and Schedule-C is delayed in transit or is not made available by the Postal Department/Courier at the prescribed
address.

8. E-tenders shall be received and opened on the date as mentioned above or any extension thereof. In case the above date is declared a holiday, the tenders will be
received & opened on the next working day.

9. It is mandatory for the bidder to submit the hard copy of Schedule-C (Bid validity declaration) and ‘Declaration’ regarding correctness of the documents, in Rs.10
stamp, as per the format given in the PQR excel sheet or in the PDF Format of the tender documents and also upload the copy of the same on e-tender website with
the supporting document of technical bid proposal.

10. The bidders are requested to read all the instructions/conditions of the bid documents & NIT carefully and submit their bid accordingly. Be insured that all the required and
supporting documents have to be uploaded on e-tender website.

11. As per guidelines/circular dated 31.08.2011 and dated 18.04.2010 by Directorate STQC, IT Department, New Delhi and CVC, Govt. of India, the use of Class-3 Digital
Signature, procured from any certifying authority, is made mandatory for the contractors/firms to login on the website www.uktenders.gov.in. For any details regarding e-
tendering contact mobile no. +91-8899890000 or for technical queries 24×7 Help Desk no. 0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787 or e-mail at
support-eproc@nic.in.

2 of 3 | P a g e NIT E-Tender Specification No. SE(T&C)/PTCUL/HLD/03/2020-21


PART B
PRE-QUALIFYING CRITERIA
(A) Technical Qualifying Requirement
 The Bidder must be Experienced Contractors/Firm of having sufficient experience of vehicles or individual owner of vehicles.
 Photocopies of Vehicle Registration, Insurance, Taxi Permit, Driver License and other documents related to vehicle for the said work is mandatory and to be submitted
with the Part – 1 (Technical Bid).
 The Average Fuel Consumption of vehicle shall not be less than 12 Km/Litre.

(B) Financial Qualification Requirement


 For Financial Qualification Criteria, lead partner of JV Firms should meet minimum 50% of Financial Qualification Requirement (FQR) and collectively meet total
Financial Qualification Requirement of the respective tender.
 Submission of work completion certificate, clearly indicating the work completion date and executed amount of work, is mandatory for supporting the claim of work
experience.
 Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be
either of the following:
Three completed similar works costing not less than the amount equal to Rs. 1.70 Lakhs.
OR
Two completed similar works costing not less than the amount equal to Rs. 2.13 Lakhs.
OR
One completed similar works costing not less than the amount equal to Rs. 3.40 Lakhs.

 Registration in GST, EPF, PAN is mandatory and the relevant certificates are to be submitted with the Part- 1 (Technical Bid).

 The Balance Sheet/Profit & Loss/Turn Over documents attested/certified by CAs to substantiate fulfillment of FQR should be with UDIN (Unique Document
Indentification Number) must be submitted with Part- 1 (Technical Bid), failing which the tender will be summarily rejected without any further reference.

1) Bid validity :- 120days.


2) Completion Period:- 365 days.
3) The Service provider should not have been black listed as on the last date of proposal.
4) The other details, terms & conditions are given in tender documents.
5) In the above criteria, the “Similar Work” shall be "Providing of Diesel/Petrol Running Vehicle/s (Light Motor Vehicle)”.
Undersigned reserves the right to reject the offer of one or all the tenderers without assigning the reason thereof and no claim on this account shall be acceptable. All
other details and terms & conditions are available in tender documents.

Executive Engineer
SCADA Division, PTCUL
Haldwani - 263126 (Nainital)

“Save Electricity in the Interest of Nation”

3 of 3 | P a g e NIT E-Tender Specification No. SE(T&C)/PTCUL/HLD/03/2020-21

You might also like