NTPC Limited

(A Government of India Enterprise)

SOLAPUR SUPER THERMAL POWER PROJECT (2 × 660 MW)

At Fatatewadi, Post - Hotgi Station

Tal South Solapur, Solapur - 413215

Phone: 0217 - 2252550/58 FAX: 0217 - 2252505

NOTICE INVITING TENDER (NIT)


FOR


SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 11 KV LINE AND CABLING FROM MISC. SWITCHGEAR TO LOCO SHED AND ASH WATER RECIRCULATION SYSTEM ENDS AT NTPC SOLAPUR


(Domestic Competitive Bidding)


NIT/BI No: 40073979 Date: 04.05.2016


  1. Solapur Super Thermal Power Project, At Fatatewadi, Post - Hotgi Station Tal South Solapur, Solapur - 413215, Maharashtra, a unit of NTPC Limited invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:



  1. Brief Details:



  1. BRIEF SCOPE OF WORK:


3 1 The scope of work of this package shall include Supply, Transportation to site, Storage, Erection, Site Testing and Commissioning of equipment covered in the BOQ for Extension of 11kV Power Supply to Loco shed and AWRS Tap-off through OH lines & Cables.

3. 2 Scope of service:

  1. Foundation drawings of all electrical equipment’s like Overhead line poles.

  2. Cable route layout as per the site conditions.

The price quoted by the Contractor shall be inclusive of furnishing the above drawings and carrying out the above engineering.

The agency shall be responsible for all the safety norms as per NTPC Policy. Agency shall abide by all the prevailing labour regulations of the govt.



NIT Number / Bid Invitation Number & date

40073979 dated:04.05.2017

Name of the work

Supply, Installation, Testing and Commissioning of 11 kV line and cabling from Misc. Switchgear to LOCO Shed and Ash Water Recirculation system ends at NTPC Solapur

Bidding System

Single stage, Two Envelope Bidding (e tendering - without Reverse Auction)

Cost of Tender Document

(Tender fee)

Rs 2,554/- (Rupees Two Thousand Five Hundred and Fifty Four only)

Tender fee shall be submitted in the form of Demand Draft / Banker's cheque / Pay Order from any Nationalized / Scheduled Bank drawn in favour of NTPC Limited, payable at Solapur or online using credit/debit card through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart)

Sale of Tender Document

From 04.05.2017 to 27.05.2017

Last date and time of tender submission

09.06.2017 up to 11:00 hours (IST)

Techno-Commercial Bid Opening Date and Time

09.06.2017 at 11:30 hours (IST), after scrutiny of EMD Envelope

Bid Security / Earnest Money Deposit (EMD)

Rs 2,19,000 /- (Rupees Two Lakh Nineteen Thousand only)

Acceptable form of EMD

Demand Draft / Banker's cheque / Pay Order from any Nationalized / Scheduled Bank drawn in favour of NTPC Limited, payable at Solapur OR through E-Payment by Credit Card/Debit card/Net Banking on the NTPC e-tender portal or Bank Guarantee as per prescribed format given in bid documents.

Contract Period

Six (06) months

Reverse Auction

Not Applicable



  1. Initial steps for participating in our E-tender is as per the table mentioned below:


Type of Vendor

Required Document for viewing our tender document

Vendors already having e-tender User Id and Password

Before download / viewing the tender document, bidder has to pay requisite tender fee either through payment gate way by clicking on “pay tender fee” after login in our SRM site or send DD to us directly, which should reach us at least two working days prior to Last Date of Tender Fee Payment.

Vendors already having NTPC Vendor Code, but does not have e-tender User Id and Password

  1. Duly filled Annexure - 2 (format available in Guidelines to Bidders on the e-tender website / as given below) should reach us at least two working days prior to Last Date of Tender Fee Payment.


  1. Before download/ viewing the tender document, bidder has to pay requisite tender fee either through payment gate way by clicking on “pay tender fee” after login in our SRM site or send DD to us directly, which should reach us at least two working days prior to Last Date of Tender Fee Payment.

New Vendor neither having any NTPC vendor code nor

any e-tender User Id and Password

  1. Duly filled Annexure - 1 (format available in Guidelines to Bidders on the e-tender website given below) and PAN card scanned / photo copy (Self Attested) along with the detailed address should reach us at least three working days prior to Last Date of Tender Fee Payment.


  1. Before download / viewing the tender document, bidder has to pay requisite tender fee either through payment gate way by clicking on “pay tender fee” after login in our SRM site or send DD to us directly, which should reach us at least three working days prior to Last Date of Tender Fee Payment.

