NTPC Limited

(A Govt. of India Enterprises)

VINDHYACHAL SUPER THERMAL POWER STATION P.O. VINDHYANAGAR-486 88, DISTT-SINGRAULI (M.P.) CONTRACT & MATERIAL DEPARTMENT

INVITATION FOR E’BIDS/NOTICE INVITING TENDERS

FOR

FOLLOWING PACKAGES

(DOMESTIC COMPETITIVE E-BIDDING)

{E-BID INVITATION}

[BID TYPE: SINGLE STAGE TWO ENVELOPE BID]

NTPC Ltd, Vindhyachal STPS invites bids/tenders/proposal for supply of material and enlistment from eligible bidders/parties for below mentioned item separately:

NIT No.

Brief Description of item

Qty.

Tender

EMD

Sale of bid

Tech.

Bid

Comple

 

 

 

Document

(Rs.)

documents

opening

date

tion

 

 

 

Fee(Rs.)

 

 

& time

 

Period

 

 

 

 

 

 

 

 

 

 

LIGHTLY RESIN BONDED

 

 

 

 

 

 

 

100097207-M04-

MATRESS, SIZE:1520 MM X

 

 

 

 

 

 

 

SRM-40023658

1220 MM X 6 MM THICK,

35000

1200.00

126000/-

21.07.2014

15.09.2014

Three

 

CONFIRMING TO IS:8183

( M2)

 

 

To

15:05 Hrs

 

Months

 

WITH G.I. MS WIRE NET,

 

 

 

 

 

 

 

20.08.2014

 

 

 

 

DENSITY 150 KG.CUM

 

 

 

 

 

 

 

 

 

 

 

 

 

 

1.0Qualifying Requirements of Bidders:-

1.1(a) The average annual turnover of the bidder during the proceeding three (03) financial years as on the date of bid opening should nt be less than INR 62.93 Lakhs.

.

(b)The bidder should be a manufacturer or supplier of LRB Mineral wool mattress insulation pads.

(c)The bidder should certify having testing facility for above at source of manufacture.

(d)The bidder should have supplied 35000 Sqm of LRB Mineral wool Mattress insulation pads directly to “PSU”/”Joint Venture of PSU”/Govt. Department”/”Quasi Govt. Department”/“Public Limited Company”, during last Two (02) years ending with Bid

Opening date.

(e The bidder should have supplied Mineral wool Mattress insulation pads directly to “PSU”/”Joint Venture of PSU”/Govt. Department”/”Quasi Govt. Department”/“Public Limited Company”, during last seven years ending with Bid Opening Date, with the following executed value(s) of contracts.

Single order of value not less than `50.34 Lakhs.

OR

Two orders each of value not less than `31.47 Lakhs.

OR

Three orders each of value not less than `25.17 Lakhs.

NOTE: The word “Executed” means the value of work that has been progressively done till the specified date.

2.1In 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.

(i)Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of the Holding Company.

(ii)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.

2.2In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

2.3In case a bidder does not satisfy the financial criteria, stipulated at CL. 2.1 above on its own, the holding company would be required to meet the stipulated turnover requirements at CL. 2.1 above, provided that the net worth of such holding company as on the last day of the preceding financial year is at least equal to or more than the paid-up share capital of the holding company. In such an event, the bidder would be required to furnish along with its bid, a Letter of Undertaking from the holding company, supported by Board Resolution, as per the format enclosed in the bid documents, pledging unconditional and irrevocable financialsupport for the execution of the Contract by the bidder in case of award.

3.0NOTES:

(i)Net worth means the sum total of the paid up share capital and free reserves. Free reserves means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.

(ii)Other income shall not be considered for arriving at annual turnover.

3.1Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder to perform the contract, should the circumstances

warrant such assessment in the overall interest of the Employer.

.

4.0General Requirements:

4.1Tender documents shall be issued to intending bidders on request. Issuance of bid documents shall not be construing that the bidders are considered qualified. Pre- qualifications as per sl.no.1.0 will be reviewed at the time of bid evaluation.

4.2The following documents are to be submitted along with the offer:-

(a) Purchase Order/ Award Letter copy with awarded value and executed quantity, scope of work and bill of quantity with rates. The proof of executed quantity shall be furnished by the bidders in form of MDCC/ Inspection Reports/Tax invoices/ Challans /GRs/ Certificate

of Purchaser.

(b) The proof of turnover to be furnished by the bidders should be duly certified by the Chartered Accountant for subject years or alternatively Audited Balance sheet may be furnished.

(c) Valid manufacturer certificate issued by BIS.

4.3 Small Scale Industries (SSI) registered with the National Small Industries Corporation (NSIC)/MPSSIDC shall be exempted frompayment of Tender Fee and Earnest Money Deposit.

