(A
Government of India Enterprise)
INVITATION TO BID/NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING
Ref. No. VSTPP/CONTRACTS/OTE/2016-17 Dt. 30.05.2016
NTPC Limited–Vindhyachal Super Thermal Power Project, in Madhya Pradesh, invites e-tender bids / tenders / proposals from eligible bidders for the following packages:
Brief Description of NIT
Sl. No. |
NIT No. |
Name of Work |
Est. Cost (`. In lacs) |
Tender Fee (including VAT) / Earnest Money (in `) |
Bid document issue period (from - to) |
BOD part (A), part (B), & partC) ** |
Completion period |
02 |
6255-037-3772 (BI No. 40056576)
|
2nd Raising of Ash Dyke Lagoon V-3B of VSTPP |
580.31 |
4725/- 11,61,000 /- |
03.06.2016 24.06.2016 |
12.07.2016 |
08 months |
IMPORTANT NOTES:
* Bid document issue time (offline) from 10.00AM to 5.00PM (Excluding Sunday/Closed Holiday)
** Date of opening of part (c) shall be communicated only to the bidders, who are found qualified at a later date.
- Type Of Bidding Single stage two envelopes bidding. (Price bid
Shall be submitted online)
- Last date of submission of queries by bidders, if any : 05.07.2016
- Submission of "NO DEVIATION CERTIFICATE" : To be submitted by bidder invariably as per
format enclosed with tender documents.
(Annexure A-2 (INB)
Note: Bids are to be submitted super-scribing the tender reference. As detailed below
PART |
Envelope |
Mode |
Superscription on envelop |
Remarks |
A |
Envelope A |
Offline |
EMD + Letter of undertaking+ No-deviation Certificate* |
It shall be submitted in separate envelope in tender Box containing
|
B |
Envelope B |
Offline |
Technical Bid* |
It shall be submitted in separate envelope in tender Box containing
|
C |
_______ |
Online |
Price Bid |
The price bid / rate part shall be submitted online in SRM |
* Name of Package and NIT No are also to be superscribed
Followings may kindly be noted that:-
Offers shall be submitted online only. No financial terms including discount/premium to be quoted off-line or in c-folder.
No deviation ,whatsoever, is permitted by NTPC, as preparation of price bids, its opening and comparative evaluations are done online. Hence, the quoted amounts as per the system shall only be considered for evaluation any documents/ conditions found offline shall be treated invalid and shall not be considered for evaluation
Bidder can view/download the complete set of Bid documents as per the following procedure:
Login / password status |
Type of Vendor |
Required documents for viewing our tender documents |
A |
Vendors already having SRM Vendor code and Password |
Refer Clause No. 4 below. |
B |
Vendors already having SAP vendor code but does not have SRM Login ID and Password |
The agency has to furnish dully filled, signed and stamped Annexure-II (format attached). It shall be submitted up to 24.06.2016 at 4:00 pm at the address given below at Cl 10. After obtaining SRM login ID and password, the agency shall follow as per login password status “A” above. . |
C |
New Vendor neither having any vendor code in SAP nor any SRM Login ID and Password |
The agency has to furnish the followings duly filled, signed and stamped
All these documents shall be submitted up to 24.06.2016 at 4:00 pm at the address given below at Cl 10. After obtaining SRM login ID and password, the agency shall follow as per login password status “A” above. . |
Note: Digital certificate (Class-III category is required) is a must for vendors to participate in e-tender. For further details please visit “Guidelines to Bidders” in SRM Login screen. |
Mode of payment for purchase of tender documents:
On-line:
Bidders can view/download the tender documents after logging in our e-tender site:
By clicking on “e-tender” in home page of www.ntpctender.com
ii) In the Internet browser directly type the URL
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
After logging to our e-tender site as mentioned above, the bidder shall pay the requisite tender fee through payment gateway by clicking “pay tender fee” as mentioned in the “Bidder’s Manual” and also in Guidelines to Bidders” which are available on the SRM Login screen.
In case of any difficulty, please contact help desk no. as mentioned in e-tender site
Off-line: 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- III, payable at Vindhyanagar/ Singrauli/ Waidhan of MP, and the same should reach NTPC Vindhyachal in the communication address given at S.No.10. on or before offline last date as mentioned i.e. up to 24.06.2016 at 4:00 PM along with the requisite documents mentioned as per clause 3 “B” & “C” above. Whichever is applicable for the respective status of vendor. If the vendor at 3 “A” desirers for tender documents may also request offline for tender documents. .
Exemptions of cost of tender documents : Refer clause No. 05 (iii) (c)
Request for tender documents received after the offline last date as mentioned i.e. up to 24.06.2016 at 4:00 PM shall not be entertained.
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,”LETTER OF UNDERTAKING” and “No Deviation Statement”) as detailed above, the same must reach to the office at the address mentioned below before the bid submission deadline as mentioned in the e-tender of our SRM system.
