-1-

NTPC Limited

(A Govt. of India Enterprise)

VINDHYACHAL SUPER THERMAL POWER STATION P.O. VINDHYANAGAR-486885, DISTT: SINGRAULI (MP)

CONTRACTS & MATERIALS- PURCHASE DEPARTMENT

(DOMESTIC COMPETITIVE BIDDING)

NTPC Limited - Vindhyachal invites applications from the eligible bidders for supply of material as per descriptions furnished below:

a)Single stage two part off line bidding i.e.; part-I should be consisting of technical bid along with Earnest Money Deposit .Bid Part-II consists of price/commercial bid.

b)Price bids will be opened of those bidders only who will be qualified in bid part-I.

1. Brief description of NIT:

*Bid document issue time (offline) from 10.00 am to 4.00 pm (Excluding Sunday/Closed Holiday)

**Date of opening of part (II) shall be communicated only to the bidders, who are found qualified at a later date.

***Last date of submission of queries by bidders, if any : 13.06.2015

Note: Bids are to be submitted super-scribing the tender reference. As detailed below

3. Bidder can purchase the complete set of Bid documents as per the following procedure:

4.Mode of payment for purchase of tender documents:

Tender fee shall be made in form of Pay order / demand draft / Bankers cheque in favor of NTPC Limited, from any of the list of Nationalized or Scheduled Bank enclosed at ANNEX- II, payable at Vindhyanagr/ Singrauli/ Waidhan of MP, and the same should reach NTPC Vindhyachal in the communication address on or before offline last date as mentioned i.e upto 06.06.2015 at 4:00PM along with the letter requisite documents mentioned as per clause 3 “B” above, Whichever is applicable for the respective status of vendor.

a)Exemptions of cost of tender documents : Refer clause No. 05 (iii) (c)

Request for tender documents received after the last date as mentioned i.e upto 06.06.2015 at 4:00PM shall not be entertained.

5.Bid Security (EMD): Bidder has to submit earnest money deposit (EMD) of requisite value in a separate envelope offline super scribing “EMD Envelope” containing requisite EMD in valid form as detailed above , the same must reach to the office at the address mentioned below before the bid submission deadline 22.06.2015:14:35Hrs.

i)“EMD Envelope” should contain the EMD of requisite value, strictly in valid form as mentioned below at Sl.No. iii) a)/b) as per applicability or valid supporting document in support of seeking exemption of EMD as iii) c).

ii)If Bid security (EMD), in original, of any agency is not received in a sealed envelope, their bid shall not be opened. If the EMD amount submitted by any agency is less than the stipulated EMD amount their offer shall be rejected.

iii)EMD may be furnished in any of the following forms.

a)For EMD amount of any value : Pay order / demand draft / Bankers cheque in favor of NTPC Limited, from any of the list of Nationalized or Scheduled Bank enclosed at ANNEX- II, payable at Vindhyanagr/ Singrauli/ Waidhan of MP,

b)Unconditional and irrevocable Bank Guarantee from a nationalized bank/ scheduled bank. the bid security shall remain valid for a period of 45 days beyond the bid original bid validity period (180 days) or beyond any extension in the period of bid security . The Bank Guarantee verification check list duly filled in as per format attached as has to be submitted in this regard. Bidder shall ensure that all the points of check list are replied in “Yes”.

c)Small Scale Industries registered with the National Small Scale Industries Corporation (NSIC) under single point registration scheme and SSI units registered with MPSSIDC for the said item/ services shall be exempted from payment of Tender Fee and EMD. Exemptions of EMD and other benefits to MICRO AND SMALL ENTERPRISES (MSEs) shall be governed as per enclosed ANNEX-IV.. Bidders seeking exemption should enclose a self certified legible copy of valid registration certificate giving details such as items/ services for which registered, validity, monetary limit etc. along with their request of Tender Document. If the validity of the certificate has expired or the stores items are not matching with the tendered items such requests run the risk of their request being passed over as disqualified for this concession/exemption. In case of any doubt on eligibility of such exemption/ concession bidder may get clarification from NTPC Official before submission of their bid. The enlisted vendors by NTPC WR-II for construction/renovation of toilets & other civil works in districts/towns/villages in vicinity of NTPC project in Chhattisgarh & Madhya Pradesh are also exempted from submission of tender fee.

d)The bid security of all the unsuccessful bidders will be returned as promptly as possible as per terms of bidding documents.

e)No interest shall be payable by NTPC on the Bid Security.

f)Any Bid not accompanied by a Bid Security (EMD) in a separate sealed envelope, may be rejected by the owner as being non-responsive and the technical bid envelop shall be returned to the bidder without being opened.

6.Clarification on Bidding documents: Bidder may seek clarification through e-mail or in hard copy (offline) upto the time specified as mentioned in the bidding document. The queries will be answered by NTPC through mail hence valid email must be mentioned in the request letter.

7.Qualifying Requirements for Procurement of 50 MVAR, 420 KV, shunt Reactor

for NTPC Vindhyachal, Satna- 3 Line

7.1.1Route-1

Bidder should have designed manufactured, installed/supervised installation and commissioned/ supervised commissioning of at least two (02) nos. 400 KV or above class shunt Reactor of at least 50 MVAR capacity (three phase as a single unit) which should have been in successful operation for at, at least two (02) different installation for at least (02) two years prior to the date of techno- Commercial bid opening.