Small Scale Industries registered with NSIC/MPSSIDC shall be exempted from payment of Security Deposit up to the limit for which the unit is registered with NSIC/MPSSIDC. Tenderers seeking exemption should enclose a photocopy of valid registration certificate giving details such as validity, stores, monetary limit etc. failing which they run the risk of their bids being passed over as ineligible for this concession.

4.4The application for issue of tender enquiry (non-transferable) can be submitted to the office of undersigned on any working day during the office hours by 20.08.2014, enclosing tender fee of Rs.1200/- (non-refundable) in the form of D.D. drawn in favour of NTPC Ltd., payable at S.B.I. Vindhyanagar (Branch Code 7937) or Union Bank of India, Vindhyanagar (Branch Code No.543675) along with application.

Bidder should submit Earnest Money Deposit (EMD) Rs.126000/- through online. Off line EMD should reach at our office before or up to 20.08.2014.

4.5Tender documents (non-transferable) shall be issued to all vendors who will request for the same with required tender fee. Vendors with NSIC/ SSI registered from MPSSIDC and

seeking exemption will have to submit valid registration copy for purchasing tender document. However, mere issuance of tender document shall not be construed as final qualification of the bidder.

4.6The entire credentials in support of qualifying requirements must be submitted along with offer on receipt of tender enquiry.

4.7NTPC will not be responsible for non-receipt/late receipt or loss of tender documents/ offers in postal transit.

4.8 The technical bids shall be opened on the date of technical bid opening. The price bids

shall

be opened of those bidders only who will qualify in techno/commercial (Bid part-1) and intimation shall be given later on.

4.9The detailed specification of the item is mentioned in the tender documents.

4.10Notwithstanding anything stated above NTPC reserves the right to assess the capability and Capacity of the bidder to perform the contract, should the circumstances warrant such assessment in overall interest of NTPC at any Stage, whatsoever it may be.

Address for Communication:

ADDL. GENERAL MANAGER (Pur)

NTPC LIMITED

VINDHYACHAL SUPER THERMAL POWER STATION

P.O. VINDHYANAGAR-486995, DISTT: SINGRAULI (MP)

PHONE NO.07805- 247677 FAX NO.07805-247728

Email: spacharya@ntpc.co.in

Dy. GENERAL MANAGER(Pur)

NTPC LIMITED

VINDHYACHAL SUPER THERMAL POWER STATION

P.O. VINDHYANAGAR-486995, DISTT: SINGRAULI (MP)

PHONE NO.07805- 247685 FAX NO.07805-247728

Email: sukkhuram@ntpc.co.in

N T PC Ltd.

(A govt. of India Enterprises)

VINDHYACHAL SUPER THERMAL POWER PROJECT P.O. VINDHYANAGAR, DISTT. SINGRAULI (M.P.) - 486885

DESPATCH INVOICING AND INSURANCE INSTRUCTION

Please read the following instruction carefully, in case of failure to comply with these, vendors shall be responsible for all consequences including but not limited to payment of extra freight. Demurrage, wharfage, delay in payment etc.

1. Dispatch Instructions:

A.Mode of dispatch will be rail/road, as specified in the purchase order. In case due to unavoidable circumstances any other mode of transport is to be followed that shall be done only after taking prior approval in writing from purchaser.

B.CONSIGNEE:

Material shall be consigned to:

Sr. Manager (Stores)

M/s NTPC Ltd., Vindhyachal

P.O. Vindhyanagar, Dist –Singrauli (M.P.)- 486885

Dispatch shall be made to the following destination:

a.

By Rail :

i)

For Wagon Loads: NTPC/VSTPP Pvt. Railway siding code: 22125 served by Shaktinagar Rly. Station

 

(ER)

ii)

For small :1) Shankinagar (ER) Code :22123 2) Singrauli (ER) Code : 22111

b.

By Road: The material shall be dispatched by road through any bank approved transporter. Some

 

of the transporter whose offices are available at Singrauli/Waidhan are listed below: -

i)M/s Associated Road Carrier Ltd. Waidhan, Singrauli (M.P.)

ii)M/s TCI LTD.

FULL TRUCK LOADS: Full truck loads should be booked on “Door delivery basis” to M/s NTPC Ltd., Vindhyachal, P.O.Vindhyanagar, Dist.Singrauli (M.P.) -486 885

PART TRUCK LOADS: Part Truck loads should be consigned to NTPC/VSTPP for delivery at Waidhan/Singrauli. The nearest godown is the TCI godown at Waidhan at 5kms from our project site.

Please note that form 88 is required for material imported into M.P. Waidhan and Singrauli are the nearest point from our project . The goods will be taken to our project site through these places.

2) INVOICEING INSTRUCTION & NEGOTIATIONS OF DOCUMENTS:-

A.

