NTPC Limited
PAKRI BARWADIH
(A Govt. of India Enterprise)
PAKRI BARWADIH COAL MINING PROJECT
Ujjwal Complex, Pugmil Road
Dist. Hazaribag, Jharkhand-825301
Phone No- 06546-270808/267808
Fax No- 06546-270808
Email: chandrashekhar51@ntpc.co.in/neerajkumar51@ntpc.co.in
Ref: No.: 1040/C&M/PB/Civil/17-18/1737
(DOMESTIC COMPETITIVE BIDDING)
NTPC Limited invites application for issue of Bid documents for the following work:
NIT Subject
Construction of 33/11 kV Switch Gear cum
Control Room Building for PB Coal Mining
Project.
NIT No.
40078351
Estimated Cost
3,38,02,796.37
Completion Period
12 Months
Earnest Money Deposit (INR)
6,77,000.00
Cost of Tender Documents (INR)
2655.00
Bid Document Sale Start Date
05.08.2017 10:00 Hrs
Bid Document Sale Close Date
21.08.2017 17:00 Hrs
Last Date for asking clarification
28.08.2017 17:00 Hrs
Last Date & Time for Receipt of Bids
01.09.2017 15:00 Hrs
Technical Bid Opening Date & Time
01.09.2017 15:30 Hrs
Price Bid Opening Date & Time
Shall be intimated separately by NTPC
QUALIFYING REQUIREMENTS for Construction of 33/11 kV Switch Gear cum Control
Room Building for PBCMP.”
A. Technical Criteria:
The bidder should have executed works of Building Construction including RCC works during
the last seven (07) years as on the date of techno-commercial bid opening with either of the
following:
i. Single contract of value not less than Rs. 270.42 Lakhs
OR
ii. Two contracts of value not less than Rs. 169.01 Lakhs each
OR
iii. Three contracts of value not less than Rs. 135.21 Lakhs each
B. Financial Criteria:
a) The average annual turnover of the bidder, in the preceding three (3) financial years as on
date of techno-commercial bid opening, shall not be less than INR 338.02 Lakhs (Indian
Rupees three hundred thirty eight lakhs and two thousand only)
b) In case where audited results for the last financial year as on date of Techno commercial
bid opening are not available, the financial results certified by a practicing Chartered
Accountant shall be considered acceptable. In case, Bidder is not able to submit the
Certificate from a 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. Further, a Certificate would be
required from the CEO/CFO as per the format enclosed in the bidding documents stating
that 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.
c) In 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 further furnishes the following documents for
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 its Holding
Company.
(ii) Certificate from CEO/CFO of the Holding Company, as per the format enclosed
with the bidding documents, stating that the unaudited unconsolidated financial
statements form part of the consolidated Annual financial statements of the
Holding Company.
Notes:
i) Other income shall not be considered for arriving at annual turnover.
ii) If the qualifying work is completed during last seven (07) years as specified
above, even if it has started earlier, the same shall be considered as meeting the
QR.
iii) The word executed as mentioned in QR means that the bidder should have
achieved the progress specified in the QR even if the total order is not
completed/closed. The same shall be supported by documentary evidence issued
by the owner.
iv) In support of meeting QR, bidders have to submit:
(a) Audited balance sheet and P&L account of previous 03 financial years.
(b) Order copies and completion certificates issued against relevant order.
SALIENT TECHNICAL FEATURES:
Salient Technical features of the services covered in the NIT -40078351 are mentioned below.
These salient technical features are mentioned only to facilitate the prospective bidders to prima
facie understand the requirements under and shall not in any way limit or alter the scope of work
and services covered in the Bidding Documents. Detailed provisions in regard of scope of work
and technical features/specification of services, contained in the Bidding Documents shall be
final and binding. The proposed subject work is Construction of 33/11 kV Switch Gear cum
Control Room Building for PB Coal Mining Project”.
The scope of works includes excavation, brick work, Steel structure work, RCC and PCC etc for
"Construction of Control Room Building, Transformer foundation, cable trench, road and drains"
as per specification and BOQ.
GENERAL CONDITIONS:
1. Tender documents shall be downloaded by intending bidders. However, obtaining such tender
documents shall not construe that the bidders are considered qualified. Pre qualification will be
reviewed at the time of bid evaluation.
2. Work Order / Award letter / Purchase Order with Value along with relevant proof of execution /
Completion Certificate, Scope of Work and Bill of Quantity are to be submitted along with Technical
Bid in support of meeting the qualifying requirement.