“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).
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.
EMD may be furnished in any of the following forms.
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- III, payable at Vindhyanagar/ Singrauli/ Waidhan of MP,
Unconditional and irrevocable Bank Guarantee from a nationalized bank/ scheduled bank on non-judicial stamp of value applicable at Madhya Pradesh or executing state whichever is higher (present value is 0.25% of EMD amount for state other than Uttar Pradesh and 0.5% for Uttar Pradesh). 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”.
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 bid security of all the unsuccessful bidders will be returned as promptly as possible as per terms of bidding documents.
No interest shall be payable by NTPC on the Bid Security.
Any Bid not accompanied by a Bid Security (EMD) , Letter of undertaking and NO DEVIATION CERTIFICATE in a separate sealed envelope, may be rejected on-line by the owner as being non-responsive and the technical bid envelop shall be returned to the bidder without being opened.
No Deviation Certificate: Duly filled signed and stamped “NO DEVIATION STATEMENT” shall be submitted as stated in point f) and also note PART-A of Sl No 2 above.
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 and posted in the c-folder. The bidders can view all queries and all answers once they are posted in the c-folder.
Qualifying Requirements:
Technical Criteria:
Bidder should have executed the following works within the preceding seven (7) years reckoned as on the date of Techno-commercial bid opening:
At least one earthen dam work or ash dyke work or reservoir embankment work or ash dyke raising work of maximum height not less than 3.6 m, in one contract and,
A cumulative progress of at least 2.5 Lac Cu. M of earthwork in earthen dam work or ash dyke work or reservoir embankment or ash dyke raising work or canal embankment work in any one (1) year period, in one (1) or maximum two (2) concurrently running contracts.
Notes: The following notes (a to j) explain in detail the intention of various terms in qualifying requirements:
Earth dams, ash dykes, and reservoir embankments, which are designed as water retaining structures, shall be qualified for this work. However, canal embankments, guide bunds along water courses shall be considered for qualification under clause 1.1.2 only. All other types of earth works such as road embankments, railway embankments, site leveling works etc. shall not be qualified.
Sand/substitute filter media as filter either in chimney or in blanket or both; used in embankment shall be considered in earthwork quantity calculations. Rock toe shall not be considered.
For embankments /reservoir/dyke, the height and quantities shall be considered above formation level upto dyke top for qualifying requirements purpose. However, in case of ash dyke raising works, for both inward/upstream & outward /center line methods, the height of dyke shall be considered from the stripped level of ash inside the lagoon for qualifying requirements purpose.
Formation level means bottom of stripped level for the dyke formation. The earth work in cut off trench (COT) shall be included for quantity estimation for qualifying requirement under clause 1.1.2. However, the depth of COT shall not be considered for the height calculation for qualifying requirement under clause 1.1.1.
Wherever the ash dykes and other embankments are constructed in different contracts, the height applicable to individual contract only and not the cumulative effect shall be considered for the purpose of determining compliance of clause 1.1.1. For example where the contract is for raising an embankment, only the raising portion shall be considered and not the earlier starter dyke.
In clause 1.1.0 above, the word “executed” means the bidder should have achieved the criteria specified in the qualifying requirements within the preceding seven (7) year period even if the contract has been started earlier and /or is not completed / closed.
In clause 1.1.1. above, bidder should have constructed entire 3.6 m height of embankment work specified in the qualifying requirements, within the preceding seven (7) years period, even if the contract has been started earlier and/or is not completed/closed .
The “one (1) year period” means any continuous 12 months period. However, for two (2) concurrent works, the same 12 months period shall be considered.
In case or works stipulated in 1.1.2 above, the word “earthwork” shall mean earth/ash. The quantity of earth work in filling only will be considered for qualification.
Reference works executed by the Bidder, as a member of joint Venture / Consortium/ Associate can also be considered provided:
The allocation of scope of work between the partners of the joint Venture/Consortium/Associate is clearly defined in the executed joint Venture Agreement/Consortium Agreement/Deed of Joint Undertaking and Bidder’s scope of work and break-up of quantities executed by them as individual contribution in the joint Venture/Consortium/Associate, duly authenticated by the Project Authority, meet the relevant provisions of qualifying requirement.
In case the reference work has been executed by the Bidder in an integrated Joint Venture wherein allocation of scope of work and break-up of quantities between the partners is not clearly specified in the integrated joint Venture agreement, then for clause 1.1.2 above, the credit of executed quantities can be claimed by the bidder in the ratio of bidder’s share in the integrated joint Venture Agreement, provided the bidder establishes that it regularly undertakes works as at clause 1.1.2 above. The executed works /quantities by integrated Joint Venture shall be duly authenticated by the Project Authority. However, the bidder will not be eligible to claim the credit of executed work by integrated Joint Venture for clause 1.1.1 above, unless the bidder has individually executed the work meeting the requirement of clause 1.1.1 above and which has been duly authenticated by the Project Authority.