If purchase order calls for negotiation of documents through bank, please negotiate following

documents:-

 

i) Original Copy of invoice/Bill

ii) Copy of Challan/Packing list

iii) Copy of Inspection report issued by NTPC inspector

iv) Test certificate as called for in the order

v) Consignee Copy of RR/GR

vi) Excise gate pass if any.

OUR BANKERS ARE:

1.M/s State Bank of India- Bank code No 7937

Vindhyanagar Branch, P.O.- Vindhyanagar, Distt Singrauli (M.P.)

2.M/s Union Bank of India-Bank code no 543675

Vindhyanagar Branch, P.O- Vindhyanagar, Distt- Singrauli (M.P.)

Bank charges will be borne by supplier only.

B. To facilitate prompt retirement of documents, please ensure that copy of complete set of documents is dispatched to the following, immediately after the dispatch of material (the invoice should be drawn in the name of chine Finance Manager (Store Bills).

a) Chief Finance Manager (Store Bills),

NTPC Ltd. - Vindhyachal, P.O.Vindhyanagar, Dist. Singrauli (M.P.) b) Manager Material (Purchase)

NTPC Ltd.-Vindhyachal, P.O. Vindhyanagar, Dist. Singrauli (M.P.)

FOLLOWING DOCUMENTS SHOULD BE SENT:-

I)

Copy of invoice /Bill in triplicate showing clearly purchase order number and date, rates and

 

taxes, mode of transport rail/road (Including name of transport), RR/GR number and freight

 

paid or to pay etc. strictly as per order terms and condition. Invoice/bill should cover one only

 

purchase order same shall be returned for modification.

II)

Excise duty gate pass in original or Photostats copy if excise duty is allowed in purchase order and

 

as called for.

III)

Guarantee certificate on letter head as per purchase order.

IV)

Copy of inspection report of our inspector, releasing materials for dispatch.

V)

Material test certificate and other test certificated as specified in purchase order.

C.In case of dispatch by rail as shown under 1(b) a (ii) one copy of invoice/bill, copy of Challans and packing list should be posted to:

Sr.Manager (Stores)

NTPC Ltd. -Vindhyachal

P.O.Vindhyanagar, Dist- Singrauli (M.P.)

RR No and date, name of consigner, station of booking wagon number (in case of full wagon loads) would be conveyed through fax at above address with confirmation copy of post.

3. TRANSIT RISK INSURANCE :

Unless specified otherwise, Transit Insurance shall be arranged by NTPC/VSTPP against their own insurance policy. The consignment note/GR/RL shall be at OWNER’s RISK only and not at carrier’s risk.

NTPC Limited

(A government of India enterprises) Vindhyachal Super Thermal Power Project P.O.Vindhyanagar, Dist. Singrauli (M.P.) 486 885 Fax No- 07805-247728/247744

PROFORMA FOR TERMS AND CONDITIONS

Please fill in the blanks space and send the same along with your offer otherwise it will be either ignored or loaded by certain percentage as deemed fit by the corporation.

1.

Name of Company/Firm

:__________________________

2.

Central /State Sales Tax Registration No.

:_________________________

3.

DGS &D/NSIC Registration No. if any

:__________________________

4.

Offer/Quotation No.& Date

:__________________________

5.

Price Basis (FOR)

:__________________________

6.

Excise Duty

:__________________________

7.

Packing & Forwarding charges

:__________________________

8.

Freight Charges

:_________________________

9.

Tour Place of dispatch

:__________________________

10.

Discount

:__________________________

11.

Sales Tax

:__________________________

12.

Terms of Payment

:__________________________

13.Bank Charges :__________________________

14. Delivery Period

:__________________________

15. Earnest money deposit

Rs………………….

by……………

 

 

No……….in favor of NTPC payable at

 

SBI, Vindhyanagar (Bank Code No 7937)

 

UBI Vindhyanagar (Bank code no. 543675)

**(NTPC) reserves the right to reject /Consider offer without EMD

16. Confirmation of submission of Performance Bank Guarantee: _____________________

17. Guarantee Period

: ______________________________

We Confirm acceptance towards the following:

18. Transit Risk Insurance: Insurance will be arranged by NTPC against their own insurance Policy.

19.

Validity

: 90 days from due date.

20.

Part Order

: Acceptable

21. Recovery for delay in delivery

: In case of delay in execution of order beyond stipulated date of

delivery/delivery schedule, NTPC reserves the right to recover from vendor sum equivalent to 1/2% of the value of the delayed material/equipment for each week of delay and part thereof subject to maximum of 5% of the total value of the purchase order.

22. Price variation: The price quoted shall remain firm till complete execution of order.

This is certified that the quoted herein are same as applicable to Govt. department/Public Sector Undertakings.

Signature of Bidder:………………........................ Name:………..…………………………… (In Block Letters)

Designation:………………………………………. (In Block Letters)

Fax No : STD Code : Phone :

Company Seal:

PROFORMABANK GUARATEE IN LIEU OF EARNEST MONEY

(BG to be stamped on non judicial Stamp Paper in accordance with MP Stamp Act. At present stamp paper of value Rs 250/- is required)

Ref………………

Date ………………………..

