NTPC Limited
(A Govt. of India Enterprise)
LARA SUPER THERMAL POWER PROJECT,
Village Chhapora, PO. /PS. Pussore,
District-Raigarh, State-CG, PIN-496440
Notice Inviting Tender (NIT)
FOR
Modification Works of HT & LT Electrical Lines(33 kV & Below) crossing MGR route from
Kotarlia Station to NTPC Tallaipali Mines at 31 Locations for Lara STPP.
(Domestic Competitive Bidding)
NIT/BI No.: 9900145344 Dated 18.07.2017 Tender ID: 2017_NTPC_134
1.0 NTPC invites Online Bids on ‘Single Stage Two Envelope’ bidding basis (PART-I: Techno-
Commercial Bid & PART-II: Price Bid) from eligible bidders for Engagement of agency for
Modification Works of HT & Electrical Lines(33 kV & Below) crossing MGR route from Kotarlia Station
to NTPC Tallaipali Mines at 31 Locations for Lara STPP.
2.0 BRIEF SCOPE OF WORK
Modification Works of HT & Electrical Lines(33 kV & Below) crossing MGR route from Kotarlia
Station to NTPC Tallaipali Mines at 31 Locations for Lara STPP.
3.0 Brief Details:
NIT No
9900145344
Document sale Commencement Date & Time
03.03.2018 , 09.00 AM
Document sale Close Date & Time
24.03.2018, 06.00PM
Source of NIT
NTPC Lara STPP
Contract Classification Supply , Erection, Testing & Commissioning.
Last Date and Time for Bid Submission 24.03.2018, 06.00PM
Technical Opening Date & Time 28.03.2018, 03.30PM
Price Bid Opening Date and Time
Will be informed Later to bidders who will qualify
QR.
Cost of Bidding Document in INR
Rs. 2250/-
EMD in INR
Rs. 677,000.00 /-
Pre-Bid Conference Date & Time
Not Applicable
Last Query Date
17.03.2018
Note: All the bidders are required to visit NIC Portal regularly for updated information.
4.0 All bids must be accompanied with Earnest Money Deposit (EMD) for an amount of Rupees
677,000.00 (Indian Rupees Six Lakhs Seventy Seven Thousand only).
4.1. Companies having MSME/NSIC registration will exempted from submission of EMD, however the
MSME Certificate is to be submitted offline or through e-mail before schedule bid submission date
and time at the address of communication or at the official email address specified in the bid
documents from the official email address of the bidder.
5.0 EMD shall be submitted in a sealed envelope separately offline at address of communication for
Bank Guarantee and DD. MSME/NSIC certificate in lieu of EMD and tender fee shall be submitted
offline or through e-mail before schedule bid submission date and time at the address of
communication or at the official email address specified in the bid documents from the official email
address of the bidder. Any bid without an acceptable EARNEST MONEY DEPOSIT (EMD) shall be
treated as non-responsive by the employer and shall not be opened.
5.1 ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE EARNEST MONEY DEPOSIT (EMD)
IN THE FORM OF DD /BG IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED
BY THE EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDER
WITHOUT BEING OPENED. SIMILARLY, IN CASE OF COMPANIES HAVING MSME/NSIC
REGISTERTAION, THE COPY OF MSME/NSIC CERTIFICATE NOT RECEIVED EITHER
OFFLINE OR THROUGH E-MAIL BEFORFE SCHEDULE SUBMISSION DATE & TIME,
THEIR BID SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE.
6.0 Qualification Requirements for Bidders
The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfil the
following qualifying requirements.
6.1 Technical Criteria:
6.1.1: The bidder should either be A Class Electrical Contractor or should engage an agency for
erection works meeting the Sub QR specified in the technical Specifications.
6.1.2 : The Bidder should have successfully executed erection, testing and commissioning works of electrical lines
(minimum 11 KVLevel)during the last seven (07) years prior to the date of Techno-Commercial bid opening as
per the following criteria:
a) Executed Value not less than Rs 271 Lakhs in a Single Contract.
OR
b) Executed Value not less than Rs 169 Lakhs in two contracts each.
OR
c) Executed Value not less than Rs 135 Lakhs in three contracts each.
6.1.3: Sub QR : Applicable in case the bidder himself is not an A Class Electrical Contractor (To
be included in the Technical Specifications): The agency engaged by the bidder for site works
(installation, testing and commissioning) should be a “A” Class Electrical Contractor who has
carried out erection testing and commissioning works of Electrical Lines (minimum 11 KV Level).
Note : The word “executed” means the bidder should have achieved the criterion specified in the QR,
even if the total contract is not completed/closed. In case of contracts under execution as on date of
techno commercial bid opening, the value of work executed till such date will be considered provided
the same is certified by the employer.
6.2. Financial Criteria:
6.2.1 The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date
of techno commercial bid opening shall not be less than Rupees 339 Lakhs (Rupees Three Hundred
Thirty Nine Lakhs Only).
6.2.2 :In case where audited results for the last financial year as on date of Techno Commercial Bid opening
are not available, the financial results certified by a practicing Chartered Accountant shall be
considered acceptable. In case, Bidder is not able to submit the certificate from practicing Chartered
Accountant certifying its financial parameters, the audited results of three consecutive financial years
preceding the last financial year shall be considered for evaluating the financial parameters. Further,
a certificate would be required from the CEO/CFO as per the format enclosed in the bidding
documents stating that the financial results of the company are under audit as on the date of techno-
commercial bid opening and the certificate from the practicing chartered accountant certifying the
financial parameters is not available.
6.2.3 In case the bidder is not able to furnish its audited financial statements on standalone entity basis,
the unaudited unconsolidated financial statements of the bidder can be considered acceptable
provided the bidder furnishes the following further documents on substantiation of its qualification.
Copies of the unaudited unconsolidated financial statements of the bidder along with the
copies of the audited consolidated financial statements of the holding company.
A certificate from the CEO/CFO of the Holding Company as per the format enclosed in the bid
documents stating that the unaudited unconsolidated financial statements form part of the
consolidated annual report of the company.
Notes:
1. Other income shall not be considered for arriving at annual turnover.
7.0 A complete set of Bidding Documents may be downloaded by interested Bidder from our NIC Portal
(https://eprocurentpc.nic.in/nicgep/app). For logging on to the NIC Portal, the bidder would require
vendor code and NIC Portal user id and password which can be obtained by submitting a
questionnaire available at our NIC Portal and sending the Copy of GSTIN registration, Pan Card,
duly signed EFT form from Bank & Cancelled check to dealing executive. First time users not allotted
any vendor code are requested to approach NTPC at least three working days prior to Document
Sale Close date along with duly filled in questionnaire for issue of vendor code.
Note: No hard copy Bidding Documents shall be issued.
9.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to be
qualified. Bids shall be submitted online and opened at the address given below in the presence of
Bidder’s representatives who choose to attend the bid opening. Bidder shall furnish EMD and power
of Attorney to be executed by the bidder offline as detailed in Bidding Documents by the stipulated
bid submission closing date and time at the address given below.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
11.0 Address for Communication:
AGM (C&M)
NTPC Ltd. Lara
Village- Chhapora
PO + PS – Pussore
PIN-496440,
Contact:
1. Mr Imran Naqvi ,Manager(C&M), Mo: 7587391637, Email: naqviimran@ntpc.co.in
2.
Mr Vikrant B. Shende, DGM(C&M), Mo:9425570311, Email: vbrshende@ntpc.co.in