Reference work executed by a Bidder as a sub-contractor may also be considered provided the certificate issued by main contractor is duly certified by Project Authority specifying the scope of work executed by the sub-contractor in support of qualifying requirements.
Financial Criteria
2.0(a) The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of techno-commercial bid opening, should not be less than Rs. 580.0 Lacs (Rupees Five Hundred and Eighty Lacs only).
2.0(b) The Net Worth of the bidder as on the last day of the preceding financial year (reckoned on the date of techno-commercial bid opening) should not be less than 100% of the bidder’s paid-up share capital. In case the Bidder meets the requirement of Net worth based on the strength of its Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding companies wherever applicable, the Net worth of the Bidder and its subsidiary (ies) and/or Holding company and/or subsidiary(ies) of the Holding company, in combined manner should not be less than 100% of their total paid-up share capital. However individually, their net worth should not be less than 75% of their respective paid-up share capitals.
Net worth in combined manner shall be calculated as follows:
Net worth (combined) =(X1+X2+) / (Y1+Y2+Y3)X100
Where X1, X2,X3 are individual Net worth which should not be less than 75% of the respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals.
2.0(c) In case the bidder is not able to furnish its audited financial statements on stand alone entity basis, the unaudited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder further furnishes the following documents for substantiation of its qualification:
Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of its holding company.
A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bidding documents, stating that the unaudited unconsolidated financial statements form part of the consolidated annual financial statements of the Holding Company.
In case where audited results for the last financial year as on the date of techno commercial bid opening are not available, the financial result 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 for the 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.
2.0(d) In case a bidder does not satisfy the financial criteria, stipulated at Cl. 2.0 (a) above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Cl. 2.0 (a) 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 Techno-Commercial bid, a Letter of Undertaking from the Holding Company supported by the Holding Company’s 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.
NOTE:
Net worth means the sum total of the paid up share capital and free reserves. Free reserve 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.
Other income shall not be considered for arriving at annual turnover.
General Conditions: (For submission of bid)
Sealed tenders signed in all pages should be submitted in two (02) parts, ( as per Sl No -2 Note-2 above)
Part (A) for NO DEVIATION CERTIFICATE, EMD and Letter of Undertaking,
Part (B) for Technical Bid containing total credential to fulfill all the criteria as mentioned in qualifying requirements in the tender Box
However the Price part must be quoted in SRM
The bids shall be received upto 10:30 Hrs. on date of Technical Bid Opening (PART-A and PART B in offline and PRICE IN SRM) , and PART A and PART B shall be opened at 11.00 Hrs. on the same date as stipulated above in the presence of bidder, who wish to be present.
In case, the date of Bid opening coincides with HOLIDAY, the shifted to next working day at the same time.
In 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.
All credentials pertaining to this NIT must be before the date of Bid Opening as mentioned in the NIT.
For any postal/communication delay, NTPC Limited will not be held responsible.
Details of the work to be executed and terms & conditions of the tender are stipulated in the tender documents.
For other General Conditions i.e. Integrity pact, Fraud Prevention Policy, Safety Rules, Banning Policy wherever as applicable please visit our website http://ntpctender.com.
Notwithstanding 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.
NTPC 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.
Tender document is not transferable.
Package Coordinators of NTPC Vindhyachal :
Sh P. C. Trivedi, Manager (CS)
Mobile No.: 9425823158, email id: prabhatchandratrivedi@ntpc.co.in
Sh Ramlal Paikara, DGM(C&M)
Mobile No.: 9425823427, email id: ramlalpaikra@ntpc.co.in
Address for Communication:
AGM(C&M)-CS
NTPC Limited
VINDHYACHAL SUPER THERMAL POWER PROJECT
PO.VINDHYANAGAR, DIST. SINGRAULI(M.P) 486885.
Phone/fax : 07805-247921
Email: lksharma@ntpc.co.in
ADDL. GENERAL MANAGER(C&M)-CS
Annexure-I
REQUEST FOR LOGIN ID ON NTPC e-TENDER
If you are not a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill the following.
Form-A:
For New Vender (Prospective)
Name : _________________________________________________________
Address : _________________________________________________________
_________________________________________________________
_________________________________________________________
State : ________________________ City : _____________________
Country : ________________________ Pin: _____________________
Telephone No. : ________________________ Extn.: _____________________
Fax No. : ______________________________
Email ID : _________________________________________________________
Your Company’s Bank Name : __________________________________________________
Account No. : ___________________________________________
Branch : ___________________________________________
Address : _____________________________________________________
_____________________________________________________
PAN Number : ______________________________________________________
CST Number : ______________________________________________________
Excise Regn. Number: _____________________________________________________
SSI No. : _______________________________________________________
Contact Person’s Name: _________________________________________________
Designation : _______________________________________________________
Bid Invitation Number interested in: ___________________________________________
DD details as tender fee: Issuing Bank: _____________________________________
No. : ___________________________ Date of Issue: ________________________
Amount: ________________________ DD Valid till : ________________________
Note: Please download print and fill this form. Submit it to the Package Incharge/Contact Person as mentioned in the Bid invitation along with the DD of required amount.