 

Bank Guarantee No ………

To,

 

NTPC Limited, Vindhyachal

 

PO Vindhyanagar, Dist- Singrauli (M.P) - 486885

 

Dear Sir,

In accordance with your Notice inviting Tenders for……………………………… under your specification no…………………..dated ………………………………M/s

……………………………..(hereinafter called the Tenderer) with following directions on their Board of Directors/Partners of the firm.

1……………………………………………….. 2………………………………………… 3………………………………………………...4………………………………………… 5…………………………………………………6………………………………………… 7…………………………………………………8………………………………………… 9……………………………………………… 10………………………………………..

We wish to participate in aforesaid tender for the following: 1…………………………………………………………………………………………….. 2…………………………………………………………………………………………….. 3……………………………………………………………………………………………..

Whereas it is a condition in the tender documents that the tenderer has to deposit earnest money with respect to the vendor, with NTPC Ltd. (hereinafter referred in as ‘Corporation’ ) amounting to Rs………………. Or alternatively the tenderer is required to submit ‘Bank guarantee from nationalized bank irrevocable and operative till 30 days after the validity of the offer (i.e.210 days, from the date of opening of tender), for the like amount which amount is likely to be forfeited on the happening of contingencies mentioned in the tender documents.

And whereas the tenderer desires to secure exemption from deposit of earnest money and has offered to furnish a Bank Guarantee for sum of Rs……………… to the Corporation for the purpose of securing exemption from the deposit of earnest money.

Now therefore, we the …………………………………..Bank, a body corporate constituted under the Banking Companies (Acquisition and Transfer or Undertakings) Act 1969 and having a branch office at ……………………………….(hereinafter referred to as the ‘Bank’) do hereby undertake and agree to pay on demand in writing by the corporation, the amount of Rs……………………

(Rupees ………………………………………………………………………………….) to the NTPC Ltd. without any demur, reservation, or recourse.

We the aforesaid bank, further agree that the corporation shall be the sole judge of and as to whether the tenderer has committed any breach or breaches of any of the terms and conditions, of the tender and the extent of loss, damage costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the corporation on account thereof the extent of the Earnest Money required to be deposited by the tenderer in respect to the said tender document and the decision of the corporation that the Tenderer has committed such breach or breaches and as to the amount or amounts of loss, damage, costs charges and expenses caused to or suffered by or that may be caused to or suffered by the corporation shall be final and biding on us.

We, the said bank further agree that the guarantee herein contained shall remain in full force and effect until it is released by the corporation and change in the constitution, liquidation or dissolution of the tenderer, shall not discharge our liability guarantee herein.

It is further declared that is shall not be necessary for the corporation to proceed against the contractor before proceeding against the bank and the Guarantee herein contained shall be enforceable against the bank not withstanding any security which the corporation may have obtained or shall obtain fro the contractor at the time when proceeding are taken against the bank for whatever amount may be outstanding or unrealized under the guarantee.

The right of the corporation to recover the said amount of Rs……………) from us in manner aforesaid will not be affected or suspended by reason of the for that any dispute or dispute have been raised by the said M/s ……………………….(Tenderer) and/or that any dispute or dispute are pending before any authority, officer, tribunal or arbitrator (s) etc.

Not with standing anything stated above, our liability under this guarantee shall be restricted to Rs……………….(Rupees………………………………) and our guarantee shall remain in force up to …………………and unless a demand or claim under the guarantee is made on us in writing within three months after the aforesaid date i.e. on or before the ………………..all your rights under the guarantee shall be forfeited and we shall be relived and discharged from all liabilities there under.

Date:………………………

Place:…………………….. (Signature) …………………………..

(Printed Name) (Designation)

(Bank’s Common Seal) (Authorization No.)

In presence of: Witness

1)

2)

LIST OF BANKS WHO’S BG IS ACCEPTABLE FOR BID SECURITY – EMD

Scheduled Commercial Banks Nationalised/Public Sector Banks

State Bank of India

Bank of India

Punjab National Bank

State Bank of Bikaner & Jaipur

Bank of Maharashtra

Punjab & Sind Bank

State Bank of Hyderabad

Bank of Baroda

Syndicate Bank

State Bank of Indore

Canara Bank

Union Bank of India

State Bank of Mysore

Central Bank of India

United Bank of India

State Bank of Patiala

Corporation Bank

UCO Bank

 

Dena Bank

Vijaya Bank

State Bank of Travancore

Indian Bank

IDBI Bank Ltd.

Allahabad Bank

Indian Overseas Bank

 

Andhra Bank

Oriental Bank of Commerce

 

Scheduled Private Banks (Indian Banks)

 

Bank of Rajasthan

 

SBI Comml. & International

 

 

Bank Ltd.