I. Balance sheet, Profit and Loss account for previous 03 financial years.
II. Necessary documents in support of other QR Criteria.
3. Tender documents are available on NTPC e-Tender site. Bidders are required to have an
User ID and password for accessing NTPC e-Tender site (vendor may change the password
subsequently). To obtain the User ID & password, the bidders are supposed to have a SRM
vendor code allotted by NTPC. Any prospective bidder who is not a service provider of
NTPC and interested in participating in e-Tenders in NTPC may submit completely filled-in
Form A along with following documents to the Package- in-charge/Contact person as
mentioned in the Bid Invitation:
i) Copy of PAN card,
ii) Vendor details and EFT form completely filled in as per the format enclosed
iii) A cancelled cheque.
Subsequently, after creation of SRM vendor code, the agency will be intimated its User ID
& password over e-mail as provided. Moreover, any prospective bidder who is already a
service provider of NTPC but does not have SRM vendor code and interested in
participating in e-Tenders of NTPC are required to submit Form B to the Package- in-
charge/Contact person as mentioned in the Bid Invitation.
To obtain the tender documents, non-refundable tender fee(i.e. cost of bid document) can
be paid through online payment gateway or through DEMAND DRAFT/PAY
ORDER/BANKER’S CHEQUE drawn in favour of NTPC Ltd.” payable at STATE
BANK OF INDIA, HAZARIBAG (Br. Code No. 00090) or any other Public Sector Banks
at Hazaribag. The non-refundable tender fee in the form of demand draft/pay
order/banker’s cheque (as the case may be) shall be accompanying other documents
as mentioned at cl. 3.0 above if the prospective bidder has to obtain the necessary
SRM vendor code.
4. Eligible Micro and Small Enterprises (MSEs) units registered with National Small Scale
industries Corporation. (NSSIC) or Units registered With JHARKHAND SSIDC are exempted
from payment towards cost of bidding documents and EMD subject to their producing valid
documentary evidence with regard to eligibility.
5. Tender shall be received up to 3.00 PM and technical bid will be opened at 3.30 PM on Scheduled Bid
Opening Date in the presence of bidders or their representatives, who may like to be present. NTPC
takes no responsibility for delay, loss or non-receipt of documents sent by post/courier.
6. Original Earnest Money Deposit(Bid Security) along with Letter of Undertaking in original line
with proforma enclosed in Bidding Documents shall be submitted separately off-line in a sealed
envelope which will be superscripted on top as under:
“Earnest Money Deposit” and “Letter of Undertaking” for___________ (Name of Package)
for_______(Name of Project) NIT No: ________________ BOD due on : ________________
From : ________________(Name of company) before techno-commercial bid submission time of
scheduled BOD at the address given below.
However, EMD can also be paid through e-payment by Credit Card/Debit Card/ Net banking on the
NTPC e-tender portal. Upon successful E-payment on the portal, an e-receipt will be issued to the
bidder by the system. A copy of the e-receipt along with Letter of Undertaking in original line with
proforma enclosed in Bidding Documents shall be submitted separately off-line in a manner as
described above.
IN CASE OF NON-RECEIPT OF AN ACCEPTABLE BID SECURITY (EMD) IN A SEALED
ENVELOPE AS ABOVE, THE BID SHALL BE REJECTED BY THE EMPLOYER AS
BEING NON-RESPONSIVE.
7. The bidder along with its associate / collaborators / sub-contractors / sub-vendors / consultants / service
providers shall strictly adhere to the Fraud Prevention Policy of NTPC displayed on its tender website
htpp://www.ntpctender.com and shall immediately apprise the Employer about any fraud or suspected
fraud as soon as it comes to their notice. A certificate to this effect shall be furnished by the bidder along
with his bid. If in terms of above policy it is established that the bidder / his representatives have
committed any fraud while competing for this contract then the bid security of the bidder shall be
forfeited.
8. Bidder should have a valid PF registration prior to execution of work.
9. NTPC reserves the right to reject or accept or split any or all offers without assigning any reason
whatsoever.
10. First time users who have not been allotted any vendor code are required to approach NTPC at least
three working days prior to Document Sale Close Date as explained in the tender documents.
11.0 Any request/communication shall be made to Addl. General Manager (C&M) at the address given as
under.
ADDRESS FOR COMMUNICATION
Addl. General Manager (C&M)
NTPC Limited.
PAKRI BARWADIH COAL MINING PROJECT,
UJJWAL COMPLEX, PUGMIL ROAD,
HAZARIBAG 825 301, (JHARKHAND)
PHONE: 06546 270808/267808/9470197463 (Neeraj Kumar, Dy. Manager(C&M)
FAX: 06546 270744 / 270808
Email: chandrashekhar51@ntpc.co.in /neerajkumar51@ntpc.co.in