Note:

  1. The agency can login e-tender site (SRM login site) for participation in our tendering after complying to above. The agency can reach our e-tender site SRM login site) directly through below mentioned address.

https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart


They can also reach our e-tender site (SRM login site) through www.ntpctender.com and clicking on Login (e-Tender).


  1. Digital Certificate (Class III) is a must for vendors desiring to participate in this tender. For further details regarding this please visit the link “GUIDELINES TO BIDDERS” in NTPC E-Tender Website. NTPC won’t be responsible for any vendor not having a suitable valid digital certificate.















  1. Bid Security / EMD of requisite amount shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING OPENED.


  1. BENEFITS/ Exemptions to MSEs



Micro and Small Enterprises (MSEs) registered with District Industries Centres (DICs)/Khadi and Village Industries Commission (KVIC)/ Khadi and Village Industries Board(KVIB)/ Coir Board (CB)/ National Small Industries Corporation (NSIC)/ Directorate of Handicrafts and Handloom (DHH)/ any other body specified by Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006, for goods produced and services rendered, shall be issued the bidding documents free of cost and shall be exempted from paying Earnest Money Deposit (EMD)/Bid Security in addition to award preference as per clause 21.0 of ITB cum SCC.


The exemption (from paying EMD/Bid Security) as above to MSEs shall only be available, if goods/services produced/provided by MSEs (for which they are registered) are same / similar as the goods / Services tendered in this Tender Enquiry. If the MSME certificate does not contain the similar goods / services as listed in Our Tender Enquiry, then such bids shall be rejected.


Tenderers seeking exemption from paying EMD/Bid Security should submit a copy of valid registration certificate from DICs (EM-II)/KVIC/KVIB/CB/NSIC/DHH/Udhyog Aadhaar Memorandum giving details such as validity, stores/services etc. before scheduled Bid submission deadline through e-mail or by speed post / Registered post, failing which they run the risk of their bid being passed over as ineligible for the exemptions applicable to MSEs.


The benefits as above including award preference to MSEs shall be available, if goods/services produced/provided by MSEs (for which they are registered) are same / similar as the goods / Services tendered in this Tender Enquiry.


MSEs seeking benefits as above should submit a copy of valid registration certificate, giving details such as validity, stores/services etc. before scheduled Bid submission deadline through e-mail or by speed post / Registered post failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs. No MSE certificate shall be accepted after Bid Opening for considering award preference as per clause 21.0 of ITB cum SCC.


  1. QUALIFYING REQUIREMENTS (QR) FOR BIDDERS

The Bidder who wishes to participate in the bidding shall satisfactorily establish that it fulfills the qualifying requirements stipulated hereunder.


7.1 Experience Criteria

7.1.1 The Bidder should have a valid Electrical license for work on HT electrical systems of 11 KV or above.

7.1.2 The Bidder should have successfully executed the work of “Supply, Installation, Testing and Commissioning of HT line (11 KV and above), within the preceding seven (07) years as on the date of Techno-commercial Bid Opening, fulfilling any of the following criteria :

  1. One work of “Supply, Installation, Testing and Commissioning of HT line works (11 KV and above) costing not less than Rs. 87.30 Lakh.

Or

  1. Two works of “Supply, Installation, Testing and Commissioning of HT line works (11 KV and above) costing not less than Rs. 54.56 Lakh each.

Or

  1. Three works of “Supply, Installation, Testing and Commissioning of HT line works (11 KV and above) costing not less than Rs. 43.64 Lakh each.


7.1.3 The Bidder should have successfully executed at least one work of supply, laying and testing of HT cable.

NOTES for clause 7.1 above:


  1. The above reference works should have been executed through a single contract or in separate contracts.

  2. The reference works executed by the bidder’s group company/ subsidiary company shall not be considered for its qualification.

  3. The word “executed” means the bidder should have achieved the criteria specified in the above Qualifying Requirements within the preceding seven (07) years' period reckoned as on the date of Techno commercial bid opening, even if the contract has been started earlier and / or is not completed / closed.

  4. Reference work executed by a bidder as a sub-contractor may also be considered provided the certificate by main contractor is duly certified by project authority specifying the scope of work executed by the sub-contractor in support of the Qualifying requirement.


7.2 Financial criteria:

7.2.1 The average annual turnover of the Bidder - excluding “other income”- in the preceding three (3) financial years as on the date of techno-commercial bid opening shall not be less than Rs. 110 Lakh (Rupees One Hundred and Ten Lakhs Only).