 

Nainital Bank Ltd.

 

Catholic Syrian Bank

Kotak Mahindra Bank

 

City Union Bank

Ratnakar Bank Ltd.

Indusind Bank Ltd.

Dhanalakshmi Bank

 

ICICI Bank

Federal Bank Ltd.

South Indian Bank Ltd.

HDFC Bank Ltd.

Jammu & Kashmir Bank Ltd.

Tamilnad Mercantile Bank

 

 

Ltd.

 

Karnataka Bank Ltd.

 

Development Credit Bank

 

 

Ltd.

Karur Vysya Bank Ltd.

ING -Vysya Bank Ltd.

Yes Bank

Lakshmi Vilas Bank Ltd.

Axis Bank Ltd.

 

Scheduled Private Banks (Foreign Banks)

 

Abu Dhabi Commercial Bank

Barclays Bank

Development Bank of

Ltd

 

Singapore

ABN Amro bank Ltd.

Citi Bank

Bank of Ceylon

 

Deutsche Bank

Bank of International

 

 

Indonesia

Bank of America NA

The Hongkong Shanghai

Arab Bangaladesh Bank

 

Banking Corporation Ltd.

 

Bank of Behrain & Kuwait

Oman International Bank

Shinhan Bank

Mashreq Bank

Societe Generale

China Trust Commercial

 

 

Bank

Bank of Nova Scotia

Sonali Bank

Mizuho Corporate Bank Ltd.

The Bank of Tokyo-Mitsubishi

Standard Chartered Bank

Krung Thai Bank Public

UFJ Ltd

 

Company Ltd.

Calyon Bank

J.P. Morgan Chase Bank

Antwerp Diamond Bank N.V.

 

 

Belgium

BNP Paribas

State Bank of Mauritius

 

 

BANK GUARANTEE VERIFICATION CHECK LIST

 

 

 

 

Sl. No.

Details of Checks

Yes/No

 

 

 

 

 

1.

Is the BG on Non-judicial stamp paper of appropriate value, as per

 

 

Stamp Act [i.e.……………..]

 

 

 

 

2.

Whether date, purpose of purchase of stamp paper and name of the

 

 

purchaser are indicated on the back of stamp paper under the Signature

 

 

of Stamp Vendor?

 

 

(The date of purchase of stamp paper should be not later than the date

 

 

of execution of BG and the stamp paper should be purchased either in

 

 

the name of the executing Bank or the Bidder on whose behalf the BG

 

 

has been issued. Also, the stamp paper should not be older than six

 

 

months from the date of execution of BG).

 

 

 

 

3.

In case of BGs from Banks abroad, has the BG been executed on Letter

 

 

Head of the Bank.

 

 

 

 

4.

Has the executing officer of BG indicated his name, designation and

 

 

Power of Attorney No. / Signing Power No., on the BG?

 

 

 

 

5.

Is each page of BG duly signed / initialed by executants and whether

 

 

stamp of Bank is affixed thereon?

 

 

 

 

6.

Whether the last page is signed with full particulars including two witness

 

 

under seal of Bank as required in the prescribed Performa?

 

 

 

 

7.

Does the Bank Guarantee compare verbatim with the Perform

 

 

 

 

prescribed in the Bidding Documents?

8.Are the factual details such as Bidding Documents No. / Specification No., Amount of BG, validity of BG correctly mentioned in the BG?

9.Whether overwriting / cutting, if any on the BG have been properly authenticated under signature & seal of executants?

10.Whether BG has been issued by a Bank in line with the provisions of Bidding Documents?

11.In case BG has been issued by a Bank other than those specified in Bidding Document, is the BG confirmed by a Bank in India acceptable as per Bidding Document?

SPECIAL PURCHASE CONDITION (SPC)

( the conditions in this section will supersede any other related conditions any where else in this tender document )

Special Purchase Conditions – e-tendering …… Part - A

Every UNIT/ Project / Plant / Office, as per the requirement, on case to case basis for purchase / contracts shall prepare the SPC / SCC for inclusion in the Tender Document.

1.0

Type

of

Single stage two part bidding / Single stage two envelope without

 

 

BIDDING

 

Reverse Auction On fully compliant basis.

 

 

 

 

 

2.0

Reverse

Auction

NA.

 

 

Rules

 

 

 

 

 

 

 

 

3.0

EARNEST MONEY

Rs …………..

 

 

 

 

DEPOSIT (EMD)

 

 

 

 

 

 

3.1

Submission of

The bidders are requested to sen d following d ocumen ts in sealed envelope s well in advance so as

 

EMD & other

to be received by the respective o fficer be fore the scheduled da te o f submission / open ing of b ids

 

 

 

 

documents

as described in the time schedule in no tice inviting te nder fa iling which b id is liable for rejection.