7.1.2Route -2

Bidder who have designed, manufactured installed/supervised installation and

commissioned/supervised commissioning of at least two (02) nos. 400KV or above class transformer/220 KV or above class reactor which are in successful operation for two (02) years prior to the date of Techno- Commercial bid opening and have established manufacturing facilities for 400 KV class shunt reactor based on technological support of its associate or Collaborator, can also be considered provided its Associate or Collaborator meets the qualifying requirement stipulated at 7.1.1 above and Bidder furnishes an undertaking jointly executed by it and its Associate or Collaborator, as per the format enclosed in the biding document for the successful performance of the equipment. This joint deed of undertaking should be submitted along with the Techno- Commercial bid, failing which the Bidder shall be disqualified and its bid rejected.

In case of award, the Associate or Collaborator will be required to furnish an on demand Bank Guarantee for 2% (two Percent) of the contract price in addition to the Contract Performance Security to be furnished by the Bidder.

Notes:

(i)Two different installations means two different project sites or two different contracts.

(ii)Equipment designed by the Bidder by itself or through its Collaborator/Associate for reference plant, shall also be considered meeting the requirement of design.

Financial Criteria of Bidder

7.2.0

The Average annual turnover of the bidder, in the preceding three (03) financial years

7.2.1as on the date of Techno- Commercial bid opening should not be less than Rs 640.00 lacs (Indian Rupees Six Hundred and Forty Lacs Only).

In case the bidder is not able to furnish its audited financial statements on stand alone

7.2.2entity basis, the unaudited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder further furnishes the following documents on substantiations of its qualification:

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

(ii)A certificate from the CEO/CFO of the Holding Company, as per the format enclosed (annex-III) in the bidding documents stating that the unaudited unconsolidated financial statements form part of the consolidated financial statements of the holding Company.

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

Financial Criteria of Collaborator / Associate of the Bidder

7.3.0

The average annual turnover of the Collaborator /Associate, in the preceding

7.3.1three (03) financial years as on the date of Techno- Commercial bid opening, should not be less than Rs 64.00 lacs (Indian Rupees Sixty Four lacs only).

7.3.2In case the Collaborator/Associate is not able to furnish its audited financial statements on stand alone entity basis, the unaudited unconsolidated financial statements of the Collaborator/Associate can be considered acceptable provided the collaborator/ Associate further furnishes the following documents on substantiation of its qualification:

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

(ii)A certificate from the CEO/CFO of the Holding Company, as per the format enclosed (annex-III) in the bidding documents stating that the unaudited unconsolidated financial statements form part of the consolidated annual financial statements of the Company.

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

Note:

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

7.4.0Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder/ its Collaborators/Associates/ Subsidiaries/ Group Companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.

8. General Requirements:

8.1Tender Enquiry shall be issued to intending bidders on request. Issuance of bid documents shall not be construe that the bidders are considered qualified. Pre-qualifications as per the terms of NIT will be reviewed at the time of bid evaluation.

8.2The copies of the 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.

8.3 Small Scale Industries (SSI) registered with the National Small Industries Corporation

(NSIC)/MPSSIDC and MSME shall be exempted from payment of Tender Fee and Earnest Money Deposit. Small Scale Industries registered with NSIC/MPSSIDC and MSME shall be exempted from payment of Security Deposit up to the limit for which the unit is registered with MSME / NSIC / MP-SSIDC.

Tenderers seeking exemption should enclose an attested 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.

8.4 The 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 06.06.2015, enclosing tender fee of Rs. 1575/- (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.

8.5NTPC will not be responsible for non-receipt / late receipt or loss of tender documents / offers in any way or in postal transit.

8.6The bids shall be opened on the due date and time mentioned on pre-page of the tender documents/e – bid invitation.

8.7The detailed specifications of the items are mentioned in the tender documents.

8.8Notwithstanding 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.

8.9In case, the date of Bid opening coincides with HOLIDAY, the shifted to next working day at the same time.

8.10In the evaluation and comparison of bids, NTPC Limited reserves the right to allow purchase preference to Central Public Sector Enterprises (CPSEs) and Joint ventures with CPSEs as admissible under the existing policy of the Govt. of India.

8.11All credentials pertaining to this NIT must be before the date of Bid Opening as mentioned in the NIT.

8.12Notwithstanding anything stated above, NTPC reserves the right to assess bidder’s capability & capacity to perform the contract, should the circumstances warrant such assessment in overall interests of the Owner.

8.13TPC reserves the right to issue, reject any or all bids or cancel/withdraw the invitation for bids without assigning any reason whatsoever thereof and in such case no bidder/intending bidder shall have claim arising out of such action.

8.14Tender document is not transferable.

8.15Package Coordinators of NTPC Vindhyachal :

i.Sh V R Mathur, AGM(C&M)

Mobile No.: 9425823041, email id : vrmathur@ntpc.co.in

ii.Sh B V Singh, Manager (CS)

Mobile No.: 9425823214, email id : bvsingh@ntpc.co.in

Address for Communication:

Addl. General Manager (C&M)

NTPC Limited,

VINDHYACHAL SUPER THERMAL POWER STATION

P.O. VINDHYANAGAR-486 885, DISTT: SINGRAULI (MP)

Email id- spacharya@ntpc.co.in

Phone no. -07805-247677

Fax. No. -07805-247728

ADDL. GENERAL MANAGER(C&M)I/C