7.2.2 In cases 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. 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.

  1. As a proof of meeting the qualifying requirements, scanned self-attested copies of the following documents will be required to be submitted / uploaded in the C-folder.

  1. Award letter / Work Order with bill of quantities and proof of value of work executed as mentioned at (b) below

  2. Documentary evidence issued by employer as proof of value of work executed clearly indicating (i) the executed value of the work and (ii) period (giving start date and end date) during which the work has been executed, in the form of job completion certificate / final deviation order / copies of measurement book (R/A bills).

  3. Up to date copies of Balance Sheet and Profit and Loss Accounts of last three financial years as audited by a practicing Chartered Accountant or Certificate of Turnover issued by a Practicing Chartered Accountant clearly indicating the Books / Records / documents on the basis of which the Certificate is issued”.

  4. The Bidder shall indicate on copies of credentials (copies of the work orders and performance / completion certificates from the employer as specified in the Qualifying requirements, the conditions of Qualifying Requirements (at 7 above) against which the credential is being submitted.

  5. Copy of PF registration Number

Original documents for verifications shall be produced as and when called for.

  1. GENERAL REQUIREMENTS:

The scanned self – attested copies of the following documents shall also be submitted / uploaded by the bidders in C – Folder:

(a) Up to-date copy of latest Banker Solvency Certificate.

(b) Name and address (es) of the sole proprietor / partners / board of directors / chairman and memorandum of articles of association / photocopy of the partnership deed / affidavit for proprietorship / registration certificates.

(c) Copy of registration with Central Government / State Government / Public Sector Undertaking if any.

(d) Details of Manpower (Technical / Non-Technical), Tools and Plants. Also the bidder must submit the list of works in hand and percentage completed.

(e) TIN Number, Sales Tax Registration Certificate, Works Tax Registration certificate, and Service Tax Registration Number.

(f) Copy of PAN Card.

(g) Satisfactory evidence of authority / Power of Attorney of the person signing on behalf of the bidder

Original documents for verifications shall be produced as and when called for.



  1. "Notwithstanding anything stated above, the Employer reserves the right to undertake· a physical assessment of the capacity and capabilities including financial capacity and capability of the Bidder / his Collaborator(s) / Associate(s) / Subsidiary(ies) / Group Company(ies) to perform the Contract, should the circumstances warrant such assessment in the overall interest of the Employer.

The physical assessment shall include but not be limited to the assessment of the office/facilities/banker's/reference works by the Employer. A negative determination of such assessment of capacity and capabilities may result in the rejection of the Bid.

  1. Bidders are requested to check the Qualifying Requirements (QR) of the subject tender before downloading / buying the tender document online.

  2. Documents as a proof of meeting Qualifying Requirements shall be preferably uploaded online in our SRM Portal.

  3. Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified.

Again, participation in the tender does not automatically mean that the bidders are considered qualified. NTPC shall evaluate the qualifying requirements of each bidder after opening of technical bids and the bids of the bidder who is not meeting the qualifying requirement shall be treated as non-responsive.

  1. NTPC reserves the right to reject any or all bids or cancel / withdraw the Notice Inviting Tender without assigning any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action. In such circumstances, EMD only shall be returned without any additional financial liability to NTPC Limited.

  2. Tender documents are not transferable.

  3. In a tender, either the Indian agent on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item / product in the same tender.

  4. If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit a bid on behalf of another Principal / OEM in the same tender for the same item / product.

  5. Prospective bidders from Uttar Pradesh state are compulsorily required to provide TIN number at the time of purchase of bidding documents,

  6. Address for Communication


ADDITIONAL GENERAL MANAGER-I/C

(CONTRACTS & MATERIALS)

Solapur Super Thermal Power Project (2 × 660 MW)

At Fatatewadi, Post - Hotgi Station

Tal South Solapur, Solapur – 413215, Maharshtra

PHONE: 0217 – 2252550 FAX: 0217 - 2252505

Email: shobapattabhiraman@ntpc.co.in

Alternate Email: bnarasimha@ntpc.co.in/ anandshanker@ntpc.co.in/ shiprakumari@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart

(or) www.ntpctender.com (or) www.ntpc.co.in


  1. Registered Office:

NTPC Bhawan, SCOPE Complex,

7, Institutional Area, Lodhi Road,

New Delhi-110003,

Corporate Identification Number: L40101DL1975GOI007966,

Website: www.ntpc.co.in



7