 

 

off Line

 

ÿ EMD

 

 

 

 

ÿ NSIC / SSIDC cer tifica te ( if any )

 

 

 

 

ÿ GPC /SPC/N O DEVI ATION con fir mation s

 

 

 

 

NTPC shall n o t be liable for loss/non-receipt/ la te receip t o f EMD in po stal tran sit.

 

 

 

 

However, the co pies o f the EMD de ta ils shall be up loaded, in case o f vendors who are exe mpted fro m

 

 

 

 

submitting EMD, the nece ssary docu men ts shall be uploaded.

 

3.2

BENEFITS TO

MI CRO AND SMALL ENTER PRI SES (MSEs) registered with District

 

MSEs

 

Industries centers or Khaki and village industries commission or khadi

 

 

 

 

 

 

 

and village industries Board or Coir Board or National small Industries

 

 

 

 

Corporation or Directorate of handicraft and handloom or any other

 

 

 

 

body specified by ministry of micro, small and medium enterprises as

 

 

 

 

MSMED Act2006 ,for goods produced and services rendered, shall be

 

 

 

 

issued the bidding document free of cost and shall be exempted from

 

 

 

 

paying earnest money Deposit. Further, in tender, participating MSEs

 

 

 

 

quoting price within price band of L1 +15 percent shall also be

 

 

 

 

allowed to supply a portion of requirement by bringing down their

 

 

 

 

prices to L1 price in a situation where L1 price is from someone other

 

 

 

 

than a Micro and small enterprises and such Micro and small

 

 

 

 

enterprises shall be allowed to supply upto 20 percent of total tendered

 

 

 

 

value. In case of more than ONE such MSES, the supply will be

 

 

 

 

shared proportionately (to tendered quantity).However , for

 

 

 

 

procurement of services or supplies where splitting of quantity is not

 

 

 

 

possible, the award shall be given to L1 bidder only.

 

 

 

 

The benefit as above to MSEs shall be available only for

 

 

 

 

goods/services produced and provided by MSEs for which they are

 

 

 

 

 

 

 

 

 

 

 

 

 

 

registered.

 

 

 

 

 

 

 

 

 

 

 

 

 

ÿ MSEs seeking exemption and benefits should enclose a attested /self

 

 

 

 

 

 

 

 

 

 

 

 

 

certified copy of valid registration certificate, giving details such as

 

 

 

 

 

 

 

 

 

 

 

 

 

validity, stores/services etc. failing which they run the risk of their bid

 

 

 

 

 

 

 

 

 

 

 

 

 

being passed over as ineligible for the benefits applicable to MSEs.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

4.0

 

 

Validity of offer

 

90 days fro m da te o f Bid opening.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

5.0

 

 

Bid

to

be

 

Detailed address

 

 

 

DGM(C&M-PURCHASE)

 

 

 

 

addressed to

 

 

NTPC-VSTPS

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PO:VINDHYANAGAR

 

 

 

 

 

 

 

 

 

 

 

DIST:SINGRAULI (M.P)

 

 

 

 

 

 

 

 

 

 

 

PIN:486885

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

6.0

 

 

PRICE BASIS

 

 

The price quo ted should be

 

 

 

 

 

a.

FOR DESTINATION.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

7.0

 

 

Evaluation

 

 

 

a.

Ite m Wise Evaluation

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Criteria

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

7.1

 

 

 

 

 

 

 

 

 

 

For the purpose o f evaluation a nd co mpar ison o f b ids the purcha ser shall consider the following:

 

 

 

 

 

 

 

 

 

 

v BID Price shall mean the to ta l price in his BID PROPOSAL SHEET for comp lete Scope o f

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Wor k.

 

 

 

 

 

 

 

 

 

 

 

 

v The overall evaluated co st arrived at in this manner shall be taken for co st co mparison and

 

 

 

 

 

 

 

 

 

 

 

 

 

final evaluation.

 

 

 

 

 

 

 

 

 

 

 

 

v In case the evaluated price for more than one bidder is sa me, then the bid with lowest

 

 

 

 

 

 

 

 

 

 

 

 

 

evaluated co st for supp ly portio n sha ll be considered for award.