DD should be in favor of “NTPC Limited” payable at the ordering location mentioned the Bid invitation.
Annexure-II
REQUEST FOR LOGIN ID ON NTPC e-TENDER
If you are already a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill the following.
Form-B:
For Existing Venders
Existing
Vender Code with NTPC : ______________________________ Pre ERP
Post ERP
Telephone No. : ________________________ Extn.: _____________________
Email ID : _________________________________________________________
Contact Person’s Name: ___________________________________________________
Designation : _________________________________________________________
Bid Invitation Number interested in: _____________________________________________
DD details as tender fee: Issuing Bank: _____________________________________
No. : ___________________________ Date of Issue: ________________________
Amount: ________________________ DD Valid till : ________________________
Address and other details (Only in case of change):
Name : _________________________________________________________
Address : _________________________________________________________
_________________________________________________________
_________________________________________________________
State : ________________________ City : _____________________
Country : ________________________ Pin: _____________________
Telephone No. : ________________________ Extn.: _____________________
Fax No. : ______________________________
Email ID : _________________________________________________________
Your Company’s Bank Name : __________________________________________________
Account No. : _____________________________________________________
Branch : _____________________________________________________
Address : _____________________________________________________
_____________________________________________________
Note: Please tick the approximate box in front of vendor code to indicate whether the vendor code given is Pre-ERP or Post-ERP.Tender fee payment can be given through DD or Payment Gateway. In case the Option of DD is opted should be in favor of “NTPC Limited” payable at ordering location mentioned in the Bid invitation.
Request for login may be sent through E-mail or manually sent to Package in charge/control person as mention in the Bid Invitation.
Annexure – A2(INB)
NO DEVIATION CERTIFICATE
NAME OF PACKAGE& PROJECT: 2nd Raising of Ash Dyke Lagoon V-3B of VSTPP
BIDDING DOCUMENT NO : 40056576 (NIT No. 6255-037-3772)
Bidders Name and Address
M/s
To, AGM (C&M)-I/c
NTPC Vindhyachal
Dear sir ,
With reference to our Bid proposal No .-** - Dt… for “ABOVE PACKAGE& PROJECT” bid document no stated as above We here by confirm that we comply with all terms . conditions and specification of the bidding Documents read in conjunction with Amendment (s) /Clarifications(s)/Addenda/ Errata (if any) issued by the Employer prior to opening of Techno – Commercial Bids and the same has been taken into consideration while making our Techno- Commercial Bids & Price Bid and we declare that we have not taken any deviation in this regard.
We further confirm that any deviation, variation or additional condition etc, or any mention contrary to Bidding Documents and its Amendment (s)/ clarification(s)/ Addenda/ Errata (if any) as mentioned at 1.0 above found anywhere in our Techno- commercial Bid and/ or Price Bid, implicit or explicit, shall stand unconditionally with drawn, without any cost implication whatsoever to Employer failing with the bid security shall be forfeited.
Date-16/04/201 (Signature)____________________
Place : vindhyanagar (Name )____________________
(Designation )____________________
(Common Seal )____________________
** Agency’s forwarding letter ref. No. and date , if any, may be entered
Note: This “No Deviation Format” must be submitted duly Filled, Signed and Stamped
along with BID.
Annexure – III
LIST OF BANKS
(FOR DEMAND DRAFT / BANKERS CHEQUE / PAY ORDER )
It shall be Payable at Vindhyanagar / Singrauli / Waidhan (M. P.) only
UNION BANK OF INDIA
STATE BANK OF INDIA
AXIS BANK LTD
ALLAHABAD BANK
BANK OF BARODA
CENTRAL BANK OF INDIA
DENA BANK
ORIENTAL BANK OF COMMERCE
PUNJAB NATIONAL BANK
ICICI BANK
HDFC BANK LTD.
IDBI BANK LTD
Annexure – IV
BENEFITS TO MICRO AND SMALL ENTERPRISES (MSEs)
EXEMPTION FROM PAYING TENDER FEES & EARNEST MONEY DEPOSIT:
MICRO AND SMALL ENTERPRISES (MSEs) registered with District Industries centres or Khadi 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.
PRICE PREFERENCE:
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.
NOTE:
The benefit as above to MSEs shall be available only for goods/services produced and provided by MSEs for which they are registered.
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.