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)

NTPC Ltd, Vidhyachal invites bids/tenders/proposal for supply of material 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

 

 

 

 

 

 

 

 

 

 

Supply of 28V Battery set comprising

02

 

 

 

 

 

 

E-BID

of 2X20 cells capacity Nickel-Cadmium

no

 

 

 

 

 

 

no.40028424

Pocket Plate High discharge type 725P

 

 

 

 

 

 

 

 

as per IS-10918.

 

 

 

05.11.14

18.12.2015

 

3 Months

Dt:

Supply of 28V Battery set comprising

02

1200.00

121000/-

To

15:05 Hrs

 

 

21.10.2014

of 4X20 cells capacity Nickel-Cadmium

Set.

 

 

25.11.14.

 

 

 

 

Pocket Plate High discharge type 825P

 

 

 

 

 

 

 

 

as per IS-10918,.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

1.0Qualifying Requirements of Bidders:-

1.1(a) The average annual turnover of the bidder during the preceding three (03) financial

years as on date of bid opening should not be less than `180.90 lacs.

.

(b)The bidder should be a manufacturer of stationary Nickel-Cadmium Pocket High discharge type batteries compliant to IS:10918.

(c)The bidder should have supplied & installed at least 01 set (comprising of 20 or more cells for battery charger) of 825AH of higher capacity of stationary Nickel-Cadmium pocket plate high discharge type battery , which should be in successful operation for at least 01 years directly to “PSU”/”Joint Venture of PSU”/Govt. Department”/”Quasi Govt. Department”/“Public Limited Company”, during last seven (07) years by bid opening date.

(d)The bidder should have testing facility for stationary Nickel-Cadmium Pocket High discharge type battery as per relevant IS codes.

(e)The bidder should have supplied and installed 725AH or higher capacity Stationary Nickel-Cadmium Pocket Plate High Discharge type battery sets directly to “PSU”/”Joint Venture of PSU”/Govt. Department”/”Quasi Govt. Department”/“Public Limited Company”, during last seven years by bid opening date with the following executed value(s) of contracts.

Single order of value not less than ` 48.24 Lacs.

OR

Two orders of value not less than ` 30.15 Lacs each.

OR

Three orders of value not less than ` 24.12 Lacs each.

NOTE :

The word ”executed ” means the value of work that has been progressively done till the specified date.

Bid opening date refers to the first scheduled techno commercial bid opening 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 financial support for the execution of the Contract by the bidder in case of award.

3.(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.

4.0General Requirements:

4.1Online tender 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.

( d)

EMD

4.3 Small

Scale Industries (SSI) registered with the National Small Industries

Corporation (NSIC)/MPSSIDC shall be exempted from payment 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 25.11.2014, 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 OR tender fee can be submitted Online.

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.

4.6Soft copies of entire credentials in support of qualifying requirements must be submitted along with offer as well as Hard copy of same should be submitted offline on receipt of tender enquiry.

4.7Notwithstanding 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:

AGM (C&M)

NTPC 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

Email: vrmathur@ntpc.co.in