 

 

 

 

 

 

 

 

 

 

 

 

v The evaluation criteria over-rides a ll o ther similar related clauses ap pearing anywhere in the

 

 

 

 

 

 

 

 

 

 

 

 

 

bid docu men ts, and such clau ses are dee med to have been mo dified to the exten t stipula ted

 

 

 

 

 

 

 

 

 

 

 

 

 

above.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

8.0

 

Technical

 

 

As per the te chnical specifica tion mentioned in the ite m da ta >docu men t tab

 

 

 

Evaluation and

 

 

 

 

 

 

 

 

 

 

 

Comparison of

 

 

 

 

 

 

 

 

 

 

 

Bids

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Bid shall be submitted & Received on Fully compliant basis, in the event bids not accompany

 

 

8.1

 

 

Deviation/

 

 

 

 

 

 

 

 

 

 

with “Compliant Certificate” shall not be further considered for opening & rest of the bid shall

 

 

 

 

 

Exclusion

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

be returned back to bidders up-opened.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Statement

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

9.0

 

 

Payment terms

 

100% payment with in 30 days o f receip t and accep tan ce o f materia l a t site.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

9.1

 

 

 

PAYMENT TERMS

 

100% payment with in 30 days o f receip t and accep tan ce o f materia l a t site.

 

 

 

 

 

 

 

 

 

 

 

9.2

 

 

Payments for

NA

 

 

 

 

 

 

 

 

EXTENDED

 

 

 

 

 

 

 

 

 

WARRANTY

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

10.0

 

 

CONTRACT

NA

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PERIOD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

10.1

 

 

 

 

NA

 

 

 

 

 

 

 

SUPPLY PERIOD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

11.0

 

 

Quantity

FIRM

 

 

 

 

 

 

 

 

 

 

 

 

Variation

 

 

 

 

 

 

 

 

 

 

 

 

 

 

12.0

 

 

DELIVERY

WITHIN 02-03 M ONTHS FROM THE DATE OF RECEIPT OF ORDER

 

 

 

 

 

 

 

 

 

 

 

SCHEDULE

 

 

 

 

 

 

 

 

 

 

 

 

 

 

13.0

 

 

FREIGHT

The bidders are requested to include the freigh t (Inland Transpor ta tion) for the various locations in the

 

 

 

 

prices quo ted i.e. q uo te on FOR S ite ba sis.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

If th is is le ft BLAN K /zero it would be considered as in clu sive in the b asic price.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PDI APPLI CABLE

 

 

14.0

 

 

INSPECTION

 

 

 

 

 

 

I NSPECTI ON TO BE C ARRI ED OUT AT V ENDOR’S W ORK

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

15.0

 

 

WARRANTY

GUARANTEE/ WARRANTY: 18 MONTHS FROM THE DATE OF DESPATCH OR 12

 

 

MONTHS FROM THE DATE OF INSTALLATION.

 

 

 

 

 

 

 

 

16.0

 

 

Taxation & VAT

As per Clau se-49 o f GPC a t Volume-I excep t Clau se (ii) which is mod ified a s under

 

 

 

 

 

 

 

 

 

 

 

 

 

"The prices shall be in clu sive o f all taxes & du tie s leviab le

 

 

 

 

 

 

 

Bidders sha ll ind ica te the actual tax applicable in various sta te s to be declared as per for mat

 

 

 

 

 

 

 

atta ched to volume-II o f SPC.

 

 

 

 

 

 

 

In case vendor has ind ica ted (Zero) tax same sha ll be trea ted as included in the base pr ice.

 

 

 

 

 

 

Rate o f Sale s Tax / VAT for different de stina tions as de clared a t annexure attached to volume-II,

 

 

 

 

 

 

 

shall be applicable on ly in case o f revision on la ter da te.

 

 

 

 

 

 

 

Entry tax and octroi sha ll no t be con sid ered for evalua tion. However same shall be re imbursed a t

 

 

 

 

 

 

 

actual if applicable against d ocu men tary evidences in case o f award.

 

 

 

 

 

 

 

 

17.0

 

 

IMPORTANT

As per package … requirements

 

 

 

 

 

CONDITIONS

Or

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

As per provisions stated in the Technical Specification to this tender

 

 

 

 

 

 

documents

 

 

 

 

 

 

 

Or

 

 

 

 

 

 

 

 

 

 

Bidders special attention is drawn to the provisions of the following

 

 

 

 

 

 

clauses:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

1

 

EMD SUBMISSION OFF LINE

 

As per Clause 3.1 of SPC

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

2

 

Payment Terms as per

 

As per Clause 9 of SPC

 

 

 

 

 

 

 

 

 

 

 

 

 

 

3

Liquidated damages for delay in

As per Clause 51of GPC

 

 

 

 

completions

 

 

 

 

4

Submission of Performance Bank

As per Clause 19.0 of SPC

 

 

 

 

Guarantee.

 

 

 

 

5

Settlement of Dispute

As per Clause 56 of GPC

 

 

 

 

 

 

 

 

 

6

Warranty

As per cl -15 of SPC

 

 

 

 

 

 

 

 

 

Bidders may please no te tha t no devia tion wha tsoever to the above conditio ns sha ll be per mitte d by

 

 

 

the Owner and, therefore, the Bidders are advised tha t while developing the Bid Proposals and prices

 

 

 

the above conditions may appropriately be taken in to considera tion especially with respect to their

 

 

 

effe ct wherever applicable on th e cash flow projections during execu tion o f the Con tract.

 

 

 

Bidders may further note that a certificate in the format enclosed at Annexure -10

 

 

 

Volume-I, Section-IV of Tender Document is to be submitted ALONG WITH EMD

 

 

 

Envelope.

 

 

 

 

 

 

 

18.0

QR

 

NA

 

 

&

 

 

 

 

 

 

 

 

 

 

Documentation

 

 

 

19.0

performance

 

NA .

 

 

 

 

 

 

 

bank Guarantee

 

 

 

 

(PBG)

 

 

 

 

 

 

 

 

 

20.0

INSURANCE

 

TO NTPC ACCOUNT

 

 

 

 

 

 

 

 

 

 

21.0

PACKING

&

TO BE MENTION ED IN SRM BID

 

 

 

 

 

FORWARDING

 

 

 

 

 

 

 

 

 

 

22.0SUBMISSION a. Bidders are requested to sub mit the o n line bids on NTPC SRM P orta l

OF BID

b.

Bids shall be ho sted/ up loaded on the syste m a s per time line s & the schedule specified on the

PROPOSAL

 

tender no tification

 

 

 

c.

Bids on once submitted / uploaded on the server prior to expiry of time lines are non-returnable

 

 

and can not be modified once sub mitted.

 

d.

The processing time for da ta exchange is 2-3 minutes, so bidder shou ld av oid the last minu te

 

 

hosting o f their bid.

 

e.

The bids shall be sub mitted a s de ta iled here under

 

 

OFF-LI NE

 

 

 

ÿ Envelope-1… marked as ‘EMD’(if app licable)

 

 

a)

Bid Form 1

 

 

b)

EMD/Bid S ecurity

 

 

c)

Certificate toward s fully Comp lian t Bid

 

 

d)

Any other do cu men t specified in Spe cial Purcha se Condition

ON-LI NE

(A)in c- folder Upload the fo llowing:

 

File Name

 

Conten ts

a)

EMD

EMD de tails(if app licable)

 

 

 

b)

QR

Not Ap plicable

 

 

 

c)

Technica l

Technica l specifica tion s, de tails & da ta shee ts, drawing s

Specifica tion s

etc.

 

 

Acceptance o f Fraud Preven tion Policy

d)

EFT etc.

Electron ic Fund Transfer (EFT) Form

 

Regn. Deta ils –PAN, Sale s Tax etc.

 

 

(B)ON-LI NE fill/sub mit the following:

a)Bid Price S chedule

23.0

Jurisdiction of

AS PER GPC

 

Court

for

 

 

 

settlement

of

 

 

 

Disputes

 

 

 

 

 

 

 

 

24.0

Integrity Pact

Applicable / Not applicable

( if A pplicab le appropria te condition to be incorpora ted a s per Corporate Cen tre gu idelines / Circu lars )

 

 

 

 

 

 

 

 

25.0

Any

other

NA

 

condition

 

 

 

 

 

 

 

 

26.0

CONTACT

 

 

 

 

PERSONS/

 

 

 

 

Address

 

 

 

 

 

 

 

 

Telephone

 

 

 

 

Fax

 

 

 

 

 

 

 

E mail ID

 

 

 

 

 

 

 

27.0

Freight

 

The rate sha ll be quo ted on “FOR DESTINATION “basis(inclusive o f packing & forwarding charge s

 

,freight by road)

 

evaluation

 

 

 

For the rates quo ted on ex-works /FOR dispatching sta tion basis, the freigh t charge s varying from 2%

 

 

 

 

 

 

5% shall be loaded depending upon the d istan ce o f d ispa tching stations.

 

 

 

For having v olume tric ma terial evaluation sha ll be taken on a ctual as per NTPC ra te con tra ct.

28.0

Payment

term

OUR STANDARD TERMS OF PAYMET is 100 % paymen t within 30 days o f receip t and acceptan ce

of ma ter ial at NTPC S tores .In case o f any dev ia tion In pay men t ter ms loading for in terest o n advance

 

evaluation

 

paymen t @14.5% of landed costper annu m shall be considered.

 

 

 

 

 

 

 

29.0

Special

 

1) Bidders are requested to a ttach accep ted co py of co mpliance cer tifica te towards no devia tion clause

 

of the tender. Vendor’s declara tion for the comp lian ce /no devia tion c lause sha ll be considered as p er

 

instructions

 

entry made in a ttr ibu te as pre qualifyin g nor ms.

 

 

 

 

 

 

2) Bidders are requested to a ttach their acceptan ce copy o f drawing and qp in c fo lder(duly sta mped &

 

 

 

signed)

 

 

 

3) vendor has to quote towards all the financial ter ms of loading in the provided price schedule o f the

 

 

 

price bid o nly. I f men tioned anywhere else shall no t be considered for price evaluation/ cs.